Loading...
HomeMy WebLinkAbout7.2025.4.0-Mulholland_RESPONSE_FILE_05202025@0832 COVER LEETTER May 20, 2025 Mulholland Project No. 7.2025.4.0 City of Diamond Bar Public Works Attn: Vivian Chen Associate Engineer 21810 Copley Dr. Diamond Bar, CA 91765 RE: Proposal for Sycamore Canyon Park Lower Parking Lot Pedestrian Bridge Removal Project, CIP No. FP25508 Dear Vivian Chen: Thank you for the opportunity to submit this proposal for Sycamore Canyon Park Lower Parking Lot Pedestrian Bridge Removal Project. Mulholland has completed TWO projects for the City for Diamond Bar Creek: · Project No. 25819 | Repair Design Services for the Sycamore Canyon Creek Project · Project No. PW24401 | Steep Canyon Erosion Control and Sedimentation Prevention at Clear Creek Canyon Drive. We have a partial topographic survey completed for the Creek so we have survey control to work from should the City choose to order a greater extent. Our team is already registered on the City’s behalf with the State Clearinghouse to allow the Notice of Exemption to be filed and has completed a notification to the California Department of Fish and Wildlife on the City’s behalf before. Our also team attended the non-mandatory pre-proposal meeting on May 14, 2025. COVER LEETTER Mulholland provides full-service Civil Engineering and professional services for INFRASTRUCTURE and DEVELOPMENT projects. Mulholland practices a novel approach—HOLISTIC PROJECT DELIVERYTM. Holistic Project Delivery was born of the realization that every project is part of a COMMUNITY, part of a SYSTEM. We translate our epiphany into action: EMPATHIZE. We pose “who,” “what,” “why,” and “when” questions. We then share our experiences and approaches to create deep understanding. PLAN. We translate empathy into action. Before we do, we build a blueprint while emphasizing education for ourselves, our clients, and our stakeholders. MANAGE. No organization runs without guidance. We lead teams and provide resources according to the demands of the undertaking. SOLVE. We deliver results. We are dynamic and adapt to changes in our shared reality, assumptions, and goals. Respectfully, Brian Nieckula, P.E. Principal in Charge Mulholland Consulting, Inc. brian.nieckula@consultmulholland.com C: 951.533.4791 Service Office O: 909.654.5563 7177 Brockton Ave. Suite 448 Riverside, CA 92506 Main Office O: 949.229.2449 5000 Birch St. West Tower, Suite 3000 Newport Beach, CA 92660 COVER LEETTER Required Statements · Mulholland confirms this Proposal is valid for a period of (90) calendar days. · The proposal has been signed by an individual authorized to bind the firm. · Mulholland acknowledges that this proposal will be submitted via PlanetBids. · Mulholland confirms the Request for Proposals (RFP) for CIP No. FP25508shall be incorporated in its entirety into this Proposal. · Mulholland affirms its willingness to accept and comply with all terms and conditions included in the City of Diamond Bar’s Standard Professional Services Agreement. · Mulholland confirms that the services to be provided, and the associated fees, are fully consistent with the scope and requirements outlined in the City’s RFP for CIP No. FP25508. · Mulholland shall adhere to all applicable federal laws and regulations. In the event of any conflict with state or local laws or regulations, the strictest standard shall be adhered to. · Mulholland shall allow authorized federal, state, county, and City of Diamond Bar officials full access to places of work, books, documents, papers, fiscal, payroll materials, and all other records relevant contract records pertinent to this project. All project-related records will be retained for a minimum of five (5) years. · Mulholland shall not discriminate against any employee or applicant for employment based on race, color, religion, sex, or national origin. · Mulholland agrees to adhere to all applicable provisions of the California Labor Code. · Mulholland agrees to comply with the Copeland Anti-Kickback Act (18 USC 874 C), the associated implementation regulation (29 CFR Part 3), and any subsequent amendments thereof. Exceptions to the City’s Request for Proposal · Mulholland confirms it takes no exceptions to the provisions, terms, or conditions outlined in RFP for CIP No. FP25508. This proposal is fully compliant and not contingent upon any modifications to the RFP. Statement Certifying Insurance Coverage · Mulholland certifies the required insurance coverage will be obtained by Mulholland and its subconsultants and understands said coverage is a prerequisite for entering into any agreement with the City of Diamond Bar. Mulholland is required to confirm with its insurance carrier that it can meet all requirements for insurance. Failure to meet the insurance requirements as set forth in the RFP will result in our disqualification. TABLE OF CONTENTS TABLE OF CONTENTS PROJECT UNDERSTANDING .......................................................................................................... 1 Background ........................................................................................................................... 1 Environmental ......................................................................................................................... 1 Agencies Having Jurisdiction .................................................................................................... 2 Funding Requirements .............................................................................................................. 2 Utility Coordination ................................................................................................................. 2 Site Investigation ..................................................................................................................... 2 Right-of-Way Analysis .............................................................................................................. 2 Production ............................................................................................................................. 2 Demolition ............................................................................................................................. 2 SCOPE OF WORK ........................................................................................................................ 4 FIRM QUALIFICATIONS ................................................................................................................. 6 PROJECT TEAM ............................................................................................................................ 7 ORGANIZATION CHART ............................................................................................................... 8 RELEVANT EXPERIENCE ................................................................................................................. 9 PROGRAM SCHEDULING ............................................................................................................ 11 APPENDIX A: RESUMES Please Note: The Resource Requirements/Fee Schedule (“Cost File”) has been submitted separately. Please Note: The Relevant Experience section also serves the purposes of the References section mentioned in the RFP. 1 QUALIFICATION OF FIRM UNDERSTANDING PROJECT UNDERSTANDING Figure 1. Location Exhibit Background · The park site is located at Sycamore Canyon Park, 22930 Golden Springs Drive, Diamond Bar, CA 91765. · The pedestrian bridge was originally constructed in the 1960s. · The existing bridge has been damaged by age, weathering, and termite damage. · The bridge will be demolished for safety reasons. Environmental · We assume the project will be Categorically Exempt from the California Environmental Quality Act (CEQA) due to the nature of the demolition and the assumption that the bridge is not architecturally significant. · Mulholland’s team will prepare a Notice of Exemption on the City’s behalf to justify the finding pursuant to California Code of Regulations (CCR) §15062. Notice of Exemption. · Fish and Game Code Section 1602 requires any person, state or local governmental agency, or public utility to notify California Department of Fish and Wildlife (CDFW) prior to beginning any work that may deposit any debris into any river, stream, or lake. · The requires notification to CDFW for a Standard Agreement. 2 QUALIFICATION OF FIRM UNDERSTANDING Figure 2. Storm Drain Exhibit Agencies Having Jurisdiction · Agencies Having Jurisdiction includes the City of Diamond Bar and the CDFW. Funding Requirements · The project is assuming to only receive City funds. Utility Coordination · We expect only local coordination of existing services for the existing facilities being relocated from the demolished bridge. Site Investigation · Our team had attended the non- mandatory pre-proposal meeting and has visited the site multiple times related to the previous project for repair to the Creek. Right-of-Way Analysis · Diamond Bar Creek is a blue-lined stream on USGS maps. · The Reed Canyon Channel maintained by the Los Angeles County Flood Control District is upstream of Sycamore Canyon Creek. · The proposed repairs will be made wholly within the City’s right-of-way. Production · City Standard Plans and Standard Plans for Public Works Construction, latest edition will be used when necessary. · The Standard Specifications for Public Works Construction, latest edition (“Greenbook”) and City’s “boilerplate” General Provisions will be used to develop the Bid Documents for the project. · Our team will produce its plans using Autodesk Civil 3D and will utilize the City’s drafting standards. Demolition · Contractor will be responsible for the means and methods of demolition. Our team will provide a Demolition Exhibit and Special Provisions for the proper demolition and disposal of the bridge. · The bridge is assumed to be demolished as it was constructed in reverse order. We do not anticipate the need for crane to lift the bridge deck. · The support columns of the bridge will be removed to the lowest possible elevation to avoid disturbing the creek bed. 3 QUALIFICATION OF FIRM UNDERSTANDING · The bridge is constructed of pressure- treated wood and shall be disposed of in a hazardous waste landfill. · Our team assumes testing is not necessary as the entirety of the bridge is assumed to be hazardous. 4 QUALIFICATION OF FIRM RELEVANT EXPERIENCE SCOPE OF WORK Mandatory Tasks The following Tasks are understood to be the minimum Scope of Work for the project: Task 1. (Added) Project Management · Schedule and chair a kickoff meeting with the City to discuss the proposed work plan, special concerns, and clarify design objectives. · Schedule and chair one (1) teleconference meeting per submittal stage with the City. · Prepare agendas, sign-in sheets, and minutes for meetings. · Update and maintain Gantt Chart schedules for tracking deliverable progress. · Coordinate internal and external reviews with relevant agencies or stakeholders. · Review plans and deliverables for conformance with applicable codes and regulations. · Conduct one site visit at the beginning of the project. Task 2. (RFP) Demolition Exhibit · Create a Demolition Exhibit showing the existing improvements to be demolished and the proposed demolition limits to aid the Contractor. · Prepare base maps using an aerial image and GIS databases using ArcGIS if topographic survey is not conducted. · Digitize existing as-builts as needed. Task 3. (Added) As-built Research and Utility Search · Review City’s as-builts and record drawings. · Use Dig Alert’s Design Services tool to obtain a list of the utility agencies present in the project area. · Send utility information requests to all utility companies and request verification of location, size, and depth of facilities within the project limits. · Maintain a log of the utility notifications which include contact numbers, dates of transmittals, etc. · Research available land, property, and survey records to verify existing right of way and survey monuments. Task 4. (RFP) Site Plan · Draft a Site Plan showing a new pedestrian pathway connecting the lower parking lot to the trailhead. · Show hardscape and landscape improvements as needed and to be located outside the gated area. · Identify and include the removal and replacement of existing curb, gutter, and pavement as required. · Show removal and relocation of the existing swing gate and signage to accommodate the new pedestrian travel from the lower parking lot to the trail head. · Design relocation of the electrical conduit attached to the bridge which provides electrical service to one existing light fixture. Task 5. (RFP) Engineer’s Quantity and Cost Estimate · Identify and list all necessary quantities from the plans. · Research and use recent bid results and industry cost data to determine unit prices. Task 6. (RFP) Bid Documents · Compose Special and Technical Provisions to address the demolition and proper disposal of the bridge. · Utilize the City’s front-end document. Task 7. (RFP) Services during the Bid Phase · Provide technical assistance during the bidding process, including responding to bidder questions and preparing addenda as necessary. 5 QUALIFICATION OF FIRM RELEVANT EXPERIENCE UNDERSTANDING Optional Tasks The following Tasks are optional and at the discretion of the City: Task 8. (RFP) Environmental Compliance · Prepare a Notice of Exemption (NOE) on the City’s behalf to justify the finding pursuant to California Code of Regulations (CCR) §15062. Notice of Exemption. · Submit Notification to CDFW for a Standard Agreement. Task 9. (RFP) Land Surveying · Complete ground topographic survey to establish horizontal and vertical control for Plans at Prevailing Wages. Task 10. (Added) Services during the Construction Phase · Provide construction support services, including responding to Requests for Information (RFIs), reviewing submittals, and attending progress meetings. 6 QUALIFICATION OF FIRM RELEVANT EXPERIENCE PROJECT TEAM FIRM QUALIFICATIONS PRACTICE. Mulholland Consulting, Inc. (Mulholland) provides land development and infrastructure consulting services for the private and public sectors. There is a continual need to provide complete turn-key projects on our clients’ behalf. PURPOSE. We started Mulholland to realign the architecture/engineering/construction (AEC) industry with its true purpose— serving people. We strive to go beyond solving problems to make real improvements in the communities we serve. By considering human factors first, we produce better built environments. RESULTS. We emphasize sharing knowledge amongst our teams and clients to remove hurdles that may inhibit realizing their ambitions. You bring your vision—together, we achieve results. Firm Name Mulholland Consulting, Inc. Founder / Principal-in-Charge Brian M. Nieckula, P.E. Year Incorporated 2019 Legal Structure S-Corp State of Incorporation California Firm Size x1 Principal in Charge x1 Project Manager x1 Project Engineer x1 Engineering Technician x3 Assistants SERVICE AREA RIVERSIDE 7177 Brockton Ave. Suite 448 Riverside, CA 92506 909.654.5563 NEWPORT BEACH 5000 Birch St. West Tower, Suite 3000 Newport Beach, CA 92660 7 QUALIFICATION OF FIRM RELEVANT EXPERIENCE PROJECT TEAM PROJECT TEAM Complete resumes for key personnel can be found in Appendix A: Resumes. Mulholland Consulting, Inc. Brian M. Nieckula, P.E. – Principal in Charge · Managed, designed, and completed over $1 billion dollars of improvements in California · Pioneered the Holistic Project DeliveryTM framework · Registered Civil Engineer, R.C.E. No. 87484 · Consistently leads the firm to deliver projects on time when compared to the original schedule, please refer to the Relevant Experience section for examples Mulholland Consulting, Inc. Karen Campbell – Project Manager · City government veteran with more than thirty-years of Capital Improvement project experience Mulholland Consulting, Inc. Dania Shaker – Engineering Technician · Will provide design and drafting support. Dawson Surveying, Inc. Robert Dawson – Land Surveyor · Frequent collaborator with Mulholland to provide land surveying and mapping for our projects. · Public Land Surveyor, P.L.S. No. 6932 Burns Bros. Companies Anthony Burns – Demolition Consultant · Possesses significant construction and demolition expertise from his experience working for a General Contractor McKenna Lanier Group, Inc. Mary Lanier – Environmental Planner · Successfully prepared grant applications with awards of over $1.8 million in Federal and State funding. · Possesses over twenty-seven years of experience in urban planning, environmental documentation, and entitlement. 8 QUALIFICATION OF FIRM RELEVANT EXPERIENCE PROJECT TEAM ORGANIZATION CHART Brian M. Nieckula, P.E. Principal in Charge Karen Campbell Project Manager Dania Shaker Engineering Technician Carly Chandler Administrative Assistant Hannah Johnson Administrative Assistant Project EngineerSubconsultants 9 CLIENT REFERENCES QUALIFICATION OF FIRM RELEVANT EXPERIENCE RELEVANT EXPERIENCE Duration 2024 – Present Value of Improvements $575 million Client Agency HMC Architects Contact Name Brandon Gullotti, AIA Title Principal in Charge Address 3546 Concours St Ontario, CA 91764 Email Address brandon.gullotti@ hmcarchitects.com Phone Number 626.826.9108 Subconsultants Dawson Surveying, Inc. Greater Ontario Convention Center Expansion Ontario, CA The Greater Ontario California (GOCAL) Convention Center Expansion project will transform the existing building and create a unified campus to solidify its place as a destination within the “Premier City of the Inland Empire”. The project will deliver 450,000 SF of indoor convention center space to serve the ambitions of its clients. A public street is proposed to be closed to allow the development of a landscaped public plaza. A new 2,000-vehicle parking structure will ensure ample parking for attendees, while on-site retail will add convenience and enhance the visitor experience. A pedestrian bridge over Holt Boulevard will improve safety and connectivity within the growing Convention Center District. Duration 2019 – Present Value of Contract $611,813.00 Client Agency City of Cerritos Contact Name Amandeep Mann Title Associate Civil Engineer Address 18125 Bloomfield Ave. Cerritos, CA 90703 Email Address Amann@cerritos.us Phone Number 562.860.0311 Subconsultants Dawson Surveying, Inc. Groundwater Diversion Project Cerritos, CA Provided design services to divert groundwater discharges from the Civic Center Parking Structure and Cerritos Center for the Performing Arts into the sanitary sewer system, per regulatory requirements. Work included the design of a new sewer lift station, stormwater lift station, flush-to-waste line, and bioretention system, along with structural improvements such as canopies and utility enclosures. The project ensured compliance with LACSD requirements and enhanced stormwater separation and treatment. 10 CLIENT REFERENCES QUALIFICATION OF FIRM RELEVANT EXPERIENCE Duration 2023 - 2024 Value of Contract $50,000.00 Client Agency City of Diamond Bar Contact Name Hal Ghafari, P.E. Title Public Works Manager/Assistant City Engineer Address 21810 Copley Dr., Diamond Bar, CA 91765 Email Address hghafari@diamondbarca. gov Phone Number 909.839.7044 Subconsultants Dawson Surveying, Inc. Steep Canyon Road Erosion Control and Sedimentation Prevention at Clear Creek Canyon Drive Diamond Bar, CA The Steep Canyon Road Erosion Control and Sedimentation Prevention Project addressed ongoing erosion on an engineered hillside that was causing sediment to wash onto Clear Creek Canyon Drive, a residential street in the City of Diamond Bar. Bordered by Diamond Bar Creek to the north, the project involved designing and constructing a debris and sedimentation basin at the base of the slope to capture runoff and prevent further sediment transport, enhancing both hillside stability and downstream water quality 11 PROGRAM SCHEDULING PROGRAM SCHEDULING APPENDICES APPENDIX A: RESUMES · Brian M. Nieckula, P.E. – Principal in Charge · Karen Campbell – Project Manager Brian Nieckula, P.E. Principal in Charge REGISTRATION CONTACTS EDUCATION WORK EXPERIENCE 949.229.2449 951.533.4791 brian.nieckula@consultmulholland.com linkedin.com/in/briannieckula 5000 Birch St. West Tower, Suite 3000 Newpor t Beach, CA 92660Newport Beach, CA 92660 Professional Civil Engineer, California C87484 Texas Tech University Bachelor of Science in Civil Engineering Principal in Charge | President Mulholland Consulting, Inc. (2019 – Present) Project Manager | Vice President KEC Engineers, Inc. (2010 – 2019) Project Manager KEC Construction Group, LLC (2016 – 2018) Associate EngineerAssociate Engineer West Texas Engineering, LLC (2013) Catch Basin Trash Excluder Project City of Culver City (2020 – Present) •Obtaining Flood Control Permit for Catch Basin Retrofits of 314 City and County owned catch basins with trash excluder devices •Provided ownership research, GIS database management, and map production Civic Center Sewer and Storm Water Lift Stations City of Cerritos (2019 – Present) •Designing new 320 gpm sewer lift station due to shallow existing storm drain crossing •Designing high- and low-flow storm water lift station for Civic Center Parking Structure discharging to new bioretention area Center for the Per forming Arts Sewer and Ground Water Lift Station Modifications City of Cerritos (2019 – Present) •Designing new sewer from existing ground water lift station •Designing flow monitoring and sampling improvements for discharge water Rosemead Park Walking Trail Replacement City of Rosemead (2020 – 2021) Aided City in selection of replacement walking trail surface constrained by existing improvements and geometr y •Worked closely with sur face manufacturer to specify material design tailored to the needs of the project Pontiac Ave. Neighborhood Pavement Rehabilitation City of Jurupa Valley (2019 – 2020) Prepared plans, specifications, and estimates for pavement, flat work, striping, and accessibility improvements Napa Lateral, Steel Reclaimed Water Lines Inland Empire Utility Agency (2018 – 2019) •Won award of design-build project with general engineering contractor •Engineer of Record for two miles of reclaimed water line to supply Kaiser Steel and the Auto Club Speedway Included well improvements and deep channel crossings Program Management for Publicly Funded Off-site Infrastructure Lewis Management Corp., Panattoni Development, First Industrial Realty Trust, Shaw Development Partners, Western RealCo, Oltmans Construction Co., and Fullmer Construction •Provided program management for bidding and construction of tens of millions of dollars of publicly funded infrastructure Sources included Development Impact Fee reimbursements and Community Facilities District Funds •Provided field engineering for land developers and industrial contractors like Fullmer Construction and Oltmans Construction Co. PROJECT EXPERIENCE