Loading...
HomeMy WebLinkAbout11- Development Services ORIGINAL CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: Valerie C. Ross, Director Subject: Resolution approving a Consultant Services Agreement with AECOM for Design of Bridge Repair Dept: Development Services at 2nd Street and Warm Creek(SS08-20). Date: January 28, 2010 File: SS08-20 MCC Date: March 1, 2010 Synopsis of Previous Council Action: 10/05/09 Six consulting engineering fines were pre-qualified, using the selection process approved by the Mayor and Common Council, to perform On-Call Civil Engineering Design and Project Management Services for CIP projects. 06/29/09 The Mayor and Common Council adopted the 2009/10 — 2013/14 Capital Improvement Program(CIP). Recommended Motion: / Adopt Resolution. rl/Valerie C. Ross Contact Person: Robert Eisenbeisz, City Engineer Phone: 5203 Supporting data attached: Staff Report, Resolution, Ward(s): 1 Agreement FUNDING REQUIREMENTS: Amount: $131,824.00 Source: (Acct.No.)258-359-5504-7841 Acct. Description: Repair Bridge on 2"d Street at Warm Creek Finance: Council Notes: Agenda Item No. 3- � - 2ot0 r2c,f l ace ak.Mf 'Pal e- CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution approving a Consultant Services Agreement with AECOM for Design of Bridge Repair at 2nd Street and Warm Creek(SS08-20). Baclmround: In 2005, an inspection by Caltrans Structures Inspection Division revealed that one of the 20 wood columns supporting the 2nd Street bridge over Warm Creek was decayed and is no longer providing support for the structure. Although the loss of support from the decayed column has not resulted in any apparent distress to the bridge, the loss of support reduces the ability of the structure to resist earthquake loads. Using the process approved by the Mayor and Common Council, staff pre-qualified six (6) firms to provide On-Call Civil Engineering Design and Project Management Services in support of the Capital Improvement Program (CIP). A report on the selection process and firms selected was filed with the Mayor and Common Council on October 5, 2009. The six pre-qualified firms are LAN Engineering, Willdan, AEI-CASC Consulting, David Evans & Associates, Inc. (DEA, Inc.), Transtech Engineers and AECOM. However, AECOM acquired LAN Engineering on August 31, 2009. The offices of LAN Engineering have all been retained (including the San Bernardino office), but the name has been changed to AECOM. In accordance with guidelines established by the City Engineer, the firms of Willdan, DEA, Inc. and AECOM were invited to submit proposals for the design of bridge repair at 2nd Street and Warm Creek(CIP Project No. SS08-20). Responses were received as follows: Firm Location Proposed Fee to Design Repair DEA, Inc. Ontario $ 65 774.00 AECOM San Bernardino $131,823.50 Willdan San Bernardino No Proposal Staff reviewed the proposals submitted by DEA, Inc. and AECOM and evaluated them based on rating factors (except fee) approved by the Mayor and Common Council in 2003. It was unanimously agreed that the best proposal was submitted by AECOM. The sealed fee envelopes were then opened and incorporated in the ratings. Although DEA, Inc. quoted significantly lower fees,the inclusion of the points for fee did not change the ranking. i Although the fee quoted by AECOM is higher, the reviewers concluded that the proposal by AECOM is superior to the one submitted by DEA, Inc., in that DEA, Inc. did not fiilly address all requirements of the request for proposals. Staff is concerned that the scope presented in the DEA proposal is incomplete. 's i 2 02/22/2010 8:21 AM CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT—Continued Repairing the bridge rather than replacing it is the most appropriate course of action and AECOM's not-to-exceed fee for design of the repair option is $131,824.00. Design is expected to be completed in approximately six months and construction will require approximately 12 months. Financial Impact: Sufficient funds are available in Account No. 258-359-5504-7841 "SS08-20 Repair Bridge on 2nd Street at Warm Creek". Recommendation: Adopt Resolution. Attachments: 1. Resolution 2. Exhibit"A7—Agreement 3. Attachment"A"—LAN Engineering's Proposal 4. Attachment`B"—AECOM's Supplemental Proposal 5. Attachment"C"—Fee Proposal 3 02/16/2010 1:25 PM RESOLUTION NO. COPY 1 RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING AN 2 AGREEMENT FOR SERVICES WITH AECOM FOR DESIGN OF THE REPAIR OF 3 2ND STREET BRIDGE AT WARM CREEK(SS08-20). 4 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 5 6 SECTION 1. AECOM, located at 1887 Business Center Drive, Suite 6, San 7 Bernardino, CA 92408, is a competent, experienced consulting engineering firm and has S provided the most advantageous and best proposal to provide consulting engineering services for 9 the design of bridge repair at 2"d Street and Warm Creek (SS08-20). An Agreement in the not- 10 to-exceed amount of $131,824.00, with said firm to perform said design, is attached hereto as 11 Exhibit "A" and made a part hereof Pursuant to this determination, the Purchasing Manager is 12 hereby authorized and directed to issue a Purchase Order for said services to said firm, which 13 14 references this Resolution. ` 15 SECTION 2. The City Manager is hereby authorized and directed to execute said 16 Agreement on behalf of the City. 17 SECTION 3. The authorization to execute the above-referenced Agreement is 18 rescinded, if it is not executed within sixty (60)days of the passage of this resolution. 19 20 21 22 23 24 25 26 27 28 RESOLUTION . . . APPROVING AN AGREEMENT FOR SERVICES WITH 1 AECOM FOR DESIGN OF THE REPAIR OF 2ND STREET BRIDGE AT WARM 2 CREEK(SS08-20). 3 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and 4 Common Council of the City of San Bernardino at a meeting thereof, held 5 on the day of 2010,by the following vote,to wit: 6 Council Members: AYES NAYS ABSTAIN ABSENT 7 MARQUEZ 8 9 DESJARDINS 10 BRINKER 11 SHORETT 12 KELLEY 13 JOHNSON r' 14 MC CAMMACK �•• 15 16 17 Rachel Clark, City Clerk 18 The foregoing resolution is hereby approved this day of 2010. 19 20 Patrick J. Morris, Mayor 21 City of San Bernardino Approved as to form: 22 JAMES F. PENMAN, 23 City ttomey 24 c 25 By; 26 27 28 2 ._� EXHIBIT A AGREEMENT FOR SERVICES FOR DESIGN OF THE REPAIR OF 2ND STREET BRIDGE AT WARM CREEK(SS08-20) THIS AGREEMENT is made and entered into this day of 2010 ("Effective Date"),by and between the CITY OF SAN BERNARDINO, a charter city ("City"), and AECOM ("Consultant"). WITNESSETH : A. WHEREAS, City proposes to have Consultant perform the On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) described herein below; and B. WHEREAS, City has need of Consultant services to design the repair of a bridge on tad Street at Warm Creek(SS08-20)hereinafter known as"the Project'; and C. WHEREAS, Consultant has submitted the most responsive and cost effective proposal to design the Project; and D. WHEREAS, Consultant represents that it has that degree of specialized expertise contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and E. WHEREAS, City and Consultant desire to contract for specific services in connection with the project and desire to set forth their rights, duties and liabilities in connection with the services to be performed; and F. WHEREAS, no official or employee of City has a financial interest, within the provisions of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein,the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONSULTANT 1.1. Scope of Services. Consultant shall provide to City On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program(CIP) for the design of the repair of the 2"d street Bridge at Warm Creek, in accordance with the proposal dated March 26, 2009, from Consultant, a copy of which is attached hereto as Attachment "A" and incorporated herein, together with the Consultant's supplemental proposal dated November 30, 2009, attached hereto and incorporated herein as Attachment "B." 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily S:\_Public Works\RFCA's\2010 AB\0301-10\AECOM Agreement Design of Bridge Repair 2nd St-Warm Ck\AECOM- Agreement for Design of 2nd&Warm Ck Bridge 0301-10.doc 1 i EXHIBIT A exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's performance of this Agreement. 1.3. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions,proceedings, and judgments of every nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above-mentioned laws, which may be incurred by reason of Consultant's performance under this Agreement. 1.4. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other category protected by law, except as permitted pursuant to Section 12940 of the Government Code. C Violation of this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. 1.5 Non-Exclusive Agreement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. 1.6. Delegation and Assigning nt. This is a personal services contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of City. 1.7. Business License: The Consultant shall obtain and maintain a valid City Business Registration Certificate during the term of this Agreement. 1.8. Duty of Loyalty/Conflict of Interest: The Consultant understands and agrees that as the City's Consultant for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP), Consultant shall maintain fiduciary duty and a duty of loyalty to the City in performing Consultant's obligations under this Agreement. Consultant, in performing its obligations under this Agreement, is governed by California's conflict of interest laws, Government Code Section 87100 et seq., and Title 2, California Code of Regulations Section 18700 et seq. 1.8.1 Prior to performing any services to City under this Agreement, Consultant shall provide the Development Services Department a written list of the Assessor Parcel S:\_Public Works\RFCA's\2010 An\03-M-10\AECOM Agreement Design of Bridge Repay 2nd St-Warm Ck\AECOM- Agreement for Design of 2nd&Warm Ck Bridge 03-01-10.doc 2 EXHIBIT A Numbers and general location or address of any and all real property located in the City of San Bernardino in which Consultant has any ownership interest, or which is the location of any pending project that is a source of income for Consultant. Consultant shall keep this list current on a monthly basis during the entire term of this Agreement. 1.8.2 Consultant shall not work on any task that is related to any real property that is located within 500 feet of any parcel in which Consultant has any ownership interest or which is the location of any pending project that is a source of income for Consultant. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Over the term of this Agreement, Consultant shall be paid for such services in accordance with the schedule of rates marked Attachment "C" and dated November 30, 2009, attached and incorporated herein. 2.2. Additional Services. Consultant shall not receive compensation for any services provided outside the scope of services specified in the Response unless the City or its Project Manager for this Project, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. Consultant may submit invoices to City's Project Manager for approval on a progress basis, but no more often than monthly. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each invoice shall describe in detail, the services performed and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City or its Project Manager for inspection and/or audit at mutually convenient times for a period of three (3)years from the Effective Date. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. The obligation to perform the professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Effective Date of this Agreement. Said services shall be performed in strict compliance with the Project Schedule issued by the City's Project Manager. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. _ 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such S:\_Public Works\RFCNs\2010 All\03-01-10\AECOM Agreement Design of Bridge Repair 2nd St-Warm Ck\AECOM- Agreement for Design of 2nd&Warm Ck Bridge 03-01-10.doc 3 EXHIBIT A acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the reasonable control of a party. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall continence on the date approved by the City Manager and continue through December 31, 2010, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. An administrative extension of one additional year may be authorized, subject to the prior written agreement of both parties. 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing written notice to Consultant. The termination of this Agreement shall be deemed effective upon receipt of the notice of termination. In the event of such termination, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated as to the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents pertaining to the services contemplated herein whether delivered to the City or in the possession of the Consultant. 4.4 Documents. In the event of termination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City within ten (10) days of delivery of termination notice to Consultant, at no cost to City. Any use of uncompleted documents without specific written authorization from Consultant shall be at City's sole risk and without liability or legal expense to Consultant. 5.0. INSURANCE 5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, independent contractors, personal injury with a policy limit of not less than One Million Dollars ($1,000,000.00), S:\_Public Works\RFCA's\2010 AB\03-01-10\AECOM Agreement Design of Bridge Repair 2nd St-Warm Ck\AECOM- Agreement for Design of 2nd&Warm Ck Bridge 03-01-10.doc 4 EXHIBIT A .- combined single limits,per occurrence and aggregate. W (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. (c) Workers' compensation insurance as required by the State of California. (d) Professional errors and omissions ("E&O") liability insurance with policy limits of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. Consultant shall obtain and maintain, said E&O liability insurance during the life of this Agreement and for three years after completion of the work hereunder. 5.2. Endorsements. The comprehensive general liability insurance policy shall contain or be endorsed to contain the following provisions: (a) Additional insureds: "The City of San Bernardino and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice: "Said policy shall not terminate, nor shall it be cancelled, nor the coverage reduced,until thirty (30) days after written notice is given to City." (c) Other insurance: "Any other insurance maintained by the City of San Bernardino shall be excess and not contributing with the insurance provided by this policy." 5.3. Certificates of Insurance. Consultant shall provide to City certificates of insurance showing the insurance coverages and required endorsements described above, in a form and content approved by City,prior to performing any services under this Agreement. 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in this Agreement, or the extent to which Consultant may be held responsible for payments of damages to persons or property. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, S:\_Public Works\RFCA's\2010 All\03-01-10\AECOM Agreement Design of Bridge Repair 2nd St-Warm Ck\AECOM- Agreement for Design of 2nd&Warm Ck Bridge 03-01-10.doc 5 EXHIBIT A including exhibits to this Agreement. 6.2. Representatives. The Director of Development Services or her designee shall be the representative of City for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the City, called for by this Agreement, except as otherwise expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Proiect Manaeers. City shall designate a Project Manager to work directly with Consultant in the performance of this Agreement. Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant's Project Manager shall attend and assist in all coordination meetings called by City. 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: IF TO CITY: Mr. William Nascimento, Vice President Valerie C. Ross AECOM Director of Development Services 1887 Business Center Drive, Suite 6 300 North"D" Street San Bernardino, CA 92408 San Bernardino,Ca 92418 Tel: 909-890-0477 Tel: 909-384-5357 Fax: 909-890-0467 Fax: 909-384-5080 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this contract on behalf of the City shall be considered as "attorneys' fees"for the purposes of this paragraph. 6.6. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent S:\-Pubbc Works\RFCA's\7010 All\03-01-10\AECOM Agreement Design of Bridge Repair 2nd St-Warm Ck\AECOM- Agreement for Design of 2nd&Warm Ck Bridge 03-0140.doc 6 EXHIBIT A jurisdiction located in San Bernardino County, California. 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term of this Agreement. 6.8 Indemnification and Hold Harmless. Consultant shall protect, defend, indemnify and hold harmless City and its elected and appointed officials, officers, and employees from any and all claims, liabilities, expenses, including attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not by way of limitation, all civil claims or workers' compensation claims, arising out of or in any way connected with the intentional or negligent acts, errors or omissions of Consultant, its employees, agents or subconsultants in the performance of this Agreement. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall secure, at its expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 6.10 Ownership of Documents. All findings, reports, documents, information and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subconsultants in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. 6.11 Public Records Act Disclosure. Consultant has been advised and is aware that all reports, documents, information and data including, but not limited to, computer tapes, discs or files furnished or prepared by Consultant, or any of its subconsultants, and provided to City may be subject to public disclosure as required by the California Public Records Act �.. (California Government Code Section 6250 et. seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in the S:\--Public Works\RFCA's\2010 All\03-01-10\AECOM Agreement Design of Bridge Repair 2nd St-Warm Ck\AECOM- Agreement for Design of 2nd&Warm Ck Bridge 03-0140.doc 7 EXHIBIT A California Government Code Section 6254.7, and of which Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it that is designated as a trade secret. The City shall not, in any way,be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure is deemed to be required by law or by order of the Court. 6.12. Responsibility for Errors. Consultant shall be responsible for its work and results under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Consultant occurs, then Consultant shall, at no cost to City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 6.13. Prohibited Employment. Consultant shall not employ any regular employee of City while this Agreement is in effect. 6.14. Order of Precedence. In the event of an inconsistency or conflict in this Agreement and any of the attached Exhibits or Attachments, the terms set forth in this Agreement shall prevail. 6.15. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.16. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.17. Headines. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.18. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.19 Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.20. Waiver. The delay or failure of either party at any time to require S..\_Public Works\RFCA2s\2010 All\03-01-10\AECOM Agreement Design of Bridge Repair 2nd St-Warm Ck\AECOM- Agreement for Design of 2nd&Warm Ck Bridge 03-01-10.doc 8 EXHIBIT A performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy with respect to any occurrence or event shall not be deemed a waiver of any right or remedy with respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.21. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance. 6.22. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. `0.23. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. 6.24 Damages. The Parties agree to waive any rights to incidental or consequential and punitive damages arising out of performance under this Agreement whether in torts or in contracts or in law or in equity. S:\—Public Works\RFCA's\2010 A]1\03-01-10\AECOM Agreement Design of Bridge Repair 2nd St-Wazm Ck\AECOM- Agreement for Design of 2nd&Warm Ck Bridge 03-01-10.doc 9 EXHIBIT A AGREEMENT FOR SERVICES FOR DESIGN OF THE REPAIR OF 2ND STREET BRIDGE AT WARM CREEK(SS08-20) IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF SAN BERNARDINO, CONSULTANT A Municipal Corporation AECOM By Charles E. McNeely, City Manager Signature Name and Title CApproved as to form: James F. Penman, City Attorney S:\-Public Works\RFCA's\2010 All\03-01-10\AECOM Agreement Design of Bridge Repair 2nd St-Warm Ck\AECOM- Agreement for Design of 2nd&Warm Ck Bridge 03-M-10.doc 10 .; Lim And Nascimento Engineering Corporation ro March 26, 2009 Attachment"A" 9 City of San Bernardino Development Services Department $ 300 North"D"Street $a�germ m San Bernardino,CA 92418-0001 Attention: Mr. Michael Grubbs,P.E., Project Manager Subject: Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) Dear Mr.Grubbs, We sincerely appreciate the invitation by the City of San Bernardino to submit our proposal for "On-Call" Civil Engineering Design and Project Management services. In our 15 year history, we have been serving a broad spectrum of public works clientele in California on transportation infrastructure projects of differing types, magnitudes, and complexities. We are delighted to offer our services for the subject solicitation with a mindfully composed team of firms and a collective commitment of the RIGHT staff, to assist the City in "making It happen." As you know, LAN has had a significant local presence in the City for many years. We are the largest transportation design entity within the City and certainly one of the largest in the Inland Empire. Our San Bernardino operation is our largest presence outside our Lake Forest Headquarters; staffed with over 20 engineers, technicians and CM personnel. Our local office serves our clients/projects in both Counties of San Bernardino and Riverside. We have also recently opened a significant operation in Diamond Bar, from where staff augmentation is readily available if needed. The City's project will be managed/performed from the San Bernardino office. A copy of our City of San Bernardino Business Registration is appended as an attachment to this transmittal letter. We are a well known entity locally; in fact we see ourselves as a part of the community and not just a firm in town for a fee. One of our Principals based in the local office serves as a Board Member with the Chamber of Commerce. On the projects end, we have served the City, the County, SANBAG and Caltrans District 8 as well as neighboring Cities/Agencies in the Inland Empire and Desert Communities. As the City knows, roadways/highways/bridges and their related infrastructure is the sole specialty of LAN—THAT IS ALL WE DO AND DO VERY WELL. Our projects are full spectrum across the board in type, magnitude and complexity. We do these projects in the differing roles of planning, project development, design and construction management. Our subconsultants for this project are ICF Jones & Stokes (Environmental), LIN Consulting g (Electrical/Lighting),and Mayer Surveying(Surveys). All have worked with us before, so we bring to the City a team that"knows each other". All have also done projects for the City and in its immediate environs. However, at the end of the day, it is the staff and especially the leadership committed that make the project a success. For this project we are committing a 30 plus years veteran in Edward Ng to "lead the charge". He will be supported by a senior experienced LAN staff; all project managers in their own right. We want this project and consequently have no hesitation committing the staff you will see in our submittal. i .1 1887 Business Center Drive,Suite 6 Tel:909-890-0477 h San Bernardino,CA 92408 Fax:909-8940467 5 '. Letter to Mr. Michael W. Grubbs, PE, Project Manager Page 2 of 2 We are excited about this opportunity and would like to highlight several unique benefits LAN brings to the + City: Experience: Since our founding in 1994, LAN has been providing roadway/bridge engineering, design and construction management services to public agencies in Inland Empire. Our recent experience delivering more than 30 projects involving roadway and bridges for City of San Bernardino and other agencies in San Bernardino County, gives us a sound understanding of what is required to successfully deliver your project. Commitment: Our commitment to serve our client's needs guides our professional endeavors and results in excellence. Our commitment is fulfilled through effective project management, the excellence of our staff, our responsiveness and flexibility, and by paying attention to every detail. Our proposed Project Manager, Edward Ng, is prepared to do "whatever It takes" to assure the projects is delivered on time and on budget. Flexibility and Responsiveness: We encourage you to contact our past and current clients who will testify to our flexibility and responsiveness to their projects. As we begin a project, we are known for being flexible and responsive to the changing needs of our clients and the changing needs of the projects we manage. Excellence of Our Staff. Not only are the integrity and commitment of our firm important, but just as important are the people we are proposing to deliver your project. We understand that "the people will deliver your project.' Hence, we have assembled a team of professionals that have extensive experience with local agencies and delivery of projects involving bridges over railroads. ..� References: We are unmatched in providing responsive services to local agencies. Our approach to project delivery allows us to provide our clients with maximum flexibility in adapting to the changing needs of our clients and their projects. As a testament to our claim, we encourage the City to contact our past and current clients listed in Sections 2 of our proposal. Contact Information: Edward Ng,Project Manager Phone: (909) 895-0520 E-mail: Edward.ng_Cn)laneneineerina.com City's RFP: LAN has read the RFP thereto and has incorporated all requirements of said RFP into our proposal. Insurance: LAN has carefully reviewed the Draft Agreement for Professional Civil Engineering Design Services and we will execute the Agreement if offered a contract by the City and is able to meet or exceed the City's insurance requirements contained therein. We trust the information provided will receive favorable review and afford us the opportunity to continue to be of service to the City. p Sincerely,/? Lim & Nascimento Engineering ) iam Nascimento, PE, SE 1 President/Principal-in-Charge 3 i CITY OF SAN BERNARDINO RI ISINESS REGISTRATION CERTIFICATE ts he:+.•r�wu l.wYx.n ihher,4lni.r il.Iry,nh[.a1/ ACCOUNT 1M1"°asp""•�`µ"eeu.m c<nnl.r.a....n<n in.iicai.rn Ir th .,�,n�f k ,I.pu,nnnis..uch+.f\.rw,p.ms,.,,a>nw t<..rvh.d Inn«„46,.usun,ura.nl.xh,nhi.au,n n, nk•��"misi.. NUMBER ....np f.um lx.romp lrv.ne A+e of A.,M1n mu renexal \n .crn,ng .ar..�neti.eb NM1IifWAL the P4sviess uwmr r,1.�nsiNe W. innclr' dye wnea, ,.� 29407 ,:�,»,.a,wy r«���hlnnm• Ifnmi„i�+4hu.wm>.annr r.f�.x,n.i«..nn,n.awta�y BUSINESS CLASS: ENGINEER EXPIRATION DATE 1/31/2009 DATE PAID NOTES: 02/29/2008 BUSINESS LOCATION: 1887 BUSINESS CENTER DR#8 OWNER.I"OR G J NASCIMENTO COMRAnON RUSINESSNAME LIM&NASCIMENII'O ENGINEERING CORP ATTE?IMON MAIjNa ADDREss 12 MAUCHLY STE L IRVINE, CA, 92618-6305 d� L� a� S ^� 111-I,Y LJ LVVJ VI .JV I IYVI I•Jfll\ ULI\I Ylll\V lIYU l.11 I JV JJVT✓1JV IV•J1JTJ,VU✓J1L •L BUSINESS REGISTRATION DELINQUENT NOTICE COMPLETE&RETURN WITH ._ SEE INSTRUCTIONS ON o+""" '" YOUItPAYMENTTO: REVERSE SIDE OF THIS FORM r = CITY CLERK,P.0.BOX 1319 ` d. SAN BERNARDINO,CA 92402.OR LEASE CROSS OUT ANY INCORRECT CT. *• �?ll?'; ° ••!=-"-^ s 700 N"D"ST.,2nd FLR. BUSINESS INFORMATION&MAKE :a SAN BERNARDINO.CA 92418 CHANGES DIRECTLY ON THIS FORM .• °"' (909)384-5302 or(909)384-5035 M OF EMPLOYEES OPEN DATE x ACCOON'Ie CLASS CLASS DESCRIPTION O2/OI/1996 ENGINEER 15 29407 A060 EMERGENCY PHONE eu.SINEss PHONE BuslNPSS 1887 BUSINESS CENTER DR#6 (909)890-0477 LOCATION EMERGENCY PHONE RETAIL SALES'rAX NO y, OWNER G J NASCIMENITO 014146146 i' PARTNERS OR - LIM&NASCIMENTO ENGINEERING CORD CORP.NAME ASSIGNED TO STATP.COMRACrORNO. BUSINESS 2p Gy4p;r•e DriVe NAM EXPIRATIONDATE MAILTNIO -„�- ''O" '' Lcike Fot"FSt , CA Q-7- 01/31/2009 ADDRESS GROSS RECEIPTS CLASS PROFESSIONAL SERVICES RATE SCHEDULE: REGISTRATION FEED 4zgso•as LESS THAN$15.000 $60.00 (FROM COLUMN AT LEFT) $ $15,000TOS19,999 SMLOI PO , 36$ •86 $20,000 TO 525,000 100.00 PENALTY Istdrll2° $ r/b5,3µ/. Ss ENTER THE TOTAL OROSSRBCEIPTS(PRIOR 12 MONTHS)HERE $_ EXT.ENF,FEE S Zg5o.8s FOR EACH$1,000 ABOVE$25,000 MULTIPLY HY 52.50 AND ENTER HERE S PRIOR YEAR ADJUSTMENT $ ADD$100 TO THE CALCULATED AMOUNT ON THE ABOVE LINE AND ENTER THE TOTAL S •� NO.Of VEHICLES ON THE REGISTRATION FEE DUE LINE t /DO NO.OF GAME(VENDING {)- MACHINES $ ?9,ro-Ss PROCESSING FEE s 10.00 '4 per��.Pt�. = 2QSro .SS - fF• (QuvHr+e I*OTHER__---- $ it TOTAL AMOUNT DUE 3 r 86 -PENALTY FEES: See reverse side for pensity Provisions RETURN ENTIRE FORM AND MAKE CHECKS PAYABLE TO: NOTE: CITY OF SAN BERNARDINO FOR CEASED OR SOLD BUSINESSES ONLY: PAYMENT DUE DATE: March 02,2009 THIS FORM MUST BE COMPLETED AND RETURNED NO LONGER DOING BUSINESS WSAN BERNARDMO WITH PAYMENT BY THE ABOVE DATE. IF NOT y BUSINESS STATED ABOVE WAS SOLD RECEIVED BY THIS DATE, PAYMENT IS SUBJECT TO r� DATE CEASED OR SOLD PENALTY AS STATED ON THE REVERSE OF THIS FORM. NAME,ADDRESS&PHONE OF NEW OWNER - DELINQUENT YOUR BUSINESS REGISTRATION HA9 NOT BEEN RECEIVED AND IS NOW DELINQUENT - A SOV PENAi TY MUST NOW BE SUBMITTED ALONG 'j I DECLARE,UNDER THE PENALTY OF PER3IJRY.THAT THIS FORM WITR YOUR PAYMENT. HAS BEEN EXAMINED BY M8 AND TO THE BEST OF MY KNOWLEDGE pMOUN7 OF PAYMENT AND BELIEF IS A TRUE,CORRECT AND COMPLETE STATEMENT OF FACTS. VISA EM MASTERCARD O FORM CANNOT REQACCEnPTED OR PR ESSED IFITI/OUT S/CNATURE \ SIGNATURE (X) I f � G��� DATE 3/Zj/OQ Card Number PRINT NAME -- --- — -- Co�1(er Validation Code P Ration Date TITLE ..Y CardholderSipawn OFFICE USE ONLY' a PROCESSED BV AMOUNT CKM CASH DATE Wells Fargo Bank,N.A. LIM & NASCIMENTO California 1C7r ENGINEERING CORP 20 EMPIRE DR. 16-241220 3/23/2009 LAKE FOREST, CA 92630 (949)768-8888 r O THE City of San Bernardino **3,329.71 c° :?'PO ,)ER OF: E Three Thousand Three Hundred Twenty-Nine and I_ DOLLARS v. ,.,. City of San Bernardino VOID AFT 90 DAYS City Clerk E PO Box 1318 - San Bernadino,CA 92402 MEMO AUT OHIZED SIGNATURE Account#29407 1190 29111 Mll 1: 1 2 2000 24 71:09940 19 74 311' f3LIM&NASCIMENTO ENGINEERING CORP 20 EMPIRE DR. LAKE FOREST,CA 92630 29426 City of San Bernardino 3/23/2009 jo Date Type Reference Original Amt Balance Due Discount Payment 3/2312009 Bill 3,329.71 3,329.71 3,329.71 Check Amount 3,329.71 1 t 1"9 Checking Account#29407 3,329.71 ( LIM &NASCIMENTO ENGINEERING CORP 20 EMPIRE DR. LAKE FOREST,CA 92630 29426 City of San Bernardino 3/23/2009 Date Type Reference Original Amt. Balance Due Discount Payment 3/23/2009 Bill 3,329.71 3,329.71 3,329.71 -� Check Amount 3,329.71 1 f Checking Account#29407 3,329.71 )RODUCTUTID3 USE WITH 9379 ENW1.01PE HAPIDFORMS 1-600-257-6354 or W W W.rapldforne.wm PRINTED IN USA A J A I, Section 1: Project Team Background In this section of our submittal, we are providing the City our proposed team of firms for the project, the background of the team members and our collective relevant experience. We want to conclude this paragraph by stating that LAN Engineering and our proposed Project Manager, Edward Ng, are committed to do "whatever It takes" for the successful completion of the project. The Project Team The Project Team is illustrated in Figure 1-1. We stress the tern "Project 'ream" since the success of the .. project will depend on all entities identified working together in harmony. The LAN team is a component of the project team with LAN in the role of Prime Consultant and the singular entity responsible to the City for all contractual, administrative, managerial and technical matters. We have called on three specialty subconsultants to support our work with their specialties. The respective responsibilities of the LAN team members are illustrated in Figure 1-2. We note that our subconsultants are entities that work with us on many of our projects. Consequently, the City is getting a team that"knows each other"; a team that can"hit the ground running on day one% Figure 14:The Project Team . . . . . . . . . . l CLIENT WA QPn1Ar IAII Other Agencies ►, !' ,, ' PRIME CONSULTANT SUBCONSULTANTS IC Jones&Stokes Mayer Surveying LIN Consulting Figure 1-2: LAN Team Member Responsibilities • Project Management • Project Control • Environmental • A Coordination Jones& Agency Stokes Resource Agency • QA/QC Permits Civil/Roadway Engineering • Utilities . • Hydrology/Hydraulics/Drainage/SWPPP • Mapping • Traffic Design/Electrical, Signals MayeY • Surveys • Structures Surveying . ROW Engineering • Encroachment Permits • Project Report Plans • Specifications _— LIN • Electrical/Lighting Estimates Consulting • Other Reports M City of San Bernardino Capital Improvement Program 1 r� Section i: Project Team Background Background of the LAN Team Members r� LAN Engineering. LAN Engineering Corporation is a California Engineering Firm with its professional practice exclusively in the planning, design, and construction management of transportation infrastructure, highways, freeways, roadways, highway bridges, grade separations, railroad bridges, a wide variety of water crossings, and, at times, one-of-a-kind transportation facilities. The firm was founded in 1994 by principals with over 40 years of combined experience. LAN has built a reputation for outstanding design, technological innovation, strong project management, strict cost and schedule control. Today the firm is at the pinnacle of transportation design and construction with regional transportation authorities and local agencies in the state of i California, and provides services to a wide range of such clientele with a staff of over 190 professionals and technicians. The firm is headquartered in Lake Forest, but also has offices in Anaheim, Diamond Bar, San Diego,Sacramento,Santa Clara,Oakland, and a very significant presence in San Bernardino. In the years since its inception, LAN has consistently devised efficient and cost-conscious solutions to complex roadway/highway, bridge, and grade separation problems. The firm prides itself on providing a ` quality product, and implementing a stringent QA/QC program. The importance of quality to the firm is reflected by extensive repeat business, with the virtue of client satisfaction as the preeminent priority. More i details of the firm, in general, are capsulated in Figure 1-3. In our 15 years of existence we have constantly .' grown in staff size and have remained strong. The testament to the success story of LAN Engineering is the significant(over 85%)volume of"repeat business". This has been possible because: • Our policy is to do"whatever It takes"to keep our clients satisfied. We have a highly competent staff whose experience and capabilities allow them to always "hit the -.._r ground running"without"learning curves". " Our clients always"get what they see Is committed". • Unless beyond our control,we always meet schedule milestones and exercise strict budget control.. • We maintain our focus on our core business, which is design and construction management of transportation infrastructure. • We consistently devise efficient and cost effective solutions. Our firm is sound financially. We are in a growing cycle instead of planning office closures. We have no ` pending litigations against us. WE HAVE NEVER BEEN TERMINATED from a contract. All said—WE WILL a DELIVER. The Presence of LAN in San Bernardino County The firm's largest presence, outside of its Lake Forest headquarters,is right here in the City of San Bernardino. This presence constitutes one of the largest full-time staffs in the Inland Empire committed to transportation infrastructure projects; and THE largest such staff within the City of San Bernardino. This local office is conveniently and proximately located less than 10 minutes away from the City office, County of San Bernardino offices, and Caltrans District 8. Operating from this location is a collective staff of 20 engineers 1 (all levels),technicians,and Construction Management personnel. The staff size is more than adequate enough to serve the needs of the City's project. We consider ourselves, not only as a firm in the City doing business, but also as part of the community. Over the years,by virtue of many projects in San Bernardino, we have been an integral part of improving and beautifying the area,and of the enhancement of its transportation mobility. ) 1 2 I� 1� Section 1: Project Team Background r) Figure 1-3: LAN Engineering—The Firm Types of California Transportation Protects Project Roles - •Widen/Extend/Improve/Realign Roadways •Design Consultant •New Freeways/Highways/Roadways ' •Modify/Improve/Widen Existing Freeways/Highways •On-Call Consultant • Highway/Railroad,Grade Separations •Program Manager •Road/Railroad/Water Body Crossings •New Bridges •General Engineering Consultant r •Widen/Extend Existing Bridges Peer Reviewer • Rehab/Seismic Retrofit of Existing Bridges • HOV Lane Additions •Value Engineering/Analysis •New Interchanges 1 • Modify/Improve Existing Interchanges •Extension of Client Staff • Drainage/Utility Improvements •Construction Manager •Traffic Design/Signalization • Roadway Lighting/Electrical Construction Inspection • Hydrology/Hydraulics •Oversight Consultant • Retaining/MSE/Noise Barrier Walls •Culverts/Other Drainage Structures/Parking Structures •Bridge Independent Checker t i _ State,County and Transportation Agency Clients In City Agency Clients In Southern/Central California Southern/Central Callfomla •County of San Bernardino •San Bernardino •Indio •County of Orange Rialto Temecula •County of Riverside Fontana •Mutrieta •County of Los Angeles Rancho Cucamonga •County of Fresno • Upland • Lake Elsinore •County of San Diego •Yucaipa •Perris •County of San Luis Obispo •Palm Desert •County of Kern •Loma Linda • •Palmdale San Bernardino Associated Governments •Victorvilie •Orange County Transportation Authority • Highland •Los Angeles •Transportation Corridor Agencies •Riverside •Irvine Y.� • Riverside County Transportation Commission •Moreno Valley •Laguna Beach •San Diego Association of Governments •Corona • Huntington Beach •Caltrans District 6,7,8, 10,12&DOS •Banning •Costa Mesa • Inland Valley Development Agency •La Quinta • Lake Forest •Southern California Regional Rail Authority(Metrolink) •Cathedral City •Alameda Corridor and Alameda Corridor East •Coachella • San Diego •North San Diego County Transit District •Indio •Bakersfield •Riverside&San Bernardino County Flood Control Districts •Temecula •Paso Robles Note:Green Colored Font Indicates San Bernardino County 9 T Section 1: Project Team Background ICF/ Jones&Stokes. In February 2008, ICF International merged with Jones & Stokes Associates, one of the premiere multidisciplinary environmental consulting firms in the western United States. For nearly 40 years, Jones & Stokes has supported a broad mix of federal, state, and local government and private-sector clients on infrastructure improvement projects, restoration and planning projects, and compliance with mandated government programs. Jones & Stokes has provided an array of integrated services in `. environmental planning and natural resource management, especially in the transportation, air quality, climate change, water, energy, and natural resources sectors. Together, ICF Jones & Stokes provides, in one fine, truly interdisciplinary experience in transportation,emissions, air quality analysis,climate change, and CEQA, with professionals who frequently work together to provide technical support to state and regional ' organizations on area and mobile source air pollution issues. ICF Jones & Stokes has worked on numerous transportation projects with the Caltrans. Recently, they were re-selected by Caltrans District 8 to perform environmental on-call services in Riverside and San Bernardino counties. LIN Consulting. LIN Consulting, a California corporation, specializes in traffic, and electrical engineering. ( LIN Consulting is a certified disadvantaged business enterprise (DBE), minority business enterprise (MBE), l and small business enterprise (SBE). LIN Consulting was founded in 1997 based on the principles of providing professional services with best value and quality on time and within budget. Their experienced staffs have actively participated in numerous projects of various types and scales for clients in the public and private sectors throughout Southern California. With their commitments in providing quality engineering r services, the company has been on a steady and controlled growth over the last 12 years. LIN Consulting specializes in all aspects of traffic, civil, and electrical engineering, and has extensive experiences working with State,counties,and cities as well as private owners and developers Mayer Surveying, Mayer Surveying, Inc. provides a full range of survey services to public and private sector ` clients. We are committed to providing quality products and being responsive to client's schedules. Their office and field resources utilize state-of-the-art technology and equipment to streamline product delivery and t minimize client cost. Services include: Legal Descriptions and • Aerial Mapping&Photos . 3D Construction Models ( Plans • Design Surveys . Project Monumentation • Document Research • Lot Line Adjustments • ALTA Surveys ` Right of Way Engineering • Lot Mergers • FEMA Elevation Certificates i &Mapping • GPS Machine Control • Tract Maps,Parcel Maps, • Boundary Analysis and • Construction Surveys Record of Surveys Resolution • Quantity Surveys . Certificate of Compliance • Utility Surveys 0 Horizontal&Vertical Control • Monitoring Surveys • Topographic Surveys Surveys J� A Section 2: Project Experience As was stated earlier, Roadways, Highways and Bridges projects constitute the core competence of LAN. Essentially, for all practical purposes, THAT IS ALL WE DO AND WE DO IT VERY WELL We do it in the roles/phases of either project development, design, program/project management, or construction management/inspection-and in some instances more than one role on a given project. Over the years we have significantly benefited from the fact that the know-how and performance of one phase/function enhances the know-how and performance of the other phase/function and the ultimate beneficiary is our client and his/her " project. ' Our experience is extensive, and we have experienced the full spectrum of project types, magnitudes and complexities-from the simple to the multifaceted to the mega to the landmark/one of a kind. A significant section of our clientele/projects are in the two Counties of San Bernardino and Riverside. Figure 2-1 and Figure 2-2 respectively in tabular summary form list our clients and their projects in those two Counties. Figure 2-3 similarly lists project/program management assignments. Last, Figure 2-4 summarily illustrates C projects performed for SANBAG. Following Figure 2-4, we are providing 11 relevant project experiences d with project detail and references. Figure M: LAN Clients/Projects within San Bernardino County :1 •d13 � � m 1!t 1 1 'j ,� No-liT7SxaMY3ry a 7 _, City of Highland � ,u.',Wt 4 City of Chino Hills �4 i -' '{t r�lY�.;ye� T 1 :cu+Fi' Hez42�kvmxa 1 g.,gi Pius >3u. ff "k.34 .. u�i� IW 3 pe c a, c sw o � 9 3 `.Y 'rp k P ,•`m""F'.,�* i r ms's nt T",x"i h; t ." Ya a 111 5 Section 2: Project Experience City of Coachella f` City of La Quinta ,' p\ DilleftR .1 R1`GratleSe ppP '" 1162 Efd81p1prgv6tYle �}! n > ,'sr d: :..... . •mar.men::vai:a:....: _sauas.'seiu ..�,g. ,, _ .....�_.w.;� �:.....4.�;.�s.;ut3; City of Cathedral City City of Indio East Pelm 6nyonf7live Bddge at West _ C •Widening/Rehabing SR-111 from Jefferson athedral Canyon Channel •West Cathedral Canyon Channel Bridge to 110 including Widening bridge over channel �ae4 City of Moreno Valley RCTC � r t 2 5 Sest f4nctu7p Iprovement:ProJec 2 �t if telignmen Ironwood Ave. Reconstruct/Sidewalk - •Cracacea Ave. Widening/Realignment City of Banning •Postal Ave.&Perris Blvd. •Gentian Ave., Bay Ave. &Indian St. •Highland Home Road Interchange AlignmerrisO w` ' •Perris Blvd. Widening--Ramona to Cactus ` . County of Riverside City of Riverside Market St.Bridge Gilman Spring Road Improvements Limonite Avenue HES Rd.Widen/Realign "•Live Oak Canyon Rd. Improvements '. Love kin Boulevard Improvements City of Lake Elsinore Pacific Avenue Improvements Magnolia Ave. RR Grade Separation •Jurupa Rd. +Clary St. Grade Separation qty of-Perris _ City of Temecula �- Vill_ City of Corona City of Murrieta vw. 1 Section 2: Project Experience . , Y, Caltrans District 8 SANDAG � ; 4 •Program Management for 1-15 Rehab - ion Services' •On-Call ProgramlProject Management for Capitaf",. r gra'' k <i`•..A -�- -f! Improvement Program •On-Call for Training, Schedulo,Manage. an •On-Call Program/Project and Risk Managemer� Contract Admin.and Pro - Plans- ` f E " County of San Diego Caltrans District 12 z - •Program/Project Management for COSD •As-needed CPM Scheduling Analysis&Claims Emergency Projects Analysis ' SCRRA- Metrolirlkltr Caltrans District 10 n •Orange County Gra - •As-needed rt -t Management Services g Enhancement Progr@ r Caltrans District 44 •Program/Project Management Services in HQ and Districts 1, 2, 3, 5,6. 9 and 12 -, (Note-one task order covered multiple Districts)- • 1 -• • 1 1 • Section 2: Project Experience Similar Project Experience with the City of San Bernardino ` Old Waterman Canyon Road Bridge Replacement Client: City of San Bernardino Contact Person/Tel Number: Michael Grubbs; (909)384-5179 Completion: On-going Cost: $2.1 million Responsible Work: Project Management,Civil and Bridge Engineering LAN Engineering was selected by the City of San ° > un� Bernardino to provide the engineering design services ', for the Waterman Canyon Bridge Replacement. Project responsibilities include site improvements and grading, utility identification and relocation, bridge type selection study and final plans, specifications,and a .� estimates for this bridge replacement. This bridge connects residents living in r Waterman Canyon with SR 18 and the City of San Bernardino. LAN Engineering was selected for our innovative approach to satisfying design ' requirements while minimizing construction costs,and our ability to handle an accelerated schedule while minimizing design costs. Our experience with 'r. bridge design, water crossings, Caltrans procedures and knowledge of storm flow requirements gave the City a level of confidence in our ability to manage and design this bridge replacement project. Elements of the project include: Stormwater Conveyance; Scour Protection and Invert Stabilization; Drainage Facilities Design and Improvements;Utility Relocation and General Civil Design;and Contract Administration Mount Vernon Bridge Replacement Client: City of San Bernardino . Contact Person/Tel Number. Michael Grubbs;(909)384-5179 Completion: On-going Cost: $20 million Responsible Work: Project Management,Project Report,Civil and Bridge Engineering r The bridge structure is a 16-span steel superstructure traversing over the BNSF Rail Yard. Technical challenges of the project include bridge widening the bridge while maintaining continuous rail operation during construction. LAN led a team to complete the environmental documents l Itai�r� and studies necessary to comply with California Environmental Quality _ �lr ? r Act(CEQA) and National Environmental Policy Act (NEPA) regulations d as well as Caltrans and FHWA policies and procedures. Studies included +Siff a a Historic Property Survey Report (HPSR) and Finding of Effect Report (Section 106 Documentation), a Biological Technical Memorandum, a Noise Study, an Initial Site Assessment, a Draft Relocation Impact Study (DRIS), and Section 4(f)Evaluation. LAN is also responsible for coordinating traffic,detour analysis, and is responsible for coordination with BNSF & CPUC. The Environmental studies lead to a Negative Declaration (ND) or Mitigated ND (MND) under CEQA and a Finding of No Significant Impact (FONSI) under NEPA. The appropriate environmental document that would be prepared and processed to obtain approval of the MND and FONSI will be an Initial Study/Environmental Assessment. 3 _) 8 cP 14 Section 2: Project Experience r" i Citywide Bridge Upgrading and Seismic Retrofit Program Client: City of San Bernardino ` Contact Person/Tel Number: Michael Grubbs;(909)384-5179 ! Completion: 2002 Cost: $5 million Responsible Work: Project Management,Civil and Bridge Engineering,Construction Mgmt. The City of San Bernardino owns 10 bridges, four of which are railroad overheads, that were seismic structural retrofit designed by consultants . F F working for Caltrans under the Local Agency Seismic Retrofit Program I 3 The City was given the responsibility to handle all other aspects of the project, including Caltrans local agreements with the railroad companies, 1 ® civil engineering, and construction management. The City retained LAN to provide these services. Construction and Maintenance agreements and ('D permits with Burlington Northern Santa Fe (BNSF), Union Pacific (UPRR), and Metrolink Railroads were t� required. The project was divided into two phases. First phase included bridge seismic retrofit at six locations over San Bernardino County Flood Control Channels and the second phase included bridge seismic retrofit at four locations over Rail Road Bridges and Barrier Rail Project. LAN maintained BMP practices, on a daily basis, on the job site while working on Flood Control Channels and safety practice while working on Rail Road l Projects. Since two of the bridges had lead base paint on the structural steel, the contractor had to submit and i practice the lead abatement program. The construction process was more challenging than new structures. a +3 State Street Extension and Realignment Client: City of San Bernardino Contact Person/Tel Number: Michael Grubbs; (909)384-5179 Completion: On-going Cost: $25 million Responsible Work: Project Management,Civil and Bridge Engineering,Environmental The State Street Project proposes extension of approximately 1.5 miles of roadway to implement a part of the City's General Plan Circulation Element to complete the linkage of State Street at the north and Rancho Avenue at the south to provide a continuous roadway between the I-10 Freeway and the I-215 Freeway to serve the western limits of the City and the surrounding region. This project will provide engineering design and planning for an ultimate roadway that will enhance the area with an arterial roadway with a landscaped median. The project scope will provide for an improvement project that will meet the traffic circulation needs, establish the right-of-way requirements, and implement the foundation improvements consistent with the ultimate project. Environmental studies will lead to a NEPA document to support the federal funding for the project. The bridge structures will be designed to the recently developed LRFD standards. The bridge structure over the East Branch of Lytle Creek will cross over the wide ;! concrete lined channel and spillway. The bridge structure over the main branch of Lytle Creek will be a reinforced concrete box structure designed to LRFD standards. The road alignment will be developed to avoid undue impacts to the various utility transmission facilities, reduce impacts to adjoining residents and businesses, and maximize the retention of existing roadway improvements. k Section 2: Project Experience Similar Project Experience in the San Bernardino County for other agencies Central Avenue/Palm Meadows Drive Client: IVDA Contact Person/Tel dumber: Alex Estrada; (909)382-4100 ,. Completion: 2006 Cost: $4 million j Responsible Work: Project Management, Civil and Bridge Engineering,PS&E LAN was retained for the 1.6 mile long street widening of Central Avenue and Palm Meadows Drive from Valley View Avenue to Mountain View Avenue as a sf J r part implementing the Inland Goods Movement Bill. The project will serve the properties being developed as part of the redevelopment and reuse of the lands surrounding Norton Air Force Base. The project has a very aggressive schedule It to meet deadlines set by the client for a tenant developing on the site 4 Coordination is required for the several projects in the area that will go to construction concurrent with the Central Avenue Project. A critical consideration in the design was the critical habitat of the San Bemardino Kangaroo Rat adjacent to approximately half of the project. Improvements ` include street reconstruction, street widening, curb and gutter, sidewalks, drainage improvements, signing, striping and traffic signals. San Bernardino Metrolink Parking Lot Expansion Client: SANBAG Contact Person/Tel Number: Michael Bair;(909) 884-8276 Completion: 2005 Cost: $175,000 Responsible Work: Project Management, Civil Engineering and Landscaping LAN was retained by SANBAG to prepare improvement plans for a parking lot expansion to the San Bernardino Metrolink station to solve the problem of overcrowded parking on the existing Metrolink commuter parking lot. The project converted an underutilized storage and traincar maintenance site to a paved parking lot for 149 passenger vehicles. Pedestrian access facilities were provided for convenient access to the Metrolink passenger loading area and the historic restored Santa Fe Depot and San Bernardino Amtrak Station. The design elements included parking lot layout, grading, paving, striping, and fencing. Drainage improvements were constructed and a WQMP was prepared for water pollution controls. Landscape and " irrigation was provided to screen the site from the nearby neighboring homes. The site also provided a secured area for the Metrolink Layover Traincar Service Facility. Access was maintained for the daily maintenance and servicing of the Metrolink passenger traincars on the site adjoining the parking lot. Coordination for the design included SANBAG, Metrolink and the City of San Bernardino. .1 u'r 10 I Experience Section 2: Project Similar On-Call Contract assignments for other agencies Bermuda Dunes infrastructure Study Client: Riverside County Transportation Dept Contact Person/Tel Number: Cathy Wampler;(951)955 6803 Completion: 2007 ' Cost: $10,500,000 C Responsible Work: Project Management,Civil Engineering,Project Scoping As part of LAN's On-Call contract with the Riverside County Transportation Department (RCTD), LAN prepared an engineering assessment of street and drainage improvement needs in the Bermuda Dunes area to establish funding and project programming. LAN identified the existing conditions and deficiencies at more than a dozen sites. LAN prepared a scope of the required improvements to meet RCTD standards, estimated construction costs,and prioritized the improvements. In developing the project list,LAN collected relevant data including existing width, pavement type,horizontal ® and vertical geometry issues, pavement condition, signs of pavement distress, and the existing physical improvements. Also included were site conditions including driveway connections, access issues, and site grading impacting the proposed remediation work or contributing to the known deficiencies. Criteria were established for prioritizing the projects. These factors included traffic volumes, effects/benefits to the local residents, right-of-way, and costs. Engineering analysis was prepared to identify the extent of required improvements. Preliminary costs of the individual site improvements were prepared, a priority list established,and a project report prepared. n Wilkinson Street Client: Riverside County Transportation Dept Contact Person/Tel Number. Cathy Wampler;(951)955 6803 Completion: 2009 Cost: $265,000 Responsible Work: Project Management,Civil Engineering,PS&E As part of LAN's On-Call contract with Riverside County and in conjunction with the County's Economic Development Agency(EDA), LAN provided planning and engineering services to provide a new paved road for a Waal community. The project site was constrained by rugged terrain, steep slopes and large rock outcroppings. LAN met with property owners to discuss their individual needs and concerns and identified key design issues. LAN developed alignment alternatives and cost estimates for consideration by the County and local residents. Upon selection of a preferred alternative, LAN prepared the plans, specifications and estimates for the proposed improvements. The improvements included selective removal of rock outcroppings to preserve the character of the terrain and provide sufficient clearance for the new roadway. Access to all properties maintained or provided for. The entry monument and access to the local recreation vehicle park were reconstructed. The project length of the selected alternative was 450 feet and included drainage, grading, utility sleeves,paving,and signing. 11 Section 2: Project Experience Limonite Avenue HES Road Widening and Realignment 3 Client: Riverside County Transportation Dept Contact Person/Tel Number. Cindi Wachi;(951)955-1863 Completion: 2003 Cost: $560,000 Responsible Work: Project Management,Civil Engineering,PS&E The Limonite Avenue HES Project involved widening, realignment,pavement , reconstruction and resurfacing approximately 5,000 feet of roadway. The ! existing roadway is a two-lane highway with paved shoulders. The project " i added a continuous left turn lane to the roadway to reduce rear-end and side :!y l impact accidents and facilitate turning movements. The roadway was widened -t_ and transitioned to meet the existing roadway to accommodate the additional lane. The shoulders were widened and brought up to current highway ,' 63 standards where right-of-way was available. An existing structural plate triple .rr" (� culvert used for horse crossing to the Santa Ana Wildlife Area was extended to accommodate the road widening. Pavement markings were placed to identify at-grade horse crossings along the project. A bus stop was relocated and a bus pullout added to enhance bus rider safety and improve through traffic flow. (3 Environmental issues were identified and reviewed to provide the necessary environmental clearances. Construction and noise limits were included in the construction documents to mitigate environmental impacts. The project is funded by State HES funds. SR-17 Guardrail Enchancement+SR-198/19t^ New Interchange Improvement Client: Caltrans District 6 Contact Person/Tel Number: Ernie Penuna;(951)955-1863 Completion: On-going Cost: TBD Responsible Work: Project Management,Civil Engineering SR 17 Guardrail Enhancement Projects, District 5: These projects propose to construct new guard railing, upgrade and replace existing guard railing posts from wood to steel post and replace existing MBGR with concrete barrier. These projects were initiated by the Caltrans District 5 Office of Traffic Safety to reduce the severity of collisions that occur at the highway within these project's limits. It is anticipated that this project would be funded from the State Highway Operation and Protection Project (SHOPP) under the Collision Reduction Program. The project limits in this portion of State Route 17 in Santa Cruz County is a rural, four- lane, scenic,divided,conventional highway that connects the cities of Santa Cruz and San Jose. Because of the mountainous terrain through which this section of State Route 17 passes, addressing existing roadway features that may not meet current roadway design standards, including horizontal curvature and shoulder widths, present challenges. Environmentally, the redwood trees and other trees exist right adjacent to the outside shoulder can be significantly impacted if the design is not properly researched. SR 198/ 191h Ave New Interchange Improvement, District 8: This project proposes to improve traffic continuity on State Route 198 between the State Route 41/198 Separation and 18 %2 Avenue (Vine Street) in the City of Lemoore,in Icings County,and upgrade State Route 198 from an expressway segment to a freeway segment. The construction cost was estimated at $16,795,000 and the right of way and utility relocation cost was estimated at $3,125,000. The preferred alternative includes the conversion of the existing at-grade _0 intersection at State Route 198/ 19'h Ave to a partial (half) clover interchange. In addition, auxiliary lanes will be constructed between State Route 41 and 19's Ave. The at-grade access at 18 %2 Ave (Vine Street) will be eliminated and replaced with cul-de-sacs. # U Experience Section 2: Project Caltrans District 8 On-Call Highway Design Client: Caltrans District 8 Contact Person/Tel Number: Jesus Paez;(909)3834513 ( Completion: 2002 Cost: $754,000 Responsible Work: Project Management, Civil Engineering,PS&E 1 LAN Engineering was retained as the Prime Consultant by Caltrans, District 8 to perform professional and technical highway design engineering services, on an "On-Call" basis, to supplement Project - Development efforts on State facilities in Riverside County. Projects and x tasks include: -10/13ob Hope Interchange — LAN performed utilities research and ' prepared utility location maps for a new split diamond interchange on the I-10 freeway at Bob Hope Drive and Ramon Road in Thousand Palms. Aft LAN also prepared utility drawings for the PS&E's. SR-91/Green River Road Interchange—LAN performed utilities research and prepared utility location maps for an interchange replacement project on the SR-91 Freeway at Green River Road in Corona. The scope of work included preparation of utility drawings for the PS&E's. Upgrade Existing Guardrail and End Treatments—LAN performed site review and assessment of over 350 MBGR installations on I-10, SR-60, SR-62, SR-78,SR-79, SR-111,and SR-243. Based on site conditions and existing facilities,LAN identified and recommended improvements to upgrade facilities to conform to NCHRP 350 crash test standards. LAN also prepared PS&E's to implement the recommendations. I-215/SR-60 Interchange Improvement Project— LAN prepared plans, specifications, and estimate for the W# construction of a 4.98 M high, 792 M long masonry block soundwall on concrete barrier. The wall is supported on CIDH concrete piles and on a CIP concrete retaining wall on spread footing. SR-79 between Domenigoni Road and Hunter Lane—LAN performed utilities research and prepared utility location maps for 10 miles of highway widening on SR-79, from Domenigoni Parkway to Hunter Lane. The existing two-lane highway will ultimately be widened to six lanes. ,3 13 Project Section 3: _ Our proposed organization to perform the project illustrated in Figure 3-1. Our team is ready to pledge all required resources to the City's project,and as such, we have carefully evaluated that should we be selected for the City's project there would be no over commitment. In Figure 3-2 we have prepared a table outlining current project commitment and availability of key personnel. Resume of proposed staff follow. Regarding the organization and staffing,we would like to especially invite attention to the following: • Our Project Manager is Edward Ng, PE. He is one of our most senior Project Manager and Civil Engineer and has been successfully delivered numerous capital improvement projects for city agencies in Inland Empire. • They key LAN staff are all project managers in their own right. All have worked with Edward on his ` civil engineering projects. • Alicia Colburn is a "real" added value to the project. A former District S Environmental Senior, her role at LAN is to oversee the environmental documentation preparation by our subconsultants to make ( sure they are done "right" the first time and in conformance with Caltrans and Federal requirements, i so that approvals are expedited. Figure 3-1: Proposed Organization Chart ry San Bernar ioo • w Legend William • (xx) i Year(f Experience Project . - Edward Ng, PE (35) Proiect Report Signals Environmental/Permits Edward Ng, PE (35) Mahmoud Khodr, TE (25) 1CF Jones :3 Stokes Civil + Roadway Drainage Brian Calvert (13) Paul Lau, PE (26) Nadia D' Parashi-Tigo, PE (30) Electrical/Lighting Robert Wong, PE (11) Utilities LIN Consulting (DBE) Heng Chow (12) Denwun Lin, PE, TE (28) Nicolas Borrayo (2) Paul Lau, PE (26) Caltrans Coordination Surveys Water Quality/SWPPP Alicia Colburn (7) :rlayer 5urleying Nelly Lo, EIT(3) Nisa Hester(8) Randy Mayer, PLS (24) 14 Section 3: Project Organization .� Figure 3-2: Key Personnel Current Project Commitment and Availability Table Role Firm Concurrent Assignments 7 Key Personnel Current Availability (%Project Complete)[% Effort by person of his/her available timel i Perris Blvd,City of Moreno Valley,PS&E,(30%)[10%] Edward Ng,PE Magnolia Ave RR Grade Sep,Riverside County,PSR(95%)[15%] Project Manager LAN I-215,Segment 2,SANBAG, PS&E,(95%)[5%] Current Availability: 65% I-215 Bi-County, County of San Bernardino,PR(15%)[3%] Central Avenue,IVDA,PS&E(100%)[2%] I-215 Segment 2, SANBAG,Drainage PS&E,(80%)[10%] Paul Lau,PE East Junction,RCTC,Drainage PS&E,(50%)[15%] Civil+Roadway Lead LAN Perris Blvd,Moreno Valley,PS&E,(50 010)[10%] Current Availability: 50% Ironwood Avenue,Moreno Valley,PS&E,(50 0/o)[10%] On Call Projects,Riverside County,(50%)[5%] ` Dist 6 On-Call,Caltrans(PR+PS&E 100%)[1%] Waterman Cyn Bridge(PS&E 100%)+25th St.West(PS&E 100%) [1%] Mahmoud Khodr,TE East Palm Canyon,Cathedral City(PS&E 65%) [5%] Signals LAN 7th Standard Road,Kern County(Construction Staging 100%) [1%] Current Availability: 65% Arrow Route,City of Rancho Cucamonga(DPR 95%)[7%] Devote Interchange,SANBAG(DPSR 85%)[10%] 60/215 East Jct HOV lanes,RCTC(Design 65%) [10%] I-15/Duncan Canyon Road,City of Fontana,(PA/ED 70%) [10%] Brian Calvert Lead I es o 0 Environmental Lead Jones& I-215/State Route 74,City of Lake Elsinore(PA/ED 20%) [10%] /o] Current Availability: 30% Stokes 1-215 Widening Project,Caltrans(PA/ED 40%) [15%] SR-91 Auxiliary Lanes(PA/ED 15%) [10%] University/State Street Grade Separation,(Construction 100%) [1%] SR-41 Caltrans District 6(Design 60%) [15%] Denwun Lin,PE 7th Standard Widening,Kern County(Design 100%) [2%] Electrical/Lighting Lead LIN Current Availability: 50% Westside Parkway,Bakersfield(Design 60%)[5%] - I-405/Avalon FC,Carson(Design 95%)[2%] Office Management[25%] Jpa Grade Separation(Construction 50%) [20 1/oj Randy Mayer,PLS Mayer River Rd. Bridge Replacement,(Construction 0%) [5%] Surveys Lead - Current Availability:50% Surveying Boundary Survey, SDR Surveying(Mapping 40%)[20%] Other Survey project[5%] )C 15 William Nascimento, PE,SE Principal-in-Charge 1 Education: BS,Civil Engineering, CA State Polytechnic University,CA MSCE/ 1988/Civil Engineering/University of California,Berkeley Professional Registration: Civil Engineer/California,C-44871 Structure Engineer/California, 5-3836 3 Years of Experience: 23 years William Nascimento has dedicated his entire career to project management and engineering and has served as Principal-in- Qualifications&Experience Highlights: Charge and Project Manager for all the major civil/bridge design projects ✓ Thorough Knowledge of Caltrans undertaken by LAN Engineering. Procedures&Requirements ✓ Ability to manage multiple tasks and Project Manager: 1-215 BI-County Improvement Project, SANBAG & multiple subconsultants ' RCTC, Riverside County and San Bernardino, CA. The I-215 Bi-County ✓ Pro-Actively coordinate with City of I Project consists of widening and reconstructing the existing six-lane San Bernardino to ensure that City's freeway to accommodate the addition of HOV lanes and mixed-flow lanes. needs are met in a timely manner The project includes reconstruction of interchanges, overcrossings, retaining walls, sound walls, and railroad underpasses to fit the wider freeway design. LAN is the prime engineering consultant, with responsibilities for all engineering design to complete the Project Report. Project Manager 1-215 North Widening/Reconstruction,Segment 1, Rialto Avenue to Ninth Street,SANBAG, ., San Bernardino,CA , r The I-215,Segment 1 project consists of widening and reconstructing the existing six-lane freeway to accommodate the -.. addition of HOV and mixed-flow lanes, with an ultimate 10-lane configuration. This includes new overcrossings and widened undercrossings to accommodate the wider freeway design. LAN is a subconsultant with major responsibilities in the areas of stage construction,traffic handling,detours, signs,drainage design,and structures design. Project Manager: 140/Cedar Avenue Interchange Project Report,County of San Bernardino,CA LAN was retained by the County of San Bernardino to develop alternatives, write the project report, and provide for environmental clearance for the I-10/Cedar Avenue project. The project consists of reconstructing of the interchange at Interstate 10 and Cedar Avenue,and the widening of Cedar Avenue between Slover Avenue and Valley Boulevard in the unincorporated community of Bloomington. 3 Project Principal:20th St Extension&Campus Ave Realignment, Larkspur,CA. William was responsible for design of 3800 lineal feet of street to implement the City of Upland master plan for circulation in the northeast quadrant of the city. The new streets will provide access to the future SR-30 Campus Avenue interchange. The alignment and grading were coordinated with the design of the SR-30 project alignment. Coordination with Caltrans was required at the interchange and at the connection to 19th Street. Project Manager/Engineer:Gilman Spring Road Reconstruction,County of Riverside,CA William was responsible for design for realignment,reconstruction and widening of 7,500 feet of roadway. The roadway was realigned to eliminate sight distance deficiencies at high-accident locations, optimize the vertical alignment, and raise the design speed to current standards. Drainage improvements included four major culvert crossings with culverts up to a triple 10-ft x 10-ft reinforced concrete box culverts. Project Manager.Caltrans District 8 On-Call Services,Riverside County,CA JC LAN Engineering was retained as the Prime Consultant by Caltrans, District 8 to perform professional and technical highway design engineering services, on an "On-Call" basis, to supplement Project Development efforts on State facilities in Riverside County. Projects and tasks include: I-lOBob Hope Interchange; SR-91/Green River Road Interchange; Upgrade Existing Guardrail and End Treatments; I-215/SR-60 Interchange Improvement Project; and SR- 79 between Domenigoni Road and Hunter Lane. 16 A d Edward Ng, PE Project Manager+ Project Report Education: BS,Civil Engineering,Oregon State University, 1972 Professional Registration: Civil Engineer/Califomia,C-46767 Years of Experience: 35 years QEdward Ng has 35 years of professional civil engineering experience in both government and private consulting Qualifications&Experience Highlights: engineering. His experience includes management and design of ✓ Extensive experience in all facets of the roadways, highways, facilities, drainage systems, water systems, and Civil Engineering Design;including building and retaining wall structures. Edward's experience includes Roadway,Drainage,PR/PSR,etc geometric layouts, report preparation including Project Reports and ✓ Engineering experience included new Project Study Reports,preliminary and final design,utility coordination, freeways,interchanges,freeway widening, drainage design, structural design, ailroad overheads,and bridge replacement gn, surveying, right-of--way coordination, �. ✓ Very familiar with City of San Bernardino and preparation of plans, specifications, and estimates. His project Project Delivery Process experience has included new freeways, interchanges,freeway widening, railroad overheads,and bridge replacement. ` Project Manager.San Bemardino Railroad Grade Separation Seismic Retrofits,San Bernardino,CA Edward was responsible for developing the project bid package and civil plans for the seismic retrofit of the Rialto Avenue UP, Rialto Ave OH, and 27'h Street/BNSF OH structures. Package included roadway improvements, construction staging,cost estimates,and specifications. Project Manager.Central Avenue Improvements, IVDA,San Bernardino County,CA _ Edward served as the Project Manager and Task Leader for the preliminary engineering,preparation of environmental documents and PS&E for the Central Avenue Project. This project will improve Central Avenue/Palm Meadows Drive from the intersection of Valley View Avenue to the intersection of Mountain View Avenue. The total length of the project is approximately 1.6 miles. Project Engineer:20th Street Reconstruction, PS&E, Upland,CA Edward was responsible for the civil engineering design for two miles of street overlay, reconstruction, and new street construction. Plans included plan and profiles, and details for reconstruction of pavement, curb and gutter, sidewalks and driveways. Plan drawings also included traffic handling,detours,and pavement delineation. Project Manager.Jasper Street Storm Drain, PS&E,Rancho Cucamonga,CA Edward was responsible for drainage analysis, drainage report and design of 2200 If of 72" storm drain line in Jasper Street and 19th Street. The storm drain was designed to cant'city stomiwater and freeway runoff across a depressed grade section of the SR-30 freeway. The project also involved relocation and lowering of 8" and 24" water lines and resurfacing of Jasper Street. The storm drain and water lines were constructed at depths of up to 40 feet below grade and between residential homes and narrow residential streets. Design also included hydraulic analysis and designed modifications to an existing outletibubbler system to allow the Jasper Street and Carnelian Street storm drain systems to function in accordance with Caltrans design standards. Project Manager.Lincoln Avenue Storm Drain,PS&E,Corona,CA Edward was responsible for design management of major storm drainage facility involving over 25,000 feet of drainage line including concrete channel, concrete box, and drainage pipe up to 120" diameter. Unique design tasks on this project included design of three debris basins, a combined park and detention basin, protection of a fiber-optic ductbank,protecting/rerouting several water and irrigation lines and a jacked crossing under a 108"MWD water line. i �I a� 17 i� d Edward Ng, PE Page 2 of 2 r' Project Engineer:SR438 Highway Realignment,San Bernardino County, CA Edward was responsible for preparation of roadway, grading, drainage, detours, construction staging, pavement delineation, and signing plans for widening and realignment of SR-138 east of the I-15 freeway. Plans were prepared for realigning and widening the existing two lane winding road to a facility with four lanes and a painted median. The roadway was realigned to meet current highway standards, improve safety, and meet the increased traffic demands l� from growth in the Hesperia area. The roadway passes through mountainous and rugged terrain that involved significant grading and drainage improvements. The project included provisions for wildlife crossings and off-road vehicle crossings. Project Manager:On-Call Projects,RCTD, Riverside County,CA Edward serves as Project Manager for various road and drainage improvement projects on an On-Call contract for the Riverside County Transportation Department. Consultant services provided for projects are specific for the needs of each project and have included road design, drainage, environmental, geotechnical, traffic signal, and survey services. A partial list of the projects and improvements include: • Gilman Springs Road, Phase 1—Widening and realignment of approximately 6.5 miles of roadway east of ! Moreno Valley,replace and upsize culverts • Gilman Springs Road, Phase 2-Widening and realignment of approximately 1.5 miles of roadway east of Moreno Valley,replace and upsize culverts,prepare environmental report • Lovekin Blvd- Widening and restriping roadway to improve intersection operation and facilitate agricultural ! truck movements near Blythe,CA • Limonite Avenue—Widening and realignment of roadway to add continuous left turn lane and add shoulders, extend structural plate culverts and horse crossing. Project was funded by HES safety funds. !; • SR-79/Benton Road—Traffic signals and intersection widening improvements on State Route 79 north of Murrieta • Lemon Street/Mission Trail—Drainage improvements including local street drainage and master plan flood control channel improvements in Lake Elsinore • Pacific Street—Street widening and realignment in the Rubidoux area. Improvements include addition of a storm drain system and reprofrling the roadway to provide drainage control and prevention of flooding of private properties from street flows. Project Engineer: 1-215 Widening and Reconstruction,Segment i,San Bernardino,California Edward was responsible for drainage design, NPDES stormwater quality treatment facilities, and signing on the $75 million freeway widening and realignment project. The drainage facilities design includes onsite drainage facilities, as well as a major offsite drainage system with pipe up to 2400mm(96") diameter. The drainage design required coordination with drainage improvements on the two adjoining segments of the I-215 project. The stormwater quality treatment facilities were coordinated with Caltrans' water quality coordinators and included vegetated swales. The storm drainage piping included jacking under railroad tracks and major street crossings and connection to a USACE flood control channel. Reche Canyon Road Corridor PSR,Riverside and San Bernardino Counties,CA Edward was responsible for preliminary engineering,planning and preparation of Project Study Report for nine miles of roadway between the City of Moreno Valley and City of Colton. Reche Canyon Road is major commuter route between Moreno Valley and San Bernardino County cities. The road runs through four different jurisdictions, each with their own standards for roadway, land use, zoning and planning. The residents along the corridor range from 10 acre li minimum rural lots to typical suburban housing developments and have differing views of community lifestyles. The terrain ranges from steep rocky terrain to flat valley floor alluvials. 18 Paul Lau, PE Civil + Roadway+ Utility (Project Engineer) Education: BS,Civil Engineering+MS,Structural Engineering Professional Registration: Civil Engineer/California, C-38388 Years of Experience: 26 years QPaul Lau has over 26 years of professional civil and structural Qualifications&Experience Highlights: engineering experience in both private and government sectors. ✓ Extensive experience in Capital His experience includes Design and Construction Management of road, improvement Projects drainage, building, utility and bridge projects. The breadth of his experience includes all aspects of project development process from -/ Extensive experience working with local feasibility studies, project reports, right-of-way, geometric approval agencies in San Bernardino ' drawings, and extensive involvement in final plans, specifications and estimates. Paul has 13 years of experience with the City of Moreno Valley and has successfully completed the design and construction management for many city-street improvement projects, including design of the Indian Street, Webster l Avenue,and Myers Avenue Projects. Design Engineer. 1-215 Widening and Reconstruction,Segment 1,San Bernardino,CA Design drainage,NPDES stormwater quality treatment facilities and signing on the $75 million freeway widening and realignment project. Prepare hydrology/hydraulic calculations and reports, drainage plans, profiles and details, sign plans,details and quantity sheets for both drainage and sign plans. Design Engineer. 1-215 Widening and Reconstruction,Segment 2(Ninth Street to 1-259),San Bernardino,CA Design Engineer: Design drainage, NPDES stormwater quality treatment facilities and signing on the $75 million freeway widening and realignment project. Prepare hydrology/hydraulic calculations and reports, drainage plans, profiles and details,sign plans,details and quantity sheets for both drainage and sign plans. Project Engineer. Palo Verde Street Storm Drain Design, Montclair,CA Design 5,600 feet of storm drain, drainage laterals extensions including freeway on ramp drainage connections, residential area connections and outlet structure to regional basin. Also design re-connection of the utility brine drainage line. Prepare traffic control plans,hydrology/hydraulic calculations,PS&E. Project Engineer. Ironwood Avenue Pavement Reconstruction and Sidewalk Improvements,Moreno Valley,CA Paul designed 2,600 feet of pavement re-profiling and reconstruction to improve to 5 lanes. Highway was funded by Local Assistance Program; project included installing 1,100 feet of sidewalk and reconstructing access ramps and driveway approaches; and preparing traffic control plans and PS&E Project Engineer. Mission Trail&Corydon Street Storm Drain Design,Lake Elsinore,CA Design 3,500 feet of concrete channel and storm drain and revise channel design to accommodate developer's request. Prepare hydrology/hydraulic calculations,PS&E. Project Engineer: 20th Street Extension and Campus Avenue Realignment, Upland,CA Design 2,500 feet of road extension, sidewalks, storm drain, waterlines, utility relocation, access road and landscaping plans related to the State Route 210 project.Prepare hydrology/hydraulic calculations, PS&E. Project Engineer.SR60/Moreno Beach Drive Traff ic Signal and Street Improvements, Moreno Valley, CA Design street pavement widening and temporary traffic signal for freeway on/off ramp. Tasks included layout of street improvements,coordinating traffic signal design,encroachment permits application to Caltrans and PS&E. 19 Robert Wong, PE Civil + Roadway(Project Engineer) Education: B. Eng.,Civil and Structural Engineering(Honor),The University of Hong Kong Professional Registration: Civil Engineer/Califomia,C-64734 Years of Experience: 11 Computer Skills: AutoCad R14, Auto Desk Land Desktop Development R3/2005, Civil Design Rational Method Hydrology,Hasted Flowmaster v6/2005, Water Surface Pressure Gradient(WSPG). Relevant Project Experience: I-15/I-215 Interchange Reconfiguration,Devore,SANBAG,San Bernardino County,CA • Ironwood Avenue Street Improvements(Heacock- Perris Street),Moreno Valley,CA 1 Auto Center Drive/BNSF Grade Separation,Corona,CA • I-215 /SR-60 East Junction EW HOV Connectors, Riverside County,CA Glen Helen Parkway Grade Separation, San Bernardino County,CA t: • Iowa Street Grade Separation,Riverside,CA r • Ketella Smart Street,Anaheim,CA . Storm Drain Master Plan,Chino Hill,CA Indian Detention Basin,Moreno Valley,CA Heng Chow Civil + Roadway(Design Engineer) Education: BS,Civil Engineering Professional Registration: PE/Malaysia Years of Experience: 12 1 Q Heng started his career as a Civil Engineer in Malaysia in 1996. He has dedicated his first 4 years experience in a design office doing infrastructural design and office engineer's works for various private residential and industrial developments. He has design knowledge in road and traffic, drainage, major storm water drainage, water, sewer and structural works. Heng joined a property development company in 2000 as a Project Engineer for infrastructure projects. He gained his early CM experience in monitoring project activities and schedules, utilities coordination, supervising inspectors' daily operations, enforcing QA/QC and safety compliance, preparing monthly progress report, checking progress claim and doing office engineering works. Heng was promoted to the position of Project Manager in 2004 overseeing a new residential land development project. Heng was employed by LAN Engineering in Oct,2008 and is currently working under Edward Ng as Civil Engineer. Relevant Project Experience: • State Street Extension&Improvements, San Bernardino,CA • Perris Blvd Improvement,Moreno Valley,CA • Ironwood Avenue+Heacock Street+Perris Street Improvement, Moreno Valley,CA • Indian Detention Basin,Moreno Valley, CA • I-215/SR-60 East Junction EW HOV Connectors,RCTC,Riverside County,CA • I-215/Baton Interchange, San Bernardino County,CA 20 J Nicolas Borrayo Civil + Roadway(Assistant Engineer) Education: BS,Civil Engineering Years of Experience: 2 Design Engineer:State Street Extension& Improvements,San Bernardino,CA.Nicolas generated preliminary alignments for different alternatives Design Engineer: Highway 111, Indio, CA. Nicolas finalizes signing and striping plans, typical sections, and assist with revisions of plan sheets : Design Engineer:Auto Center Dr, Corona, CA.Nicolas was responsible for setting up layout, signing, striping, profile, typical sections,drainage plan&profile,and demolition sheets [' Assistant Engineer. 1-215/SR60 East Junction, Riverside County, CA. Nicolas assisted with drainage plans, and worked on stage construction, traffic handling,and corresponding quantities Design Engineer:Perris Blvd, Moreno Valley,CA. Nicolas was responsible for setting up plan and profile,signing and striping,typical section,cross sections, details,and the respective quantities. Also worked on engineer's estimates. Design Engineer:SR79/ Lamb Canyon, Beaumont, CA Nicolas generated preliminary exhibits for different alternatives Design Engineer:SR12/Church Rd, Rio Vista,CA Nicolas generated preliminary alignments for different alternatives Nelly Lo, EIT Water Quality/SWPPP(Assistant Engineer) Education: BS,Civil Engineering Professional Registration: EIT Years of Experience: 3 QDesign Engineer: Ironwood Avenue,City of Moreno Valley, Moreno Valley, CA Nelly designed storm drain systems; designed street horizontal and vertical alignments;and prepared plan and profile sheets. y Design Engineer: Iowa Avenue,City of Riverside, Riverside,CA Nelly conducted hydrology and hydraulic analyses of existing and proposed conditions;designed storm drain systems to perpetuate existing drainage patterns;and prepared storm drain plan and profile sheets. Design Engineer: Auto Center Drive, Corona,CA Nelly conducted hydrology and hydraulic analyses of existing and proposed conditions;designed storm drain systems to perpetuate existing drainage patterns;and prepared storm drain plan and profile sheets. Design Engineer: SR-91 HOV Lane Addition/Freeway Widening,Caltrans District 8,San Bernardino,CA a Nelly conducted hydrology analysis for proposed project site; and designed drainage systems to perpetuate existing drainage pattern Design Engineer:Avenue 66 Nelly prepared preliminary roadway alternatives for grade separation 21 Mahmoud Khodr,TE Signals(Sr. Project Engineer) Education: BS,Civil Engineering Professional Registration: Traffic Engineer/California,TR-2065;Civil Engineer/Florida/59018 Years of Experience: 25 years l © Mahmoud Khodr has more than 25 years of extensive experience in wide variety of civil engineering and roadway design projects, including stage construction, traffic detouring and signing/striping, traffic signal and street lighting projects and traffic impact and circulation studies. He managed several design projects in the Inland Empire„ Riverside and Los Angeles Counties. Before joining LAN Engineering; Mahmoud has managed several PS&E projects and was responsible for civil engineering design projects including bridges and buildings in the City of . New York. He was responsible for cost estimates and Construction Inspection and Supervision, Construction Management activities for several projects in southern Florida and New York areas. Mahmoud has over 7 years of ( Public Works work experience through his employment with the City of Los Angeles, Department of Transportation C (LADOT)and Broward County,Traffic Engineering Division (BCTED)in Florida. Project Manager:Old Waterman Canyon Bridge,San Bernardino, CA Mahmoud was responsible for the PS&E for the replacement bridge and roadway including roadway design, channel grading and restoration, signing and striping stage construction. He is also preparing construction documents and coordinating the design work and environmental documents with the city the staff. Project Manager: Pepper-Linden Drive,San Bernardino,CA Mahmoud was responsible for the PS&E for the new roadway section of four lanes divided Arterial Street including roadway design, traffic signal design, signing and striping. He also prepared construction documents and coordinated with the city staff during the design period. Deputy Project Manager. Highway 111 Widening Project, Indio,CA Mahmoud is responsible for the PS&E for the widening of Hwy 111,from four to six lanes divided Major Arterial Street in the City of Indio including roadway design, traffic signals design, signing and striping, landscaping, drainage, water line, utilities upgrades and bridge widening. The project also includes two-miles of pavement rehabilitation along Hwy 111 in the City of Indio. He is also preparing construction documents and coordinating with the city and other agencies staff during the design period. Project Manager. 25th Street West, Palmdale,CA Mahmoud is responsible for the PS&E for the new roadway section of four lanes Street including roadway design, signing and striping. He is also preparing project construction documents and coordinating the design work with the city staff. Deputy Project Manager Rancho Vista(Avenue P),Palmdale,CA Mahmoud was responsible for the PS&E for the widening of Rancho Vista Blvd,six lanes divided Major Arterial Street in the City of Palmdale including roadway design, traffic signals design, signing and striping and RR on-grade crossing. He is also preparing construction documents and coordinating with the city and other agencies staff during the design period. Project Engineer. Avenue 48 Extension, Adams Street, Mlles Avenue and Washington Avenue Widening Project, La Qulnta,CA PS&E including roadway design, drainage, channel crossing, traffic signals, signing and striping, construction staging and utility coordination. CProject Manager. Hill Street Transit Avenida,Los Angeles,CA Traffic analysis and preparation of traffic and pedestrian signal plans for 21 locations along Hill Street, downtown Los Angeles. The work included signing and striping plans,median islands and overhead signs for the conversion the street from one-way to two-way operation. Coordinated with LADOT Design and ATSAC Sections, Street Services, Signal Construction and Burea of Street Lighting at the City of Los Angeles. 22 i.� Nadia D' Parashl•Tigo, PE Drainage(Project Engineer) Education: BS,Civil Engineering+ MS,Civil Engineering Professional Registration: Civil Engineer/California,C-51422 Years of Experience: 30 years QMebane Rancho, County of Kern. Feasibility studies for transportation, environmental/wetlands, grading, water, sewer and drainage plans. Rancho Santa Fe Springs,County of San Diego.Grading, storm water pollution prevention, hydrology and hydraulics, street design,storm drain and sewer system plans. Westcreek-Tract 52455, County of Los Angeles. Water quality analysis, debris and detention basins, hydrology and hydraulics, street design,storm drains, sewer and water system plans. Beverly Park Estates-Tract 38057 &33186, City of Los Angeles. Hydrology and hydraulics, street design, storm drains and sewer system plans. f "•.ate r n�".. s A..,...1',... .et I.I�1holland Estates - Bract 26135, Cl., of Los Angeles. Hydrology and hydraulics, storm drain, ., u Ring wall profiles,street design, sewer and water plans. Commerce Center II -Tract 49257, 49258 & 49259, City of Santa Fe Springs. Hydrology calculations, grading plans and detention areas, street plans, storm drain and sewer plans. Nisa Hester Caltrans Coordination(Project Engineer) ` Education: BS,Civil Engineering Years of Experience: 8 QAssistant Project Manager. Caltrans District 8 "On-Call" Project Management, (Project No. OSAii51) San Bernardino,CA Nisa assisted the Project Manager with daily aspects of the project such as monitoring hours charged to the project by Caltrans Staff,monitoring Contractor expenditures,conducted project status meetings and monitored the resulting action items, conducted negotiations for cooperative agreements,updated project schedule and adjunct reports for headquarters, and attended community functions to inform public of projects(active and pending). ` Other Project Experience: Perris Blvd Widening, Moreno Valley,CA • I-15/Arrow Route,Rancho Cucamonga, CA State Street Extension &Improvements, San Bernardino,CA • 1-215/SR60 East Junction, Riverside County,CA. Devore, San Bernardino County, CA 23 t: Alicia Colburn Caltrans Coordination(Project Engineer) ! Education: BA, Environmental Studies, Cal State San Bernardino ( Years of Experience: 7 Alicia Colbum is experienced in environmental analysis (CEQA and NEPA) for a wide range of public agency and Caltrans projects. She has prepared, reviewed, and signed environmental documents (CE/CE, r ND/FONSI, EIRIEIS). Prior to her hire as Environmental Manager, she was the Senior Environmental Planner of the Caltrans District 8 Environmental Local Assistance Group. While at Caltrans, she ensured that transportation projects were carried out in accordance with CEQA, NEPA and other environmental laws, regulations, and processes. She coordinated all internal/external reviews, collected, analyzed, and interpreted technical information for inclusion in environmental documents. Specific training that she received while at Caltrans includes, but not limited to: NEPA Delegation Workshop,Federal-Aid Series Overview, Environmental Analysis Intensive,and CEQA—Step by Step. Environmental Manager.Mount Vernon Avenue Bridge Replacement,San Bernardino,CA Alicia is responsible for the management of environmental sub consultants. Specifically, ensuring that environmental documents are completed on time and provides a quality control/quality assurance prior to submittal to Caltrans. The project is currently in environmental review. Alicia also aided in the preparation of the Request for Authorization for Preliminary Engineering with Caltrans District 8 Local Assistance. Environmental Manager Auto Center Drive Grade Separation,Corona,CA Alicia is responsible for the management of environmental sub consultants. Specifically, ensuring that environmental documents are completed on time and provides a quality control/quality assurance prior to submittal to Caltrans. Environmental Manager: Boulder Avenue Bridge Replacement, Highland, CA Alicia is responsible for the management of environmental sub consultants. Specifically, ensuring that environmental documents are completed on time and provides a quality control/quality assurance prior to submittal to Caltrans. Lead Environmental Planner(Caltrans):Peyton Drive Widening Project,City of Chino Hills,CA .' Alicia provided oversight as the Lead Environmental Planner at Caltrans. The environmental document consisted of an Environmental Assessment (EA) with a Section 4(f) De Mimimus evaluation and also included various technical studies. Prior to departure,Alicia was the Caltrans signatory to the Draft Environmental Assessment that was circulated for public review. Lead Environmental Planner(Caltrans):Van Buren Bridge Replacement,County of Riverside,CA Alicia provided oversight as the Lead Environmental Planner at Caltrans. Alicia aided in the delivery of the Draft Environmental Assessment, which included various technical studies. In addition, Alicia aided in the delivery of the Biological Opinion and the Multiple Species Habitat Conservation Plan Consistency Finding. Lastly, as Senior Environmental Planner, Ms. Colbum aided in the delivery of the Finding of No Significant Impact (FONSI) that was issued by the Federal Highway Administration. Lead Environmental Planner(Caltrans):Clinton Keith Interchange Reconstruction, Murrieta,CA Alicia provided oversight as the Lead Environmental Planner at Caltmns. Alicia coordinated reviews of the technical u studies necessary for the Environmental Document. g Lead Environmental Planner(Caltrans):Gene Autry Trail Bridge Replacement over UPRR, Palm Springs,CA Alicia provided oversight as the Lead Environmental Planner at Caltrans. Alicia coordinated reviews of the technical studies necessary for the Categorical Exclusion. In addition, Ms. Colbum was signatory to the Categorical Exclusion and aided in the delivery of the signature from the Federal Highway Administration. 3 24 Brian Calvert Environmental/ Permits(Project Director) Education: BA,Geography and Regional Science,The George Washington University, Washington,D.C., 1993 Master of Environmental Planning,Arizona State University,Arizona,2000 Years of Experience: 13 'CCCjanes& Brian Calvert has 13 years of experience managing the planning and environmental work associated r Stokes with a number of projects. He has prepared environmental documents and reports to meet federal (NEPA)and state (CEQA)regulations, which requires the interpretation and analysis of environmental, social, and cultural data, and the presentation of this information in a clear and concise manner that conforms to established regulations and legislation. Project Manager.Cypress Avenue Overcrossing Project IS/EA and ND/FONSI,City of Fontana,CA v, The City of Fontana, in cooperation with the County of San Bernardino and Caltrans, is proposing to construct a new Cypress Avenue Overcrossing.The project consists of a new four-lane grade separation on Cypress Avenue across I-10. The new overcrossing would extend approximately 0.8 kilometers (0.5 miles) from Valley Boulevard on the north to Slover Avenue on the south. ICF Jones & Stokes is preparing the IS/EA (leading to an ND/FONSI) and supporting technical studies including a draft relocation impact report, historic property survey report, NES, noise report, visual impact assessment report, water quality report, and community impact assessment. For this project the City and ICF Jones &Stokes have forged an agreement with Caltrans to use a workshop format for revising the technical studies and environmental document. The team goes through each report/document and makes all of the necessary revisions as a group during the workshop. This process reduces the review/revision cycle significantly as all revisions are made to the satisfaction of each reviewer in real time, eliminating several months of review and revision time compared to the standard way of processing environmental documents through Caltrans, and this also eliminates the potential for misunderstandings. ` Project Manager: 145 Duncan Canyon Interchange Project Study Report/Preliminary Environmental Assessment fill Report,City of Fontana,CA ICF Jones & Stokes is assisting the City of Fontana with the preparation of a Preliminary Environmental Assessment Report for the I-I5/Duncan Canyon Interchange PSR. The proposed project would reconstruct an existing overcrossing J of the 1-15 freeway in the northern part of the City of Fontana as a full-service interchange. Project Manager and Project Director. 145 from 1-215 to the San Bernardino County line IS/EA/MND/FONSI(1-15 Corridor Improvement Project) ICF Jones& Stokes is preparing the environmental document for this project which covers a distance of approximately 43.5 miles, involves improvements and/or widening of 47 bridges and highway crossings and directly involves the cities of Murrieta, Lake Elsinore, Corona,Norco, along with the County of Riverside communities of Wildomar, Sedco Hills, Alberhill,Glen Ivy Hot Springs,El Cerrito,Mira Loma. Environmental Project Manager: 140/Date Palm Drive, Riverside County,CA This project involves the preparation of an IS/EA,to be followed by an ND/FONSI,for reconstruction of the I-10—Date Palm Drive interchange. Brian is completing the environmental documentation. J Project Manager and Project Director. 1-215 Median Lanes Widening, Murrieta Hot Springs Road to Scott Road Caltrans in coordination with RCTC proposes to widen I-215 from Murrieta Hot Springs Road to Scott Road in Riverside County,California. For the proposed project, the existing facility would be widened from two to three lanes in both the northbound and southbound directions by adding a third mixed flow lane within the median, as well as overlaying the remainder of the existing facility with asphalt concrete pavement within the project limits. The total length of I-215 between the project post mile limits is approximately 7.8 miles. For this project ICF Jones& Stokes is preparing the necessary technical studies and environmental documentation for compliance with NEPA and CEQA, along with relevant Caltrans requirements. 25 Denwun Lin, PE,TE Electrical/ Lighting(Sr. Project Manager) Education: Master of Architecture,UCLA, 1987 BS,Civil Engineering,NTU,Taiwan, 1978 Professional Registration: Civil Engineer/California, C 46719 Traffic Engineer/California,TR2117 Years of Experience: 28 !. Denwun Lin has over 28 years of experience in traffic signal, lighting, power design, traffic engineering,transportation study,and traffic handling designs. Lighting and Power Design: Managed and designed various lighting and power designs for freeways, streets, tunnels, underpasses, bridges, parking lots, park and ride facilities, community and regional parks, sport fields, transportation management centers,bus stations,regional transit hubs, and Metrolink stations. Representative projects include: • University Grade Separation for SANBAG,City and County of San Bernardino • Monte Vista Grade Separation for SANBAG and City of Montclair Village"L"Lighting Study and Design,City of Big Bear Lake Commerce Center Bridge Lighting for Newhall Ranch • Highland and Baseline Bridge Lighting Design for the City of Highland. • Metrolink Station Rehabilitation at five stations for RCTC • Montebello/Commerce Regional Transit Center for SCRRA • Anaheim Amtrak/Metrolink Station Electrical Design for SCRRA • Cal. State Los Angeles University Metrolink Station for SCRRA Dario Vasquez Park Drainage,Lighting,and Power Design Project,Riverside • San Fernando Cesar Chavez Memorial Park Lighting Design 26th Street Extension Project,City of Vernon I-151 Duncan Canyon Interchange,City of Fontana I-151 Foothill Blvd,Rancho Cucamonga • SR-60 HOV project for RCTC SR-79 for RCTC and Caltrans District 8 Traffic and Electrical Engineering: Managed and/or designed various project involved traffic signal, signal interconnect, signal communications, ramp meters, freeway surveillance, fiber optic communication, CCTV, CMS, ramp metering in the Southern California area. Representative projects include: • On-Call Electrical Engineering,Caltrans District 8 District-wide Fiber Optic System Documentation for Caltrans District 8 Route 210 ITS design, Segment 2,4,and 7 for SANBAG I-10/Riverside Avenue Interchange Improvement Project,City of Rialto i I-15/Lenwood Road Interchange Improvement Project,City of Barstow. I-15/Mojave Drive Interchange Improvement Project,City of Victorville t SR-41 Improvement Hanford to Armona,City of Lemoore i 3 SR-60 Widening Plan Review,Moreno Valley SR-74 Widening,I-15 to Seventh Street,Lake Elsinore and Perris, RCTC { C - SR-79 Widening for RCTC. SR-91/57 HOV project for OCTA. • SR-91/Main Street,City of Corona. • SR-91 HOV Harbor Boulevard to I-5,OCTA. 26 Randy Mayer, PLS Surveys(Licensed Land Surveyor) Professional Registration: California Licensed Land Surveyor,No. 7024, February 1994 Years of Experience: 24 MAYER Randy Mayer is the President of Mayer Surveying, Inc. and will be responsible for all survey SURVEYING.Inc services provided. Randy is a California Professional Land Surveyor (PLS 7024) and has over 24 years of experience in the surveying field. His breadth and depth of expertise has been developed over 17 years with the California Department of Transportation (Caltrans) and 7 years in the private sector. Mr. Mayer's background in Project Management provides him with a clear understanding of the capital project delivery process from project initiation through completion of construction. Owner, March 2007 to Current Date-Mayer Surveying, Inc,Yucaipa California Manage all aspects of small business • Property,Topographic,Mapping and Construction Surveys • Legal Documents Technical Consultant Senior Survey Manager,January 2006 to March 2007-Associated Engineers,Ontario California Manage project workload and schedules Technical advisor on survey procedures and equipment application. • Directed staff in map and document preparation conforming to agency standards • Client Management Survey Manager,July 2003 to January 2006-Yeager Skanska Construction,Riverside,California • Provided QA/QC surveys and reports on various projects. • Responsible for implementing GPS survey procedures for field personnel and heavy equipment. Provided mapping surveys for project quantities and material plants. Developed 3D models of projects that were utilized by GPS equipment Project Manager,September 2002 to July 2003-AEI-CASC Engineering,Colton,California Managed projects related to land development Principal Surveyor,September 2001 to September 2002-Smith Surveying Co.,Big Bear City,California • Managed project workload,preparation of proposals and set field crew schedules for boundary, mapping and construction surveys. Client management Senior Land Surveyor- Project Manager, 1/00 to 9/01 - Caltrans District 8 Chief Land Surveyor- Project Manager, 6/98 to 1/00 - Caltrans District 8 • Monitored project schedules,workplans and resource needs • Liaison with local agencies and consultants • Participated on statewide Project Management Implementation Teams • Coordinated fieldwork for 12 survey field crews and office personnel. Land Surveyor Supervisor- Crew Chief/Survey Analyst, 2/94 to 6/98 - Caltrans District 8 • Supervised a four-man field crew in the performance of control, landnet, design and construction surveys. Responsible for accuracy, reduction,and delivery of field data and record documents • Utilized conventional and state of the art equipment applying associated methods 27 ss� 1 Section l/ Management Approach In this section of our submittal, we intend to highlight how LAN typically manages a project. It goes without saying that effective management is key to a project's success, leading to client satisfaction. As stated earlier, < over 85% of our work is repeat client/projects. THIS IS ACHIEVED THROUGH OUR COMMITMENT TO PROVIDING HIGH QUALITY SERVICE TO OUR CLIENTS! Introduction Schedule and budget are the two dearest concerns to any public works client;and certainly we assume the City of San Bernardino shares similar concerns. LAN brings to the City a commendable track record of positive accomplishment in both areas. We know all too well that a client's schedule is critically important. Consequently,we must: ,� • Be able to "hlt the ground running" and maintain schedule throughout the design. In order to do this, we will: — MINIMIZE fragmentation as well as individual exterior responsibilities. LAN will undertake the majority of the design in-house. Only certain specialties will be subcontracted. — Commit senior staff who do not need any "learning curves" or"on the Job training". Asa team we have committed such staff. — Commit a core leadership who KNOW EACH OTHER. The LAN leaders committed for the key C components of the project have all worked together on many of our projects. — Be the singular source of contact so there is no divided responsibility or fragmentation. LAN has done so by proposing as the Prime Consultant. In addition, our proposed project manager will have the authority to render decisions on behalf of the entire team. `+ • Have a track record of budget/schedule control and strict adherence to QA/QC. We are proud to say that we have such a track record. Our pride is best exemplified by the fact that over 85% of our projects are repeat clientele/projects. WE MUST BE DOING SOMETHING RIGHT. • Have a track record of effectively coordinating with "tough customers" like railroads, utilities, regulatory, oversight and permitting agencies; and receiving expeditious approvals. LAN has that record. "� • Have a good track record in communication,responsiveness, and cooperation. LAN has such a record and will certainly repeat itself on this project. LAN and the City have developed an excellent working relationship over the years and we are committed to maintaining our high level of service and 3 attention to the City of San Bernardino. Have a track record of delivering the committed leadership and key staff and having them stay through the project.LAN's company policy is "what our clients see Is what they get" Management and Control of the Work As always, at the end of the day, it falls on the shoulders of the proposed Project Manager to successfully "deliver." How Edward Ng, PE will effectively manage and control the work is tabularly summarized in Figure 5-1. He will also strictly follow the QA/QC and document review procedures established at LAN. A discussion of these follows. s 28 r Section 4: 1 Approacht e, Quality Assurance/ Quality Control QUALITY CONTROL _w LAN has long recognized the importance of Quality Management and Quality Control and its direct relationship to the success of any m... project. LAN's Quality Management Program begins at the project identification phase by identifying the "right people for the right job", i.e., only personnel with relevant qualifications and experi ence wN. will be proposed for an assignment. It has been a standard policy at •Established and proven quarry control Plan. LAN to develop a quality control work plan for every project •Constructible Details •Central Filing undertaken by the firm. Accordingly, prior to submitting our .Progress Reviews proposal, we will prepare a quality control proposal work plan •Technical Audit ' internally to evaluate not only the production team, but also the •independent Check QA/QC team's qualifications. •Constructibility Review •Key Personnel Committed for Project Duration ✓ Identify the key players that will be involved in the project. t ✓ Describe the various elements of works,identify major tasks and due dates. ✓ Outline the design standards and manuals to be followed. ✓ Establish checking and review procedures. ✓ Define the procedures for filing all project correspondence based on LAN's Uniform Filing System. ` ✓ Identify project review team assignments and responsibilities. i ✓ Describe CADD procedures and formats and electronic submittal procedures of the final PS&E. In the production phase of a project, the following is a schematic workflow �r✓) diagram that illustrates the internal checking procedures that currently are Mq{ I! /d INiONf (� I- •ems being utilized by LAN engineers. k uM„"3 =' ^_ Planning: Our Quality Management Plan sets out basic project QC/QA guidelines. Checking: All final design documents prepared by the LAN team will be checked in detail prior to formal submittal. While design personnel self-check I their own work,QC/QA procedures require a second, independent check of all --';ti._ drawings, engineering calculations, computer files, CADD files, quantity 4 computations, estimates, and reports. At various milestones throughout the development of the project plans, our team will be performing an independent check on completed aspects of the design. The final design will typically be checked after the 65% submittal and completed in time for the 95% submittal. ro " Any minor change between the 95% and 100% submittal will be subject to independent checking as well. I Review:Coordination between disciplines is a key facet of the review process. The designers and the Project Manager will circulate review plans internally at predetermined intervals to maintain uniformity in plan preparation and ensure full coordination of design interfaces. 3 Project Management Review: When design strategies, conceptual, and r CJ preliminary design documents are ready for formal review submissions, a `✓ w - complete set of documents will be assembled for review by the Project Manager and senior technical personnel. This review will ensure that the j documents are consistent with good engineering practice and the standards of our clients. 3 70 Section 4: Quality Control/ Management Approach Strong and Effective Management By the Progress Status Monitoring Project Manager Edward Ng, PE 'Conduct monthly PDT Meetings, Discuss progress on milestones •Serve us the primary contact o ith the City and all •As required hold Progress Meetings with the City other agencies/stakeholders im ohed• and all other external auencics inrohcd or affected. •Manage the consultant learn..Enforce constant and • Prepare meeting minutes and promptlp distribute to 'effective communication and conn-olYhe Itnw of all parties. Include: - communication(especially the day-to-day internees). •List orall attendees �.Exercise decision-rendenng authority on behalf of • Purpose:and objectives of the ntecong the entire LAN tcam. •Summary of the discussions •Ensure there are"NO SLRPRISLS"to the(itv and •Decisions reached all other agencies im-ok ed. +Action items and the respectivc rc,ponsiblo J-Meet and thoroughly fulfill all conu'actual and entityindh idual techri cal,'professional requirements. Be responsible •Conduct internal LAN team meetings at periodic for product quality,timely delncry,and budget control. intervals and'op Mien deemed necessary. Attend(and it necessary chair)all progress and ninthly 'prepare month(,progress reports to be submitted to PDT meetings as required,.Conduct a kickoff meeting. the City. Includes status sunnmary exhibits on Alert the I..%,\ principakni charge rot resource needs cost and schedule,discussions on pastischeduled and allocation.: activities,status of meetings and action items. Project Control Quality Assurance/Quality Control • Put ono effect an effeclive project contol syslem •Conduct a fluid Acv aw for initial scopmg and clear understanding orscopc'goals between LAN from day one of project and the City. •;Monitor the merall project schedule,as well as, • Develop a specific tailored plan rot this project. Establish that plan's obicctk es.and the,cope and specific schedules of principal and critical acticirics, guidelines to be folb:owd. •Monitor internal LAN project expenditures by labor • Assign ell trained and espenenccd individuals and direct costs. responsible for components orlhe plan. - • Extcndplan to all leant member+and assign: +iblonitor consultants to make sure they ale specific team mcnnber responsibilities, constantly ntonitoting their respective labor and •Convey a clear understanding to all team direct costs, member's and staff as to vt hat the effort is all about and the City's expectations • 11ert the Ciry on potential impact on cost andior • Adherc to Total Quality Manaecmcnt In nciplcs- ,chcdule and propose-solutions and or`avork DO IT RIGHT THE FIRST TIME. ;Founds''_ • Conduct Independent disciplinary and interdisciplinary Reviews as required fin r discipline '. • Make sure thesubconarltant invoices arc Iikcoise coordination consistencv and aecunacy. rccci%ed in a timely Manner • Imrncd s iateapery isors provide daily feedback to • Fffico ve record keeping(Project piles,Meeting project learn staff concerning the,accuracy, precision,and clarity of their work,and whether Minwcs,IZccord of Conacrsatinns,( onfinning it mnfornts locurrent professional standards and , S VerbalRequcsts). tile e,xpcctationsof tile client. Section . •l/ Management Approa Constructability Review LAN prides itself on providing a quality product, and providing a stringent quality control and quality assurance program. The importance of quality to us is reflected in the fact that we depend on repeat business and strive to make client satisfaction a preeminent priority. In fact, the majority of our workload comes from our existing clients, and this can only be achieved by consistently providing our clients with the highest quality of work. LAN has an unwritten policy,which evolved from our owners,and that policy is simply once we get a client, we will do anything necessary to satisfy our client,and to make the project a success. One of the ways LAN ensures the production of a quality product is by performing constructability reviews. A "clean set of construction documents" - meaning a plan set that is complete and has no design holes, is essential in order to minimize construction change orders,and to control construction costs. LAN draws on Its vast construction management resources to provide thorough and expedient constructability reviews during i, the development of the design. These reviews focus on ease of construction, consistency of the construction documents, and the anticipation of potential contract change orders. LAN will provide these constructability �) reviews prior to each,and every,submittal. We also have an internal policy of a low tolerance for errors and omissions, as we well know that errors and _ omissions translate into project delays, not only during the design phase, but during the construction phase as well. Low quality work also translates into construction cost escalation due to excessive change order requests made by contractors. In order for the LAN team to provide a client with a clean set of construction documents, we put into action a process that consists of: ✓ Integrate our QAIQC plan with constructability review plan - LAN's QA/QC plan has been successfully implemented on many of our projects. The plan will be customized to ensure that it meets the needs unique to this Project, and all of the project components will be taken into consideration. All of our work will be checked for accuracy and design standards compliance. ✓ Dedicate a single qualified individual to conduct the implementation,monitoring and execution of the QA/QC plan. Edward Ng, PE, has a proven track record and years of experience working on complex multidiscipline projects as well as an intimate familiarity with project development procedures. ✓ Constructability Reviews - We truly believe in the value of constructability reviews. LAN will document the review comments and responses using the constmctability review form to ensure the completeness of a review process. Ability To Meet Schedule Deadlines Proactive project controls that closely monitor the progress of each work element in terms of budget and schedule are essential. LAN will use a three-step process to monitor and control the work performed by our own work forces and any required subconsultants. Through this process, our Project Manager has the ability to provide timely, accurate and relevant information to THE CITY in a monthly progress report. The three- step process is as follows: ' • Step One-Develop and Appropriate Work Plan and Manageable Work Elements. The first step will be to develop an appropriate work plan and manageable work elements (MWE). The work plan will be a tool with which the progress of the work is implemented, monitored and reported. Each MWE will be budgeted with its required manpower,costs,and overall effort for the project will be estimated. A project schedule will then be developed. The work plan will be finalized during contract negotiations. 31. Section 4: Quality Control/ Management Approach ,� • Step Two - Monitor Work Progress. The second step is to monitor the progress of the work and determine whether the project is progressing in accordance with the work plan, as measured in terms of time and cost. Key components in this step are the identification of actual time and costs accrued ,. on each work item performed by LAN, any subconsultants, and the accurate reporting of the progress of each. • Step Three - Identify Variances in Work Progress and Take Corrective Action. The third step in our project control system is identification of the cause of any variance in the progress of the work, and establishment of the appropriate corrective action plan,and incorporation of mitigation measures. Plan Reviews and Comment Response Procedures LAN employs a fairly simple, but effective, way to document plan review and continent responses. This is illustrated by the following example: Once we receive all the comments from the previous Submittal, we will produce a Comment/Response Matrix, and this matrix will list the commenter, the comment, and the response to comment for each comment received. This matrix will then be submitted back to the commenting agencies ( along with the next submittal. In the event there are comments, which need further clarification or discussion, LAN will request a meeting to resolve each of these types of comments. Knowledge of State and Local Procedures As was stated earlier,virtually all of LAN's work is in the public sector. Figure 4-2 illustrates the broad range i of clientele we serve and/or coordinate with as the case may be. As such, we have full and more important always up to date knowledge of the full spectrum of state and local procedures and requirements. On transportation projects we have performed projects in every step of the Caltrans Project Development Process; I namely PSR, PANED, PSE, and Construction Support. We are very familiar with the HBR process and procedures. We constantly interface/coordinate with environmental/regulatory/permitting agencies. We have a track record of doing things right the first time and obtaining expeditious approvals. ,.� Figure 42: LAN Project Environment Clientele/Coordination r FHWA Railroads i„ Caltrans Districts Utilities PubliGPrivate Regional Transportation Environmental Agencies Agencies Measure Programs Regulatory/Permitting Funding Agencies Agencies ` County Government Army COE Departments City Agencies Flood Control Districts `3 32 A_COM AECOM 909 890 0477 tel 1887 Business Center 909 890 0467 fax Drive,#6 San Bernardino,CA 92408 www.aecom.com Attachment`B" `r November 30,2009 Mr. Michael Grubbs, P.E. City of San Bernardino 300 North"D"Street San Bernardino,CA 92418 grubbs_mi @sbcity.org Dear Mr.Grubbs, Subject: Supplemental Proposal for Design of Bridge Repair at 2nd Street and Warm Creek(SS08- 20 We are pleased to present this Proposal in response to the Request for Supplemental Proposal for Design of Bridge Repair at 2 1d Street and Warm Creek. We are especially pleased at this opportunity as it represents a continuation of services previously performed for the City by AECOM/LAN Engineering. We are eager to bring the benefits of this prior experience to the City to assist the City in moving this project to the next level and have the project constructed for the benefit and safety of the public. In our evaluation of the project scope, we have developed two scope options to cover a full range of possible solutions to providing a permanent, safe and cost-effective facility at 2nd Street and Warm Creek. Our first option will be to evaluate the bridge structure for rehabilitation or repair strategies to make the bridge safe. In the event that a rehabilitation or repair option is not viable, then we have developed a second option to replace the existing bridge. A replacement facility can be relatively cost- effective since the historical drainage tributary area has been reduced with diversion of much of the flows to the concrete-lined Twin Creek/Warm Creek Channel east of Waterman. A replacement facility would only have the pas the flows from the current truncate tributary area. We have include costs proposal for the two options. Providing this will allow the project to move forward with less delay, should the rehabilitation/repair option not be feasible. As you are aware, LAN Engineering and AECOM have merged and we now operate under the AECOM banner. However, we are maintaining original commitments to the City by assigning staff from the"LAN Engineering"group. While we may make use of additional resources available through the merger, we commit that the key individuals will be as per our original proposal to the City under LAN Engineering. On behalf of AECOM, I am proud to present this team of firms and staff to the City of San Bernardino. We recognize the importance of the City's undertaking and want to make sure "it happens" successfully. Serving clientele in both San Bernardino and Riverside Counties, in both design and CM has been our distinct pleasure, and we look forward to a productive working relationship with the City and successful construction of this project. Ve�ry_trruuly yours, `�( cj Edward Ng, P.E. Project Manager s� Design of Bridge Repair at 2nd Street and Warm Creek (SS08-20) The AECOM team will provide professional and technical engineering and permitting services to prepare preliminary engineering Plans, Specifications and Estimates (PS&E) for the 2nd Street Bridge Rehabilitation Project as described below. All construction documents will be developed to comply with the requirements specified in the American Recovery and Reinvestment Act (ARRA). In addition, AECOM will aid the City of San Bernardino(City)during the bidding phase and will provide construction support services during the final phase of the project. Project Understanding Project Purpose, Location and Description The purpose of the proposed project is to restore the structural integrity of this existing bridge to its original condition. The immediate objective of the project is the successful rehabilitation of the 2nd Street Bridge for the City of San Bernardino with a minimum of disruption to vehicular ati and pedestrian traffic, and with few or no construction claims. In addition, strategies are identified for providing a � longer term solution for preserving/protecting the existing bridge structure and replacing the existing bridge, consistent with cost vs. return based on the estimated remaining life of the structure. 2nd Street Bridge over Warm Creek The 2nd Street Bridge (Bridge No. 54C-0411)carries four lanes of traffic on 2nd Street over the Historic Warm Creek between Arrowhead Avenue and Mt.View Avenue. The structure, originally constructed in 1952, and widened in 1965, is a two span, rolled steel girder bridge that is approximately 52 feet long, 64 feet wide and is supported by timber pile abutments and bent. All foundations were constructed with timber piles and steel pile caps consisting of three steel angle sections bolted to the tops of the timber piles. Existing Conditions The original bridge design details dated 1952 indicate that the bridge was designed to support H2O-44 live loading. No indication is given regarding seismic loading that may have been considered. The existing timber pile bents supporting the 2nd Street bridge have been exposed to fire and decay over time. At least one of the piles has decayed completely away at the ground surface of the creek bed. Other piles and timber sway braces have been damaged by fire and may need to be replaced in order to ensure the continued support of the i bridge. The structure is listed by Caltrans as being Structurally Deficient. The r j bridge has been inspected by Caltrans and is considered to be "serviceable," as it does not exhibit overt signs of distress. The sufficiency rating for the bridge is listed as 64.1 by Cattrans Structure Maintenance and Investigations. The AADT is estimated to be 20,000 vehicles per day and the bypass length is listed as 1.2 miles. �^ Proposed Repair/Rehabilitation Yom' This approach is intended to identify the minimum work needed to restore/protect the bridge's structural integrity. The scope of work is limited to identifying timber piles, sway bracing and other structural elements that exhibit overt damage/decay, and replacing those elements with new Supplemental Proposal for design of Bridge Repairat 2id Street and Warm Creek(SS08-20) Sr w materials. Current design standards will apply only to the repair details. Evaluation of the bridge structure under current design standards will not be performed. Identification of Elements: Includes the performance of a review of existing inspection noted and a detailed bridge inspection to identify those bridge elements that are damaged or decayed and are not performing their intended functions. One of the timber piles at bent 2 has decayed and is no longer performing its function to support the bridge superstructure. Other piles exhibit fire damage, and will need to be inspected closely to determine if the piles have lost significant portions of their structural capacity. Timber sway bracing and connections between piles and bracing and between piles and steel cap beams will also be inspected to identify elements that are damaged, missing or ineffective. Development of Repair Strategy: Under this task, strategies to repair/replace portions of the existing bridge will be developed. Specifically,the repair/replacement of timber piles and/or portions of timber piles will be developed for all timber piles that are identified as having lost their structural integrity. 7imber Pile . . . . The restoration of timber pile continuity is a known requirement, and can be approached in a couple of different ways. The easiest, least costly, and least disruptive to vehicular and pedestrian traffic is to replace only the damaged portions of existing timber piles, utilizing the remaining sound portions of the piles for foundation support. Original bridge details indicate that the existing timber piles are approximately 30 feet in length. Measurements at the site indicate that the pile length exposed above the invert of Warm Creek is approximately 10'-6". Therefore, the existing timber piles are embedded approximately 19'-6" below the invert of Warm Creek. Strategies for timber pile repair include the following: Splice with Remaining Portion of Existing Timber Pile: The original Decayed Timber Pile construction plans indicate that the timber piles are approximately 30 feet in length. Since the existing vertical clearance between the soffit of the bridge and the invert of Warm Creek is approximately 10'-6", approximately 19'-6" of the original timber piles exist below the invert. The strategy would be to remove r� ` the portion of the timber pile that extends above the invert and splice in a new replacement column element with the portion of the timber "`M pile that remains below the creek bed. —� Remove Existing Timber Pile -Timber piles are connected to the cap e" beam by bolted connections,and are also connected to sway bracing � = with bolted connections. All of these connections may be removed - u using hand tools. Light equipment will be needed to support and remove the 10.5 foot long section of the pile above the creek invert. It is likely that the portions of the piles below the invert remain in good condition. If this is the case,shallow excavations will be enough to expose the tops of the piles,which can then be trimmed to form a Remove Existing Timber Pile square end of sound timber, ready to splice on a new column extension. Splice Timber Column Extension - Column extensions can be constructed of timber. A new timber column extension can be spliced on top of the (`r remaining portion of the original timber pile using a steel sleeve. Through _ bolts can be installed to transfer tensile forces, while compressive forces are transferred through bearing on a steel plate welded inside of the sleeve. The sleeve itself would be bolted tightly around both the timber pile and w Supplemental Proposal for design of Bridge Repair at 2°Street and Warm Creek(SS08-20) f- -! column sections, preventing them from separating, and designed to transfer shear and flexural forces. Shims could be used to develop a firm connection between the cap beam and the timber column extension. Spliced Steel Column Extension - This same strategy could be used with a steel column extension. In this case, the column extension would be fabricated from a steel pipe section. A steel sleeve would be used to connect to the remaining portion of the existing timber pile below the creek invert. Through bolts would be used to transfer tensile forces. A threaded steel collar could be incorporated in the column extension to allow for adjustments in the length of the column section. In this way, the replacement column can be adjusted to ensure that dead load and live load ., . from the bridge superstructure are carried by the replacement column. This arrangement makes it easier to ensure that the replacement column shares the structure loads with the remaining supports in the pile bent. Special coating specifications would be used to protect the column extension from corrosion and ensure a long service life. Spliced Concrete Column Extension - A spliced column extension could also be constructed of concrete. A shear connector ring could be designed to transfer shear forces between the concrete column and the timber pile. A threaded anchor could be installed to transfer tensile forces between the sections. Compressive forces would be transferred through bearing •- between the timber pile and the concrete column extension. A steel bracket would be designed to fit the existing steel cap beam. Anchor bolts between the concrete column extension and the steel bracket would be designed with leveling nuts that could be used to make adjustments to the length of �`' the column extension, providing a mechanism for preloading the column extension. It would be necessary to core a hole in the bridge deck to provide for the placement of concrete to construct the cast-in-place concrete column extension. A fiberglass reinforced collar could be constructed at the joint between the timber pile and the concrete column extension to seal the joint against moisture intrusion and ensure a long service life for the spliced connection. Of the column extension options, the timber column extension is the most cost effective. Also, constructing the column extension from timber provides for a similarity in materials that matches the other elements of the pile bent. This alternative will require additional temporary support in order to jack the bridge up slightly so that the column extension can be preloaded to support its share of the structure loads equally with the other original piles. This alternative also leaves the column at risk of decay and fire damage,similar to what has already occurred at this bridge site. Spread Footing Support It is also possible that the remaining portions of timber piles below the invert of Warm Creek are not suitable for the support of spliced column � extensions. In this case, it will be necessary to develop a foundation to ti support a replacement column. One alternative would be to use micro piles to support the bridge loads. This strategy provides a deep foundation, similar to the driven timber piles that were originally installed. Another strategy would be to support a replacement column on a spread footing. A spread footing will have different load/settlement characteristics than the existing driven piles, but can be easily ;.+5.. constructed. The replacement column could be installed in a pre-loaded condition to ensure that the bridge dead loads are shared equally with other supports. In addition, ground anchors could be installed to preload the foundation and give it a stiffer load-displacement behavior, which would more closely mimic a deep foundation. The load capacity of the spread footing Supplemental Proposal for design of Bridge Repair at 2i°Street and Warm Creek(SS08-20) • 3nn teen inn can be designed to match the original timber piles. If the bearing capacity of the soils can support \✓ 2,500 psf, a footing six feet square could be designed to support 45 tons, which should match the existing timber pile capacities. Bridge replacement could be considered as an option to repair and rehabilitation of the existing bridge structure. The cost to the City for inspections and maintenance of the existing bridge can be reduced by providing a new structure. In addition, the need for storm water conveyance may be much lower at the project site than was the case when the bridge was built. When the bridge was first constructed the drainage area tributary to Warm Creek was quite extensive. However, since that time the development in the area surrounding the site has resulted in a reduction in the storm water that drains into this portion of Warm Creek. Most of the storm water is delivered to Warm Creek from Town Creek Tunnel, which ends just south of 3`d Street, emptying into the creek. It is likely that a much smaller facility would be adequate to convey the storm water in Warm Creek below 2ntl Street. As a part of our technical approach, we recommend an evaluation of the volume of storm water that needs to be conveyed and the size of the facility needed at that location. We believe that it is possible that a concrete box culvert or a large diameter pipe culvert would serve the storm water needs at 2""Street. If this is the case, the bridge could be replaced with a concrete culvert, and would result in eliminating the bridge and its ongoing inspection and maintenance needs altogether. Box Culvert Bridge Replacement Phase 1: consists of Combined Preliminary and Final Engineering tasks, including but not limited to, review of existing documents and studies, consultation with the City, Caltrans, Corps of Engineers and regulatory agencies, and development of site surveys. A project schedule will be developed, monitored and modified as needed. During this phase, the process of researching existing utilities will be completed to ensure that coordination with utility owners is done properly. A part of this activity will entail coordination with Caltrans' Local Assistance and Structures Review staff as needed to support the City in attempting to obtain acceptance of the proposed bridge rehabilitation plans. Since the time the original bridge was constructed, parts of the Warm Creek tributary area have been diverted to the large concrete-lined Twin Creek-Warm Creek channel near 91" and Pedley Road. The remaining tributary area is significantly reduced with the result that the flows in historic Warm Creek that flows under the 2"" Street Bridge are accordingly reduced. The result is that the replacement bridge could be resized to a much smaller and cost-effective culvert. A hydrology and hydraulic analysis of the remaining Warm Creek tributary area will be performed to determine the current 10-year and 100-year design flow rates for replacement facility. The hydrologic analysis will be performed based on San Bernardino County Flood Control District standards. This phase also includes the final development of Plans, Specifications and Estimates (PS&E) for the bridge rehabilitation construction. This phase of the project includes coordination with the Army Corps of Engineers,and the development of necessary permits/agreements. Phase 2: consists of Construction Support. During pre-bid, AECOM will attend the pre-bid meeting, provide clarifications to the construction documents, and prepare addenda as needed. During construction the AECOM TEAM will provide construction support services. Submittals of shop drawings, quotes, materials, etc. will be reviewed by the appropriate AECOM personnel and clarifications to construction documents will be made through RFI's. Supplemental Proposal for design of Bridge Repairat 2°Street and Warm Creek(SS08-10) ' SaaAmu iaa The geotechnical scope consists of two options. One is based on the bridge repair and rehabilitation option and the second option is based on replacing the bridge with a box or circular culvert. The base scope for options 1 and 2 assume that only static loading conditions need to be addressed. If it is determined that foundations need to be evaluated for seismic conditions, a separate additional fee is shown and may be added to the base fee included. Perform data review and notify Underground Service Alert (USA.) Review geotechnical, project, and underground utility information provided. Assist in obtaining encroachment permits. Mark the proposed boring locations in the field and contact USA. Perform one day subsurface investigation consisting of borings and sampling. Perform a geophysical survey to check boring locations for utilities. Perform a seismic refraction survey to check for soil subsurface conditions. Backfill borings with excavated materials. Perform laboratory testing of samples. The proposed scope includes four (4) moisture content/dry density, three (3) particle size analysis - #200 sieve, Atterberg limits, one (1) shear strength, one (1) consolidation, and two (2) corrosion tests. Perform 4 total recoverable petroleum hydrocarbons (EPA 418.1), 2 volatile organic compounds (EPA 8260), and 2 California administrative code (CAC) metals (EPA 6010/7000)tests, provide report with conclusions and recommendations. All engineering plans, specifications and estimates are to be prepared for bidding using Caltrans regulations, policies, procedures, manuals, and standards including compliance with ARRA requirements. The final PS&E submittal will comply with the latest Caltrans standards, including but not limited to: Bridge Design Specifications (BDS), Memos to Designers (MTD), Bridge Design Details (BDD), Bridge Design Aids(BDA)and Bridge Design Practice(BDP). Project Management, Coordination, and Quality Control AECOM shall provide project management for the project including: 1)management of the work, 2)coordination with the City as necessary to complete preliminary engineering and the PS&E, 3)establishment of and updates to a project schedule and budget and 4)progress reporting. The AECOM TEAM shall monitor quality on all deliverables, calculations and other work products and will assign a dedicated engineer to oversee AECOM's QA/QC process for this project in addition to a dedicated senior level structural engineer to perform all quality control reviews before each submittal. The AECOM Team shall attend meetings as required to complete the project, including Project Development Team (PDT) meetings, Design Review meetings, Constructability Review meetings and Quality meetings. The AECOM Team shall provide digital versions of the project schedule in Microsoft Project format and hard copy. The project schedule shall be updated regularly and distributed with progress reports and as requested by the City. The project schedule shall be divided into tasks and subtasks in full detail including, but not limited to, the City functional timeline and other outside sources such as agencies or utilities. The AECOM Team shall assist the City in obtaining the necessary permits for construction. Potential agencies include the Army Corps of Engineers, California Department of Fish and Game, and the Supplemental Proposal for design of Bridge Repair at 2°Street and Warm Creek(SS08-20) - SBfl PPfIN IM Regional Water Quality Control Board. The AECOM Team may be required to obtain Encroachment Permits to conduct engineering field studies, and shall obtain permits to enter and any other necessary permits through City assistance for any project-related work. ':Phase 1 — Project Approval Task 1: Permits and Agreements The AECOM project team will develop contacts with the Army Corps of Engineers, the California Department of Fish and Game, the Regional Water Quality Control Board, and utility owners with facilities in the vicinity of the project site. We will update the Corps of Engineers regarding the schedule for project construction, and obtain the Corp's approval for the project in writing. AECOM Engineering will work with the Army Corps of Engineers to obtain an encroachment permit for construction in the Historic Warm Creek. Existing utilities at the project site include a large diameter steel casing/pipeline running parallel to the centerline of 2 o Street near the centerline of the roadway, and a duct bank below the sidewalk on the south side of the roadway. Task 2: Engineering For this task, the AECOM team will develop structure and roadway/civil plans for the selected approach, provide technical provisions for all work based on Caltrans standard special provisions, develop quantity calculations for both structural and civil construction, and develop the construction cost estimate including both structural and civil items. This activity will also include support for the City regarding coordination with Caltrans' Local Assistance and Structures Review staff to obtain acceptance of the proposed rehabilitation plans. Deliverables for final submittal will include an RE Pending file, a Working Day Schedule,and a storm water data report. X 1 z" ,.' " � p "'+.a rid xt-yt �t-i'' Jr"�i""°" °? n�, a.:�i�. �aS``,^x ,. . During the construction phase of the project, AECOM Engineering will provide comprehensive construction support for the City. Services are expected to include the following tasks: ✓ Attend pre-construction conference and construction meetings as needed. ✓ Review Contractor's submitted construction schedule, material submittals, shop drawings and requests for substitutions,and provide comments. ✓ Respond to requests for information (RFPS) from construction contractor to clarify Contract Documents. ✓ Prepare revisions to plans and specifications and estimates of the costs involved with these changes. ✓ Make recommendations to resolve PROJECTissues that mayarise during construction. ✓ Provide advice and technical support for construction change orders, or construction claims. . a It is assumed that the City will prepare the necessary environmental clearances and that no environmental services are provided in this task order. AECOM will provide data and information to the City as necessary for the City to prepare the environmental documents. Schedule The project is assumed to receive a Notice to Proceed on January 25, 2010 and the project will be ready to bid by October 2010. This assumes that the pilings are found to be structurally sound below the invert level and that one of the pile-splicing strategies can be implemented. Supplemental Proposal fordesign of Bridge Repairat 2°Streetand Warm Creek(SS08-10) CITY OF SAN BERNARDINO PROFESSIONAL DESIGN SERVICES FOR DESIGN OF BRIDGE REPAIR AT 2nd STREET AND WARM CREEK (SS08-20) - REHABILITATION OPTION FEE PROPOSAL FOR SUPPLEMENTAL PROPOSAL Rev 0 30-Nov-09 AECOM 1887 Business Center Drive, Suite 6 San Bernardino, CA 92408 (909) 890-0477 r Q o - Attachment "C" A h M a J o F w w O H Z O y J y _ O O F- °o °o O O N °o U n Z ° m 2 N} O � Q N w J y Z m U a j 2 y W F o • U °o °o °o O F- N • LO W c LL y O u) `� • Z w Y u 0 U w 4 w . Q w U Z N o° o0 00 Q' Z w • O °0 0 m 2 j m N N M Q �j < aD CD OI Z W a Q O Z to -j a • LL Z w O O w H � F • w U O � N IL r a Z a a w w ° (7 ¢ o p Y o m K U Z W O = y O • O F U 0 z H Z w • y w a Q Q W y Z S� N J H p Z W Q Y y Q > O Z F J D N O • m 0 ,a U 7 W y m Z Z i w O • Q Z y U ° w Q D O K • a o CITY OF SAN BERNARDINO PROFESSIONAL DESIGN SERVICES FOR DESIGN OF BRIDGE REPAIR AT 2nd STREET AND WARM CREEK(SS08-20) -REHABILITATION OPTION SUBTOTAL : • - & CDC A=COM DII2ECT LABOR Classification Name Hours Hourly Rate Total Task Manager T Dudley 176 @ $160.00 $ 28,160 Associate Engineer M. Stiller 88 @ $115.00 $ 10,120 Associate Engineer S. Desalgen 12 @ $115.00 $ 1,380 Sr Designer/CADD C. Lee 80 @ $110.00 $ 8,800 Senior Project Engineer R. Price 32 @ $160.00 $ 5,120 Principal in Charge W.Nascimento 8 @ $220.00 $ 1,760 Specialist QA/QC G. Plaas 16 @ $185.00 $ 2,960 Administrative N. Hester 8 @ $130.00 $ 1,040 @ $ 0 Total Direct Labor Costs OTHER COSTS Copying/Binding $ 141 Plotting $ 410 Express Mail S 175 Potholing 5 380 I Date: 111302009 CITY OF SAN BERNARDINO PROFESSIONAL DESIGN SERVICES FOR DESIGN OF BRIDGE REPAIR AT 2nd STREET AND WARM CREEK(SS08-20)-REHABILITATION OPTION LABOR • • 1 2 3 4 5 6 7 8 Total Total TASKS&SUBTASKS TM AE AE SO SPE PIC QAQC Adm Hours Cost 1 Pro ect Management 40 8 8 56 $9,200 2 Bride Inspection 12 16 28 $3,760 3 Selection of Rehabilitation SM—egy 8 4 12 $1,740 4 Design 40 40 80 $11,000 5 Plans 80 80 $8,800 6 Technical Provisions 16 16 $2,560 7 Quantities and Estimate 8 12 12 1 32 $4,040 8 PS&E Review 32 32 1 $5,120 9 Constructabili Review 16 16 $2,960 10 RE Pending File 8 8 $1,280 12 Working Day Schedule 4 4 $640 13 Construction Support 40 16 56 $8 240 Subtotal 176 88 12 —801 161 81 420 E59,340 LEGEND: Ref# Classification Abbreviation 1 TO Task Manager TM 3 MS Associate Engineer AE 4 SD Associate Engineer AE 5 CL Sr Designer/CADD SD 6 RP Senior Project Engineer SPE 7 WN Principal in Charge PIC 8 GP Specialist QA/QC QAQC 9 NH Administrative Adm Date: 1113012009 CITY OF SAN BERNARDINO PROFESSIONAL DESIGN SERVICES FOR DESIGN OF BRIDGE REPAIR AT 2nd STREET AND WARM CREEK (SS08-20) - REHABILITATION OPTION OTHER DIRECT COSTS DESCRIPTIONS TOTAL COPYING / BINDING $141.00 PLOTTING $409.50 EXPRESS MAIL $175.00 TRANSPORTATION/TRAVEL $380.00 TOTAL OTHER DIRCOSTS $1,105.50 Date: 1113012009 CITY OF SAN BERNARDINO PROFESSIONAL DESIGN SERVICES FOR DESIGN OF BRIDGE REPAIR AT 2nd STREET AND WARM CREEK (SS08-20) - REPLACEMENT OPTION FEE PROPOSAL FOR SUPPLEMENTAL PROPOSAL Rev.0 30-Nov-09 AECOM 1887 Business Center Drive, Suite 6 San Bernardino, CA 92408 (909) 890-0477 o o _ a o N � J v o Q w F- d+ O Z m O � F- J 0 CL ° - O LLI Cb Z F v ry FQ- ao J w to t9 IR Z w U fn O J ° IL m w w J Q _ o U af N W A0 Q O O M N W W N O m ` • Z U Q W U m • m °v v Q � Lo 06 m Z Z J » w Q a w to • LL O p w ~ w U LL , O a K F IL a Q z IL a w a K Q w o O Q o o W J m > U z LL O _ r H U • U' z H Z W N O W a Q • w a Z W Q Y N a a > O Z F J O D N 7 • 0 D � ,O Z O }Q Q O • U o J w a til F- 0 a • o CITY OF SAN BERNARDINO PROFESSIONAL DESIGN SERVICES FOR DESIGN OF BRIDGE REPAIR AT 2nd STREET AND WARM CREEK(SS08-20)-REPLACEMENT OPTION SUBTOTAL : • - & ODC A=GOM DIRECT LABOR Classification Name Hours Hourly Rate Total Task Manager T Dudley/E.Ng 218 @ $160.00 $ 34,880 Associate Engineer M. Stiller 140 @ $115.00 $ 16,100 Associate Engineer S.Desalgen 24 @ $115.00 $ 2,760 Sr Designer/CADD C.Lee/N. Lo 396 @ $110.00 $ 43,560 Senior Project Engineer R.Price 48 @ $160.00 $ 7,680 Principal in Charge W.Nascimento 8 @ $220.00 $ 1,760 Specialist QA/QC G.Plaas 24 @ $185.00 $ 4,440 Drainage PE/Assist PM R.Wong/N. Hester 40 @ $130.00 $ 5,200 Project Manager E.Ng 14 @ $170.00 $ 2,380 Total Direct Labor Costs S IIS,760 OTHER COSTS Copying/Binding $ 159 Plotting $ 527 Express Mail $ 225 Potholing $ 760 s . . Date: 11/30/2009 L CITY OF SAN BERNARDINO PROFESSIONAL DESIGN SERVICES FOR DESIGN OF BRIDGE REPAIR AT 2nd STREET AND WARM CREEK(SS08-20)-REPLACEMENT OPTION LABOR HOURS BY CLASSIFICATION 1 2 3 4 5 6 7 8 9 Total Total TASKS S SUBTASKS TM AE AE SO SPE PIC QAQC DEIAPM PM Hours Cost l Pro act Mane ement 40 8 8 56 $9,200 2 Brictoe Inspection 12 16 28 $3,760 3 Selection of Replacement Strategy 16 8 24 $3,480 4 Design 40 60 100 $13300 5 Plans 100 100 $11000 6 Technical Provisions 24 24 $3840 7 Quantifies and Estimate 81 24 24 56 $6,800 8 PSBE Review 48 48 $7,680 9 Constructability Review 24 1 24 $4440 10 RE Penclinn File 8 8 $1,280 12 Working Day Schedule 6 6 $960 13 Construction Support 64 32 96 $13,920 14 Project Coordination and MeeOn s 4 4 8 $1.200 15 Stonn Drain Improvement Plans 160 160 $17,600 16 Hydrology Calwlations 80 4 2 86 $9,660 17 Hydra lic Calculations 40 4 2 46 $5260 18 Special Provisions 16 4 20 $2,760 19 Engineer's Estimates __ 16 4 2 22 $2.620 Subtotal 218 140 24 396 48 8 24 40 1 141 912 $118,760 LEGEND: &Lf Classification Abbreviation 1 TO Task Manager TM 3 MS Associate Engineer AE 4 SO Associate Engineer AE 5 CL Sr Designer/CADD SO 6 RP Senior Project Engineer SPE 7 WIN Principal in Charge PIC 8 GP Specialist QA/QC QAQC 9 NH Drainage PE/Assist PM DEIAPM EN Project Manager PM Dare: 11/7(12009 CITY OF SAN BERNARDINO PROFESSIONAL DESIGN SERVICES FOR DESIGN OF BRIDGE REPAIR AT 2nd STREET AND WARM CREEK (SS08-20) - REPLACEMENT OPTION OTHER DIRECT COSTS DESCRIPTIONS TOTAL COPYING / BINDING $159.00 PLOTTING $526.50 EXPRESS MAIL $225.00 TRANSPORTATION/TRAVEL $760.00 ITOTAL OTHER DIRECT COSTS Date: 1113012009 ti