Loading...
HomeMy WebLinkAbout12- Development Services ORIGINAL CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: Valerie C. Ross, Director Subject: Resolution approving a consultant services agreement with Transtech Engineers, Inc., for design Dept: Development Services services related to the location of a modular unit at Al Guhin Park to function as a community center and for Date: February 1, 2010 the design of an outdoor stage (PR04-28 —Verdemont Community Center). File: PR04-28 MCC Date: March 1, 2010 Synopsis of Previous Council Action: 09/21/09 Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the Director of Development Services to proceed with issuing a Request for Proposals for site development planning prior to the placement of a modular unit at Al Guhin Park; and authorizing the Director of Finance to amend the FY 09/10 budget by appropriating $300,000 from Fund No. 208 (Verdemont Improvement)to Account No. 208-687-5504- 7743 (PR04-28:Verdemont Community Center). 04/21/08 The Mayor and Common Council approved preliminary design and location, and authorized release of request for proposals for preparation of plans and specifications for the Verdemont Community Center. 06/18/07 Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the City Manager to execute a Professional Services Agreement with David Evans & Associates in the amount of $113,567 for the preliminary plans for the proposed Verdemont Community Center and to repeal Resolution No. 2007-144, approved by the Mayor and Common Council on May 7, 2007. Recommended Motion: Adopt Resolution. Valerie C. Ross Kerry Morford, Interim Assistant Contact Person: Director of Development Services Phone: 5125 Staff Report, Resolution, Supporting data attached: Agreement Ward(s): 5 FUNDING REQUIREMENTS: Amount: $36,400 Source: Account No. 208-687-5504-7743 Acct. Description: Verdemont Community Center Finance: Council Notes: Agenda Item No. (2 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subiect: Resolution approving a consultant services agreement with Transtech Engineers, Inc., for design services related to the location of a modular unit at Al Guhin Park to function as a community center and for the design of an outdoor stage (PR04-28—Verdemont Community Center). Back round: In late 2006, a Request for Proposals (RFP) was issued by the Parks, Recreation and Community Services Department seeking proposals for design and engineering services to develop four (4) new park sites and facilities. One of the identified new facilities was the Verdemont Community Center,proposed for the site located generally along the east side of Interstate 215, north of Little League Drive and adjacent to the pet cemetery, which comprises approximately four (4) acres. The RFP noted that the City was proposing to construct a 15,000 square-foot community center building that would meet the U.S. Green Building Council LEED (Leadership in Energy and Environmental Design) Rating System at a gold or platinum level. The tasks for this project included preparing a preliminary design, final design and preparation of plans and specifications. After receiving responses to the RFP in January 2007, staff scaled back the tasks for this project to include only preparation of a preliminary or schematic design due to budget constraints. A contract was ultimately awarded in the amount of $113,567 to David Evans and Associates (DEA) as the best-qualified design consultant for the project. Work commenced in June 2007 and the preliminary/schematic plans were completed in early 2008. On April 21, 2008, the Mayor and Common Council approved the schematic design and location for the proposed Verdemont Community Center and authorized staff to release a Request for Proposals (RFP) for the detailed plans and specifications. After receipt of the proposals, it became apparent the City lacked the resources to construct the facility, which at the time was estimated at a cost of $10.5 million excluding the remaining design and specification development costs. The process ceased at this point until other alternatives could be explored. As the Director of Parks, Recreation and Community Services and Council Member Kelley began researching other possible means to facilitate a community center in the Verdemont area, the options were narrowed to locating a mobile modular unit at Al Guhin Park. This subject was brought before the Ways and Means Committee on August 19, 2009, whereupon the Committee recommended that this item be forwarded to the City Council for their consideration. On September 21, 2009, the Mayor and Common Council gave authorization to proceed with site development planning prior to the placement of a modular unit at Al Guhin Park, which will function as a community center, and authorized the appropriation of $300,000 from the Verdemont Improvement Fund to fund the project. Site development planning needs to occur before setting a modular building on the site for the purposes of determining parking, landscaping,utility service points and other pre-development activities. 2 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT—Continued Requests for supplemental proposals were issued to three of the City's pre-qualified, on-call engineering and project management firms with relevant project experience on January 4, 2010. The scope of work included a site survey, soils report, design of a small parking area, design of a small, open area outdoor stage, and development of plans, specifications and estimates, as well as other ancillary work. After receipt of the proposals, a review and evaluation of the three (3) proposals was conducted by staff 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 Transtech Engineers, Inc. The sealed fee envelopes were then opened and incorporated into the ratings. The costs proposed by the three firms are listed in the table below: Firm Location Proposed fee Transtech Engineers, Inc. San Bernardino $ 36,400 DEA Ontario $ 85,258 AEI-CASC Colton $ 104,904 Mapco/Transtech submitted the best proposal and also the lowest fee for the proposed work; therefore, staff recommends a contract be awarded to Mapco/Transtech in the amount of $36,400. Financial Impact: This project is identified in the Capital Improvement Program (PR04-28) and sufficient funding is available in account number 208-687-5504-7743, which has a balance of approximately $297,000. Recommendation: Adopt Resolution. Attachments: 1. Resolution 2. Exhibit"A"—Agreement 3. Attachment"A"—Supplemental Proposal 4. Attachment`B"—Technical Proposal 5. Attachment"C"—Fee Proposal 3 RESOLUTION NO. COPY 1 RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING AN 2 AGREEMENT FOR SERVICES WITH TRANSTECH ENGINEERS, INC. FOR DESIGN 3 OF THE COMMUNITY CENTER AT AL GUHIN PARK. 4 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 5 SECTION 1. Transtech Engineers, Inc., is a competent, experienced consulting 6 7 engineering firm and has provided the most advantageous and best proposal to provide 8 consulting engineering services for the design of the Community Center at Al Guhin Park 9 (PR04-28). An Agreement in the not-to-exceed amount of $36,400, with said firm to perform 10 said design, is attached hereto as Exhibit "A" and made a part hereof. Pursuant to this 11 determination, the Purchasing Manager is hereby authorized and directed to issue a Purchase 12 Order for said services to said firm,which references this Resolution. 13 14 SECTION 2. The City Manager is hereby authorized and directed to execute said 15 Agreement on behalf of the City. 16 SECTION 3. The authorization to execute the above-referenced Agreement is 17 rescinded, if it is not executed within sixty(60)days of the passage of this resolution. 18 19 20 21 22 23 24 25 26 27 28 - 1 - 1 RESOLUTION . . . APPROVING AN AGREEMENT FOR SERVICES WITH TRANSTECH ENGINEERS, INC. FOR DESIGN OF THE COMMUNITY CENTER AT 2 AL GUHIN PARK. 3 4 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and 5 Common Council of the City of San Bernardino at a meeting thereof, held 6 on the day of , 2010,by the following vote,to wit: 7 Council Members: AYES NAYS ABSTAIN ABSENT 8 MARQUEZ 9 10 DESJARDINS 11 BRINKER 12 SHORETT 13 KELLEY 14 JOHNSON 15 MC CAMMACK 16 17 18 Rachel Clark, City Clerk 19 The foregoing resolution is hereby approved this day of , 2010. 20 21 Patrick J. Morris,Mayor 22 Approved of San Bernardino Approved as to form: 23 JAMES F. PENMAN, 24 City Attorney 25 II 26 By. (oUnj 27 28 2 _ EXHIBIT A r AGREEMENT FOR SERVICES FOR DESIGN OF THE COMMUNITY CENTER SITE AT AL GUHIN PARK 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 TRANSTECH ENGINEERS, INC. ("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 site for the location of a community center and design an outdoor stage, both located at Al Guhin Park, hereinafter known as "the Project"; and C. WHEREAS, Consultant has submitted the most responsible and most 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 On-Call Civil Engineering Design and Project Management Services for design of the Community Center site at Al Guhin Park in accordance with their Supplemental Proposal dated January 6, 2010, from Consultant, a copy of which is attached hereto as Attachment "A" and incorporated herein, together with the Consultant's Technical Proposal, dated March 26, 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 S:\_Public Works\RFCA's\2010 fill\03-01-10\Verdemont Community Center\Agreement for Design of verdernmt community center site at At Guhin.doc 1 EXHIBIT A fields and in a manner consistent with the standards of care, diligence and skill ordinarily 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, 1 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. 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 Assignment. 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 S:\_Pubhc Works\RFCA's\2010 All\03-01-10\Verdemont Community Center\Agreement for Design of verdemont community center site at Al Guhin.dm 2 EXHIBIT A shall provide the Development Services Department a written list of the Assessor Parcel 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 Fee Proposal, dated January 6, 2010, attached and incorporated herein as Attachment"C", in an amount not to exceed $36,400. 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 S:\_Public Works\RFCA's\2010 A11\03-01-10\Verdemont Community Center\Agreement for Design of verdemont community center site at Al Guhimdoc 3 EXHIBIT A performance resulting from acts beyond the reasonable control of the party or parties. Such 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. Tenn. This Agreement shall commence 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 S:\-Yublic Works\RFCA's\2010 A11\03-01-10\verdemmt Community Center\Agreement for Design of verdemont community center site at A]Guhin.doc 4 EXHIBIT A C policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits,per occurrence and aggregate. (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-limitine. 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 S:\_Public Works\RFCA's\2010 A11\0301-10\Verdemont Community Center\Agreement for Design of verdemont community center site at Al Guhin.doc 5 EXHIBIT A - prevail over any inconsistent provision in any other contract document appurtenant hereto, 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. Project 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. David Mlyanarski, Principal Valerie C. Ross Transtech Engineers, Inc. Director of Development Services 413 MacKay Drive 300 North"D" Street San Bernardino, CA 92408 San Bernardino, Ca 92418 Tel: 909-384-7464 Tel: 909-384-5357 Fax: 909-384-7475 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 S:\-Public Works\RFCA's\2010 An\03-01-10\Verdemont Community Center\Agreement for Design of verdemont community center site at Al Guhin.doc 6 EXHIBIT A parties hereto agree that the sole and exclusive venue shall be a court of competent .. 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 S:\-Public Works\RFCA's\2010 A11\03-01-10\Verdemont Community Center\Agreement for Design of verdemont community center site at Al Guhindoc 7 EXHIBIT A those documents or information that qualify as trade secrets, as that term is defined in the 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. Headings. 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. S:\-Public Works\RFCA's\2010 A11\03-01-10\Verdemont Community Center\Agreement for Design of verdemont community center site at Al Guhin.doc 8 EXHIBIT A 6.20. Waiver. The delay or failure of either parry at any time to require 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 parry 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. 6.23. 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\RFCNs\2010 All\03.01-10\Verdemont Community Center\Agreement for Design of verdemont community center site at Al Guhindm 9 EXHIBIT A AGREEMENT FOR SERVICES FOR DESIGN OF THE COMMUNITY CENTER SITE AT AL GUHIN PARK 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 TRANSTECH ENGINEERS, INC. By Charles E. McNeely, City Manager Signature Name and Title Approved as to form: James F. Penman, Cit Attorney By. L; lA S:\_Public Works\RFCA's\2010 A11\03-01-10\Verdemont Community Center\Agreement for Design of verdemont community center site at Al Guhin.doc 10 Attachment "A" SUPPLEMENTAL PROPOSAL (AS REQUIRED, FEE PROPOSAL IS SUBMITTED VIA SEPARATE EMAIL) TO PROVIDE DESIGN SERVICES FOR VERDEMONT COMMUNITY CENTER Project PR04-28 SUBMITTED BY MAPCO in association with TRANSTECH e--O—f Alha mb Alhambra ra ® MHPC0 Commerce San Bernardino Big Bear 413 MacKay Dr. San Bernardino,CA 92408 TRAN5TECI1 (909)384-7475 SUBMITTED TO CITY OF SAN BERNARDINO Kerry Morford, Interim Assistant Director City of San Bernardino,Development Services Department 300 North "D"Street San Bernardino,CA Due Date:January 19,2010,4 PM Copies required:Submitted Electronically in PDF Format Los Angels Alhambra MAPCO Commerce San Bernardi,,, January 6, 2010 BI Bea„ 9 473 MacKay Dr. Development Services Department San Bernardino,CA 92408 p p TRANSTECEI 909)384-7475 Kerry Morford,Interim Assistant Director 300 North "D" Street San Bernardino,CA 92418 Phone: (909) 384-5125 Fax: (909)384-5573 E-Mail: morford_ke @sbcity.org Subject: SUPPLEMENTAL PROPOSAL(As Required,Fee Proposal is submitted via a separate email) TO PROVIDE DESIGN SERVICES FOR THE VERDEMONT COMMUNITY CENTER Project PR04-28 Dear Mr. Morford: As requested, MAPCO in association with TRANSTECH hereinafter referred to as MAPCO, is submitting this supplemental proposal for design services for the Verdemont Community Center(PR04-28). Project Understanding The City of San Bernardino seeks to locate the Verdemont Community Center and outdoor stage at Al Guhin Park. The community center will be constructed of several modular units combined to form a single building with a floor area of between 3000 and 4000 square feet. The community center will be located in the southern end of the park. Mapco will provide engineering services for the design of the building site, overall design of the outdoor stage, modification of the existing irrigation system, and design of the related parking area, driveways, walkways, and appurtenances. The City of San Bernardino will provide the modular units and a disabled accessible ramp. After the purchase of the modular units and ramp, approximately$200,000 of the $300,000 budget will remain for the design and construction of the project. Our office was involved with the survey, design and development of the adjacent Blast Soccer Complex, proposed 43 acre retail center immediately east of the soccer complex and various infrastructure related matters pertaining to the frontage road and Little League Drive. This familiar insight to this area of the city will aide in the process of developing a workable and practical plan for the proposed civic development. Scope of Work Mapco's scope of work for this project shall include the following: 1. Site survey. 2. Soils Report. 3. Water quality management plan. 4. Erosion control plan. 5. Storm water pollution prevention plan. 6. Removal/relocation of approximately seven trees. 7. Design of building site. Technical Proposal for Design Services for PR04-28 Verdemont Community Center t 8. Design of outdoor stage and surrounding area. (Including recommendations for outdoor stage placement taking into consideration existing topography, prevailing wind patterns, aesthetics, environmental impacts,and project budget limitations.) 9. Design of parking lot, driveways, walkways, and ramps. (Including parking lot and site lighting; striping; and drainage.) 10. Design of modification to the existing irrigation system. 11. Design of disabled accessible paths of travel to the building and outdoor stage. (Including parking spaces,walkways, ramps,and required signs.) 12. Design of an electrical line to provide 120 VAC to the outdoor stage. 13. Design of a private, on-site fire hydrant within 150 feet of the building and adjacent to a paved parking surface. The hydrant shall be supplied downstream of the site's existing back-flow preventer. 14. Design of utility connections to the modular building(sewer,water, gas, and electrical). The City will pay the cost of utility relocations and connections, including fees; however, the consultant shall coordinate all utility work, provide cost estimates, and incorporate this work into the bid package. 15. Design of a block wall trash enclosure. 16. Preparation of plans,specifications,and cost estimates required for a complete bid package. 17. Construction management services as a separately priced option. This scope of work shall be accomplished with minimum involvement from City staff,except for basic concepts, parameters and specific dimensions. Project Personnel Michael Ackerman, Project Manager, Engineering Craig Melicher,Senior Professional Engineer/Building Official David Ragland,Senior Professional Engineer/Professional Land Surveyor Gary Ault,Senior Design Engineer Michael Anderson, Professional Land Surveyor Michael Lauwers,Surveyor Lost West, Landscape Design Architects Wayne Bausman, Energy Design, Dry Utilities Time of Completion Mapco will complete this project within the following timeline: Issue Request for Supplemental Proposals January 4,2010 Written questions due January 12, 2010 Written,signed Supplemental Proposals due January 19,2010 Staff Decision January 21, 2010 Agreement to City Manager or City Council for Approval' March 1, 2010 Notice to Proceed to Consultant March 8,2010 Issue Bids for Construction of Project June 14,2010 Notice to Proceed August 14, 2010 Notice of Completion (60 day construction period) October 14,2010 Tedmial Proposal for Design Services for PR04-28 Verdemont Community Center 2 Company Information Mapco is a multi-disciplinary engineering consulting firm which provides professional and technical services in the engineering, planning and construction to governmental agencies, educational institutions and the private sector. The firm also serves as turn-key program manager/contractor on large and complex engineering projects by providing a full service capability of comprehensive services to its clients from initial planning and design,systems engineering and technical assistance, permitting, program and construction management, and operations and maintenance services. The services provided by our firm include: • Municipal Consulting Services • Water Resources Engineering • Building and Safety • Surveying and Mapping • Program and Construction Management • Planning • Federal/State Funding Programs and Project Management • Land Development • Civil Engineering • Environmental • Traffic and Transportation Planning and Engineering • Governmental Permit Processing The firm has been involved in numerous major CIP projects. Selected examples include: • Fremont Ave. Widening & Realignment/ SR710 Interim Improvements Los Angeles/Alhambra ($9 million, Federally Funded) • Mission Blvd.Widening,Alhambra ($3 million, Federally Funded) • Washington Blvd. Pavement Reconstruction/SR710, Commerce($1miilion, Federally Funded) • Valley Blvd.Widening,Alhambra, ($6 million, Federally Funded) • Cal State San Bernardino University Access Road,San Bernardino($5 million) Our firm administered projects through Caltrans' Local Assistance in compliance with the Local Assistance Procedures Manual (LAPM). Authorization to Proceed (E76)was successfully obtained for each project as well. Also, these projects were on major arterial streets with heavy traffic, including commercial, truck and commuter, and required extensive coordination with public and adjacent businesses and property owners to maintain safe and efficient access during construction and minimize inconveniences. Our scope in these projects involved public relations, including providing information flyer, setting up a web-site for public access to provide up to date information, community meetings, and responding to questions and complaints and making sure impacts to public is minimized. Communication and coordination with public is an important element on this project as well. Funding and Grants Expertise: Our firm is recognized as one of the foremost expert firms in the State and Federal funding programs and procedures, and is continually proud to be the lead, as well as team member, in the planning and development of large and complex projects. Our firm's Grant Writing I Funds Management services enable our municipal and agency clients of any size to find potential funding sources, and to prepare competitive applications. Additionally, after funds are awarded to a client, we ensure compliance with state and federal funding requirements. Currently, the Grant Writing IFunds Management Team actively maintains over 20 local jurisdictional clients in Los Angeles County. Our staff has facilitated funding applications which consistently ranked in the top 10 of the approved projects list. In the most recent MTA Call for Projects (2009),we obtained over $25 million approved budget for our client's projects. We also assisted several cities in obtaining more than $19 million in federal appropriations and SAFETEA-LU earmarks. Our grant writing services are enhanced by integration with engineering services to facilitate an integrated project design. Resumes and company information are attached. Experience in Federally Funded Projects and with Caltrans Local Assistance Procedures Manual: A majority of the projects were federally funded. MAPCO administered all projects through Caltrans' Local Assistance in compliance with the Local Assistance Procedures Manual (LAPM). Authorization to Proceed (E76) was Technical Proposal for Design Services for PR04-28 Verdemont Community Center 3 successfully obtained for each project as well. Our scope in these projects involved public relations, including providing information flyer, setting up a web-site for public access to provide up to date information, community meetings, and responding to questions and complaints and making sure impacts to public is minimized. Communication and coordination with public is an important element on this project as well. We understand that it is the consultant's responsibility to provide all necessary services to ensure the project is completed efficiently and in full compliance as required with the Caltrans Local Assistance Procedures Manual. Our key staff members who will be assigned to this project were involved in managing numerous similar federally funded projects in a turn-key approach, fully responsible and accountable for all aspects of these projects. Our key staff members have served public agencies in various capacities including: City Engineer, City Traffic Engineer, Building Official, Construction Manager, Project Manager, and Senior Construction Inspector. Transtech is accustomed to working with governmental agencies in every facet of planning, building, and public works. Our staff has an unparalleled understanding of public agency issues, procedures,and policies. We are confident our team's technical and administrative skills, combined with our unsurpassed commitment to excellence will enable us to provide the City the highest level of service. For questions, please contact our proposed Project Manager, Mike Ackerman at 909-384-7464. Mike Ackerman, PE, Project Manager F'IWYRMESSIPRJPPU15110101PS0IOW3 COMPiON CM FORCIP 0910(A[MR�OUE OI Cd105 PMIFROPoSll SURMRIEDIifCXNIGIPROPoSLV P2010 M3 COMPlONCM fOfl[IP�14 UVF1d10.5 vrn eo< Technical Proposal for Design Services for PR04-28 Verdemont Community Center 4 1 , ! h ,{ U' IY `✓1_ is S.M1 �g Y��Muff NFf 4rif•w4 --- j�jy I r F !Y 'M r j �NriwryL(1f'iry.��F��t.V .`� I .� CINwR'�•OM ;t• fir \ t Ci+'scrr . t 11 t%• r%' I•Y' rx' j a.�r�i �isW I 1 I I%' N• I I 1 f fLIwK Pew I I I � �II t• I nM'fM[Nf Y(FOI. Je- `' ..nom�ini Ksef,[esters wrr}�f`J�110 t% TX• e 1 . 1 � ' t' i'n'n I'' I'�• Y —p�N. IF rA• `� '�I ; I ' 'i � • �; • � �l-rvr j ry ,%• lKlNfa(f ML 1\` • , , i f 1 ) � i I � v fyNiLL NLNIIt• EXISTING PROJECT SITE IRRIGATION Technical Proposal for Design Services for PR04-28 Verdemont Community Center 6 TECHNICAL PROPOSAL, (AS REQUIRED FEE SCHEDULE ISSIi13D41TTE1) IN SFPARATL ENVELOPF) AS-NEEDED CIVIL ENGINEERING SERVICES Submitted to: C'IT'Y OF SAN BFRNARDINO Development Services Department 300 North 1)" Strcct San Bernardino, CA 92418-0001 l Attention: MI Michael Grubbs, 11F, Projcct Manager Submitted bp: TRANSTLCII?MAPCO ENGINF RS, INC. 624 E3rca Canyon Road Walnut. CA 91789 T909 595-8599 1: 909 595-8863 k%v, A ranstech/Mapco.oro Proposal Due Mule: ikirch 20, 2009, 4 Yh1 Regnirecl ropiae 6 l P nuPnf � Fdf fY,}f � 4I n SIN hi `;:1L,1 , OEIF_t t Mmi ipal Cansulling Building&Safety Program I Coattonion Management Cldl Enginuouing wy° ;unrcYlnp l 1 �'2 k nPlanning(7Nff1c'&Trensponatlon l aransstFuMing ii f "Md&Beal Exists Development 1 I E 1 Cemmunky Outreach I PP i. t.. PROJECTSOVERVIEW WELCOME TO TRANSTEch.DRq i, ow distinguished learn has a broad mix d mule a saphixary eMishae - - Nat bdudes Enpneenng. Design, and Planning We me Mgsly erpsnenced in proleas asp programs inwhing Ira&c,Tianswaaal, and land Use and buasl 2INwes bark resit al Peled,Prooam and 5 C idmomo YanagemeM Comslned"M wnuffic sere.ueeangs line 7mxolt nled Development Community u.beadl. and Fund,1.1.4empt xsubes TM Me sdx psa' wA. �I Ic March 26, 2009 WED CITY OF SAN BERNARDINO Development Services Department 300 North"D" Street San Bernardino, CA 92418-0001 Attention: Mr.Michael Grubbs, PE,Project Manager Subject: TECHNICAL PROPOSAL FOR AS-NEEDED CIVIL ENGINEERING SERVICES it J Dear Mr. Grubbs: !f Transtech/Mapco is pleased to submit this proposal for the subject project. k; We are a local City of San Bernardino Firm, located at 413 Mackay Drive, San Bernardino, CA 92408. Our business in the City has been in existence for the past 20 years. We qualify for Local Business Preference. n Our business registration information is attached herewith. -i Transtech/Mapco has extensive experience in providing similar on-call engineering services to public agencies, (y! and performing civil engineering services on an"on call or as-needed"basis for various projects assigned by the city. "m I Transtech/Mapco is a multi-disciplinary engineering consulting firm which provides professional and technical services in the engineering, planning and construction to governmental agencies, educational institutions and private sector. Transtech/Mapco provides consulting engineering services to several municipalities throughout l Southern California. �f Transtech/Mapco is recognized as one of the foremost expert firms in the State and Federal funding programs and procedures, and is continually proud to be the lead, as well as team member, in the planning and development of large and complex multi-million dollar mega projects. Key staff members have served public agencies in various capacities including: City Engineer, City Traffic Engineer, Building Official, Construction Manager, Project Manager, and Senior Construction Inspector. Transtech/Mapco is accustomed to working with governmental agencies in every facet of planning, building, r.� and public works. Transtech/Mapco has a proven track record in providing high quality engineering services which result in minimal problems during implementation of projects. We have read the Draft Agreement for Professional Civil Engineering Design Services. As required by City's RFP, we hereby state that if offered a contract we will execute City's standard contract and provide requested ..1 insurance. ` Thank you for allowing Transtech/Mapco the opportunity to submit this proposal. Please contact me at your As-Needed Civil Engineering Services,City of San Bernardino Cover Letter, I 1• convenience should you have any questions. °^ Sincerely, Transtech/Mapco Engineers, Inc. David E . Mlynarski David E. Mlynarski,Principal david.mlvnarski(a)Transtech/Mapco org T: 909-384-7464, Ext. 106 www.Transtech/Mat)co.org F:IWPROCESSIPROPOSALS120091P-29036 SB CIVENG ON CALL, DUE 0326091PROPOSAL SUBMIYTEDIP-29036 TECHNICAL PROPOSAL, SB CIVENG ON CALL, DUE 032609.doc L f L, I i.l I As-Needed Civil Engineering Sen ices,City of San Bernardino Cover Letter.2 i' f Table of Contents Page A. Qualifications of Firm I + B. Qualifications of Project Staff 3 C. Organizational Chart 4 D. Senior Staff Resumes 5 E. Approach 24 F. References G. Business Registration Information i f ; CT� r ;ff �.l �I i J { J i As-Needed Civil Engineering Services,City of San Bernardino Table of Contents i A. QUALIFICATIONS OF .... FIRM v.r Transtech/Mapco is a multi-disciplinary engineering consulting firm which provides professional and technical services in the engineering, planning and construction to governmental agencies, educational institutions and private sector. At the local level, Transtech/Mapco provides consulting engineering services to several municipalities throughout Southern California. The municipal services provided by our firm include Building and Safety, Plan Check, Inspection, City Engineering, City Traffic Engineering, CIP Design, Project and Construction Management, Program Management, Utility Company Coordination and Management, CDBG, HUD and Federally/State Funded Project Management, Services. Services provided by Transtech/Mapco include: • Municipal Consulting, Contract City Engineer • Building and Safety • Program and Construction Management • Federal Fund Management and Grant Writing j • Civil Engineering • Surveying and Mapping 1 • Environmental and Urban Planning • Traffic and Transportation Planning and Engineering • Emergency and Disaster Response, Support and Recovery • Construction Claims Expert Witness • Land Development • CM at Risk Construction • Design-Built Construction it Transtech/Mapco strongly promotes the ability to efficiently work with staff of various government agencies, '..� including Caltrans. We have rightfully gained the reputation as "expediting" and "getting" projects done. Our staff works effectively with Caltrans, and the Counties of Orange, Los Angeles, Riverside, San Bernardino and San Diego, as well as numerous local jurisdictions on a wide variety of engineering and planning projects. Transtech/Mapco is recognized as a foremost expert firm in local, regional, state and federal programs and IFlprocedures. t.� Transtech/Mapco is recognized as one of the foremost expert firms in the State and Federal funding programs and procedures. We have managed numerous projects under HUD/CDBG, FTA, DOT, FHWA Federal requirements. On most of these projects, our services were provided from design, through construction, including enforcement and monitoring of Davis-Bacon Act Wages,Labor Compliance,and DBE/WBE. .J Transtech/Mapco is continually proud to be the lead, as well as team member, in the planning and development of large and complex multi-million dollar mega projects — most involving federal and/or state funds. Transtech/Mapco's Grant Writing I Funds Management services enable our municipal and agency clients of any size to find potential funding sources, and to prepare competitive applications. Additionally, after funds are awarded to a client, Transtech/Mapco can ensure compliance with state and federal funding requirements. Currently, the Grant Writing IFunds Management Team actively maintains over 20 local jurisdictional clients in Los Angeles County. Transtech/Mapco has facilitated funding applications which consistently ranked in the top -� 10 of the approved projects list. In the most recent MTA Call for Projects (2007), Transtech/Mapco obtained over $25 million approved budget for our client's projects, including the Cities of Alhambra, Baldwin Park, j Arcadia, Pomona, Lawndale, etc. Transtech/Mapco has also assisted several cities in obtaining more than $19 1 million in federal appropriations and SAFETEA-LU earmarks. Our grant writing services are enhanced by C integration with engineering services to facilitate an integrated project design. In the past few years, } Transtech/Mapco has facilitated over $100 million in funds for our clients' ublic works .1 p projects and As-Needed Civil Engineering Services,City of San Bernardino A.Qualifications of Firm, I :I I transportation improvements. This expedites project start-up and completion, and ensures compliance with funding requirements. ' Transtech/Mapco has worked with over 200 clients and our distinguished team has a broad mix of multi- disciplinary expertise that includes Engineering, Design, and Planning. We are highly experienced in projects and programs involving Traffic, Transportation, and Land Use, and boast a proven track record in Project, Program, and Construction Management. i Our firm is involved in a number of federally funded projects and feature an accounting system audited and approved by the Federal Government and is found in compliance with; Generally Accepted Accounting Principles (GAAP), all applicable provisions of federal, state, and local laws, statues, ordinances, rules, regulations,and procedural requirements including Federal Acquisition Regulations(FAR). Key staff members have served public agencies in various capacities including: City Engineer, City Traffic Engineer, Building Official, Construction Manager, Project Manager, and Senior Construction Inspector. a Transtech/Mapco is accustomed to working with governmental agencies in every facet of planning, building, and public works. Our staff has an unparalleled understanding of public agency issues,procedures,and policies. Transtech/Mapco also serves as tum-key program manager/contractor on large and complex engineering projects by providing a full service capability of comprehensive services to its clients from initial planning and design, systems engineering and technical assistance, permitting, program and construction management, general contractor, and operations and maintenance services. t Transtech/Mapco has a proven track record in providing high quality engineering services which result in LJ minimal problems during implementation of projects. Our extensive experience coupled with our in-house QA/QC program prevents design errors and change orders. Our approach is to provide proactive management to control every aspect of a project in detail to identify potential issues and problems in advance and take corrective actions before they become problems. This requires extensive hands-on knowledge, experience and management skills of the people involved in managing and inspecting the project. Our team members have extensive experience and proven track record in managing complex projects and bringing them to a completion s I on time and budget. Transtech/Mapco has extensive experience in providing similar on-call engineering services to public agencies, and performing civil engineering services on an "on call or as-needed"basis for various projects assigned by the { City. iJ F rl i As-Needed Civil Engineering Services,City of San Bernardino A.Qualifications of Firm,2 B. QUALIFICATIONS OF PROJECT STAFF Transtech/Mapco's project team structure/management approach includes a clear identification and distribution of responsibilities to achieve a quality product in a cost and time efficient manner. There is 15 full time staff' members located at our San Bernardino office. If necessary, support staffing can be assigned to assist project needs from our other Southern California offices. This additional support staff augmentation will ensure adequate st q offing for completion of assigned tasks. Transtech/Mapco's project management structure includes the following key positions: • Project Principal: A senior engineer or principal of company who has the ultimate responsibility, and the authority to make not only project related, but also financial and contractual decisions on behalf of the company. This person also periodically contacts the County's Project Manager to discuss the performance of the staff and the progress of the project. All meeting minutes prepared by the Transtech/Mapco's Project Manager are reviewed by the Project Principal. Also, Project Principal conducts weekly meetings with the Project Manager to review and discuss the project progress and issues. This approach maintains a well informed Project Principal, who is available to the Client, and can take over the project when necessary without going through extensive learning period. ' • Project Manager: The Project Manager is the contact person with the Client, and is responsible for the scheduling, staffing, coordination and cost control required on a project. Project Manager conducts project team meetings to discuss the schedule, work accomplished, work in progress, upcoming assignments, and identification/resolution of conflicts. We have found that these meetings are very valuable primarily because the people involved in the day to day operations of the project are at the meeting to discuss their issues and accomplishments. 1 ?Oak • Project Engineer: Depending upon the type of the project, a Project Engineer may be assigned to a specific component of the project. For example, if there is extensive traffic signal design work involved in the project, a Project Traffic Engineer may be assigned to prepare traffic signal plans. • QC/QA Engineer: QC/QA is an important process in Transtech/Mapco's project management. This process provides an objective review of the work done with a different set of eyes. This check is provided by senior engineers with experience in the specific field. Transtech/Mapeo has a written in-house quality control process,which is followed by our staff,and checked by a senior company principal. • Support Staff: Support staff consists of engineers, inspectors, field personnel, technicians and El clerical staff performing various tasks as necessary and as assigned by the Project Manager/Engineer. jPI • Subconsultants: Subconsultants are supervised by the Project Manager/Engineer. y Subconsultants are required to attend Transtech/Mapco's periodic team meetings if there are issues to be discussed relevant to their scope. '1 As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,3 i i Ir Organization Chart: CITY OF SAN BERNARDINO David Mlynarski -4 Contract Principal Dave Ragland,PE,LS,Project Manager i Mike Ackerman,PE,Project Engineer Mike Anderson,LS,Surveying and Design Support Sabry Abdelmalik,PE,Design Engineer l Yunus Raid,PE,TE,PTOE,Project Traffic Engineer Robert Quintero,Contract Administration and Utility Coordination Hal Suetsugu,Grants Admin,Federal Compliance,Fund Management LL; Craig Melicher,PE,Ibrahim Bakirci,PE,Ali Cayir,PE ( QC/QA and Project Support g li SUBCONSULTANTS Soils and Pavement Testing:Ninyo and Moore Landscape Architect:Paul Nota(Lost West Landscape Design) J Note: Our staff has overall experience and expertise to complete services for any tasks assigned and contained in the RFP scope of work. There may be occasions or projects whereby our current staffing cannot address the needs of the project due to prior commitments and/or desired timeframes for compliance of specific project needs. Should our executive team feel that requested services and needs of the city be compromised in any manner we would disclose this immediately to the appropriate city staff and offer our assistance in directing these assignments/projects to an appropriate consultant or specialty facilitator. It is our desire to provide the best professional service and/or advice and recognizing the needs of the city ahead of our own, which emulates n one of our basic business principles and ethics. The 1 exception to our service capabilities is the preparation of environmental studies, jurisdictional determinations, environmental assessments, biological surveys and endangered species / habitat evaluations. These types of services are highly specialized and should be contracted separate from the other services noted in this RFP's scope. ri r., As-Needed Civil Engineering Services,Citc of San Bernardino B.Qualifications of Project Staff,4 F r i k DAVID MLYNARSKI Principal-in-Charge Education: Urban Planning with emphasis in the area of environmental studies. Relevant Experience: I • Past 25 years of his work has been primarily for projects in San Bernardino. • Well versed in City of San Bernardino standards and requirements. • Extensive experience in all aspects of Land Development Projects. • Worked as urban planner for cities in both San Bernardino and Los Angeles Counties. • Worked as Vice President / Director of Planning for two Orange County based residential development companies. Mr. Mlynarski has approximately 30 years of experience,of which 25 years involves local projects in the City of San Bernardino. Mr. Mlynarski has also served as an urban planner for cities in both San Bernardino and Los Angeles Counties, administering the activities involved with current planning issues, specific/general plan development and governmental representation to various boards and commissions. His experience includes directing urban planning, land acquisitions,project management and governmental liaison in both the public and private sectors His prior experience includes serving as Vice President / Director of Planning for two Orange County based residential development companies. His responsibilities during this five-year period entailed a range of activities from feasibility analysis and entitlement to various construction oriented duties. `• Mr. Mlynarski has managed numerous multi-disciplinary teams dealing with the planning, engineering, entitlement, environmental permitting, development and construction of urban and rural development, and public works projects,preparation of due diligence and project feasibility analysis, through conceptual planning i and design to entitlement and construction. His client consultation includes representation with City and resource agency personnel, including planning directors, city engineers, council members as well as representation at public hearings. He served as Project Principal for the design, construction and management of E a variety of projects, including: t, • Major infrastructure projects for public agencies(Freeway Interchanges, Roadways,Water, Storm Drain and Sewer Facilities and Master Plans). • Commercial and Retail Development. • Residential Development and Master Planned Communities. Due to the active involvement of these development companies throughout the San Bernardino, Riverside and High Desert regions of Southern California, Mr. Mlynarski has developed an active network of professional contacts and associates from both the public and private sectors. Professional&Community Memberships: • American Planning Association • Urban Land Institute • National Association of Home Builders Building Industry Association Member,County of San Bernardino Solid Waste Advisory Task Force, 3d Supervisory District Chairman,City of San Bernardino Board of Franchises, 7'"Ward Representative ■ Commissioner, City of San Bernardino Board of Building Commissioners,Mayor's Office • Technical Advisor/Member, Land Development Committee,Catholic Diocese of San Bernardino fl State of California Water Resources Institute Alluvial Fan Task Force Member aj L! As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,5 i DAVID RAGLAND, PE,LS Project Manager '© Education: Humboldt State University,CA, Bachelor of Science Chico State University, CA, Graduate Studies in Structural Engineering California Council of Civil Engineers and Land Surveyors Registration: Registered Civil Engineer State of California; Oregon; Utah; Arizona State of California Licensed Land Surveyor Mr. Ragland is a civil engineer with approximately 25 years of diverse experience in a wide variety of projects in civil engineering. He has managed numerous multi-disciplinary teams dealing with the planning, engineering, entitlement, environmental permitting, development and construction of urban and rural development, and public works projects. His experience also includes special emphasis on complex grading and hillside developments (has worked on the civil engineering and development of more than 40,000 acres of hillside properties), preparation of due diligence and project feasibility analysis, through conceptual planning and design to entitlement and construction. Mr. Ragland's client consultation includes representation with City and resource agency personnel, including planning directors, city engineers, council members as well as representation at public hearings. He served as Principal Project Manager for the design, construction and management of a variety of projects,including: • Major infrastructure projects for public agencies (Freeway Interchanges, Roadways, Water, Storm Drain and Sewer Facilities and Master Plans). • Commercial and Retail Development. • Residential Development and Master Planned Communities. h The following is a partial list of various projects that Mr. Ragland managed: Arrowhead Springs Specific Plan and Development: Development of 1,916-acre site at the foothills of t,. San Bernardino Mountains, and includes 1,350 residential units, 1,000,000 square feet of commercial and } office space, 199-acre/18-hole public golf course, renovation and reuse of the historic Arrowhead Springs Hotel with a new 115 room annex,new 300-room hotel, a conference center, 14-acre corporate office area, and reuse and expansion of the historic Arrowhead Springs spa/resort l University Development: Development of a 135 acre site in association with the City of San Bernardino, Watson Development and Cal-State SB. Transtech/Mapco completed the project under a design-built contract in partnership with City, Private Institutions and Cal State SB, and provided turn-key services from initial planning to design and through construction, for the development of 200 residential,mixed use, live-work,retail,office and educational and training facilities and offices for Cal State SB University. • San Elijo Hills Development: Development of 2000 acre master planned community including golf course and hotel. Project included preparation of Specific Plan, TM, and Final Map, construction plans for all necessary infrastructure,environmental permits and Communities Facilities District. Parkway Business Centre: Design and construction of the 460 Acre industrial park including South Poway Parkway for ADI Properties, Inc. Also served as Assessment Engineer for Communities Facilities is! District. Campus Parkway Roadway: Design of a new roadway for a length of approximately 2 miles, and j included street, medians, landscape, lighting, traffic signals, water, sewer, storm drain and various other utilities. • Cal State University Main Access Road: Design of a new roadway for a length of approximately 1.5 miles, and include street,medians,landscape, lighting,traffic signals, water, sewer, storm drain and various other utilities. Cannon Roadway and Sewer: Design of approximately 2 miles of roadway and 36 inch sewer pipe and a pump station. This project required careful consideration to pipe buckling due to the extreme soils conditions of the Agua Hedionda Lagoon. Special bedding techniques were used along with special coupling of the pipes to allow for potential deflection as the bridge abutment and road fill settled. • Lopez Canyon Roadway and Sewer: Design and construction of over 5 miles of roadway sewer ranging up to 36 inches in diameter. L As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,6 i Sorrento Valley Boulevard: Design and construction of 4 miles of roadway. • Rancho Santa Fe and Questhaven Roads: Design of 2 miles of roadway. U .;K 5,' CsJ �L E1 PJ Fl I I J I . f As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,7 i l MICHAEL ACKERMAN,PE Project Engineer/Manager Education: Bachelor of Science in Engineering,University of Iowa Registration: Registered Civil Engineer, State of California Mr. Ackerman has approximately 10 years of experience working as a civil engineer in public and private sector. His public sector experience includes working for the City of San Bernardino and Caltrans. At Caltrans, he worked in various divisions, including Construction Division, where he served as Resident Engineer on a number of construction projects, and supervised and coordinated inspectors, prepared contract administration documents, contract change orders, letters to contractors, and letters to district office personnel. Mr. Ackerman has participated on numerous multi-disciplinary teams dealing with the design and construction of civil and transportation engineering, urban and rural development, and public works projects. He has a broad r' knowledge of municipal government operations, including preparation and presentation of staff reports/resolutions to city councils, committees and interaction with public, various city departments, city council and other governmental agencies. Caltrans: At Caltrans, Mr. Ackerman was a civil transportation engineer where he performed construction, operations, and design engineering. Construction Division: In the Construction Division, Mr. Ackerman was Resident Engineer (Project Manager) for various projects including 483754-Watson Wash Bridge Replacement Right (Rte 40), OA6004-Replace Drains and Earthwork (Rte 40), and Fenner Overhead Bridge Replacement (Replacement of two bridges over BNSF Railroad, Rte 40). These projects totaled over 11 million dollars in construction costs. During this time, Mr.Ackerman supervised and coordinated construction inspectors,met with project managers, superintendents, formen, inspectors, and engineers to coordinate project progress and budget analyses. He also wrote numerous contract administration documents including contract change orders, letters to contractors, and letters to district office personnel. s, Operations Division: In the Operations Division, Mr. Ackerman performed studies and analyses to j interpret and mitigate above average accident volume areas on highways and freeways. Also, he performed stop sign and traffic signal warrant studies. Design Division: In the Design Division, Mr. Ackerman designed plans, specifications, and estimates for �i the rehabilitation of Route 10 freeway from the Riverside/San Bernardino County line to Beaumont. City of San Bernardino: At the City of San Bernardino, Mr. Ackerman held the position of Associate Engineer under the City Engineer of the Division of Public Works in the Department of Development Services. j There he was involved in a number of projects, including Development Review and Plan Check, design and review of Street Improvement Plans, Rough and Precise Grading Plans, Sewer Plans, Storm Drain Plans, Street Lighting Plans, Storm Water Pollution Prevention Plans, Water Quality Management Plans, Geotechnical Reports, and Hydrology/Hydraulic Studies, land development, industrial, commercial, residential, and transportation development projects including Tract and Parcel Maps. He also directed and performed plan check of improvement plans submitted by developers to the City. Also, he represented the City of San Bernardino at the South Tehachapi Management Team meetings, coordinated with San Bernardino County Flood Control and FEMA for the certification of City levees and updating of the Flood Insurance Rate Maps(FIRM), and oversaw permitting and tracking of Land Development Projects through the Division of Public Works/Engineering. In addition to this, Mr. Ackerman has worked intimately with Planning and Building and Safety Divisions on Land Development Projects. K� As-Needed Ciril Engineering Services,City of San Bernardino B.Qualifications of Project Staff.8 MICHAEL ANDERSON,PLS Project Engineer/Manager Education: Engineering,Riverside City College,Cal Poly Pomona,UCR Extension Center _ Registration: Registered Land Surveyor, State of California Mr. Anderson has approximately 23 years of experience in land surveying, civil engineering and land development. He has worked on projects for private developers, universities and government agencies. He has managed numerous multi-disciplinary teams dealing with the planning, engineering, entitlement, environmental permitting, development and construction of urban and rural development, and public works projects. His experience also includes special emphasis on complex grading and hillside developments. He also provides public works plan checking for various cities in which Transtech/Mapco is the consulting city engineer and surveyor. Mr. Anderson has been involved in all aspects of land development, from surveying, engineering to project management. He served as the project manager on various projects. Some of the types of projects that he has been involved in include: A.L.T.A Surveys, FEMA Elevation Certificates, commercial developments and residential subdivisions. SELECTED PROJECT EXPERIENCE: • City of Alhambra-On-call Plan and Map Check Services: Mr. Anderson is the Senior Plan Checker for City Alhambra. • City of San Bernardino: Mr.Anderson is the Senior Plan Checker for City Alhambra. • San Bernardino Soccer Complex, Empire AG, LLC: Mr. Anderson was involved in the early development of the 17 field soccer complex in San Bernardino. He was also primarily responsible for the W- planning layout and engineering design. • Lancaster Senior Center, Northwoods Construction: In addition to being the project manager on this project,Mr.Anderson was responsible for most of the engineering design. • Arrowhead Springs Specific Plan and Development: Served as Project Engineer for the development of 1,916-acre site at the foothills of San Bernardino Mountains, and includes 1,350 residential units, 1,000,000 square feet of commercial and office space, 199-acre/18-hole public golf course,renovation and reuse of the ., historic Arrowhead Springs Hotel with a new 115 room annex, new 300-room hotel, a conference center, 14-acre corporate office area,and reuse and expansion of the historic Arrowhead Springs spa/resort I • University Development: Served as Project Engineer for the development of a 135 acre site in association with the City of San Bernardino, Watson Development and Cal-State SB. Transtech/Mapco completed the project under a design-built contract in partnership with City, Private Institutions and CalState SB, and gj provided turn-key services from initial planning to design and through construction, for the development of IFJI 200 residential,mixed use, live-work, retail, office and educational and training facilities and offices for Cal State SB University. • Nuevo Gardens, Summerland Partners, Inc.: In addition to project management of this project, Mr. Anderson was also involved in the conceptual grading and final grading of this 92 unit apartment project, located in the City of Perris. 11 • Tract No. 16795, GFR Homes: In addition to being the project manager on this project, Mr.Anderson was responsible for preparing the tentative tract map and most of the final engineering design. He also coordinated all of the construction staking for this project. • Tract No. 15940& 16457,John Laing Homes: In addition to being the project manager on these projects, a Mr. Anderson was responsible for preparing the tentative tract maps and most of the final engineering design. • Tract No. 15759, KB Homes: In addition to being the project manager on this project, Mr.Anderson was responsible for preparing the tentative tract map and most of the final engineering design. 1; • Crockett Graphics, Crocket Graphics and Oltmans Construction: Mr. Anderson was responsible for the on-site design and parcel map of two industrial buildings located on six acres in the City of San Bernardino. As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,9 :i i • Wal-Mart Commercial Center in the City of San Bernardino: Mr. Anderson was responsible for the final engineering of the Wal-Mart Commercial Center located in the City of San Bernardino. This project had to be coordinated between the City of San Bernardino, Caltrans, the architect and Wal-Mart. .i • Wal-Mart Commercial Center in the City of Rialto: Mr. Anderson was responsible for the final engineering of the Wal-Mart Commercial Center located in the City of Rialto. 1 , J ft ? Fr i E pi i P.J J '1 As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff. 10 SABRY ABDELMALIK,PE Senior Design Engineer Education: Bachelor of Science in Civil Engineering Registration: State of California Registered Civil Engineer Experience:Over 35 years of experience in civil engineering and public works projects I Mr. Abdelmalik has more than 35 years of experience and has participated on numerous multi-disciplinary teams dealing with the planning and development of civil engineering, urban and rural development, and public works projects. Most recently, Mr. Abdelmalik completed a $5m roadway project for the perimeter access to Cal State University, San Bernardino Campus. He has designed numerous street and highway, grading, storm drain, hydrology, water, and sewer improvement projects. His involvement varied from a staff design engineer to supervising project design engineer responsible for the entire project design and coordination. These projects also included coordination and review of the traffic improvement design, such as traffic signal, street lighting, channelization and traffic control/detour,as part of the contract plans. Since joining Transtech/Mapco, Mr. Abdehnalik has been involved as Project Design Engineer in the design of following projects: R Alameda Corridor Agency East (ACE) Rail Grade Crossing Improvement Project encompassing 6 agencies and 14 locations in Los Angeles County. Work involved roadway realignment and reconstruction, signalization, traffic control, and construction phasing as well as related improvements such as storm drain, water, sewer landscaping, underground utilities, etc. Construction cost$5,000,000. a City of Alhambra 2000/01 annual street rehabilitation project. The project involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Construction cost$1,000,000. a City of Commerce Tubeway and Yates Street reconstruction project. The project involved roadway rehabilitation and reconstruction. Construction cost$300,000. a County of Los Angeles/City of Alhambra Valley Boulevard Widening Project. The project involved street widening,reconstruction, storm drain system traffic signals, fiberoptic interconnect system, sewer, landscaping improvements. Construction cost$5,000,000. City of Temple City Gracewood Sewer project. Construction cost$100,000. ;� Caltrans/City of Alhambra 710 Interim local streets improvement project. The project involved roadway rehabilitation and reconstruction, storm drain, traffic signals and water line. Construction cost $2,000,000. Mr.Abdelmalik's prior employment experience includes: Walden and Associates, Irvine: Senior Project Engineer responsible for street, sewer, storm drain, water and site improvements and land development projects. Utilized AutoCAD 14 and PGP programs in the design a Rox Consulting Group, Tustin: Senior Project Engineer responsible for street, water, sewer and storm drain improvement design. Utilized AutoCAD and Softdesk programs in the design. K a K W Lawler Associates, Tustin: Project Engineer responsible for street, water, sewer and storm drain improvement design. Utilized AutoCAD and Softdesk programs in the design. q l a United Engineering Technology, Torrance: Project Engineer responsible for street, water, sewer and storm drain improvement projects. T� I �I r�c As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff. 1 I M. YUNUS RAHI,PhD,PE,TE,PTOE Traffic Engineer Education: Doctor of Philosophy, Civil Engineering(Transportation), Washington State University Master of Science, Civil Engineering(Transportation),Washington State University Bachelor of Science, Civil Engineering Registration: State of California Registered Civil Engineer; Traffic Engineer Certified by Institute of Transportation Engineer as a Professional Traffic Operations Eng Approximately 25 years of professional experience in the areas of traffic engineering, transportation planning and engineering, civil engineering, highway design and planning, traffic impact studies, traffic signal design, municipal engineering, consultant City traffic engineer services. PROFESSIONAL EXPERIENCE Traffic Design Inc./Associated Traffic Consultants: Provided Consultant Traffic Engineer services to the Cities of Monrovia and Temple City. Prepared traffic impact studies for EIRs for several regional shopping centers, commercial and office developments, mixed-use developments and traffic operational alternatives. Specialized in parking studies, geometric design, accident studies, traffic signal design, optimum progressive signal timing plans, transportation system and demand management, traffic impact mitigation and street improvement plans. Parsons Transportation Group: Prepared traffic impact studies for EIRs for several regional shopping centers, school, commercial and office developments, including: Los Angeles International Airport Master -.1 Plan, Los Angeles Unified School District projects, Santa Ana Unified School District projects, City of Vernon Power Generating Station, Mare Island Marine Facilities Reuse Plan, and Sav-on Shopping Center Projects. Provided traffic engineering design review for Abu Dhabi International Airport Expansion(UAE), ., Guangzhou International Airport Expansion (China), and Kaohshiung (Taiwan) President's Mall project. Prepared parking demand and improvement studies for Studio City Business District,World Trade Center at Long Beach and Los Angeles Times Irwindale Facility project. Washington State University: As an Assistant Professor, taught undergraduate and graduate-level courses in transportation engineering, construction management and civil engineering systems. Engaged in research on inexpensive travel demand models, level of service of ferry systems, morphological analysis of the city, origin-destination trip estimation, vehicle-change intervals, computer-integrated highway construction- automation and transportation gaps. As a Post-doctoral Research Associates, worked on research projects sponsored by Washington State Department of Transportation, prepared reports on inexpensive travel demand models, and concrete barrier end treatments for low speed highways. As a Graduate Research Assistant/Teaching Assistant, taught traffic and transportation engineering courses to undergraduate students, worked on light rail transit feasibility study and impacts of expanded college programs on state highways. r,l � l MAJOR PROJECTS Alameda Corridor East — Pomona Avenue Train Diversion Plans: Prepared traffic signal modification and restriping plans for several locations for the removal of railroad tracks within the City of Pomona. Prepared traffic management plan,and construction area traffic control and detour plans. Holt Avenue Traffic Signal Interconnect Plan, City of Pomona, California: Designed and prepared plans for interconnect system involving 15 signalized intersections, developed optimum timing plans using PASSER II-90,prepared construction specifications World Trade Center Long Beach Parking Demand and Improvement Study: Conducted a parking occupancy and inventory study, evaluated handicap parking requirement, provided alternative parking restriping plans for improving parking conditions. Los Angeles International Airport Master Plan Traffic Study: Led the traffic engineering impact study and mitigation plan preparation team, evaluated alternative expansion plan scenarios, identified traffic �.i As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,12 i i impacts on regional intersections and roadways, and developed proposed mitigation plans for mitigating impacts. CW Monrovia General Plan Update, City of Monrovia, California: Prepared circulation element, goals and objectives, evaluation of existing conditions, environmental impact of alternative zoning and housing scenarios, development of mitigation plans. i J E6.1l 1� ItJ k:l I LLL! 1 t l As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 13 HAL SUETSUGU Project Manager/Federally Funded Project Oversight _ Education: Master of Arts in Urban Planning,UC Los Angeles Mr. Suetsugu has approximately 20 years of professional experience, including serving as City Transportation Department Manager at South Pasadena, and as Transportation Manager and Funding Program Coordinator at MTA,as well as various consulting firms in the field of transportation and planning. Experience includes grants management; transportation planning; urban transportation; federal, state and regional agency liaison; supporting local agencies on transportation and city planning, grants management and administration activities; developing and maintaining interagency coordination; and supervising technical and administrative staff. Employment Highlights Transtech/Mapco Engineers, Inc., Special Consultant for Federal and State Funded Project Oversight of _ various projects. • City of South Pasadena, Administered and managed all federally and state funded transportation projects and air quality grants as well as the MTA's Local Return,TDA3 and NTD funding. ■ Consilium Associates, Responsible for managing and coordinating various transportation projects and contracts throughout Southern California. • Los Angeles County Metropolitan Transportation Authority • Responsible for overall financial administration and strategic planning of the Regional Surface Transportation Program and the State Transportation Improvement Program. • Served as liaison between MTA and the state (California Transportation Commission and Caltrans) on �J state anci federal funding issues; • Represented MTA on all local, state and federal funding policies and issues. • Provided technical and policy support to local agencies and MTA staff on local programming of transportation funds as well as funding agreement negotiations between state and MTA; • Supervised the development of funds tracking system for federally funded Surface Transportation Programs(STP-L). • Advisor to the League of California Cities Transportation Committee. • Lead project manager for the annual CA Transportation Commission Los Angeles public meetings. • Served as liaison between the MTA Board directors and Corridor Cities agencies, California Transportation Commission, SCAG, Caltrans, local City Councils and local agencies staff. • Represented MTA and the Board director's interests at Council of Governments, League of Cities, City Council, executive committee and local agency meetings. • Coordinated and represented the Board director on internal/external committees and provided presentations before technical advisory committees, local elected officials, community organizations, and various transportation committees. Supervised the development of Board policy guidelines and j1 strategies. • Managed consultant contracts for the planning and design phase of the Santa Monica Boulevard Transit Parkway. • Managed and coordinated with local agency staff for the design and construction of the Exposition Boulevard Bikeways and Greenways. $.I • Supervised staff on the management & budget of locally funded programs for local cities, developed Jannual capital/operating budgets and departmental work plan; and provided the budget committee with ° budget and funding recommendations. ` ® a gl As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 14 it i ROBERT QUINTERO Contract Administration and Utility Coordination Education: Master of Business Administration Degree,University of Redlands. Bachelor of Science-Urban and Regional Planning, Cal Poly, Pomona. E Mr. Quintero has approximately 20 years of experience in urban planning, management of municipal public works projects and operations, CIP (Capital Improvement Program), city administration, public and governmental affairs, and coordination with City Council and various city commissions. As Vice President at Transtech/Mapco, Mr. Quintero is responsible for contract and project management, staff/ resource management, and corporate operations. PRIOR EXPERIENCE City Of Commerce: Mr. Quintero started his professional career with the City of Commerce. While with the City, Mr. Quintero acquired an extensive management portfolio of economically, environmentally and technologically sound projects, and served the City as Director of Public Services/Public Works, and Assistant to the City Administrator before leaving the City for a position at SCE. At the City, Mr. Quintero managed a department, consultants and capital improvement projects with a budget of$50 million. Some of the significant projects completed under Mr. Quintero's management include: • Grade separation of one of the City's busiest intersections(Eastern/Atlantic/Telegraph/Ferguson),25m. P I • BNSF Grade Separation at Telegraph and Garfield, $18m. 1. . i• } • Atlantic B1 at 710 Freeway reconstructions, $2m. Annual city-wide overlay projects, $2m. ■ City-wide Traffic signal Interconnect System and LED upgrade project,$0.5m. �. • Rosewood Community Center Development, $20m. Senior Center Development, $15m. j ..� Robert was also responsible for representing the City of Commerce at the State Capitol in Sacramento as an advocate on legislative matters concerning land use, transportation, and public works, are just a few of the `m) myriad ways in which Mr. Quintero's leadership benefited the City of Commerce. Robert has a broad knowledge of municipal government operations, including preparation and presentation of staff reports/resolutions to city councils, committees and interaction with public, various city departments, city council and other governmental agencies. Southern California Edison (SCE): After several years with the City of Commerce, in 2002, Mr. Quintero 1 joined Southern California Edison (SCE), as Region Manager of Public Affairs. At SCE, Mr. Quintero served as the company's representative to the Port of Long Beach and the cities of Avalon, Signal Hill and Long Beach, the fifth largest city in California and home to one of the largest commercial ports in the world. He managed the ++ development of the company's position on federal, out-of-state and local legislative matters. He represented SCE before legislators, and industry organizations with regard to legislative and public affairs policy. He assists with the advocacy of the Company's position to provide advance notice of potentially significant legislative actions that may impact the company and took the necessary actions to protect the company's interests. He also organizes and coordinated with internal staff and resources, as well as took the lead in designing and implementing strategies to resolve issues affecting the company and its customers. As a SCE Region Manager, Mr. Quintero set standards of excellence with which the SCE name is proudly synonymous through his active support of and participation in programs that improve the lives of citizens in the community that SCE services. At SCE, Mr. Quintero successfully completed Leadership @ EIX Program. The Leadership @ EIX Program features a structural career development process for high performing employees who exhibit the corporate leadership competencies and may,with development,advance to a manager and senior leadership position. Associations and Community Service: Founding Vice-President and currently serves as Senior Vice President to Embracing Latina Leadership Alliances (ELLAS)and to the Corporate Hispanic Council Leadership Institute As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 15 j (CHCLI). His memberships include the American Planning Association (APA), the American Public Works Association (APWA)and the American Water Works Association(AWWA). i t L 1 i E:l C f 'J �l El As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 16 1 CRAIG MELICHER,PE QC/QA and Project Support I� Education: Bachelor of Science in Civil Engineering California State Polytechnic University(Cal Poly), UCLA-Certificate in Construction Management including Legal Aspects of Construction Management and Construction Project Management Software using Primavera P3 and Primavera SureTrak Registration: State of California Registered Civil Engineer ' Certified by ICC as plans examiner (building, electrical, mechanical, plumbing) and as inspector(commercial building,electrical, mechanical,and plumbing). Mr. Melicher has approximately 20 years of experience in construction field. Significant projects where Mr. Melicher served as Construction manager,includes: Construction Manager for City of Commerce, Rosewood Community Center. Transtech/Mapco was retained by the City to take over the management of this multi-million dollar facility which was 2 years behind schedule. Within 5 months, Transtech/Mapco brought the construction to substantial completion level allowing the City start the move-in process, and 2 months after, the facility was opened to public use. Transtech/Mapco also assisted the City in claims analysis and change order resolution. • Construction Project Manager for Principal Project Manager for City of San Bernardino, Santa Fe Historic Train Depot Renovation. The project was funded by federal funds, and requires compliance with the Caltrans Local Assistance Procedures Manual. Transtech/Mapco provided construction management services,including inspection,resident engineer, federal compliance,labor compliance. (Cost$15m). Construction Manager for Corona Metrolink 1,200 space parking structure. The project involves a 6 level, 1,200 space parking structure, and a pedestrian bridge over rail road tracks. The project is funded by federal a" funds, and requires compliance with the Caltrans Local Assistance Procedures Manual. Services include CM,resident engineer, federal compliance,labor compliance. (Cost$20m). Construction Manager for City of Alhambra,Garfield Renaissance Center. Transtech/Mapco served as turn- key project manager, including management of design consultant and specialty inspection consultants, construction management,building plan check and inspection, federal fund management, labor compliance. rl The project involved 11 separate contracts to construct a 800 car 5 level parking structure, 150 car surface parking lot, a public plaza with fountain and unique art features, multi-plex theater, restaurant and retail buildings, and street improvements consisting of roadway widening, storm drain, sewer, water main, utilities. • Construction Manager for City of Alhambra Chapel, First St and Garfield Parking Structures: Transtech/Mapco served as turn-key project manager, including management of design consultant, construction management, building plan check and inspection, federal fund management, labor compliance for 3 public parking structure projects. Chapel: 4 story, 300 space structure; First Street: 4 story, 276 space structure; Garfield: 5 story, 800 space structure j Mr. Melicher has a broad knowledge of municipal government operations, including preparation and presentation of staff reports/resolutions to city councils, committees and interaction with public, various city departments, city council and other governmental agencies. `i t, ii Mr. Melicher also provides training, and establishes procedures for project, construction and program management to local governmental agencies. Most recently, he lead a team of experts in the preparation of a very extensive Project, Program and Construction Management Procedures Manual for the County of San !II Bernardino's Architecture & Engineering Department to assist the department in developing and implementing efficient and state of the art project management practices and procedures to better serve the operational needs (I of the department,as well as ensuring the delivery of good customer service to its clients. i In addition to being an expert in building code and construction, Mr. Melicher also provide his expertise in the construction field serving as expert witnesses for construction claims and defects. i.i As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 17 'i I I. i Mr. Melicher also served as building official to various cities in Southern California. He has extensive experience in construction,Building Codes. n^; I r-. 'vzl L Itt1 'FJ :J 1 =I IIII �J 1.1 As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff. 18 r I IBRAHIM BAKIRCI,PE QC/QA and Project Support CEducation: Bachelor of Science in Civil Engineering MS Degree in Civil Eng,Construction Management,USC,California Registration: State of California PE Mr. Bakirci is a civil engineer with a master's degree in Construction Management from the University of Southern California. He has a strong knowledge of Caltrans Local Assistance Procedures Manual, Standard Specifications for Public Works (Green Book), and traffic control, safety and OSHA compliance requirements. His field experience spans approximately five years of inspecting and overseeing a variety of public works projects, with emphasis in pavement and soils. He has a strong knowledge of Caltrans Local Assistance Procedures Manual, Standard Specifications for Public Works (Green Book), and traffic control, safety and OSHA compliance requirements. Ibrahim's construction experience in general public works and engineering includes the following areas: • Roadway, Sidewalk, Curb and Gutter Improvements: General roadway construction over highly expansive subgrade, including subgrade grading and compaction, installation of base material grading and compaction, grade checking, installation of base asphaltic concrete and finish asphalt surface cap with conventional asphalt and ARHM mixes. • Underground Utility Installation: Individual and joint trench installation of electrical, telephone, cable, gas, water and sewer mains and laterals plus storm drain facilities for public works projects and private developments. • Subdivision Development Inspection: Served as secondary inspector for Talega and Forster Ranch development. Work included inspection of trench excavation and its related safety requirements, traffic control, utility installation, erosion and water quality inspection, adherence to backfill and street repair requirements, storm drain (all facilities), water and sewer system acceptance inspections. Installations included conformance with approved plans, City, County, State and APWA standards. Regional water quality field inspections were also made for contractor compliance and BMP's (Best Management 1 Practices). Concrete Inspection: Cast in place and reinforced masonry retaining walls: Inspected numerous wall footings, steel placement, formwork installation, CMU placement, wall grouting, waterproofing and a subdrain installation and subsequent backfill of walls ranging from 3 to 25 feet high. Recent Project Experience: Served as one of the Field Inspectors and as Assistant Resident Engineer for I-710 Freeway Interim Improvements and Fremont Widening and Reconstruction, Transtech/Mapco provided Turn-key Services, including Program Management, Construction Management,Design, Surveying, Right-of-Way Engineering, J and Environmental. The project included major roadway improvements, removal/demolition of various !!! buildings for additional right-of-way and reconstruction of buildings behind new right-of-way, infrastructure, utilities, pavement, drainage, water, sewer, landscape, street lighting, traffic signal, improvements. Project was funded by Federal Funds, and was managed and inspected in compliance with .� Caltrans Local Assistance Procedures Manual. (Cost$20m). Served as assistant field inspector under Transtech/Mapco's PW inspection retainer contract with the City of F I San Clemente (since 1999, Transtech/Mapco has been providing 2 full time contract PW inspectors to the wJ City).Served as Assistant Project Manager/Resident Engineer for Valley Boulevard Reconstruction and Median Improvements, Transtech/Mapco provided Construction Management services. The project included major roadway improvements, traffic signals, utilities, pavement, drainage, water, and sewer. l-� Project was funded by Federal Funds, and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. (Cost$6m). Served as Assistant Resident Engineer and On-site Construction Engineer for the City of Bell, Florence Avenue Reconstruction Project. Project was funded by Federal Funds, and was managed and inspected in ( compliance with Caltrans Local Assistance Procedures Manual. (Cost$1.5m). 71 1••• Served as Assistant Project Manager/Resident Engineer for Mission Boulevard Reconstruction and Median Improvements, Transtech/Mapco provided Construction Management services. The project included major V.: r As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,19 roadway improvements, traffic signals, utilities, pavement, drainage, water, and sewer. Project was funded by Federal Funds, and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual.(Cost $3m). j i iFrl Ic �J i As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 20 L; F - ALI CAYIR,PE QC/QA and Project Support i Education: BS Engineering, MBA,Project/Construction Management,UC Irvine California Registration: State of California Registered Civil Engineer, Licensed General Contractor A and B i Mr. Cayir has approximately 27 years of experience in engineering and construction. He served as contract City Engineer/City Traffic Engineer for a number of municipalities in Southern California. He has a broad knowledge of municipal government operations, including preparation and presentation of staff reports/resolutions to city councils, committees and interaction with public, various city departments, city council and other governmental agencies. Mr. Cayir also has extensive experience in the state and federal programs and procedures and in the management of federally and/or state funded projects in compliance with the Local Assistance Procedures Manual. Mr. Cayir prepared and implemented project and construction management procedures manuals for a number of governmental agencies in California. { He has participated on numerous multi-disciplinary teams dealing with the planning and development of civil and traffic engineering, urban and rural development, and public works projects. He also served as Principal Project Manager for the design, construction and management of a variety of projects,including: • Public Works and Infrastructure Improvements c� • Institutional Buildings • Commercial and Retail Buildings p-, • Transportation and Parking Facilities • Residential Development • Industrial Production Facilities/Plants Some of the significant projects managed by Mr. Cayir include: G' Project Principal for 1-710 Freeway Interim Improvements and Fremont Widening and Reconstruction: �. Transtecb/Mapco provided Turn-key Services, including Program Management, Construction Management, Design, Surveying, Right-of-Way Engineering, and Environmental. The project included major roadway improvements, removal/demolition of various buildings for additional right-of-way and reconstruction of buildings behind new right-of-way, traffic signals, infrastructure, utilities, pavement, drainage,water, sewer, landscape, street lighting,traffic signal,pavement improvements. Project was funded by Federal Funds,and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. (Cost $20m). • Project Principal for University Park Development/San Bernardino: The project included 2 miles of new roadway, sewer, water, utility and extensive hill side grading for a master planned residential and commercial development on 130 acre site across from the San Bernardino State University. (Cost$20m). ■ Project Principal for City of Torrance, Crenshaw Reconstruction, Skypark Improvements, and 190th/Crenshaw Widening: Design, construction management services, including inspection, surveying, resident engineer, federal compliance, labor compliance. Project was funded by Federal Funds, and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. (Cost: $5 m). 1 • Project Principal for Valley Boulevard Reconstruction and Median Improvements: Transtech/Mapco provided Construction Management services. The project included major roadway improvements, utilities, pavement, drainage, water, and sewer. Project was funded by Federal Funds, and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. Coordinated with project participants, including MTA,Caltrans, County of Los Angeles,City of Alhambra. (Cost$6m). • Project Principal for the City of Alhambra revitalization program: Involved 11 projects, including Renaissance Plaza(multi-plex theater, public plaza with fountain and unique art features,restaurants,retail, 800 space parking structure), Fremont Plaza(modifications/reconstruction of existing buildings for lease by ToysRUs and Party City, construction of a new 30,000 SF store for PetSmart, and various other retail a buildings) and Downtown Revitalization (modification/upgrade of existing buildings for Starbucks, 4 As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,21 ii E.� Restaurants and various retail businesses). (Cost: $80m). C Project Principal for City of Alhambra Chapel, First St and Garfield Parking Structures: Transtech/Mapco served as tum-key project manager, including management of design consultant, construction management, building plan check and inspection, federal fund management, labor compliance for 3 public parking structure projects. Chapel: 4 story, 300 space structure; First Street: 4 story, 276 space structure; Garfield: 5 story, 800 space stmcture.(Cost$15m) 1 1 I As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,22 Transtech/Mapeo will use specialty subconsultants for the following services when needed: r • Landscape Architect(Lost-West LS Architects, Subconsultant) ,,a,; 8 Soils and Pavement Testing: Ninyo and Moore ' PAUL NOTA Landscape Architect(Lost-West LS Architects, Subconsultant) Education: Bachelor of Science Degree in Landscape Architecture Registration: California Registered Landscape Architect Experience: Over 20 years of experience in landscape design and construction. Some of the recent projects completed by Mr.Nota include: ANGLE OF REPOSE STREET SCAPE in San Diego for Social Movements In Art (S.M.Art). Development of architectural program for pedestrian enhancement of neighborhood street. Services include complete site analysis, conceptual design, public meetings,construction documents,and construction supervision. 5TH STREET AND SAN JULIAN STREET TREE PLANTING in Los Angeles. Development of street tree planting program for the Skid Row area of downtown Los I Angeles including construction documents, permit approvals, construction J coordination and supervision. ■ UNIVERSITY PARK DEVELOPMENT LANDSCAPE IN San Bernardino. • VALLEY BOULEVARD MEDIAN LANDSCAPE AND IRRIGATION in Alhambra. f • MISSION BL Project in Alhambra. • CAMPUS DR Project in San Bernardino. About Ninyo and Moore Ninyo and Moore is one of the largest Geotechnical Consulting firms in California. Services provided by It 1 Ninyo and Moore include: r ENGINEERINGGEOLOGY-Nmyo&Moore'sexperiencedand INDUSTRIAL HYGIENE-Ninyo&Moore offers expert industrial licensed professional staff of geologists.engineering geologists,and hygiene assessments which typically involve on-site evaluations led hydrogeologists can evaluate and address potential geologic and by a Certified Industrial Hygienist seismic hazards that affect your prgects INSPECTION R TESTING-Our Inspection and Testing Division EM/1RONMIENTAL-Clients turn to Ninyo&Moore for innovative provides full-scope soils,materials testing and special inspection solutions to corriplex environmental challenges services utilizing our certifiedlacaedited,licensed laboratory faiAties GEOPHYSICAL-Whether planning new construction or evaluating and personnel subsurface features, and risks may be reduced by using the OCCUPATIONAL SAFETY-Ninyo&Moore provides safety Ninyo&Moore Geophysical Services Team assessments which consist of on-site evaluations led by a Certified GEOTECHNICAL-As a diem of N!nyo&Moore,you will receive Safety Professional the attention of professional geotechnical engineers and geologists, familiar with today's regulations and technology t. .J ii As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,23 C. APPROACH 'r.. Transtech/Mapco understands the importance of providing services that can respond to the Client's needs based on work load and demand by adjusting level of staffing as necessary, and provide the services in an efficient and cost effective manner without sacrificing the quality and responsiveness. Responsiveness is an integral part of Transtech/Mapco's "customer friendly" service approach. While our service is always on an"as needed"basis, our responsiveness is on "full-time" basis. Transtech/Mapco also understands the importance of being able to expedite certain projects when requested by the City; and, this of course, is included as a normal part of our service. Our approach is to provide as needed services with a full-time responsiveness approach. Transtech/Mapco has a proven track record in providing high quality engineering services which result in minimal problems during implementation of projects. Our team members have extensive experience and proven track record in managing such complex projects and bringing them to a completion on time and budget I Transtech/Mapco has a structured approach to execute projects in an efficient manner and to provide the client the highest quality of product. Transtech/Mapco has established guidelines and policies, including written i manuals on quality control, project management and design procedures for its staff. These guidelines ensure a consistent approach to the execution of assignments undertaken by Transtech/Mapco, and provide Project -1 Managers specific instructions on critical items to check/recheck and allows them efficiently finalize projects. The following are part of Transtech/Mapco's project controls systems which will minimize review of deliverables by the City staff: �M PROJECT MANAGEMENT m• Our approach is to provide proactive management to control every aspect of a project in detail to identify 1 ' potential issues and problems in advance and take corrective actions before they become problems. This " requires extensive hands-on knowledge, experience and management skills of the people involved in managing and inspecting the project. j Our team members have extensive experience and proven track record in managing such complex projects and bringing them to a completion on time and budget. Our staff members have educational background and are licensed and certified as engineers and inspectors. They have been on both public and contractor sides of the process. They are seasoned industry veterans, and will manage your project in the most p efficient manner. Key Transtech/Mapco project team members will attend periodic project progress meetings with City staff throughout the project duration. Transtech/Mapco will keep track of all directions given and commitments made. Our record keeping in this arena is unparalleled. Our systems are structured such that recall of ! critical information is available on a moment's notice. Transtech/Mapco will provide monthly project status e reports which updates, at a minimum, the status on the schedule, budget, and pending issues requiring attention. Transtech/Mapco will ensure timely turn-a-round for submittal and/or substitution request approvals, and will maintain a log to track when submittals are received, approved, by whom, and when $! returned. Communications with all concerned parties will be made or directed in writing in a timely fashion. Ir i Our record keeping and communication flow system is unsurpassed. Throughout the project, you will receive project updates from us by telephone and by written progress reports. You will be aware of what is going on at all times. As our staff serve as Consultant City Engineers for a number of Cities, we understand the importance of being aware of the progress and issues, so that if questions are asked by City Manager/Council Members/Public,you have the information promptly. �I As-Needed Civil Engineering Services,City of San Bernardino C.Approach,24 VALUE ENGINEERING Transtech/Mapco approaches value engineering as a continuous and evolving function throughout the entire preliminary and design phases of the project. Value engineering is treated as an integral part of developing design criteria and ultimate incorporation into the project plans, specifications and estimates. Integrating value engineering throughout the project significantly reduces the chance of a major design alternative being identified by a 'value engineering team" after the project is designed, which would cause a tremendous redesign effort and considerable time delays. QUALITY CONTROL AND QUALITY ASSURANCE (OC/OA)PROGRAM QC/QA is an important process in Transtech/Mapco's project management. Transtech/Mapco has an extensive in-house quality assurance and quality control (QC/QA) program to prevent design errors and construction change orders. This process provides an objective review of the work done with a different set of eyes. We will provide an extensive check of the plans prepared by the PS&E consultant before each milestone submittal. This check is provided by senior engineers with experience in the applicable field. The quality control check sheets will show who checked/reviewed the plans or reports, signature and date of J review. TRANSTECH/MAPCO'S TYPICAL WORK FLOW/PROCESS APPROACH A specific work plan for each project assignment will be developed showing schedules, milestone completions, submittals, products to be delivered, staffing and resource requirements, management, etc. The following is Transtech/Mapco's general approach and work flow plan for similar projects: �i I. Receive request from Agency for a specific assignment. Upon request by the Agency for a specific project, Transtech/Mapco first will meet with the Agency staff to discuss the specific scope of work I desired for the assignment. When necessary, Transtech/Mapeo will conduct a visual survey of the project area to fine tune the final scope. Then, Transtech/Mapco will submit a project specific proposal l to the Agency, including a detailed fee and service schedule. i ! 2 Authorization from Agency. Upon approval of project specific proposal and authorization from the Agency, we will proceed with the project. r: 3. Project Execution and Management. The following is a general scope outline and task order that Transtech/Mapco follows in executing project assignments: Project Scoping Meeting and Progress Meetings • Transtech/Mapco will begin each project by meeting with the Agency staff to discuss the scope of each element of the project and to coordinate all aspects of the project. Project progress meetings will be held periodically throughout the project duration. • If requested by the Agency, Transtech/Mapco will attend the pre-bid conference, and prepare Cr responses to questions during the advertising and bid phase, and prepare addenda as necessary for k proper notification to all bidders. ■ If requested by the Agency, Transtech/Mapco will attend the preconstruction meeting with the awarded contractor. • Transtech/Mapco will provide monthly project status reports to the Agency which updates, at a minimum, the status on the schedule,budget,and pending issues requiring the Agency's attention. 71 Transtech/Mapco will provide a timely tum-a-round for submittal and/or substitution request 11 C approvals and will maintain a log to track when submittals are received, approved, by whom, and when returned. Communications with all concerned parties will be made or directed in writing in a timely fashion. I 1 As-Needed Civil Engineering Services,City of San Bernardino C.Approach,25 In addition, when required, Transtech/Mapco will execute the following tasks: • Mapping; Utility Coordination; Environmental Documentation; Regulatory Permit Services TYPICAL SCOPE OF WORK FOR A DESIGN PROJECT Project Scoping Meeting and Progress Meeting: Transtech/Mapco will begin each project by meeting with the Agency staff to discuss the scope of each element of the project and to coordinate all aspects of the project. Project progress meetings will be held periodically throughout the project duration. Research: Transtech/Mapco will collect record data from Agency and other Agencies as necessary. it Visual Survey: A visual field inspection and review of each project site will be conducted by the project staff,and pictures will be taken. Operations and Facilities Inspection: Transtech/Mapco's will field inspect operations in the project area to develop an efficient control approach that will be used during the construction of the proposed 11 improvements. Recommendations will be prepared for consideration in the design approach, and will be incorporated in the PS&E package to maintain public convenience and safety. Engineering Analysis: After review of office data, and field investigation surveys, we will discuss our findings and preliminary approach with Agency staff. The required design parameters will be agreed on and alternative materials and methods to achieve the goals will be analyzed. Field Surveying: If required and when necessary,design survey of the project area will be performed. Plans, Specifications and Cost Estimates: Plans, specifications and estimates (PS&E) will be prepared, using design standards desi gn ated and finishing the project within the negotiated time period specified by the agreement. Utility Coordination: Existing utilities identified from available as-built plans will be shown in the work areas Plans will be sent to each utility company for notification and review during the preliminary design stage. ric Direct discussions with utility authorities may be necessary in the eventuality that it becomes difficult to obtain adequate or reliable utility information in a timely manner. A copy of all utility notification letters T will be sent to the Agency, as well as a log of any direct discussions conducted between Transtech/Mapco Vj and the utility authority. As Built Plan Preparation: The plans will be revised to reflect as-built conditions per the Agency Inspector's records. The electronic file will be updated with the information in a drawing layer identified as "as built".Additionally,new mylars will be prepared reflecting the as-built information. TYPICAL SCOPE OF WORK FOR CONSTRUCTION PHASE SERVICES Bidding and Advertisement Phase: ei • Advertising bid notices on various trade publications. • Providing bid packages to potential bidders. • Maintaining a log of plan holder's information. • Conducting pre-bid meetings. ' • Responding to bidder's questions. • Preparing and distributing addenda. • Conducting bid evaluation and schedule of value analysis. • Background check of lowest 3 bidders. .j ■ Establishing lowest responsive qualified bidder. • Preparing Council staff report and presenting to the City Council to award the contract to the lowest i responsible qualified bidder for the construction. ■ Coordinating the award and execution of the contract between the City and the contractor, including review of insurance,bonding,and other required documents. "i Construction Phase. As-Needed Civil Engineering Services,City of San Bernardino C.Approach,26 ki Providing on-site Construction Manager and Quality Control Inspectors to manage all aspects of the �— construction. I%w When requested by the City, functioning as City Building Department and/or Public Works Department Extension, and providing all necessary services, including inspection during construction for compliance with Building and all other applicable codes, and review and approval of all shop drawings during construction. Retaining "Specialty Inspection and Testing", "Construction Soils Engineer", "Construction Staking" Consultants. Developing a master construction schedule,and monitoring and updating construction schedule. Conducting weekly construction meeting with the contractor, City, and other involved parties. Preparation and distribution of meeting minutes. • Preparing and distributing all required notices, and responding to complaints and resolving problems as necessary. • Reviewing contractor change order requests, and preparing necessary documentation for submittal and approval or denial by the City. • Reviewing contractor pay requests and preparing necessary documentation for submittal and approval by the City. • Managing all construction activities and project controls. i ■ Managing contract cost accounting system. L ■ Conducting project walk-through(s)and preparing punch list(s). • Ensuring the project is implemented per the approved set of plans, and preparing as-built drawings at the completion of construction. • Maintaining proper project files and documentation. n' • Coordinating close out of the project, obtaining necessary operation manuals,warranties, guarantees and other applicable necessary information. -V • Delivering a final completed project to the City which is in compliance with PS&E package, and all applicable codes, standards and requirements with a complete project close out file OTHER CONDITIONS t The City of San Bernardino will be expected to provide the following items and actions in support of contracted Consulting activities: t • Clear 'chain of command' for conflict resolution involving outside agencies and design issues / constraints. • Provide Consultant with adopted standards, procedures, ordinances,policies and reference materials currently utilized by city staff in performing assigned duties. • Provide 'in-house' meeting / working areas for times Consultant is at city hall and performing I! 4a assigned duties or requested to participate in an 'as-needed' service call to address sensitive or immediate need circumstances. rf • Payment of any fee's, permits, costs, etc...associated with outside or third party agency activities including but not limited to title companies, County Recorder's office, State agencies and legal filings. As stated previously in our Qualifications statements, should there be an instance where project needs reach - beyond our immediate ability to satisfy those needs our experience staff would consult and recommend supplementing special project needs whether the needs are for public works demands, environmental / '! jurisdictional processing, complex water quality compliance or other project scopes with our professional 'project-venture' sub consulting experts. Our staff has worked closely with many of the industries leaders in all aspects of plan preparation, project review, construction, environmental compliance / regulatory legal 'i aspects, too name but a few of the many special projects needs that could arise in Southern California. As-Needed Civil Engineering Services,City of San Bernardino C.Approach,27 y. The above method of `out sourcing' or staff augmentation is very effective in completing projects in a timely manner, as well as, efficiently meeting the needs of this proposals directives. This `occasional approach' will also ensure that the city enters into contractual services contracts with the appropriate parties at the commencement of any project vs. unmanageable surprises during a critical stage of service. i : ; i I 1 J It 1 � l r, y J r,j LI As-Needed Civil Engineering Services,City of San Bernardino C.Approach,28 D. REFFRFNCES City of Commerce Bob Zarrilli Development Services/PW Director (323) 722-4805 i City of Huntington Beach Stanley Smalewitz, Economic Dev Director (714)536-5909 City of Baldwin Park William Galvez,PW Dir/City Eng (626) 813-5255 i City of Alhambra Michael Martin,Development Services Director (626)570-5041 Mary Chavez,Public Works Director (626)570-3251 City of Laguna Beach John Pietig,Deputy City Manager (949)497-0754 ..a City of Rialto Ahmad Ansari,Public Works Director/City Engineer (909)820-2530 California State University, San Bernardino Tony Simpson,Director of Construction (909)537-5000 American Development Tom Thornburgh, Principal (760)-774-1400 County of Riverside Vincent Yzaguirre,Facilities Management Deputy Director (951)955-9011 i Inland Valley Development Agency(l VDA) llAlex Estrada Director of Redevelopment and Property Management i (909) 3824106 ext: 231 1J Q �I j As-Needed Civil Engineering Services,City of San Bernardino 1). References, i - CITY OF SAN BERNARDINO ty Of. San Bernardino 42 / 680 Development Services Department, Planning Division 2009 17:01:29 Reg WCOUNTER t: 20249E - TRANSTECH EN 300 North "D" Street, 3ed Floor r��--..��tarting Balance $ San Bernardino, CA 92418 ai idation Receipt Phone (909) 384-5057 • FAX (909) 384-5080 1 Web address: www.sbcity.org CHARGES- 010004301 915.00 25A Professional Servlca$ 0010004301 10.00 PROCES Processing Fee For N$ ----------- ----------------------- Sub-total g******925.00 PAYMENT- 42840 $ 925.00 1 - Nothing due E*******'0.00 ,yam ( l Y..l CITY OF SAN BERNARDINO F_i BUSINESS REGISTRATION CERTIFICATE 1: ACCOUNT Tnn HY{YIC{r HCB......CfrllfKdlC Q.•q Iql MhWt 111(k,f ppnypn Of HI¢bYfTn{y�!Kilpn Olhn a(7lmvab{ry o1Mr car AC'('I'Nll- r:J depylmew{.such w Devebpnrnl sm:,q mr he NlIA1BEIt benq homfienuing t h Styc ofCa!ifumuy quo d T n Cmifum a ybcJ uilho l rmf¢y oq Ihq the,m,faye b wb)al w or 20249(, 202496 B6NLA-dL The H®inn{ (Mon b repumible fur Inrcly ra1r.-d Nol rcccivulg a rmr.y nolee for any rnwn doe{nut relieve DAILPAID OjRI/20(1H rt3fUrplbi!Jy IM 1YR'r Cn)nrS111 if nQ:fVld v'lIhX1 JU dwy pf the rxpumkm dye{M1Mt1,a yr en4r!1)'WaI he aleln{(V a I BUSINESS CLASS: CONSULTANT 525A 51.732.50 DATE PAID NOTES: EXPIRATION DATE -` 1/2008 BUSINESS LOCATION: 1 g8 N ARROWHEAD AVE# 128 1/31/2009 owNEH•FlBAIOR CUHI'OHATIOR TRANSTECH ENGINEERS INC flnUSINLSSNAME TRANSTECH ENGINEERS INC ATIENriDN BALANCE 50.1111 M ING ADDRESS 624 BREA CANYON RD WALNUT CA 91789-3009 811'/27/2089 12:04 9093047475 MAPCO PAGE O1/0i C;17:Y'OV SAN:BE iVA"INO SUSMMSSAZ',is' 176N-CERTTFICATE ACC:UUNT Thn gln�derl AMnMi011TamG41e dOb Rol QkAk dw 1,14 OrIM M Of Ihll WWAV y414 1Cgt! 0dw q 4I b{a hC Cn1 J d pM u,w<h V Oe llh enl aims fle W!."Ima TM Cemr e d hrrV� M n<wfCeula•. nbe e n uln b wb erctb NUMBER aeeip mlkrnynp b/Ihf swWOM0Tb104, . . 866 ' 1. The HYpeYI,OIMer Y��e,��nn141i kr Ilme'y renew{! WI re,tMnse MIYU nhlk for erY*won-dob m MiM 12495 4,xvball)fal neyb*rbh"flf neepW'u!dnf0 � oflhriryi{db CaflhWn;6'Sd%plwi .VNhev gaek E� SUSINBBsCLgSS "' ENG�IV$6R EXPIRATIONDAT2 DATE PAID NOTG9'' 9Y10/3d'U9 10121/21109, )bbrsmss LOCATION 4111 KMACKAY DR owrve.smhe:o¢ D,A;ivf,,1UC. � . .e Cbnnbaq'nON ._-D•JSSIS66 NAME MAPCO ATIYNWON J MAILING ADDFUSt POSOX'S82 Rachel G. Clcrh SAN BERNARD IN 9zpl z-Sazz cin C'-caa: ;I TRANSTECH/MAPCO ENGINEERS,INC. STANDARD HOURLY RATES Effective through December 31,2009 Classification Hourly Rate Principal Engineer $165 - $190 Senior Engineer $150-$175 Project Manager/Contract Principal $130- $155 Project Engineer/Land Surveyor/Traffic Engineer $115 -$140 Staff Engineer/Contract Administration $100-$115 Senior CADD Designer $90 -$105 Staff CADD Designer $75 -$90 Environmental Planner $120 -$145 Transportation Analyst/Planner $1054125 $125 Plan Checker $95 -$125 Construction/Utility Manager $1254150 $150 Inspector $90 -$115 Engineering Technician $65 -S75 �.. Administrative/Clerical $50 -$55 2-Man Survey Crew $185 Principal Funds Manager $150- $175 Senior Funds Analyst $1054130 $130 Funds Analyst $90- 105 Reimbursable direct expenses are billed at cost plus 10% for administration fee. As-Needed Civil Engineering Services,City of San Bernardino Fee Rates Attachment "C" (AS REQUIRED, FEE PROPOSAL IS SUBMITTED VIA SEPARATE EMA e TO PROVIDE DESIGN SERVICES FOR VERDEMONT COMMUNITY CENTER Project PR04-28 SUBMITTED By MAPCO in association with TRANSTECH / Los Angeles Alhambra MflPCO Commerce San Bernardino 413 MacKay Dr. TRANSTECh Sa n Bernardino,CA 92408 (909)384-7475 SUBMITTED TO CITY OF SAN BERNARDINO Kerry Morford, Interim Assistant Director City of San Bernardino, Development Services Department 300 North "D"Street San Bernardino, CA Due Date:January 19, 2010, 4 PM Copies required: Submitted Electronically in PDF Format ICJ Los Angeles Alhambra MOPCO Commerce January 6, 2010 San Bernardino Big Bear 41 413 MacKay Dr. Development Services Department TRANSTECIf San Bernardino,CA 92408 (909)384-7475 Kerry Morford, Interim Assistant Director. 300 North "D"Street San Bernardino, CA 92418 Phone: (909)384-5125 Fax: (909) 384-5573 E-Mail: morford_ke @sbcity.org Subject: FEE PROPOSAL(As Required, Fee Proposal is submitted via separate email) TO PROVIDE DESIGN SERVICES FOR THE VERDEMONT COMMUNITY CENTER Project PR04-28 Dear Mr. Morford: As requested, MAPCO in association with TRANSTECH hereinafter referred to as MAPCO, is submitting this FEE PROPOSAL via separate email. For questions, please contact our proposed Project Manager, Mike Ackerman at 909-384-7464. Mfk&AckRerma w Mike Ackerman, PE, Project Manager F I WPROCESSIPROPoLM201OV4010M5 Pi U4 FUR UP M IO(ACW WEOIMlO5PRAMOPoSLLS M/ MJFEE PWMSR�eMMMS UARPMNCM MR CIP0414 ME 1310,5 PMEx Fee Proposal for Design Services for PR04-28 Verdemont Community Center Cover Letter,1 FEE The construction duration and fee is based on 60 working days. The project budget is valued at$300,000. The following is a breakdown of fee by staff and task: Michael Anderson,Michael Lauwers, $3,500 Site survey. Aron G. Soils Report. Hilltop Geotechnical $3,500 David Ragland,Michael Ackerman, $2,000 Water quality management plan. Gary Ault David Ragland,Michael Ackerman, $1,000 Erosion control plan. Gary Ault David Ragland, Michael Ackerman, Storm water pollution prevention plan. Gary Ault $2,000 David Ragland,Michael Ackerman, Removal/relocation of approximately seven trees. Gary Ault $1,500 Craig Melicher, David Ragland, $3,400 Design of building site. Michael Ackerman,Gary Ault Design of outdoor stage and surrounding area. (Including recommendations for outdoor stage placement taking into consideration Craig Melicher, David Ragland, $3,200 existing topography, prevailing wind patterns, aesthetics, environmental Michael Ackerman,Gary Ault impacts,and project budget limitations.) Design of parking lot, driveways, walkways, and ramps. (Including Craig Melicher, David Ragland, $4,000 parking lot and site lighting;striping;and drainage.) Michael Ackerman,Gary Ault Design of modification to the existing irrigation system. Lost West $1,500 Design of disabled accessible paths of travel to the building and outdoor Craig Melicher, David Ragland,Michael Ackerman, Gary Ault $1,000 stage. (Including parking spaces,walkways, ramps,and required signs.) Design of an electrical line to provide 120 VAC to the outdoor stage. Wayne Bausman,Craig Melicher $1,800 Design of a private, on-site fire hydrant within 150 feet of the building Craig Melicher, David Ragland, and adjacent to a paved parking surface. The hydrant shall be supplied Michael Ackerman,Gary Ault $2.500 downstream of the site's existing back-flow preventer. Design of utility connections to the modular building (sewer, water,gas, and electrical). The City will pay the cost of utility relocations and connections, including fees; however,the consultant shall coordinate all Craig Melicher, David Ragland,Michael Ackerman,Gary Ault $2,500 utility work, provide cost estimates, and incorporate this work into the bid package. David Ragland, Michael Ackerman, $1,000 Design of a block wall trash enclosure. Gary Ault Preparation of plans, specifications, and cost estimates required for a Craig Melicher, David Ragland, complete bid package. Michael Ackerman,Gary Ault $2,000 Total $36,400 Construction management services as a separately priced option. $30,000 Fee Proposal for Design Services for PR04-28 Verdemont Community Center 1