Loading...
HomeMy WebLinkAbout13- Development Services ORIGINAL CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: Valerie C. Ross, Director Subject: Resolution awarding a contract to RBF Consulting for Construction Management Dept: Development Services Services for Street Improvements on Cajon Boulevard. Date: November 25, 2009 File: MCC Date: December 21, 2009 Synopsis of Previous Council Action: 04/07/08 The Mayor and Common Council adopted Resolution No. 2008-115 accepting a grant from the Federal EDA. 05/05/08 The Mayor and Common Council authorized the Finance Director to create a new capital improvements project for the North San Bernardino Industrial Park/FedEx Project. 10/06/08 The Mayor and Common Council adopted Resolution No. 2008-379 approving a reimbursement agreement with Hillwood related to the North San Bernardino Industrial Park/FedEx Project. Recommended Motion: Adopt Resolution. r Valerie C. Ross i E Contact Person: Robert Eisenbeisz, City Engineer Phone: 5203 F Supporting data attached: Resolution Ward(s): 6 FUNDING REQUIREMENTS: Amount: $43 , 324 . 00 Source: 242-362-5504-7802 Acct. Description: Hillwood Reimbursement Finance: Council Notes: �� G -L7 Agenda Item No.: /2-A/ 1 i CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subiect: Resolution awarding a contract to RBF Consulting for Construction Management Services for Street Improvements on Cajon Boulevard. Background: On April 7, 2008, the Mayor and Common Council adopted Resolution No. 2008-115, accepting a$1,500,000 Federal Economic Development Administration Grant for infrastructure improvements on Cajon Boulevard related to the Hillwood FedEx project. As a condition of approval on that project, Hillwood was required to construct approximately 5,452 linear feet of curb, gutter, sidewalk, and pavement rehabilitation to center line. The estimated cost of the improvements is $3,750,000. After subtracting the grant amount,the City's share of the improvements would be $2,250,000. However, Hillwood will pay the City's match share. On October 6, 2008, the Mayor and Common Council adopted Resolution No. 2008- 379, which approved a Reimbursement Agreement with Hillwood for the infrastructure improvements. Staff released a Request for Proposals (RFP) for Construction Management Services for this project. As part of those services, the engineering firm will be responsible for processing the Federal EDA reports. Copies of the RFP were sent to a total of forty two engineering firms that appeared qualified to provide the services and twenty four proposals were received. fi The selection process consisted of an evaluation by City staff of all the proposals and subsequent interviews with the three top rated firms listed below: RBF Consulting, San Bernardino, California Willdan Engineering, San Bernardino, California Tetra Tech, Inc., San Bernardino, California The method of evaluation of proposals, interviews, and ratings was consistent with the rating system approved by the Mayor and Common Council on September 2, 2003. Experience, cost, understanding of the project, and local preference were factors considered in the evaluation. From that process, staff determined that the most qualified firm was RBF Consulting who proposed a fee of$43,324. Financial Impact: There will be no cost to the City. Hillwood will reimburse the costs consistent with the Reimbursement Agreement. Attachments: Resolution 2 COPY RESOLUTION NO. 1 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN 3 BERNARDINO AWARDING A CONTRACT TO RBF CONSULTING FOR CONSTRUCTION MANAGEMENT SERVICES FOR STREET IMPROVEMENTS ON 4 CAJON BOULEVARD. 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 6 CITY OF SAN BERNARDINO AS FOLLOWS: 7 SECTION 1. RBF Consulting, has been determined to be the most qualified firm for 8 the Construction Management Services for Street Improvements on Cajon Boulevard. A 9 10 contract is awarded accordingly to said bidder in a total amount of$43,324, with a contingency 11 amount of $4,332, but such award shall be effective only upon being fully executed by both 12 parties. All other bids, therefore, are hereby rejected. The City Manager is hereby authorized 13 and directed to execute said contract on behalf of the City; a copy of the contract is attached 14 hereto as Attachment 1 and is incorporated herein. 15 SECTION 2. This contract and any amendment or modifications thereto shall not take 16 17 effect or become operative until fully signed and executed by the parties and no party shall be 18 obligated hereunder until the time of such full execution. No oral agreements, amendments, 19 modifications or waivers are intended or authorized and shall not be implied from any act or 20 course of conduct of any party. 21 SECTION 3. The authorization to execute the Agreement is rescinded if the parties to 22 the contract fail to execute it within sixty (60) days of passage of this Resolution. 23 24 25 HI 26 27 28 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN 1 BERNARDINO AWARDING A CONTRACT TO RBF CONSULTING FOR CONSTRUCTION MANAGEMENT SERVICES FOR STREET IMPROVEMENTS ON 2 CAJON BOULEVARD. 3 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 4 and Common Council of the City of San Bernardino at a meeting thereof, held on the 5 6 day of , 2009, by the following vote, to wit: 7 Council Members: AYES NAYS ABSTAIN ABSENT 8 ESTRADA 9 BAXTER 10 BRINKER 11 SHORETT 12 KELLEY 13 JOHNSON 14 MC CAMMACK 15 16 17 City Clerk 18 The foregoing resolution is hereby approved this day of , 2009. 19 20 Patrick J. Morris, Mayor 21 City of San Bernardino 22 23 Approved as to form: 24 JAMES F. PENMAN, City Attorn 25 26 By: 27 28 2 Attachment 1 AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR STREET IMPROVEMENTS ON CAJON BOULEVARD THIS AGREEMENT is made and entered into this day of , 2009 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("City"), and RBF CONSULTING ("Consultant"). WITNESSETH : A. WHEREAS, City proposes to have Consultant provide Construction Management Services described herein below; and B. WHEREAS, Consultant represents and warrants that it has the specialized expertise and experience required to provide professional consultant services contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and C. WHEREAS, City and Consultant desire to contract for the performance of the services described below and as attached, and desire to set forth their rights, duties and liabilities concerning the performance of the services; and { D. WHEREAS, no official or employee of the City has a financial interest, within the ' provisions of California Government Code, Sections 1090-1092, in the subject matter of `w- 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 furnish Construction Management Services to City for street improvements on Cajon Boulevard in accordance with the Consultant's proposal dated November 2, 2009 attached to this Agreement as Attachment A and made a part of this agreement by reference. In addition to the scope of services listed in Attachment A, the following shall apply: (a) Regardless of who furnishes the construction inspector, Consultant shall make sufficient visits to the project site to determine, in general, if the work is proceeding in accordance with the construction contract. (b) The Federal Economic Development Agency, the Comptroller General of the United States, and the Inspector General of the Department of Commerce, or their duly authorized representatives, shall have access to any documents, books, papers, and records of the Consultant (which are directly pertinent to this Agreement) for the purpose of making an audit, examination, excerpts, and 1 Attachment 1 transcriptions. Consultant shall maintain all required records for at least three years after the City makes final payment and all pending matters are closed. (c) Consultant shall provide surveillance of project construction to assure compliance with plans, specifications, and all other contract documents. If the City chooses the Consultant as the project inspector, the requirements for inspection services shall be clearly defined and the amount the City is required to pay for such services shall be stated. (d) Consultant shall be responsible for any damages arising from any negligence in the performance of the construction inspector, if the inspector is furnished by the Consultant. (e) Consultant shall supervise any required subsurface explorations such as borings, soil test, and the like, to determine amounts of rock excavation or foundation conditions, no matter whether they are performed by the Consultant or others paid by the City. (f) Consultant shall attend bid openings, prepare and submit tabulations of bids, and make a recommendation as to contract award, if necessary. (g) Consultant shall review proof of bidder's qualifications and recommend approval or disapproval. (h) Consultant shall submit a report not less frequently than quarterly to the City covering the general progress of the job and describing any problems or factors contributing to delay. 1.2. Professional Practices. All professional services to be provided by the Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily 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. Consultant further warrants that it and its personnel shall have no professional, personal, or other affiliation with or connection to the owner or engineering firm that prepared the project plans assigned for review or any other person or entity connected with the project that could interfere with Consultant's performance of its obligation to conduct Construction Management services. 1.3. Warranty. Consultant warrants that it shall perform the services required 0 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' 2 Attachment 1 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 the 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 the City for, or on account of any liability under any of the above-mentioned laws, which may arise out of Consultant's performance under this Agreement. 1.4. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other basis prohibited by law, except as permitted pursuant to Section 12940 of the California 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 the City may enter into agreements to have other consultants perform, or may have its own employees perform, services similar to those services to be performed under this Agreement. 1.6. Delegation and Assignment. This is a personal service contract, and the duties to be performed by Consultant pursuant to this Agreement shall not be delegated or assigned to any person or entity without the prior written consent of the City. 1.7. Business License. The Consultant shall obtain and maintain a valid City Business Registration Certificate during the term of this Agreement. I.S. Duty of Loyalty/Conflict of Interest: Consultant understands and agrees that as the City's Construction Management consultant, the Consultant shall be subject to a 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. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Over the term of this Agreement, the Consultant shall be paid for such services at the hourly rates specified in Attachment B, incorporated herein by reference for a total amount not to exceed $43,324.00, as specified in Attachment B. 2.2. Additional Services. Consultant shall not receive compensation for any services other than the services specified in this Agreement unless the City, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of additional ELM services or compensation are unenforceable. 3 Attachment 1 2.3. Method of Billing. Consultant may submit invoices to City's Managing 10 Engineer for approval on a monthly basis. Each invoice shall include the amounts charged for all of Consultant's services that have been completed to the sole satisfaction of City during the period covered by the invoice. 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 time spent to perform each service. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and the invoices shall identify the number of the authorized change order, where applicable. 2.4. Records and Audits. Consultant shall maintain records of all services it performs pursuant to this Agreement in accordance with generally accepted accounting principles and shall make the records available to the Managing Engineer 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 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 Managing Engineer. If Consultant fails to commence work in a timely manner or fails to pursue work diligently to completion, City may, at its option, terminate this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts or conditions beyond the reasonable control of the party or parties. Such acts and conditions shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations the effect of which could not reasonably have been foreseen, riots, and acts of war. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the Effective Date and shall continue for a period of one-year, 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 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 4 Attachment 1 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 in this Agreement. In determining the professional services actually rendered up to the effective date of termination, consideration shall be given to both completed work and work in progress, and to complete and incomplete work products 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 Consultants, personal injury with a 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 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, including employer's liability coverage. (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 addition- 5 Attachment 1 i al insureds with respect to this subject project and contract with City." In addition, the comprehensive general liability, automobile liability, and workers' compensation/employer's liability policies shall contain or be endorsed to contain the following provisions: (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." (d) Waiver of subrogation: "Insurer waives any right of recovery it 1� may have against the City of San Bernardino or its elected and appointed boards, officers, agents, or employees under this policy because of payments Insurer makes for injury or damage arising out of the named insured's operations or work done for the City of { San Bernardino. 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 the City, prior to performing any services under this Agreement. 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in Section 6.8 of this Agreement, or the extent to which Consultant may be held personally responsible for indemnifying the City against liability for damages to persons or property, notwithstanding any insurance that may cover such damage. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referred to in this Agreement and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, signed by the parties in interest at the time of the modification. The terms of this Agreement shall prevail over any inconsistent provision in any other document relating to this Agreement, 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 6 Attachment 1 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 Managers. The City shall designate a Managing Engineer 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 and/or its 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. Communication shall be deemed served or delivered: a) at the time of delivery if the communication is sent by personal delivery; b) at the time of transmission if the communication is sent by facsimile; and c) 48 hours after deposit in the United States Mail as reflected by the official United States postmark if such communication is sent through regular United States mail. i IF TO CONSULTANT: IF TO CITY: Randy Lovan, Project Manager Valerie C. Ross RBF Consulting Director of Development Services 300 North "D" Street San Bernardino, Ca 92418 Fax: 909-390-9817 Fax: 909-384-5080 Tel: 949-439-0423 Tel: 909-384-5357 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 under this Agreement or the enforcement of any of the terms, conditions, or provisions of this Agreement. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of City shall be considered "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. The parties agree that the sole and exclusive venue for any legal action to enforce or interpret this Agreement, shall be a court of competent jurisdiction located in San Bernardino County, California. 6.7. Assignment. The Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of the Consultant's interest in this Agreement without the City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement 7 Attachment 1 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 the Consultant under this Agreement for the term of this Agreement. 6.8 Indemnification and Hold Harmless. The 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 attorneys' fees, damage to property or injury to or death of any person or persons, and all other damages of any nature including, but not limited to, all civil claims or workers' compensation claims, wholly or partly 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. Contractor is and shall be acting at all times as an independent Contractor and not as an employee of the City. Consultant shall secure, at his expense, and be responsible for the payment of any and all required payroll deductions for Consultant and its officers, agents, and employees, including but not limited to deductions for payment of Income Tax, Social Security, State Disability Insurance Compensation, and Unemployment Compensation. Consultant shall procure at its expense any business licenses required for the performance of the services to be performed under this Agreement. i 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 sub Consultants in the course of performance of this Agreement, shall be and remain the sole property of City. The Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of the 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 the City and without liability or legal exposure to the Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by the Consultant. Consultant shall deliver to City any findings, reports, documents, information, and data, in any form, including but not limited to, computer tapes, discs, files audio tapes and any other items relating to the subject project, 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 the City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et. seq.). Documents or information that qualify as trade secrets, as that term is defined in the California Government Code Section 6254.7, and of which the Consultant informs City are trade secrets, may be exempt from disclosure. City will endeavor to maintain as confidential all information obtained by it that is designated as a trade secret. City shall not, in any way, 8 I Attachment 1 be liable or responsible for the disclosure of any trade secret including, without limitation, those records so designated 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 the City. In the event that an error or omission attributable wholly or partly to Consultant occurs, then Consultant shall, at no cost to the City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the error or omission to the sole satisfaction of the City and shall participate in any meeting required to carry out the correction. 6.13. Prohibited Employment. Consultant will not employ any regular employee of the City while this Agreement is in effect. 6.14. Order of Precedence. In the event of an inconsistency or conflict between 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 under this Agreement except as expressly provided in this Agreement. 6.16. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant. 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 be a full or accurate description of the content of this Agreement. Headings 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 in construing 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 to this Agreement or their respective successors and assigns may amend this Agreement. 6.20. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of the right to require such performance or compliance. No 9 Attachment 1 waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy that accrues to a party upon the occurrence of an event shall not be deemed a waiver of any right or remedy that accrues to that party upon the occurrence of any other event, nor shall any waiver constitute a continuing 3 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 of this Agreement or of the unenforceable 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. e 6.23. Corporate Authority. The persons executing this Agreement warrant that they are duly authorized to execute it on behalf of the parties and that their execution of this Agreement formally binds the parties to its provisions. 10 a Attachment 1 AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR STREET IMPROVEMENTS ON CAJON BOULEVARD 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 'a written. I CITY OF SAN BERNARDINO, RBF CONSULTING A Municipal Corporation k By By Charles McNeely, City Manager Signature Name and Title Approved as to form: James F. Penman, City Attorney By 11 WFATTACHMENT A November 2, 2009 CONSULTING 65-100657.999 Ms. Lisa Sherrick Administrative Analyst CITY OF SAN BERNARDINO Development Services Department Public Works Division 300 North "D" Street, 3 Floor San Bernardino, CA 92418 Subject: Proposal for Construction Management Services Street Improvements on North Cajon Boulevard Dear Ms. Sherrick: RBF Consulting is pleased to present our proposal to provide Professional Construction Management services for your North Cajon Boulevard Street Improvement project. In preparing this proposal we have reviewed the RFP,Addendum 1, plans,and specifications;visited the project site; and discussed the project with Department Staff. It is RBF's understanding that the City of San Bernardino is soliciting proposals from qualified firms to provide construction management services for the Federal Economic Development Agency Grant project located on North Cajon Boulevard in the City of San Bernardino. The project encompasses approximately 5,900 LF of North Cajon Boulevard, South of Glen Helen Parkway to North of Kendall Drive. Street widening and roadway improvements include:sawcutting; demolition;removal of existing roadway; earthwork excavation,grading and sub-grade preparation; cold plane and overlay of existing asphalt; placement of new asphalt;drainage improvements;RCP storm drain installation; PCC curb, gutter, and sidewalks; relocation of existing underground service utilities; installation of street lighting and associated appurtenances; adjustment of existing valve covers and manholes to grade; removal and replacement of existing striping and pavement markings with thermoplastic and RPMs; and signage. The project is federally funded through an EDA Grant and construction is anticipated to start on March 15, 2010. The estimate of probable construction cost is $1 to $1.3 million and the contract documents provide for 90 working days. RBF will perform comprehensive construction management services throughout the entirety of the project and will report directly to the City Engineer and/or his representative. RBF will maintain a close liaison with the City Engineer, the Design Team, and other Project Team Members. Specific duties will include: bid opening attendance, bid tabulation, bid evaluation, bid recommendation, project plan development, contract administration, construction management, project coordination, coordination of review and approval of submittals by Design Engineer, contractor supervision, budget and schedule monitoring, utility coordination, survey and material testing coordination, project form and monthly report preparation / documentation, EDA funding facilitating, weekly progress meeting conducting, progress payment and change order processing, certified payroll processing, walk thru conducting, punch list preparation, and final report preparation. yr PLANNING ■ DESIGN ■ CONSTRUCTION 3300 East Guasti Road, Sure. 100,Ontario,CA 91761 ■ 909.974 4900 ■ Fax 909.974.4004 Offices located throughout California,Arizona&Nevada in www,RBFcorn Y. Ms. Lisa Sherrick November 2,2009 Page 2 RBF will schedule construction inspection through the City of San Bernardino and City Inspectors will be utilized for construction inspection. RBF has extensive street improvement,engineering,and construction management experience. RBF is uniquely familiar with the City, City Staff, and the Cajon Boulevard project site as we are currently providing construction management and inspection services on three projects located in the same area of the City: the Palm Pumping Station, the Magnolia Booster Station, and the Palm Connector 24" Transmission Main. By selecting the RBF Construction Management Team for professional services, the City will benefit from a local, highly qualified firm experienced in providing cost-effective solutions to municipalities. Specific benefits derived from selecting the RBF Team include: n A CM Team with a proven track record of successfully providing construction management services on large street rehabilitation projects including street widening, community relations, and special funding / record keeping/ reporting; and A CM Team that works well with Design Engineers and City Inspectors and whose Members promote a Team atmosphere; and A CM Team whose current assignment on the nearby Palm Pumping Station, Magnolia Booster Station, and Palm Connector 24" Transmission Main projects will enable us to continue serving the City from the same location; and A CM Team that utilizes the latest computer technology, understands the importance of clear communication, and possesses what it takes to facilitate successful projects; and A CM Team with the backing of over 600 multi-disciplined professional and support personnel. RBF has thoroughly examined and become familiar with the items required under this RFP, and Addendum 1, and will provide the City of San Bernardino with quality performance in order to meet C and exceed the Department's goals and objectives. RBF will meet the processing timeframes outlined in the RFP. RBF is not working for any Client with projects in the City of similar situations that could present a conflict of interest. RBF's Team is accessible 24/7 and is available to serve the 31 City of San Bernardino per the project requirements on this Cajon Boulevard project which is anticipated to begin on March 15, 2010. As requested, this proposal shall remain valid for a period of not less than 90 days from the date of submittal and has been signed by a person authorized to bind RBF. As requested in the RFP, our contact info is as follows: Mr. Randy Lovan Mr. Bryan Tuschhoff Project Manager& Contact Person during Proposal Evaluation Construction Manager RBF Consulting RBF Consulting 3100 N. Industrial Parkway 3100 N. Industrial Parkway San Bernardino, CA 92407 San Bernardino, CA 92407 24/7 Phone Number: 949.439.0423 24/7 Phone Number:949.300.3888 Fax Number: 909.390.9817 Fax Number: 909.390.9817 E-Mail: rlovan RBF.corn E-Mail: btuschhoff(a)RBF.com _: CONSULTING I Ms. Lisa Sherrick November 2, 2009 Page 3 \; RBF is an Equal Opportunity Employer and has developed an Affirmative Action Plan for the purpose of achieving equal employment objectives by attaining an employment profile,with respect to race and sex in each job group, which is an approximate reflection of societal availability. Our Project Team looks forward to meeting with you to personally discuss our qualifications and our proposed approach to completing the City's goals and objectives. Thank you for the opportunity to submit this proposal. Sincerely, `w . 40", Randy Lovan Senior Associate Project Manager (� hpdata100000100110ctMarl eting\Proposals 8 SOOs1San Bernardino,Ctty,Development Services Depikoverletter doc law i 3 k !sp 4 a CONSULTING 'i "' PLANNING ■ DESIGN ■ CONSTRUCTION PROPOSAL FORS CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Go k in TABLE OF CONTENTS SECTION 1 - UNDERSTANDING AND APPROACH........................................2 Key Issues Quality Control Measures Work Flow Diagram SECTION 2 - SCOPE OF WORK ......................................................................7 SECTION 3 - QUALIFICATIONS.......................................................................11 Firm History Local Preference Eligibility Similar Projects and References i SECTION 4 - THE RBF TEAM...........................................................................17 Organization Chart Resumes APPENDIX Computer Capabilities Agreement City Business License PRICE FORM (As requested, the price form is provided in a separately sealed envelope.) November 2, 2009 Pagel PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Sit IM SECTION 1 - UNDERSTANDING AND APPROACH It is RBF's understanding that the City of San Bernardino is soliciting proposals from qualified firms to provide construction management services for the Federal Economic Development Agency Grant project located on North Cajon Boulevard in ,- the City of San Bernardino. In preparing this r � �* proposal we have reviewed the RFP, Addendum 1, plans, and specifications; visited the project site; and discussed the „ project with Department Staff. The project encompasses approximately 5,900 LF of North Cajon Boulevard, South of Glen Helen Parkway to North of Kendall Drive. Street widening and roadway improvements include: sawcutting; demolition; removal of existing roadway; earthwork excavation, grading and sub-grade preparation; cold plane and overlay of existing asphalt; placement of new asphalt; drainage improvements; RCP storm drain ii installation; PCC curb, gutter, and sidewalks; relocation of existing underground service utilities; installation of street lighting and associated appurtenances; adjustment of existing valve covers and manholes to grade; removal and ( replacement of existing striping and pavement markings with thermoplastic and RPMs; and signage. The project is federally funded through an EDA Grant and construction is anticipated to start on March 15, 2010. The estimate of probable construction cost is $1 to $1.3 million and the contract documents provide for 90 working days. RBF will perform comprehensive construction management services throughout the entirety of the project and will report directly to the City Engineer and/or his representative. RBF will maintain a close liaison with the City Engineer, the Design Team, and other Project Team Members. Specific duties will include: bid opening attendance, bid tabulation, bid evaluation, bid recommendation, project plan development, contract administration, construction management, - .•" project coordination, coordination of review and approval of submittals by Design Engineer, contractor supervision, budget and schedule monitoring, utility coordination, survey and material testing coordination, project form and monthly �« report preparation / documentation, EDA funding facilitating, weekly progress meeting conducting, progress payment and change order processing, certified payroll processing, walk thru conducting, punch list preparation, and final report preparation. RBF will schedule construction inspection through the City of San Bernardino and City Inspectors will be utilized for construction inspection. RBF has extensive street improvement, engineering, and construction management experience. RBF is uniquely familiar with the City, City Staff, and the Cajon Boulevard project site as we are currently providing construction management and inspection services on three projects located in the same area of the City: ''. the Palm Pumping Station, the Magnolia Booster Station, and the Palm Connector 24" Transmission Main. -I November 2,2009 Page 2 roHSUnNa r. PROPOSAL FOR , CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT �w Sa iu Key Issues Our approach is based on the belief that well integrated project teams and successful projects do not occur naturally and that success is the result of focused QA/QC management effort. Based upon our review of the RFP, Addendum 1, plans, and specifications; our visits to the site; and our discussions with Department Staff, the RBF Team will focus on the following key issues: • Keeping the City Engineer and City Staff informed on a Daily Basis Responding Swiftly to City Needs A/ " I • Establishing and Maintaining Positive Public Relations Developing and Implementing a Sound Work Plan which includes Phasing Providing Clear Communication/Documentation to the Project Team • Facilitating Special Funding/Record Keeping/Reporting • Coordinating with the City, the Contractor, the Design Team, Caltrans, other Agencies, and other Project Team Members • Obtaining Contractors Submittals, Establishing a Sound Schedule of Values, and Ensuring the timely routing of all RFI's and Submittals to the Design Engineer for his review for Conformance with Project Plans and Specifications 1 Developing and Monitoring Schedules &Identifying Long Lead Items • Facilitating and Tracking Critical Elements such as Electrical Work Orders Scheduling and Coordinating Construction Inspection by the City Inspectors • Ensuring the Project is Built per Plans, Specs, and Regulations Utilizing our Proven CM Delivery System which includes our Web- Based Document Repository • Regularly Meeting with the Contractor to Discuss his Ongoing Commitment to the Safety of Workers, Residents, Pedestrians, and Commuters • Facilitating Accurate As-Built Drawings from the Contractor • Notifying and Communicating with Community Members as Directed by the City • Monitoring the Contractor's Traffic Control Plan & Ingress/Egress • Ensuring Daily Site Clean-Up and Successful Project Close-Out • Contract Administration (including Construction Management Manual and Contractor's Handbook) Organization Chart/ Responsibility Matrix • Look-Ahead Schedules/ Interim Milestone Schedules/Phasing Plans Weekly Progress Meetings, Reporting, Correspondence, Records wd Management s. Photographic Documentation of the Construction • RFI/Submittal/Change Management • Monthly Progress Payment Processing • Survey/Material Testing Coordination NPDES, SWPPP Monitoring Dispute/ Claims Avoidance and Management fMF Project Close-Out, O&M Manuals, Notice of Completion Y Upon award of the CM contract, the RBF Construction Manager will begin to interface with the Department and refine our existing Construction Manager's Manual. We will ensure that the Department's standards, processes, and expectations are fully understood, met, and incorporated into our manual. The PF November 2,2009 Page 3 PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE ; NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT ail IN RE Manual will provide the CM Team a solid foundation on which to base the t administration and management of the construction. Our Construction Manager will immediately begin pre-construction services and prepare the Team for field duties. The RBF Team will be well positioned at the time the Department issues the Notice to Proceed. We will begin to tailor our im Contractor's Handbook for delivery to the Contractor at the pre-construction meeting. RBF has found the Contractor's Handbook to be beneficial in providing the Contractor will all the necessary project forms, such as submittal transmittals, RFI forms, and progress payment forms in both electronic and hard copy format. The handbook is also useful in supplying a project background and an idea of how the Department and the CM Team will conduct business. To measure Contractor performance during construction, the RBF Team will require the Contractor submit a baseline CPM schedule at the pre-construction meeting. Our Construction Manager will diligently monitor the schedule in order to identify the key issues required to keep the work on-time and within budget. RBF has developed processes, policies, and procedures to manage and perform work in the construction environment. These are used to control the flow of work in an orderly manner. Construction contract documentation not only provides the information needed to bid, plan, and construct the work, it also provides the hard data needed to analyze and successfully resolve a construction claim. Change Order/Field All too often during the construction phase, Designers issue field clarifications Conflict Costs or design bulletins with expensive and time-consuming solutions to inexpensive i problems. The RBF Team will work with the Department to assure that when 1, 30% changes are authorized they represent an appropriate and cost effective benefit 20% to the project. Our approach to change order management involves the 10% following seven steps: 5% ■ Avoid changes by performing detailed constructability reviews prior to 1% contract award _= ■ Establish written procedures for evaluating potential changes, including a With Without responsibility/assignment matrix and flow chart for processing the change QA/QC QA/QC ■ Maintain potential change and actual change order tracking logs ■ Perform a preliminary evaluation of change requests from any party for appropriateness, cost-effectiveness, Department confirmation of entitlement, and time impact, prior to issuance to the Contractor for a quote ■ Prepare independent estimates and schedule impact analysis for proposed changes to be used as a baseline for negotiations ■ Maintain a fair and objective approach to negotiations f . ■ Assure that appropriate changes are authorized in a timely manner Many of these steps are similar to those taken during claims management. We propose the use of a dispute resolution ladder, which can help to resolve issues, or, at a minimum, help to focus the essential elements of the dispute. When directed, the RBF Team will provide schedule impact analysis, cost analysis, factual historical background, timeline, alternate responsibility scenarios, supporting contract terms, or other appropriate data and analysis in support of the Department's defense against claims. The RBF Team will prepare a monthly report to the Department that discusses the progress of the work, the schedule, and the costs. It shall also include a summary of the prior month's accomplishments, status of cost and budget, current construction activities, overall Contractor's conformance to the schedule November 2,2009 Page 4 PROPOSALFOR i CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Sa IP iN and quality requirements, identification of key potential progress issues, action items, and issues, along with recommendations for solutions, summary of progress payments, certified payrolls, change order issues, submittals, BFI's and responses, notices of non-compliance, and photos of representative project activities. Quality Control Measures Quality Assurance and Quality Control prior to and during the construction process are extremely important in ensuring timely delivery of the construction Construct1011 project within or under budget and also to safeguard the value of the Owner's QA/QC investment. RBF's Construction Management QA / QC Plan is a well C.11. developed, comprehensive and unified approach to managing Quality Assurance and Quality Control that is integrated into every step of the project design and construction process, beginning with the initial conception and development of the project with the preparation of the plans and specifications, continuing through all phases of the work, and culminating with the turn over of the project to the Owner and commencement of the warranty period. The designated RBF QA/ QC Manager for the project will be the Construction Manager. This ensures continuity, document traceability, and flawless contract administration. The Construction Manager / QA/QC Manager will employ the latest edition of the Greenbook as the operative reference and authority for QA/ QC on the project. All work and materials show on the plans, listed in the specifications, offered in the Contractor's submittals, imported and/or delivered to the job site, and/or constructed and/or installed on the project must conform to the Greenbook Standard Specifications for Public Works Construction. Our process involves the following steps: 1. The Construction Manager will begin implementation of the QA/C Plan with a complete review of the project plans and specifications. A meeting with the City of San Bernardino's Project Manager and the Design Engineer will follow. Any and all concerns with the quality of the specified products and materials listed in the project plans and specifications will be reviewed and resolved prior to advertising the project for bid. 2. Review of Contractor bids and Contractor qualifications comes next as a qualified contractor is selected for the project. Assessment of the unit prices, extended costs and vendors will be done consecutively with an accounting of the Contractors qualifications, licenses, recorded public documents, references and past work. 3. The selected bid will be analyzed and vendor products reviewed for compliance with the project plans, specifications and Greenbook. Apprehension with any products and/or materials offered in the Contractor's submittals will be appropriately addressed and resolved. 4. In order to perform work on the project the successful Contractor must submit a QA/QC Plan for review and acceptance. A review of the Contractor's QA/QC Plan will be conducted with the City of San 't Bernardino's Project ect Mana er, 9 Engineer,the Desi n and the Contractor to assure that a comprehensive QA/QC Plan is in place and to achieve consensus on all scheduled construction activities. All work performed by ` the Contractor will be held and subject to the Contractor's own QA/QC Plan. 5. Inspection of the work and verification of products and materials will be completed by the Construction Inspector and the Construction Manager / QA/QC Manager. As construction progresses multiple on-going inspections and assessments of the work will be conducted utilizing QA/QC checklists and forms, approved submittals, daily construction inspection and QA/QC reports and photographic documentation. Unsatisfactory workmanship, materials, and construction deficiencies will de documented and reported November 2,2009 Page 5 PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT 1; Sil IN for future identification and traceability. Notices of non-compliance will be issued to the Contractor and corrective and preventive action will be taken to ensure compliance with the Contract Documents. ` 6. Finally, the RBF Construction Management QA/QC Plan requires review 4iV4C nrt�s and approval of the Contractors As-Built drawings by the Design Engineer �; f1�� I' to complete the project turnover and begin the warranty period. The RBF Team is prepared to provide the experienced personnel to accomplish the Construction Management in the best interest of the Department. We are confident in our abilities, as we have successfully completed the same scope of work on many challenging projects. t Work Flow Diagram In order to help visualize the activities associated with a typical construction management project and how the RBF Team approaches the work we have provided the Work Flow Diagram below. We realize that for this Cajon f - Boulevard Project that the Construction Inspection will be provided by City Inspectors and not the RBF Team. Work Flow Diagram 13 CONSTRUCTION MANAGEMENT f-� Award of r ject Construction Project Acceptance r Close Out 1 1 Pre Bid Review Generate Final • Constnxiabillty, L Project Plan Construction Manager Construction Inspector punch List �nd� Responsibilities Responsibilities Kick-Off Meeting with ; Keep Project Keep Project p Final PSE Final Inspection Project Manager • Advertise Construction t Manager Informed Manager Informed • Project Manager • Design Engineer 'j Schedule Review Administer Project Plan Quality Assurance Construction Manager " - - - 4. Quality Assurance Prepare Daily Reports Monitor Construction Schedule Monitor Approved Plan Changes ' - - - Pre Bid Meeting 1 Pre Construction Meeting Cost Management Review Administer Permits • Minutes CM Meeting Agenda Protect Team Coordination Public Relations Rmit Clarifications I Daily Report Forms Approval Public Relations Quantity Verification gs Construction Yard Approval Change Order Management Progress Photographs Utility Coordination Review Progress Payments• Striping Inventory Emergency Contacts Submittal Log/Processing • "' "'" Bid Opening • Shop Drawing Check List Progress Payment Processing O&M Manuals Monthly Summary Report • Designation of Superintendent • Review - - - ReviOlscovered ork Train • Notice to Residents Approval Identify ections Submit Traffic Control Plan Approval When r` Bid Analysis I Materials Submittal j Coordinate Inspection, Review and Approve Preconstruction Testing,and Survey Maintain Final Payment Video Tape Monitor Record Drawings Construction File f Pe • Digital Images Manage RFIs -- Weekly Meetings Ak 1 Start Up Final Notice to Proceed Construction Reports Resident Notrkation Provide Construction pp� USA Project Manager t ys t; November 2,2009 Page 6 ) mtisursrwc PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE a NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT SECTION 2 - SCOPE OF WORK RBF has extensive street improvement and rehabilitation, engineering and construction management experience. RBF is a firm with competent and experienced Staff and will act as the City's Agent to perform all or part of, but f not limited to, the following: 1. RBF will supervise the work of the contractor with oversight from the City, SCHEDULE provide coordination between the contractor, the City, the utility companies, and abutting owners, and process all reports as required by the Federal O.C. Economic Development Agency(EDA). 7EST 2. RBF will act as the City's representative consultant with the City for all SPE project related construction activities. RBF will work closely with the City of San Bernardino Public Works Staff and develop a plan of action. This plan PLANS will address the specific needs of the City and will include a plan for the communications and reporting requirements between RBF, the contractor and the City. 3. RBF will be responsible for completing project forms, reports, documentation, monthly contractor progress payments, quarterly EDA �u progress payments, and filing for the project. The reporting includes but is not limited to a project performance report of each calendar quarter, per Federal EDA requirements. Should events arise between the reporting dates, which have significant impact to the project or the program, RBF will be required to notify the City Engineer and/or his representative immediately. 4. RBF will be responsible for establishing a construction schedule, scheduling all inspections with the City, and enforcing City policies and procedures. When the project is ready for final inspection, RBF will be responsible for scheduling the inspection as well as notifying the City Engineer and/or his _ representative and EDA so an EDA representative has the option to be present. l' 5. RBF will be responsible for all construction schedule activities associated with the completion of the project. Should there be any problems, delays, 1 or adverse conditions that will prevent the City from meeting schedules or goals, or preclude the attainment of project work with in the scheduled time ' periods, RBF will be required to notify the City Engineer and/or his representatives immediately. Additionally, if there are favorable developments or events that complete scheduled items sooner than originally projected, RBF shall notify the City Engineer and/or his representative immediately. 6. RBF will be responsible for minimizing conflicts during the planning and execution of construction activities of the Street Improvements Project. This includes the day to day activities required in order to assure that the appropriate information and details found on the drawings, specifications, and the Storm Water Pollution Prevention Plan (SWPPP) are conveyed to the contractor's field management personnel and the City Engineer and/or his representative. 7. RBF will be responsible for the review, evaluation, and recommendation of approval or denial of Contract Change Orders. RBF shall review, prepare, and provide recommendations for contractor submitted contract change A November 2,2009 Page 7 'I,� LpNeU LTiNG j i.;b PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT gi1 IN SECTION 3 - QUALIFICATIONS Firm History RBF Consulting (RBF) is a full service consulting firm providing construction management, inspection, planning, engineering, surveying, and related professional services. RBF is dedicated to meeting the needs of its Clients in a timely, cost effective, innovative manner. RBF has extensive experience in street paving/rehabilitation and specially funded public works projects, and has been providing cities with revitalization strategies designed to meet regional, 6§ • community, and neighborhood objectives for many years. RBF is a private corporate founded in California in 1944 and we are pleased to celebrate our 65th Anniversary this year. RBF is currently ranked#79 in the top Anniversar Y 100 engineering firms in the nation by Engineering News Record (ENR). Our diverse range of professional consulting services includes all facets of civil engineering and design; water resource engineering; structural engineering; environmental analysis; construction management; field surveying; aerial mapping and photogrammetry; global positioning satellite surveying; geographic information systems; and computer services to both public and private sector clients. With a multi-disciplined technical and support staff of over 600 employees, located in 15 offices, the RBF Team has the experience, organizational resources, management capabilities, and in-house computer resources to ensure that each project is cost-effective, meets the highest standard of quality, and is completed on schedule. RBF provides construction management, inspection and observation services to public and private clients throughout the western United States. RBF's highly-qualified Construction Project Managers and Field Staff are experienced in all facets of construction engineering including: street improvements, street widening and rehabilitation, community relations, and special funding facilitation/ �- ----_�_ record keeping / reporting. Clients select rl RBF to manage infrastructure improvements and site development projects because they know they are getting the services of a highly experienced team to represent their best interests throughout construction. RBF's construction management expertise on public sector projects ranges from highways and f,. roadways, water and wastewater projects, drainage and flood control, E. transportation and bridges, to parks and recreational facilities. RBF utilizes the most advanced technologies for field engineering instrumentation. Combined with highly-trained personnel, RBF has the ability to perform nearly every conceivable construction management task, efficiently and economically. Local Preference Eligibility RBF is proud to claim local preference eligibility for this Cajon Boulevard Project. RBF's San Bernardino Construction Management Office, located at 3100 N. Industrial Parkway, San Bernardino, CA 92407, is staffed by 4 Construction Management Personnel doing business inside San Bernardino City limits. As requested in the RFP, we have included a copy of RBF's San Bernardino Business Registration Certificate. It is located in the Appendix section of this proposal. i. November 2,2009 Page 11 t ti PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Sil IM Similar Projects and References RBF has successfully completed several projects similar in scope and nature to the Cajon Boulevard Street Improvement Project. The projects on the following pages represent the vast experience the RBF Team brings to the City of San Bernardino. RBF believes that the sustained excellence of a firm can be demonstrated and measured by its' Client's satisfaction and its' repeat Client base. RBF is proud of its record of 95% repeat clients, which increases year after year. A more visible testimony of our demonstrated competence is provided by our Clients and we invite you to contact them to find out why they continue to choose RBF as their trusted CM Team. R0110-' oseo City Street Rehabilitation Project—Zone C, Phase 1 �a Desert Hot Springs, CA ' = 2008 w Reference: Mr. Jonathon Hoy, Public Works Director, City of Desert Hot Springs, 760.329.6411, x247 RBF was selected by the City of Desert Hot Springs to provide construction management and inspection for this street rehabilitation project. The work encompassed removing and replacing approximately 6,600 tons of AC pavement, adjusting water valve covers to grade, and installing stop bars, stop ,. �. pavement legends, and reflective raised pavement markers. RBF's duties included construction management, inspection, contract administration, construction schedule coordination, BFI's, submittals, daily reports, digital photos, progress payments, traffic control, site safety program monitoring, community relations, and the final punch list. Sidewalk and Landscaping Improvements Rialto,a o CA 2008 Reference: Mr. Hamid Madjidi, Project Manager, KinderMorgan, 714.560.4902 RBF provided design, construction management, and inspection services to Kinder Morgan for this $104,138 street improvement project located in Rialto. The work involved demolition, clearing and grubbing, grading, compaction, potholing, concrete and AC placement, landscaping, and irrigation. RBF's duties encompassed plan and specification preparation, bidder pre-qualification, bid analysis, contract administration, construction management, construction inspection, and documentation of the contractor's work via daily reports and digital photography. Downtown Indio Phase I Improvements Indio, CA I 2009 Reference: Mr. Steve Copenhaver, Community Development Director, 760.391.4120 RBF was selected by the City of Indio to provide design, construction management, and inspection services for this downtown improvement project. The work was located along Miles Avenue and along Towne Street and included potholing, excavation, sawcutting, AC, curb and gutter, storm drains, sewer and water lines, manholes, traffic signals, street lighting, traffic control, and landscaping and irrigation. RBF's duties included construction management, inspection, contract administration, scheduling, RFI's, submittals, daily reports, digital photos, progress payments, traffic control program monitoring, safety program monitoring community relations, and the final punch list. November 2,2009 Page 12 PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Sale iu Asphalt Rehabilitation Project on Various City Streets PW 2007.17C Lake Forest, CA 2009 Reference: Mr. Luis Estevez, Public Works Manager, 949.461.3485 RBF was selected by the City of Lake Forest to provide construction _ management and inspection services on this $3,169,997 asphalt rehab project which included: cold milling; cement treated base; Petromat; 24,004 tons of ARHM; adjusting valve boxes, manhole frames, and survey monuments to grade; loops; pavement markers, and striping. RBF's duties encompassed performing constructability review; contract administration; construction management; inspection; quality control and quantity verification; site safety, public relations, construction schedule coordination, and material testing monitoring; utility coordination; and processing control documents such as submittals, progress payments, change orders, daily reports, digital photos, and the final punch list. Street Paving Program West Hollywood, CA 2008 Reference: Ms. Mila Sologub, Assistant City Engineer, 323.848.6338 RBF was selected by the City of West Hollywood to provide construction management and inspection services on this $340,986 paving project which included 114,830 SF of cold milling, 2,750 tons of ARHM, and adjusting utility frames and covers to grade. RBF's duties encompassed contract administration; construction management; inspection; quality control and quantity verification; safety program monitoring, public relations, resident notification, construction schedule coordination, construction phasing, and material testing monitoring; utility coordination; and processing control documents such as submittals, progress payments, change orders, daily reports, digital photos, and the final punch list. San Vicente Boulevard Street Paving Project, CIP 0904 West Hollywood, CA 2009 x = Reference: Ms.Mila Sologub, Assistant City Engineer, 323.848.6338 RBF provided the City of West Hollywood with construction management and inspection services on this $277,859 street paving project. The work included: 170,300 SF of cold milling, 1,884 tons of ARHM overlay, 54,000 SF of slurry F sealing, adjusting covers and valves to grade, signage, striping, pavement markings, loops, and monuments. RBF's duties encompassed contract _ administration; construction management; inspection; quality control and quantity verification; safety program monitoring, public relations, resident notification, construction schedule coordination, construction phasing, and ' J material testing monitoring; utility coordination; and processing control documents such as submittals, progress payments, change orders, daily reports, digital photos, and the final punch list. Rancho Del Oro Drive Extension Oceanside, CA 2004 Reference: Ms. Marla Doyle, former City Engineer with the City of Oceanside. Current Deputy Public Works Director / Assistant City Engineer with the City of Pomona, 909.620.2261 RBF was retained by the City of Oceanside to perform construction management services for this .9-mile, $5 million, federally and state-funded roadway extension project. RBF's duties encompassed preparation of a November 2,2009 Page 13 PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT tii1 IM bidability review; evaluation of the bids; conduction of the pre-construction conference; processing control documents such as meeting minutes, progress payments, submittals, RR's, change orders, and weekly reports; construction schedule coordination; and preparing and processing all federally and state required documents in order to ensure funding was received by the City. Pacific Street Reconstruction Oceanside, CA 2005 Reference: Ms. Marla Doyle, former City Engineer with the City of Oceanside. Current Deputy Public Works Director / Assistant City Engineer with the City of Pomona, 909.620.2261 RBF was selected to perform construction management, contract administration, and survey services for this project. The work included the rebuilding of 1000' 2-lane asphalt concrete roadway across the San Luis Rey River and installation of a 15' x 22' x 90' aluminum arch plate pipe and placement of rip-rap rock for roadway slope protection from the ocean tides and which increased flow of the San Luis Rey River in Oceanside Harbor. �rE College Boulevard Improvements Oceanside, CA 2004 Reference: Ms. Marla Doyle, former City Engineer with the City of Oceanside. Current Deputy Public Works Director / Assistant City Engineer with the City of Pomona, 909.620.2261 RBF provided construction management and inspection services to Stirling Development for this .5-mile roadway improvement project. RBF's duties encompassed utility and transit district coordination, constructability review, rs , right-of-way and easement coordination, monitoring the contractors work, attendance at weekly progress meetings, agency coordination, and public relations. Oceanside Boulevard at Rancho del Oro Drive Oceanside,CA ;- 2004 Reference: Ms. Marla Doyle, former City Engineer with the City of Oceanside. Current Deputy Public Works Director / Assistant City r 1 Engineer with the City of Pomona, 909.620.2261 RBF served the City of Oceanside on this roadway improvement project which included widening, pavement rehabilitation, signal modifications, signing and striping, median construction, and landscape improvements. RBF's duties wencompassed: construction management, inspection, contract administration, " constructability review, right-of-way/easement coordination and negotiation, utility coordination, progress meetings, BFI's, submittals, progress payments, traffic control, site safety, public relations, daily reports, and digital photography. Roblar Road Emergency Repair Project Camp Pendleton, CA 2005 �y Reference: Mr. John Lehman, VT Griffin Services, 510.587.3005 RBF provided construction management and inspection services as established by the USACOE for the repair of a damaged section of this roadway located in Camp Pendleton. The work included demolition; bin-walls removal; construction of a new bin-wall; and removal of damaged concrete swales, culverts, down drains outlets, and guardrails. RBF's duties encompassed i contract administration; inspection; attending weekly quality control meetings; November 2,2009 Page 14 a co Nnun rya j PROPOSALFOR JkW- CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT ail IN processing BFI's, submittals, change orders, and progress payments; documenting the work via daily reports and digital photos; and preparing the final project report. Metro Rapid Bus Pad and Stop Improvements West Hollywood, CA 2008 Reference: Ms. Mila Sologub, Assistant City Engineer, 323.848.6338 RBF was selected by the City of West Hollywood to provide construction management and inspection services on this $199,750 pad and stop improvement project which included removing and replacing 7,800 SF of PCC, I ► 7,000 SF of AC, curb and gutter, and tree frames with cast iron grates. RBF's duties encompassed contract administration; construction management; inspection; quality control and quantity verification; safety program monitoring; public relations; resident notification; construction schedule coordination; construction phasing; material testing monitoring; utility coordination; and processing control documents such as submittals, progress payments, change orders, daily reports, digital photos, and the final punch list. Muirlands Boulevard Pavement Resurfacing Project, (AHRP), Federal Project No. STPL-5469(011) Lake Forest, CA 2008 Reference: Mr. Robert Woodings, DPW/City Engineer, 949.461.3481 RBF was selected by the City of Lake Forest to provide construction management and inspection services on this $1,108,177 pavement resurfacing project which included: 657,130 SF of cold milling; 8,850 tons of ARHM overlay; adjusting pull boxes, manholes, water valves, and survey monuments to grade; ramps; curb and gutter; loops, striping, and markings. RBF's duties M v encompassed: project management, contract administration; construction 70. management; inspection; quality control and quantity verification; public relations, and material testing monitoring; construction schedule coordination; utility and survey coordination; and processing control documents such as submittals, progress payments, daily and weekly reports, digital photos, and the final punch list. Special duties included labor compliance, and federal reporting and record keeping in order to ensure funding to the City. Construction Management and Inspection of Various CIP Projects West Hollywood, CA Since 2003 Reference: Ms. Sharon Perlstein, City Engineer, 323.848.6383 RBF has been providing construction management and Inspection services to the City of West Hollywood since 2003. Past and current assignments have encompassed: street rehabilitation, street improvements, aesthetic improvements, safety improvements, traffic improvements, ARHM, lime treatment, grinding, curb, gutter, sidewalks, decorative paving, bus pads, bus stop improvements, street lighting, ADA ramps, SWPPP, BMP's, NPDES, sewer repair and rehabilitation, and landscaping and irrigation. RBF's duties have involved: biddability and constructability reviews; value engineering; cost estimating; bidding assistance; pre-construction activities; permits; administering the contract; inspecting the work of various contractors; documenting the work via daily reports and digital photography; ensuring quality control; verifying quantities; conducting weekly progress meetings; processing control documents such as BFI's, submittals, progress payments, and certified payrolls; schedule coordination; negotiating and managing change orders; providing field fixes to design issues; monitoring the contractor's safety ,y November 2,2009 Page 15 Ay CONBVLTNG PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Si! IM program, providing extensive public relations and community outreach; implementing cost reducing measures; and facilitating state and federal funding. On-Call Public Works Construction Management and Inspection Services Cypress, CA Since 2005 Reference: Mr. Kamran Dadbeh, Assistant Engineer, 714.229.6756 RBF provided on-call construction management and inspection services to the City of Cypress. Assignments included: City Hall remodeling, sewer relocations, slurry seals, overlays, pavement management and replacement, street improvements, water line upgrades, SCE system upgrades, and ADA ramps. RBF's duties encompassed performing biddability and constructability reviews; administering the contract; inspecting the work of the various contractors; documenting the work via daily construction reports and digital photography; ensuring quality control; verifying quantities; conducting weekly progress meetings; processing control documents such as RFI's, submittals, change orders, progress payments, and certified payrolls; monitoring construction schedules and the contractor's safety program; maintaining public relations and community outreach; and facilitating federal and state funding. On-Call Public Works Construction Management and Inspection Services Lake Forest, CA Since 2000 Reference: Mr. Luis Estevez, Public Works Manager, 949.461.3485 RBF is currently providing on-call, as-needed, construction management, inspection, and contract administration services to the City of Lake Forest. Past and current assignments total over $14 million in construction and have included: ADA ramps, slurry sealing, street resurfacing, asphalt repairs, overlays, intersection improvements, storm drains, landscaping, traffic signals, grading, retaining walls, parks, play structures, resilient surfacing, PCC structures, tot lots, picnic shelters, trails, and sports and skate parks. RBF's duties encompass performing biddability and constructability reviews; administering the contract; inspecting the work of the various contractors; documenting the work via daily construction reports and digital photography; ensuring quality control; verifying quantities; conducting weekly progress meetings; processing control documents such as BFI's, submittals, change orders progress payments, and certified payrolls; monitoring schedules and .� _ ..._ . , P 9 PY PY 9 site safety; maintaining public relations and community outreach; and facilitating federal and state funding. Verdemont Infrastructure Improvement Projects San Bernardino, CA �, 2009 Reference: Mr. Matt Litchfield, Director, Water Utility, San Bernardino Municipal Water Department, 909.384.5107 RBF was selected to provide construction management and inspection services to the SBMWD for the Palm Pumping Station, the Magnolia Booster Station, and the Palm Connector 24" Transmission Main projects located in the Verdemont area. RBF's duties encompass contract administration; construction I; management; construction inspection; documenting the work via daily reports and digital photography; ensuring the work is completed per plans, specs, and regulations; monitoring schedules and site safety; conducting progress meetings; monitoring survey and material testing; processing BFI's, submittals, and progress payments; and coordination with Principal Engineer, Project 1 Manager, Director of Water Utility, Design Team, and other Project Team Members. e MF November 2,2009 Page 16 ' CON$IJ ITING PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT �i1 IM SECTION 4 - THE RBF TEAM The RBF Team will provide experienced personnel to accomplish the Construction Management in the best interest of the City. We are confident in our abilities, as we have successfully completed the same scope of work on many challenging projects. RBF's Construction Management Department currently numbers 20 multi-talented professionals with a total of over 400 years " of experience in the construction industry. We have extensive experience in the construction of public works improvement projects, including many street paving / rehabilitation and specially funded public works projects similar your Cajon Boulevard Street Improvement project. RBF's CM Team will: act as the eyes and ears of the City; ensure that the work is completed per plans, specifications, and standards, and within the project schedule and budget. We will meet regularly with the contractor to discuss his ongoing commitment to the safety of pedestrians, motorists, and workers. Our Team is well versed in team building and community relations. They will foster a team spirit amongst the various parties involved with the project and will communicate with community members in order to lesson the impacts of the construction upon the surrounding neighborhood and to deliver a successful project. We have the right people for this important project and they will be accessible 24/7 and available to the City throughout the duration of the project. Our Organization Chart below illustrates the roles and responsibilities of the RBF Team. San Bernar ino Development Services Department Public Works Division c? PROJECT t.� Randy Lovan, OSHA ,a t. Bryan Tuschhoff, CISEC, OSHA Pat Hanify, EIT, LEED AP, OSHA � WF November 2,2009 Page 17 ilk PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT �� IM Mr. Randy Lovan, OSHA, will serve as Project Manager and is committed to the needs of the City of San Bernardino. He possesses over 19 years of experience on numerous public works street rehabilitation projects located throughout the Southland. The Cajon Boulevard Project will require extensive coordination and a pro-active CM Team. Each project presents its own unique issues and concerns. Mr. Lovan has a knack for seeing these items and in resolving them well before they have the opportunity to affect the schedule and the budget. His skill in analyzing and managing complex construction projects coupled with his ease in communicating with contractors, business owners, residents, designers, and public officials will be an asset to the RBF Team. Mr. Bryan Tuschhoff, CISEC, OSHA, will serve as Construction Manager and be the point of contact for the City. As a member of the RBF CM Team, and with over 22 years of engineering and construction experience, Bryan has been responsible for the CM and inspection of numerous public works projects. Other responsibilities have encompassed specification writing, bid tabulation and evaluation, value engineering, constructability reviews, submittals and BFI's, quality assurance and quantity verification, scheduling, weekly statements of working days, progress payments, change orders, survey and material testing monitoring, community outreach and public relations, utility coordination, SWPPP and NPDES monitoring, construction phasing, traffic control monitoring, site safety monitoring, O&M manuals and training, as-builts and record drawings, special funding reporting, claims analysis and mitigation, and expert witness testimony. . Bryan is well versed in GREENBOOK Caltrans ADA local and numerous rY , other standards and regulations. His experience encompasses roadways; I highways; street rehabilitation; ARHM; lime treatment; slurry seals, grading; paving; striping; traffic signals; street lighting; water and sewer lines; reservoirs; pump stations; wells; storm drains; channels; ball fields; parks; landscaping and irrigation; and other infrastructure projects. This vast knowledge and experience combined with his proficiency in managing the daily activities of contractors, inspectors, designers, utility representatives, material testers, and survey crews will ensure continuity between design and construction. He will manage the project consistent with project specifications and standard industry practices. Bryan will provide innovative, creative, cost reducing alternatives to project challenges. He will serve as the point of contact the City, the Contractor, the Design Team, Caltrans, other Agencies, Utility Representatives, Surveyors, Material Testers, and other Project Team Members. Bryan will review project specifications and schedules and evaluate contractor performance. He will monitor the day-to-day construction, manage ,+ Y 9 daily and monthly schedules, and comply with regulatory and funding -, requirements. Bryan will maintain a close liaison with the City Project Manager and additional City Staff to coordinate all work and to ensure that each task is completed to the full satisfaction of the City. Bryan has successfully served as Construction Manager on numerous similar specially funded street rehabilitation projects and is well versed in coordinating large teams to deliver projects on time and within budget. Bryan will, with the help of RBF's secure, web based document repository system, keep detailed records and retain files for potential audit purposes. Bryan will, as demonstrated on past projects, do whatever it takes to ensure that all work is completed on time, within budget, and that all City needs are met. November 2,2009 Page 18 CON�l1 lTIN�. PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Sa k it Mr. Pat Hanify, EIT, LEED AP, OSHA, is available to serve as Field Office Engineer. Pat's degree in civil engineering coupled with his experience in design and construction will provide him with a solid foundation for his work. He is a document control specialist and his typical duties encompass contract administration, construction management, construction inspection, weekly progress meetings, scheduling, RFI's, submittals, changes orders, progress payments, agency and utility coordination, community relations, traffic control, site safety monitoring, and project website management. N' The Cajon Boulevard Project is Federal Grant EDA project and special steps will be required to ensure those funds are received by the City. Pat is our labor compliance specialist and he is well versed in special funding requirements, r record keeping, and reporting. Pat will with the help of RBF's secure, web based document repository system, keep detailed records and retain files for potential audit purposes. Specific duties include monitoring payroll documentation, collecting certified payrolls, recommending the holding of I't progress payments in the case of non-compliance, monitoring DBE participation, conducting employee interviews, monitoring trainee and apprentice participation, preparing and mailing all notifications, corresponding with agencies, completing documentation files, and performing reviews of all special funding files in order to obtain final project approval. Pat's attention to detail coupled with his experience serving as a Field Office Engineer, Construction Inspector, and Labor Compliance Officer, on public works projects provide him with a solid foundation for ensuring that all tasks are completed to the full satisfaction of the City. In addition to the key Team Members listed here, RBF has over 600 in-house multi-disciplined professional and support staff members available, at a e moment's notice, to swiftly serve each and every need that may arise from the _ City. Over the years, The RBF Team has built upon our commitment to providing quality construction projects, on time, and within budget. We have garnered the respect of our peers and the confidence of our Clients - z who appreciate our role as their trusted Construction Management Team. We would be honored to again serve the City of San Bernardino and welcome the opportunity to manage the construction of the Cajon Boulevard project. na Resumes As requested, brief resumes of our proposed Project Team are located on the following pages. - tY WF November 2,2009 Page 19 f Randy Lovan Senior Associate Ic Project Manager Registration: Mr:Lovan serves as Construction Management Department 1996, Grade IV Water Manager for the Inland Empire area and he is responsible fora Distribution Operator, CA, variety of public works and private sector projects. During his 08485 career,he has served as a Superintendent for a utility contractor and as Project Manager for a large Southern California Water District. 1996,Certified Grade III Water Treatment Operator,CA, He possesses over 19 years of experience involving numerous 21195 public works projects, including: roadways; street improvements; ' road widenings;asphalt and PCC; traffic signals; street lighting; utilities;park and recreational areas;reservoirs;pipelines; Years of Experience: 19 treatment plants;pump stations; storm drains; sanitary sewers; quality assurance; schedules; submittals; shop drawings;progress Education: payments;and change orders. Additionally,Mr.Lovan is a Certificate, 2008, Construction registered Grade IV Water Distribution Operator and Grade III Safety and Health, OSHA Water Treatment Operator, as well as a certified Cross Connection Certificate, 2007, Confined Specialist. Space Training, Dale Fike RELEVANT EXPERIENCE: Professional Safety Training Downtown Indio Phase I Improvements(Indio, CA)2009— Certificate, 2006 Pumps and Construction Manager. RBF was selected by the City of Indio to Pump Systems, American Trainco provide design,construction management, and inspection services for this downtown improvement project. The work was located Certificate, 2003, SWPPP along Miles Avenue and Towne Street and included potholing, Certificate, 2003, NPDES excavation, sawcutting,AC,curb and gutter, storm drains, sewer Seminar, 2001, Federal & (t. and water lines,manholes,traffic signals, street lighting, traffic California False Claims Act, control,and landscaping and irrigation. RBF's duties included Construction Management construction management,inspection, contract administration, Association of America scheduling, RFI's, submittals,daily reports,digital photos,progress Seminar, 2001, Greenbook, payments, traffic control, site safety monitoring,community APWA relations,and the final punch list. Certificate, 1999, Backflow Prevention Assembly Tester, Sidewalk and Landscaping Improvements(Rialto,CA)2008— USC, Foundation for Cross- Interim Construction Manager. RBF provided design,construction Connection Control& management, and inspection services to Kinder Morgan for this Hydraulic Research $104,138 street improvement project located in Rialto. The work Certificate, 1997, Cross- involved demolition,clearing and grubbing,grading,compaction, Connection Control Certified potholing, concrete and AC placement, landscaping,and irrigation. Specialist, Mount San RBF's duties encompassed plan and specification preparation, Antonio College bidder pre-qualification, bid analysis,contract administration, construction management,construction inspection, and documentation of the contractor's work via daily reports and digital photography. t Coachella Canal Improvements(Indio, CA) 2008—Construction Manager. RBF was selected by the City of Indio to provide construction management and inspection services for this canal improvement project. The work was located along the CVWD Coachella Canal and north of Avenue 50 and Madison Street and included a temporary diversion channel, RCB culvert,excavation, backfill, steel sleeving for a future water main,and chain link fencing and gates. RBF's duties included construction management, � inspection.contract administration, scheduling,RFI's,submittals, daily reports, digital photos, progress payments, traffic control, site safety monitoring,community relations, and the final punch list. fWF IT CON SO LTING Randy Lovan Senior Associate Project Manager Verdemont Infrastructure Improvement Projects(Verdemont,San Bernardino,CA)2009— Construction Manager. RBF was selected to provide construction management and inspection services to the SBMWD for the Palm Pumping Station,the Magnolia Booster Station,and the Palm Connector 24" Transmission Main projects located in the Verdemont area. RBF's duties encompassed contract ! : administration;construction management;construction inspection;documenting the work via daily reports and digital photography;ensuring the work is completed per plans,specs, and regulations;monitoring schedules and site safety monitoring;conducting progress meetings; monitoring survey and material testing;processing RFI's,submittals, and progress payments; and coordination with Principal Engineer, Project Manager, Director of Water Utility,Design Team, and other Project Team Members. Ortega Highway Improvements(San Juan Capistrano,CA)2000—Construction Inspector. RBF was retained by the City of San Juan Capistrano to provide interim Construction Management services for the pavement rehabilitation along Ortega Highway from Del Obispo Street to the Interstate 5 on and off-ramps. The work included asphalt pavement rehabilitation, lane striping, signal loop detector replacement,and traffic control. Close coordination with the City of San Juan Capistrano Public Works Department,the Police Department,the Orange County Fire Department, and the California Highway Patrol was required in order to ensure traffic control and public safety. Public Works Permitting(San Juan Capistrano,CA)2001 -Construction Inspector. Mr.Lovan provided On-Call Public Works Inspection services to the City of San Juan Capistrano. His responsibilities included the inspection of asphalt paving,storm drains,concrete sidewalks,curb and gutter,street lighting, traffic signals,water lines,and sanitary sewers,as well as extensive coordination with the City Engineering and Maintenance Departments in order to ensure a successful project. Median Reconstruction Projects(Lake Forest,CA)2001 -Construction Inspector. RBF provided CM &inspection services to the City of Lake Forest for this 3.5 miles median reconstruction project. The work involved:tree removal;cobble paving;irrigation;planting;landscaping; curb and gutter;directional boring; utility coordination;traffic control;public safety;and coordination with the City,landscape architects,local Water Districts,Police and Fire Departments,the Orange County Transportation Authority, and the Foothill Transportation Corridor. Traffic Signal Interconnect Improvement Project(Lake Forest,CA)2001-Construction Inspector. RBF was retained by the City of Lake Forest to perform Design,CM,and inspection services for this $187,000 traffic signal interconnect improvement project. Improvements were located: on Rockfield Boulevard from Boeing Drive to Ridge Route Drive and from El Toro Road to Los Alisos Boulevard; on Toledo Way from Bake Parkway to Lake Forest Drive;and on Jeronimo Road from Lake Forest Drive to Cherry Avenue. RBF designed the interconnect improvements;prepared the contract documents, i specifications,and special provisions;conducted the pre-bid conference; analyzed the bids; verified the s bidder's certificate,bond,insurance, and reference information;conducted the pre-construction conference and weekly construction progress meetings;prepared progress payments,contract change orders, and daily construction reports; and documented the work via digital photography. Goleta Water District Headquarters Parking Lot(Goleta,CA) 1998-As Construction Manager,Mr. Lovan coordinated the demolition and reconstruction of this $265,000 project. His work involved: material review,submittal scheduling,soils and material testing, as well as the inspection of:curb and gutter,light fixtures,concrete,asphalt concrete pavement,water and sewer lines,and storm drain improvements. WF: CONSULTING Bryan Tuschhoff, CISEC Construction Manager Mr.Tuschhoff has over 22 years of construction and engineering Registration: experience encompassing project management, construction Certified Nuclear Gauge i,. management,construction inspection,and material testing. His Radiation Safety Operator, education coupled with his field experience enable him to No. 11421 successfully implement the comprehensive project controls Certified Inspector of Sediment necessary to deliver projects on time and within budget. Mr. & Erosion Control, (CISEC) Tuschhoff is a problem solver whom possesses a solid working knowledge of day-to-day Agency operations. His skill in Years of Experience: 22 communicating with City Staff,Regulatory Agency Staff, Utility Representatives, Survey Crews,Material Testers, and Community Members facilitates continuity between design and construction. Education: BS, Physical Geography and He has successfully served numerous Agencies throughout the Earth Science, Western Southland on public and private sector projects including: Illinois University, 1983 highways,roadways,street rehabilitation, street widening, mass Project Management Certificate, grading,earthwork, excavating, grading,pile driving,caissons, University of California Irvine environmental mitigation and remediation, utilities, AC, PCC, Leadership Development medians,buildings, operation centers,parking structures,theme Certificate, Advanced parks, schools, military facilities,bridges,refineries,railroads,golf Management Institute for courses, parks, sewer and water lines,reservoirs,pump stations, Architecture and Engineering wells, storm drains,NPDES, SWPPP, instrumentation and controls, Construction Safety and Health SCADA,telemetry, and testing and sampling. Training Course, US Dept. of I Labor, OSHA, 2006 Mr.Tuschhoff's typical duties include: performing daily Confined Space Training Course, inspections;administering contract documents; upholding code Dale Fike Professional Safety requirements; attending weekly progress meetings; processing Training, 2007 submittals,requests for information and clarification,change First Aid/CPR/AED Course, orders,and progress payments;coordinating with various agencies, American Safety and Health s utility companies,material testers, surveyors,business owners,and Institute, 2009 residents; monitoring traffic control,site safety monitoring,and the contractor's schedule; maintaining public relations; generating the professional Affiliations; 21 C,final punch list; and documenting the work via daily reports and digital photography. Member,American Public Works Association f= Additional duties have included: specification writing, bid Member, Construction jj tabulation and evaluation, value engineering,constructability Management Association Of reviews, quality assurance and quantity verification, weekly America statements of working days, SWPPP and NPDES monitoring, Member, Project Management O&M manuals and training,as-builts and record drawings,special Institute funding reporting, claims analysis and mitigation, and expert witness testimony. This vast knowledge coupled with Mr. Tuschhoff s attention to detail will ensure that all work is completed on time, within budget,and per plans and specifications. RELEVANT EXPERIENCE: San Vicente Boulevard Street Paving(West Hollywood,CA)2009—RBF was selected by the City of West Hollywood to provide construction management and inspection services on this$277, 859 street paving project which included 170,300 SF of cold milling. 1,884 tons of ARHM overlay, 54,000 SF of ,7 CONSULTING i .l Bryan Tuschhoff, CISEC Construction Manager slurry sealing,adjusting covers and valves to grade, si na e, striping,P avement markings,loops,and monuments. Mr.Tuschhoff served as Construction Inspector and RBF's duties encompassed contract administration;construction management; inspection;quality control and quantity verification;safety program monitoring,public relations,resident notification,construction schedule coordination, construction phasing,and material testing monitoring;utility coordination;and processing control documents such as submittals,progress payments, change orders,daily reports,digital photos,and the final punch list. Sewer Repair and Rehabilitation Phase 1 (West Hollywood,CA)2009—RBF was selected by the City of West Hollywood to provide construction management and inspection services on this$418,298 sewer repair and rehab project which included sewer cleaning,pre-and post-construction CCTV inspection, installing 5,603 LF of 8"CIPP lining, 844 LF of 12"CIPP lining,806 LF of 15"CIPP lining,lateral restoration, 66 LF of 8"VCP, 18 LF of 10"VCP, and 18 LF of 18"VCP. Mr.Tuschhoff served as Construction Inspector and RBF's duties encompassed contract administration;construction management; inspection;quality control and quantity verification;site safety monitoring,public relations,resident notification,construction schedule,construction phasing, and material testing monitoring; utility coordination; and processing control documents such as submittals,progress payments, change orders, daily reports,digital photos,and the final punch list. Street Resurfacing and Slurry Seal Improvements on Various City Streets(Lake Forest,CA)2008- RBF was selected by the City of Lake Forest to perform construction management and inspection services on this$1,638,523 street resurfacing,railroad access road surfacing,and slung seal improvement project. Mr.Tuschhoff served as Construction Inspector and the work included:crack sealing;26,900 SY of rubberized slurry sealing;529,500 SF of cold milling; 14,900 tons of ARHM;adjusting valve boxes, manhole frames, and sewer cleanouts to grade;loops;pavement markers,and striping. RBF's duties encompassed contract administration;construction management;inspection;quality control and quantity verification;public relations,construction schedule, and material testing monitoring; utility coordination; and processing control documents such as submittals,progress payments,change order,daily reports, digital photos,and the final punch list. Pacific Street Reconstruction(Oceanside,CA)2005-RBF was selected to perform construction management,contract administration, and survey services for this project. Mr.Tuschhoff served as Construction Manager and the work included the rebuilding of 1000' 2-lane asphalt concrete roadway across the San Luis Rey River and installation of a 15' x 22' x 90' aluminum arch plate pipe and placement of rip-rap rock for roadway slope protection from the ocean tides and which increased flow of the San Luis Rey River in Oceanside Harbor. Roblar Road Emergency Repair(Camp Pendleton,CA)2005-RBF provided construction management A. and inspection services as established by the USACOE for the repair of a damaged section of this roadway located in Camp Pendleton. Mr.Tuschhoff served as Construction Manager and the work included demolition;bin-walls removal;construction of a new bin-wall;and removal of damaged concrete swales, culverts, down drains outlets, and guardrails. RBF's duties encompassed contract administration; inspection;attending weekly quality control meetings,processing RFI's, submittals,change orders,and progress payments;documenting the work via daily reports and digital photos;and preparing the final project report. r �..;- CONSGLTING iY 11 Bryan Tuschhoff, CISEC Construction Manager Rancho del Oro Drive Extension Project(Oceanside,CA)2004-RBF was retained by the City of Oceanside to perform construction management services for the .9-mile,$5 million,federally and state- funded construction of the extension of Rancho del Oro Drive. Mr.Tuschhoff served as Construction Manager and his duties encompassed preparation of a bidability review;evaluation of the bids;conduction of the pre-construction conference; and processing control documents such as minutes, progress payments, schedules,change orders, weekly reports, and all federally and state required documents. College Boulevard Improvements(Oceanside,CA)2004—Mr.Tuschhoff served as Construction Manager on this .5-mile roadway improvement project for Stirling Enterprises. Pre-construction duties included utility and transit district coordination,constructability review,and right-of-way and easement coordination. Construction management duties included monitoring the contractors work, attendance at weekly progress meetings, agency coordination,and public relations. Oceanside Boulevard at Rancho del Oro Drive(Oceanside,CA)2004—Mr.Tuschhoff served as Construction Manager on this roadway improvement project which included widening,pavement rehabilitation,signal modifications, signing and striping,median construction, and landscape improvements. RBF's duties encompassed: construction management, inspection,contract administration, constructability review,right-of-way/easement coordination and negotiation, utility coordination,progress meetings, RFI's,submittals,progress payments,traffic control, site safety monitoring,public relations, daily reports, and digital photography. On-Call Public Works Construction Management and Inspection Services(Lake Forest,CA)Since - 2000-RBF has been providing on-call,as-needed, construction management,inspection,and contract administration services to the City of Lake Forest since 2000. Mr.Tuschhoff has served as Construction Inspector. Past and current assignments total over$14 million in construction and have included:ADA ramps,slurry sealing,street resurfacing,asphalt repairs, overlays,intersection improvements,storm drains, landscaping,traffic signals,grading,retaining walls, parks, play structures, resilient surfacing, PCC structures,tot lots, picnic shelters, trails, and sports and skate parks. RBF's duties encompass performing biddability and constructability reviews; administering the contract; inspecting the work of the various contractors; documenting the work via daily construction reports and digital photography;ensuring quality control; verifying quantities;conducting weekly progress meetings;processing control documents such as RFI's, submittals,change orders,progress payments, and certified payrolls; monitoring schedules and site safety monitoring; maintaining public relations and community outreach; and facilitating federal and state funding. West Parking Structure,Major California Theme Park Expansion(Anaheim,CA)2002-Mr. Tuschhoff provided construction management and superintendent services on this$100 million, 10,500 car, Parking Structure which involved 150,000 yards of concrete and 6 levels. His duties encompassed: generating and administering the contract documents;inspecting the work;coordinating with the Client and Contractor; conducting progress meetings; processing change orders,progress payments, submittals,RFI's and RFC's; generating the Final Punch List; finding solutions to project challenges; and ensuring quality control and site safety monitoring. A special challenge was the compressed construction schedule. i lawr CONSULTING Pat Hanify, EIT, LEED AP Field Office Engineer i` As a member of the Construction Management and Inspection Registration: Team,Mr.Hanify is a document control and labor compliance specialist. His degree in engineering coupled with his design 2009, Engineer—In—Training, experience in water resources,public works and land development CA 129179 projects provide him with a solid foundation for his work. His 2009, Leadership in Energy and typical duties include:establishing and implementing labor Environmental Design compliance programs;performing daily inspections;administering (LEED) contract documents; upholding code requirements; conducting weekly progress meetings;processing submittals,requests for information and clarification,change orders,and progress Years of Experience: 5 payments;coordinating with various agencies,utilities,and residents;generating the final punch list;ensuring traffic control Education: and site safety monitoring;monitoring the contractors schedule; maintaining public relations; and documenting the work via digital B.S., 2007, Civil Engineering, photography. Geospatial Option, California State Polytechnic University, Additional duties have included: monitoring payroll Pomona documentation,collecting certified payrolls,recommending the 2009, Construction Safety and holding of progress payments in the case of non-compliance, Health Training Course, monitoring DBE participation, conducting employee interviews, OSHA monitoring trainee and apprentice participation,preparing and 2007, Confined Space Training, mailing all notifications,corresponding with agencies,completing Dale Fike Professional Safety documentation files,and performing reviews of all special funding Training files in order to obtain final project approval. RELEVANT EXPERIENCE: ! Downtown Indio Phase I Improvements(Indio,CA)2008— RBF was selected by the City of Indio to provide design, construction management,and inspection services for this downtown improvement project. The work was located along �r Miles Avenue and along Towne Street and includes potholing, excavation,sawcutting,AC,curb and gutter, storm drains, sewer and water lines, manholes,traffic signals, street lighting, traffic control,and landscaping and irrigation. RBF's duties included construction management,inspection,contract administration, scheduling,RFI's,submittals,daily reports,digital photos, progress payments,traffic control,site safety monitoring, community relations,and the final punch list. Mr. Hanify served as Assistant Engineer. City Street Rehab Project—Zone C,Phase 1(Desert Hot Springs,CA)2008—RBF was selected by the k. City of Desert Hot Springs to provide construction management and inspection for this street rehabilitation project. The work encompassed removing and replacing approximately 6,600 tons of AC pavement, adjusting water valve covers to grade, and installing stop bars,stop pavement legends,and reflective raised pavement markers. RBF's duties included construction management,inspection,contract administration, scheduling,RFI's,submittals,daily reports,digital photos, progress payments,traffic control,site safety «t monitoring,community relations,and the final punch list. Mr.Hanify served as Assistant Engineer. Sidewalk and Landscaping Improvements(Rialto,CA)2008-RBF provided design,construction management,and inspection services to Kinder Morgan for this $104,138 street improvement project located in Rialto. Mr. Hanify provided interim construction inspection services and the work involved demolition,clearing and grubbing, grading,compaction,potholing,concrete and AC placement, r landscaping,and irrigation. RBF's duties encompassed plan and specification preparation,bidder pre- ..t ', CONSULTING i � • PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE rt NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Sak iN APPENDIX Computer Capabilities RBF utilizes the highest quality, state-of-the-art technology and software for documenting, computing, scheduling, mapping, and GIS. Combined with highly trained technical support staff, RBF has the ability to perform nearly every conceivable computer assignment, efficiently and economically. Each employee has a computer which is networked to servers in every RBF Office. High performance network servers provide reliable data management. High capacity DDS tape drives are located in each office for daily, weekly, and monthly backup. Oce 9400 plotters and HP 1050 color plotters provide high quality full size plotter output. Each employee's computer has access to a vast array of high resolution 11 x 17 color laser printers, draft plotters, and scanners. Computers are upgraded regularly to ensure sufficient capacity and speed to run the software required by any project. Novel servers in each office provide secure file and print services over a single enterprise-wide network. RBF's world wide web URL is www.rbf.com. We maintain an FTP site, ftp.rbf.com, for high-speed data sharing on a worldwide basis. InnoculatelT software protects every server from viruses. E-mail and Internet servers are maintained at a co-location facility providing an always-on Internet presence for the entire rbf.com domain during power outages lasting over one week. RBF's Construction Managers and Inspectors each utilize high-speed laptops equipped with air cards to quickly and easily transfer data to and from the field. Our secure, password-protected, web-based, project specific, document control system is also available to allow our Clients, and other project team members, such as Designers, Contractors, and Subconsultants, to obtain up-to-date, construction management and inspection information, documents, and images 24 hours a day. i General software includes MS Word, MS Excel, MS PowerPoint, MS Access, MS Photo Editor, Adobe Acrobat Professional, Adobe Illustrator, Adobe InDesign, Adobe PhotoShop, ULead Photo Explorer, and GroupWise. { Scheduling software includes Primavera Project Management (v6), Primavera Project Planner (P3), Ms Project, f and Primavera Expedition. Other software includes Arclnfo, ArcCAD, ArcView, Auto CAD, Graphic Design Systems, Intergraph Microstation, plus numerous other hydrology, hydraulic, water and sewer system analysis, and transportation engineering programs are also utilized. Agreement RBF has reviewed the Agreement provided with the RFP. RBF has successfully entered into numerous agreements with hundreds of Agencies in the past 65 years, including the City of San Bernardino, and we look forward to doing so again for this Cajon Boulevard Street Improvement project. After reviewing the agreement we respectfully submit the following minor suggestions: Page 2. 1.2 Professional Practices Lines 5 & 8 and 1.3 Warrant Line 1 ...in accordance with sound professional practices. Consultant also waFFants represents that it is... ...Agreement. Consultant further warrants represents that it and its personnel shall have no... j Consultant waKants represents that it shall perform the services required... Page 6, 5.2 Endorsements, Notice Line 2• , until thirty(30) days after written notice... a Page 8, 6.8 Indemnification and Hold Harmless Line 6• EITHER ...claims, wholly or partly arising out of or in any way connected with the 4vtertier►a1 wrongful or... OR ...claims, wholly or partly arising out of or in any way connected with the intentional misconduct or... City Business License n As requested in the RFP, attached please find our City of San Bernardino Business Registration Certificate x -: PF November 2,2009 i CITY OF SAN BERNARDINO BUSINESS REGISTRATION CERTIFICATE ACCOUNT. This Business Registration Certificate does not btdii ate tht ktd op&adm of the business at this imMim Odw approvals by odw City ery . dcpartments,such as Development services nmy be regomd�This Certifieate is squad without veri6eadott d*the certificate b subject to ar NUMBER- exempt from licensing by the State of California:- .. . 925278 RENEWAL. The Business Owner is recpomble for timely renewal Not recervvig�a renewal notice for any reason does sot mlieve resporoibility for timely payment.If"paid within 30 days of the expiration date shown,a 50%penahywdl be imposed BUSINESS CLASS: ENGINEER(OUTSIDE) EXPIRATION DATE DATE PAID NOTES: 4/30/2010 05/11/2009 BUSINESS LOCATION::`14725 ALTON PKVHY . 5 OWNER,FIRM OR S.ROBERT KALLENBAUGH,CO-CEO "Y� CORPORATION BUSIMMS NAME ` RBF CONSULTING ATr$rmoN Rachel G` Clark fidan.>rra ADDRESS PO BOX 57057 IRVINE CA, 92619-7057 CITY CLERK MF= ATTACHMENT B November 2, 2009 CONSULTING 65-100657.999 Ms. Lisa Sherrick Administrative Analyst CITY OF SAN BERNARDINO Development Services Department Public Works Division 300 North "D" Street, 3rd Floor San Bernardino, CA 92418 Subject: Fee Proposal for Construction Management Services Street Improvements on North Cajon Boulevard Dear Ms. Sherrick: RBF Consulting is pleased to present our fee proposal to provide Professional Construction Management services for your North Cajon Boulevard Street Improvement project. In preparing this proposal we have reviewed the RFP,Addendum 1, plans,and specifications;visited the project site; and discussed the project with Department Staff. It is RBF's understanding that the City of San Bernardino is soliciting proposals from qualified firms to provide construction management services '1 for the Federal Economic Development Agency Grant project located on North Cajon Boulevard in the City of San Bernardino. The project encompasses approximately 5,900 LF of North Cajon Boulevard, South of Glen Helen Parkway to North of Kendall Drive. Street widening and roadway improvements include:sawcutting; demolition; removal of existing roadway;earthwork excavation,grading and sub-grade preparation; cold plane and overlay of existing asphalt; placement of new asphalt;drainage improvements;RCP storm drain installation; PCC curb, gutter,and sidewalks; relocation of existing underground service utilities; installation of street lighting and associated appurtenances; adjustment of existing valve covers and manholes to grade; removal and replacement of existing striping and pavement markings with thermoplastic and RPMs; and signage. The project is federally funded through an EDA Grant and construction is anticipated to start on March 15, 2010. The estimate of probable construction cost is $1 to $1.3 million and the contract documents provide for 90 working days. RBF will perform comprehensive construction management services throughout the entirety of the project and will report directly to the City Engineer and/or his representative. RBF will maintain a close liaison with the City Engineer, the Design Team, and other Project Team Members. Specific duties will include: bid opening attendance, bid tabulation, bid evaluation, bid recommendation, project plan development,contract administration, construction management, project coordination, coordination of review and approval of submittals by Design Engineer, contractor supervision, budget and schedule monitoring, utility coordination, survey and material testing coordination, project form and monthly report preparation / documentation, EDA funding facilitating, weekly progress meeting conducting, progress payment and change order processing, certified payroll processing, walk thru conducting, punch list preparation, and final report preparation. PLANNING ■ DESIGN ■ CONSTRUCTION 3300 East Guasti Road,Suite 100,Ontario,CA 91761 ■ 909.974.4900 ■ Fax 909.974.4004 Offices located throughout California,Arizona&Nevada ■ www.RBF.com Ms. Lisa Sherrick November 2, 2009 Page 2 RBF will schedule construction inspection through the City of San Bernardino and City Inspectors will be utilized for construction inspection. RBF has extensive street improvement,engineering, and construction management experience. RBF is uniquely familiar with the City, City Staff, and the Cajon Boulevard project site as we are currently providing construction management and inspection services on three projects located in the same area of the City: the Palm Pumping Station, the Magnolia Booster Station, and the Palm Connector 24" Transmission Main. By selecting the RBF Construction Management Team for professional services, the City will benefit from a local,highly qualified firm experienced in providing cost-effective solutions to municipalities. Specific benefits derived from selecting the RBF Team include: T', A CM Team with a proven track record of successfully providing construction management services on large street rehabilitation projects including street widening, community relations, and special funding / record keeping / reporting; and A CM Team that works well with Design Engineers and City Inspectors and whose Members promote a Team atmosphere; and t4 A CM Team whose current assignment on the nearby Palm Pumping Station, Magnolia Booster Station, and Palm Connector 24" Transmission Main projects will enable us to continue serving the City from the same location; and +4 A CM Team that utilizes the latest computer technology, understands the importance of r clear communication, and possesses what it takes to facilitate successful projects; and A A CM Team with the backing of over 600 multi-disciplined professional and support personnel. RBF has thoroughly examined and become familiar with the items required under this RFP, and Addendum 1, and will provide the City of San Bernardino with quality performance in order to meet and exceed the Department's goals and objectives. RBF will meet the processing timeframes outlined in the RFP. RBF is not working for any Client with projects in the City of similar situations that could present a conflict of interest. RBF's Team is accessible 24/7 and is available to serve the City of San Bernardino per the project requirements on this Cajon Boulevard project which is anticipated to begin on March 15, 2010. As requested, this proposal shall remain valid for a period of not less than 90 days from the date of submittal and has been signed by a person authorized to bind RBF. As requested in the RFP, our contact info is as follows: Mr. Randy Lovan Mr. Bryan Tuschhoff Project Manager & Contact Person during Proposal Evaluation Construction Manager RBF Consulting RBF Consulting 3100 N. Industrial Parkway 3100 N. Industrial Parkway San Bernardino, CA 92407 San Bernardino, CA 92407 24/7 Phone Number: 949.439.0423 24/7 Phone Number:949.300.3888 Fax Number: 909.390.9817 Fax Number: 909.390.9817 E-Mail: r1ovanQR13F.com E-Mail: btuschhoff(a)RBF.com ■ CONSULTING Ms. Lisa Sherrick November 2,2009 Page 3 G i 4 RBF is an Equal Opportunity Employer and has developed an Affirmative Action Plan for the purpose of achieving equal employment objectives by attaining an employment profile,with respect to race and sex in each job group, which is an approximate reflection of societal availability. Our Project Team looks forward to meeting with you to personally discuss our qualifications and our proposed approach to completing the City's goals and objectives. Thank you for the opportunity to submit this fee proposal. Sincerely, r • � Randy Lovan Senior Associate Project Manager I,\pdata\00000100\10c\Marketng\Proposals 8 SOOs\San Bernardino,City,Development Services Dept\feeleaer.doc CONSULTING 7 m e m m O O v �D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O m m m m a m V V ' 4 D) m m m N 1) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V 01 m lf1 m m 1� C N Q - m M m V C' tD Q (7 o V V m V N'D (D (D R V V C C V m O V V m [T m�cp V O m N m a7 N V N �0 t7 q c') mv -- mmmvmmmr� mv.- vN v W fA(A 6,)64 M fA 69 69 FA fA 69 fA 69 EA EA 69 69 69 f9 69 Ni 69 fR 64 EA 69 69 EA fA fA fH fA 64 69 69 fA y O O O O O u1 N O O O 00 O O O A= O O O O O N N O O to u] o C N N u1 N N ^ N N N ^ O q n N = a' � E -m cc FA 69 69 69 61)1.4 69 hA 69 -A 69 fA 64 69 69 Op <f N N N N (D q m o o 8 0 LL LL W v - dW o lL Q r W L 0 V m a N N co cD m co m 0 VJ a V V N N V V N V N m^ m N N N N N m N N cz m W `o 2 (n a c a. C O CqC c Q O N d V O O N N N N N N N (D N m i9 a m q C p C ro d q N � m 69 U Z ; O OO OO O o d W � j n Q G O Q N Q Z N m W a1 N o m U N W N > Z o W LL > .� O z c w d U Z 0 li o W J W `r} W J T m N j Z z v U U o m cn ° Y C w cn � ro p U (n ¢ w o t .� Z wa a- a U W z u) ro ' 2 O z - v O U O p roa z u Z a w w D e Q U) 1- U) J - U '$ g Z ¢W Z w a m s O p Z Z z� z O Q Z m o � z ocn � 0 cep U a F- c m O w z v ¢ U ¢ ¢ z a Z ¢ <n r o ¢ � ¢ cnp0O F-~ F- OO cnm O cnz ZO NO „ z m z m z a Q cn U � 2 U❑ ¢ w O 2 `o z- w¢ �- w �y 0 -a z F- ¢ F- U O O 0 0 >m p p ¢ O z °a O¢ ~ z ¢ w ❑ ro U U¢w>Q Z Z ° >_ cn m Z Q❑ J Z O a N S z 0❑'�W¢ Q a zwF-wOUZ cLU w aQ ma Q>O-w w ° >u > O Z O z ¢p c > ��" U JOpO ¢ ZF- ¢w W Jrf�.CD �F- W Z¢ 0Z O O z z ° Q Z m ,o O a 0 z 0 0 U Z c m T a z ~ZCry3 ❑O�- F- z �' Z �cn W HpJ wZ U F- o NU a) z°� wJF-ZZ zzu) cnJ� ZZ� > O z u Qz -o o e` W W- - >W Q- Z > F-W�- W Z wU ❑ F-- Z ` N W 1 z❑ O ¢ ¢ -¢ 0 F 0 O_z m U Z z z z L- O _ Q wZLU p¢ U cw7wwOOC7w ¢ � li F-0 J � ¢ O�OOwzv m o� o m x UZ (7a0 = z_ w Q c_ ._ f EL Q- p n¢O U w a ¢ U r O 2 0 0¢ O w z Z z m >-F- 0 0 > u 5 ❑ JF- O Q (n ¢U❑ ¢ U W Q ? Q U ro O N Z z¢ ZwZ°UZ Q QZCnp�au�¢ Z0?Z z p ¢O�U< cn _ > o. O QOOw W° x Q Z Q p-z < >-< W Q -wZn- p N n y o U J O Z Z Z O - ¢ > F- ¢ Z O ro m c (� F 2OF-!2 ¢ 1 a �0 < 00000a 0QO_j ¢Z of wU?(...cncnF- z U zUUwZ� z Zz 0 Ua. a_ Q Zacncn ro Z o m O Z u U m a O _O O u U 2 0 0 p x ¢¢ z w < Q ¢ - U¢a_O 0- z U z ¢U U J O w U 0 z m¢ a a- F_ ¢ z¢ m m c c z� - F- ZJ ZZ < z0cn O O - g F' Uz - w❑-m ❑ U UU ¢ ZZ¢¢ U >U� wUwO F- nwUC7U❑O J Z Z Z O J W Z m Z Z F ❑ ❑ a ¢w> ¢¢O m n Z J w O w ¢ ¢ m cr Own Q ¢¢ nw=o ga ¢HZOOU O JO ¢¢ ¢ Ow w O ❑O ¢ J O F- F Z = O z z m a 0- U m 0 ¢ w =U z Q a Q 0¢ 3 N m o U cf) 1) �¢ o nu 00000Z3Uw O ¢ ¢ ❑ (n UJ ¢aJaUJ o E c - N '^ ¢ O U m w 0 t~ m O O O U n U U U n n U¢Z O J a w O ?Z m¢w Z w¢ ¢p Z c ro c m S Z a Ucna. ¢UU)?u.� U UU U dw0a.wdww o~ § Lu am ? ¢ ro U ` o �r o q 1 PRICE FORM REQUEST FOR PROPOSAL: $43,324 (Forty three thousand three hundred twenty four dollars) DESCRIPTION OF RFP: Construction Management Services for Street Improvements on Cajon Boulevard PROPOSER'S NAME/ADDRESS: RBF Consulting 3100 N. Industrial Parkway San Bernardino CA 92407 NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE: Randy Lovan 909.974.4915 ANNUAL PURCHASE ORDER Effective on or about June 30, 2009 through June 30, 2010 a purchase order will be generated. Please provide a schedule of rates information in the spaces provided below, or attach a rate schedule hereto along with any other incidental or additional costs required to complete the Technical Specification requirements. AVON Are there any other additional or incidental costs that will be required by our firm in order to meet the requirements of the Technical Specifications? No (Circle One). If you answered "Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications that cannot be met by your firm. Have you included in your qualification all informational items and forms as requested? es Circle One). If you answered "No", please explain: This offer shall remain firm for 90 days from RFP close date. Terms and conditions as set forth in this RFP apply to this offer. Cash discount allowable 0% days; unless otherwise stated, payment terms are: Net forty five (45) days. In signing this offer, offeror warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: 1 Received on: 10/22/09 Addenda No: Received on: Addenda No: Received on: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: Randy Lovan Senior Associate DATE SIGNED: November 2, 2009 COMPANY NAME &ADDRESS: RBF Consulting 3100 N. Industrial Parkway San Bernardino CA 92407 PHONE: 909.974.4915 FAX: 909.974.4004 I IF SUBMITTING A "NO SUBMITTAL", PLEASE STATE REASON (S) BELOW: iy AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR STREET IMPROVEMENTS ON CAJON BOULEVARD THIS AGREEMENT is made and entered into this day of , 2009 ("Effective Date"),by and between the CITY OF SAN BERNARDINO, a charter city ("City"), and RBF CONSULTING ("Consultant"). WITNESSETH : A. WHEREAS, City proposes to have Consultant provide Construction Management Services described herein below; and B. WHEREAS, Consultant represents and warrants that it has the specialized expertise and experience required to provide professional consultant services contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and C. WHEREAS, City and Consultant desire to contract for the performance of the services described below and as attached, and desire to set forth their rights, duties and liabilities concerning the performance of the services; and D. WHEREAS, no official or employee of the City has a financial interest, within the Admwk 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 L 1. Scope of Services. Consultant shall furnish Construction Management Services to City for street improvements on Cajon Boulevard in accordance with the Consultant's proposal dated November 2, 2009 attached to this Agreement as Attachment A and made a part of this agreement by reference. In addition to the scope of services listed in Attachment A, the following shall apply: (a) Regardless of who furnishes the construction inspector, Consultant shall make sufficient visits to the project site to determine, in general, if the work is proceeding in accordance with the construction contract. (b) The Federal Economic Development Agency, the Comptroller General of the United States, and the Inspector General of the Department of Commerce, or their duly authorized representatives, shall have access to any documents, books, papers, and records of the Consultant (which are directly pertinent to this Agreement) for the purpose of making an audit, examination, excerpts, and 1 i I ,. transcriptions. Consultant shall maintain all required records for at least three years after the City makes final payment and all pending matters are closed. (c) Consultant shall provide surveillance of project construction to assure compliance with plans, specifications, and all other contract documents. If the City chooses the Consultant as the project inspector, the requirements for inspection services shall be clearly defined and the amount the City is required to pay for such services shall be stated. (d) Consultant shall be responsible for any damages arising from any negligence in the performance of the construction inspector, if the inspector is furnished by the Consultant. (e) Consultant shall supervise any required subsurface explorations such as borings, soil test, and the like, to determine amounts of rock excavation or foundation conditions, no matter whether they are performed by the Consultant or others paid by the City. (f) Consultant shall attend bid openings, prepare and submit tabulations of bids, and make a recommendation as to contract award, if necessary. (g) Consultant shall review proof of bidder's qualifications and recommend approval or disapproval. (h) Consultant shall submit a report not less frequently than quarterly to the City covering the general progress of the job and describing any problems or factors contributing to delay. 1.2. Professional Practices. All professional services to be provided by the Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily 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. Consultant further warrants that it and its personnel shall have no professional, personal, or other affiliation with or connection to the owner or engineering firm that prepared the project plans assigned for review or any other person or entity connected with the project that could interfere with Consultant's performance of its obligation to conduct Construction Management services. 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' 2 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 the 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 the City for, or on account of any liability under any of the above-mentioned laws, which may arise out of Consultant's performance under this Agreement. 1.4. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other basis prohibited by law, except as permitted pursuant to Section 12940 of the California 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 the City may enter into agreements to have other consultants perform, or may have its own employees perform, services similar to those services to be performed under this Agreement. 1.6. Delegation and Assignment. This is a personal service contract, and the duties to be performed by Consultant pursuant to this Agreement shall not be delegated or assigned to any person or entity without the prior written consent of the City. Business License. The Consultant shall obtain and maintain a valid City 1.7. us Y Business Registration Certificate during the term of this Agreement. 1.8. Duly of Loyalty/Conflict of Interest: Consultant understands and agrees that as the City's Construction Management consultant, the Consultant shall be subject to a fiduciary duty and 4 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. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Over the term of this Agreement, the Consultant shall be paid for such services at the hourly rates specified in Attachment B, incorporated herein by reference for a total amount not to exceed $43,324.00, as specified in Attachment B. 2.2. Additional Services. Consultant shall not receive compensation for any services other than the services specified in this Agreement unless the City, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of additional services or compensation are unenforceable. 3 2.3. Method of Billing. Consultant may submit invoices to City's Managing Engineer for approval on a monthly basis. Each invoice shall include the amounts charged for all of Consultant's services that have been completed to the sole satisfaction of City during the period covered by the invoice. 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 time spent to perform each service. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and the invoices shall identify the number of the authorized change order, where applicable. 2.4. Records and Audits. Consultant shall maintain records of all services it performs pursuant to this Agreement in accordance with generally accepted accounting principles and shall make the records available to the Managing Engineer 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 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 Managing Engineer. If Consultant fails to commence work in a timely manner or fails to pursue work diligently to completion, City may, at its option, terminate this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts or conditions beyond the reasonable control of the party or parties. Such acts and conditions shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations the effect of which could not reasonably have been foreseen, riots, and acts of war. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the Effective Date and shall continue for a period of one-year, 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 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 4 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 in this Agreement. In determining the professional services actually rendered up to the effective date of termination, consideration shall be given to both completed work and work in progress, and to complete and incomplete work products 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 Consultants, personal injury with a 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 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, including employer's liability coverage. (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 addition- 5 al insureds with respect to this subject project and contract with City." In addition, the comprehensive general liability, automobile liability, and workers' compensation/employer's liability policies shall contain or be endorsed to contain the following provisions: (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." (d) Waiver of subrogation: "Insurer waives any right of recovery it may have against the City of San Bernardino or its elected and appointed boards, officers, agents, or employees under this policy because of payments Insurer makes for injury or damage arising out of the named insured's operations or work done for the City of San Bernardino. 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 the City, prior to performing any services under this Agreement. 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in Section 6.8 of this Agreement, or the extent to which Consultant may be held personally responsible for indemnifying the City against liability for damages to persons or property, notwithstanding any insurance that may cover such damage. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referred to in this Agreement and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, signed by the parties in interest at the time of the modification. The terms of this Agreement shall prevail over any inconsistent provision in any other document relating to this Agreement, 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 6 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 Managers. The City shall designate a Managing Engineer 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 and/or its 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. Communication shall be deemed served or delivered: a) at the time of delivery if the communication is sent by personal delivery; b) at the time of transmission if the communication is sent by facsimile; and c) 48 hours after deposit in the United States Mail as reflected by the official United States postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: IF TO CITY: Randy Lovan, Project Manager Valerie C. Ross RBF Consulting Director of Development Services 300 North "D" Street San Bernardino, Ca 92418 Fax: 909-390-9817 Fax: 909-384-5080 Tel: 949-439-0423 Tel: 909-384-5357 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 under this Agreement or the enforcement of any of the terms, conditions, or provisions of this Agreement. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of City shall be considered "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. The parties agree that the sole and exclusive venue for any legal action to enforce or interpret this Agreement, shall be a court of competent jurisdiction located in San Bernardino County, California. 6.7. Assignment. The Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of the Consultant's interest in this Agreement without the City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement 7 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 the Consultant under this Agreement for the term of this Agreement. 6.8 Indemnification and Hold Harmless. The 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 attorneys' fees, damage to property or injury to or death of any person or persons, and all other damages of any nature including, but not limited to, all civil claims or workers' compensation claims, wholly or partly 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. Contractor is and shall be acting at all times as an independent Contractor and not as an employee of the City. Consultant shall secure, at his expense, and be responsible for the payment of any and all required payroll deductions for Consultant and its officers, agents, and employees, including but not limited to deductions for payment of Income Tax, Social Security, State Disability Insurance Compensation, and Unemployment Compensation. Consultant shall procure at its expense any business licenses required for the performance of the services to be performed under this Agreement. 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 sub Consultants in the course of performance of this Agreement, shall be and remain the sole property of City. The Consultant agrees that any such documents or information shall not ,be made available to any individual or organization without the prior consent of the 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 the City and without liability or legal exposure to the Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by the Consultant. Consultant shall deliver to City any findings, reports, documents, information, and data, in any form, including but not limited to, computer tapes, discs, files audio tapes and any other items relating to the subject project, 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 the City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et. seq.). Documents or information that qualify as trade secrets, as that term is defined in the California Government Code Section 6254.7, and of which the Consultant informs City are trade secrets, may be exempt from disclosure. City will endeavor to maintain as confidential all information obtained by it that is designated as a trade secret. City shall not, in any way, 8 be liable or responsible for the disclosure of any trade secret including, without limitation, those records so designated 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 the City. In the event that an error or omission attributable wholly or partly to Consultant occurs, then Consultant shall, at no cost to the City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the error or omission to the sole satisfaction of the City and shall participate in any meeting required to carry out the correction. 6.13. Prohibited Employment. Consultant will not employ any regular employee of the City while this Agreement is in effect. 6.14. Order of Precedence. In the event of an inconsistency or conflict between 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 under this Agreement except as expressly provided in this Agreement. 6.16. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant. 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 be a full or accurate description of the content of this Agreement. Headings 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 in construing 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 to this Agreement or their respective successors and assigns may amend this Agreement. 6.20. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of the right to require such performance or compliance. No 9 I waiver of any provision of this Agreement shall be effective unless in writing and signed j by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy that accrues to a party upon the occurrence of an event shall not be deemed a waiver of any right or remedy that accrues to that party upon the occurrence of any other 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 of this Agreement or of the unenforceable 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 warrant that they are duly authorized to execute it on behalf of the parties and that their execution of this Agreement formally binds the parties to its provisions. 10 AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR STREET IMPROVEMENTS ON CAJON BOULEVARD 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, RBF CONSULTING A Municipal Corporation By By Charles McNeely, City Manager Signature Name and Title Approved as to form: James F. Penman, City Attorney r By lti ATTACHMENT A November 2, 2009 CONSULTING 65-100657.999 Ms. Lisa Sherrick Administrative Analyst M CITY OF SAN BERNARDINO Development Services Department Public Works Division 300 North "D" Street, 3rd Floor San Bernardino, CA 92418 Subject: Proposal for Construction Management Services Street Improvements on North Cajon Boulevard Dear Ms. Sherrick: RBF Consulting is pleased to present our proposal to provide Professional Construction Management services for your North Cajon Boulevard Street Improvement project. In preparing this proposal we have reviewed the RFP,Addendum 1, plans,and specifications;visited the project site; and discussed the project with Department Staff. It is RBF's understanding that the City of San Bernardino is soliciting proposals from qualified firms to provide construction management services for the Federal Economic Development Agency Grant project located on North Cajon Boulevard in the City of San Bernardino. The project encompasses approximately 5,900 LF of North Cajon Boulevard, South of Glen Helen Parkway to North of Kendall Drive. Street widening and roadway improvements include:sawcutting; demolition; removal of existing roadway;earthwork excavation, grading and sub-grade preparation; cold plane and overlay of existing asphalt; placement of new asphalt;drainage improvements; RCP 315 storm drain installation; PCC curb,gutter,and sidewalks; relocation of existing underground service utilities; installation of street lighting and associated appurtenances; adjustment of existing valve covers and manholes to grade; removal and replacement of existing striping and pavement markings with thermoplastic and RPMs; and signage. The project is federally funded through an EDA Grant and construction is anticipated to start on March 15, 2010. The estimate of probable construction cost is $1 to $1.3 million and the contract documents provide for 90 working days. tiRBF will perform comprehensive construction management services throughout the entire of the 9 entirety project and will report directly to the City Engineer and/or his representative. RBF will maintain a "$ close liaison with the City Engineer, the Design Team, and other Project Team Members. Specific duties will include: bid opening attendance, bid tabulation, bid evaluation, bid recommendation, project plan development, contract administration, construction management, project coordination, coordination of review and approval of submittals by Design Engineer, contractor supervision, budget and schedule monitoring, utility coordination, survey and material testing coordination, project form and monthly report preparation / documentation, EDA funding facilitating, weekly progress meeting conducting, progress payment and change order processing, certified payroll processing, walk thru conducting, punch list preparation, and final report preparation. PLANNING ■ DESIGN ■ CONSTRUCTION 3300 East Guasti Road, Suite 100,Ontario, CA 91761 ■ 909.974 1900 ■ Fax 909 974.4004 Offices located throughout California,Arizona&Nevada ■ www.RBF,com F I i i E i Ms. Lisa Sherrick November 2, 2009 Page 2 { 7j f RBF will schedule construction inspection through the City of San Bernardino and City Inspectors will be utilized for construction inspection. RBF has extensive street improvement,engineering,and ' construction management experience. RBF is uniquely familiar with the City, City Staff, and the Cajon Boulevard project site as we are currently providing construction management and inspection services on three projects located in the same area of the City: the Palm Pumping Station, the Magnolia Booster Station, and the Palm Connector 24" Transmission Main. By selecting the RBF Construction Management Team for professional services,s, the City will benefit from a local, highly qualified firm experienced in providing cost-effective solutions to ����;�, municipalities. Specific benefits derived from selecting the RBF Team include; t n A CM Team with a proven track record of successfully providing construction management services on large street rehabilitation projects including street widening, community relations, and special funding / record keeping/ reporting; and A CM Team that works well with Design Engineers and City Inspectors and whose Members promote a Team atmosphere; and ,. A CM Team whose current assignment on the nearby Palm Pumping Station, Magnolia Booster Station, and Palm Connector 24" Transmission Main projects will enable us to ` continue serving the City from the same location; and A CM Team that utilizes the latest computer technology, understands the importance of clear communication, and possesses what it takes to facilitate successful projects; and A CM Team with the backing o over 00 multi-disciplined professional and support f 6 P p personnel. RBF has thoroughly examined and become familiar with the items required under this RFP, and Addendum 1, and will provide the City of San Bernardino with quality performance in order to meet and exceed the Department's goals and objectives. RBF will meet the processing timeframes outlined in the RFP. RBF is not working for any Client with projects in the City of similar situations that could present a conflict of interest. RBF's Team is accessible 24/7 and is available to serve the ar City of San Bernardino per the project requirements on this Cajon Boulevard project which is anticipated to begin on March 15, 2010. As requested, this proposal shall remain valid for a period of not less than 90 days from the date of submittal and has been signed by a person authorized to bind RBF. As requested in the RFP, our contact info is as follows: Mr. Randy Lovan Mr. Bryan Tuschhoff > Project Manager & Contact Person during Proposal Evaluation Construction Manager RBF Consulting RBF Consulting 3100 N. Industrial Parkway San Bernardino, CA 92407 3100 N. Industrial Parkway 24/7 Phone Number: 949.439.0423 San Bernardino, CA 92407 Fax Number: 909.390.9817 24/7 Phone Number:949.300.3888 Fax Number: 909.390.9817 E-Mail: rlovan(a�RBF.corn E-Mail: btuschhoff(cr RBF com i ■ ■ 0 O N9 U LTIN r3 9 Ms. Lisa Sherrick November 2, 2009 Page 3 RBF is an Equal j q Opportunity Employer and has developed an Affirmative Action Plan for the purpose of achieving equal employment objectives by attaining an employment profile,with respect to race and sex in each job group, which is an approximate reflection of societal availability. Our Project Team looks forward to meeting with you to personally discuss our qualifications and our proposed approach to completing the City's goals and objectives. Thank you for the opportunity to r , submit this proposal. Sincerely, r Randy Lovan Senior Associate Project Manager 1:l pdata%00000100110c1MarketinplPmposals&SOOMSan Bernardino,Cay,Development Services Depticoverleaer.doc k !u ' ii CONSULTING PLANNING ■ OERMN r^nrrvroiirTir-. PROPOSAL FOR " .. CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT i E TABLE OF CONTENTS JAN SECTION 1 - UNDERSTANDING AND APPROACH........................................2 Key Issues Quality Control Measures Work Flow Diagram SECTION 2 - SCOPE OF WORK ..........7 SECTION 3 - QUALIFICATIONS.......................................................................11 f Firm History Local Preference Eligibility Similar Projects and References 111 SECTION 4 - THE RBF TEAM...........................................................................17 Organization Chart Resumes APPENDIX Computer Capabilities Agreement t� City Business License PRICE FORM (As requested,the price form is provided in a separately sealed envelope.) y, � t 1 November 2,2009 Page 1 PROPOSAL FOR � CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT r-i ti iw SECTION 1 - UNDERSTANDING AND APPROACH It is RBF's understanding that the City of San r� I Bernardino is soliciting proposals from 4 qualified firms to provide construction ► + }�- "',w ' management services for the Federal ` Economic Development Agency Grant project located on North Cajon Boulevard in the City of San Bernardino. In preparing this proposal we have reviewed the RFP, WIN Addendum 1, plans, and specifications; visited the project site; and discussed the project with Department Staff. The project encompasses approximately 51900 LF of North Cajon Boulevard, South of Glen Helen Parkway to North of Kendall Drive. Street widening and roadway s improvements include: sawcutting; demolition; removal of existing roadway; js earthwork excavation, grading and sub-grade preparation; cold plane and overlay of existing asphalt; placement of new asphalt; drainage improvements; RCP storm drain installation; PCC curb, gutter, and sidewalks; relocation of existing underground service utilities; installation of street lighting and associated appurtenances; adjustment of existing valve covers and manholes to grade; removal and replacement of existing striping and pavement markings with thermoplastic and RPMs; and signage. The project is federally funded through an EDA Grant and construction is anticipated to start on March 15, 2010. The estimate of probable construction cost is $1 to $1.3 million and the contract documents provide for 90 working days. RBF will perform comprehensive construction management services throughout the entirety of the project and will report directly to the City Engineer and/or his representative. RBF will maintain a close liaison with the City Engineer, the Design Team, and other Project Team Members. Specific duties will include: bid opening attendance, bid tabulation, bid evaluation, bid recommendation, project plan development, contract administration, construction management, -�� project coordination, coordination of review and approval of submittals by Design Engineer, contractor supervision, budget and schedule monitoring, utility coordination, survey and material testing coordination, project form and monthly =a report preparation / documentation, EDA funding facilitating, weekly progress i meeting conducting, progress payment and change order processing, certified processing,roll a I �rfrr� ` I i• "" � p y p g, walk thru conducting, punch list preparation, and final report preparation. +� AftRBF will schedule construction inspection through the City of San Bernardino d� � r ' x�oowl¢rai #aY . and City Inspectors will be utilized for construction inspection. RBF has x` extensive street improvement, engineering, and construction management experience. RBF is uniquely familiar with the City, City Staff, and the Cajon Boulevard project site as we are currently providing construction management and inspection services on three projects located in the same area of the City: the Palm Pumping Station, the Magnolia Booster Station, and the Palm Connector 24" Transmission Main. n• November 2,2009 Page 2 �i is k { PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD•STREET IMPROVEMENT PROJECT WG'- IN ' Key Issues Our approach is based on the belief that well integrated project teams and successful projects do not occur naturally and that success is the result of focused QA/QC management effort. Based upon our review of the RFP, Addendum 1, plans, and specifications; our visits to the site; and our A discussions with Department Staff, the RBF Team will focus on the following 71111 key issues: • Keeping the City Engineer and City Staff informed on a Daily Basis Responding Swiftly to City Needs Establishing and Maintaining Positive Public Relations Developing and Implementing a Sound Work Plan which includes Phasing Providing Clear Communication/Documentation to the Project Team i Facilitating Special Funding/Record Keeping/Reporting • Coordinating with the City, the Contractor, the Design Team, Caltrans, other Agencies, and other Project Team Members • Obtaining Contractors Submittals, Establishing a Sound Schedule of Values, and Ensuring the timely routing of all RFI's and Submittals to the Design Engineer for his review for Conformance with Project Plans and Specifications 'y Developing and Monitoring Schedules &Identifying Long Lead Items • Facilitating and Tracking Critical Elements such as Electrical Work Orders • Scheduling and Coordinating Construction Inspection by the City Inspectors • Ensuring the Project is Built per Plans, Specs, and Regulations Utilizing our Proven CM Delivery System which includes our Web- Based Document Repository • Regularly Meeting with the Contractor to Discuss his Ongoing Commitment to the Safety of Workers, Residents, Pedestrians, and Commuters • Facilitating Accurate As-Built Drawings from the Contractor • Notifying and Communicating with Community Members as Directed by the City • Monitoring the Contractor's Traffic Control Plan & Ingress/Egress • Ensuring Daily Site Clean-Up and Successful Project Close-Out • Contract Administration (including Construction Management Manual and Contractor's Handbook) Organization Chart/Responsibility Matrix • Look-Ahead Schedules/ Interim Milestone Schedules/Phasing Plans ! Weekly Progress Meetings, Reporting, Correspondence, Records Management Photographic Documentation of the Construction RFI/Submittal/ Change Management Monthly Progress Payment Processing • Survey/Material Testing Coordination • NPDES, SWPPP Monitoring Dispute /Claims Avoidance and Management Project Close-Out, O&M Manuals, Notice of Completion 't Upon award of the CM contract, the RBF Construction Manager will begin to interface with the Department and refine our existing Construction Manager's Manual. We will ensure that the Department's standards, processes, and expectations are fully understood, met, and incorporated into our manual. The ' November 2,2009 Pape 3 coHeucnnc , PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Sil IM ni ' RE Manual will provide the CM Team a solid foundation on which to base the administration and management of the construction. Our Construction Manager will immediately begin pre-construction services and prepare the Team for field duties. The RBF Team will be well positioned at the time the Department issues the Notice to Proceed. We will begin to tailor our Contractor's Handbook for delivery to the Contractor at the pre-construction meeting. RBF has found the Contractor's Handbook to be beneficial in providing the Contractor will all the necessary project forms, such as submittal transmittals, RFI forms, and progress payment forms in both electronic and hard copy format. The handbook is also useful in supplying a project background and an idea of how the Department and the CM Team will conduct business. To measure Contractor performance during construction, the RBF Team will require the Contractor submit a baseline CPM schedule at the pre-construction meeting. Our Construction Manager will diligently monitor the schedule in order to identify the key issues required to keep the work on-time and within budget. RBF has developed processes, policies, and procedures to manage and perform work in the construction environment. These are used to control the flow of work in an orderly manner. Construction contract documentation not only provides the information needed to bid, plan, and construct the work, it also provides the hard data needed to analyze and successfully resolve a construction claim. Change Order/Field All too often during the construction phase, Designers issue field clarifications Conflict Costs or design bulletins with expensive and time-consuming solutions to inexpensive problems. The RBF Team will work with the Department to assure that when 3000 changes are authorized they represent an appropriate and cost effective benefit 20% to the project. Our approach to change order management involves the 10% following seven steps: 5% ■ Avoid changes by performing detailed constructability reviews prior to 1% contract award ■ Establish written procedures for evaluating potential changes, including a With Without responsibility/assignment matrix and flow chart for processing the change QA/QC QA/0C ■ Maintain potential change and actual change order tracking logs ■ Perform a preliminary evaluation of change requests from any party for appropriateness, cost-effectiveness, Department confirmation of entitlement, and time impact, prior to issuance to the Contractor for a quote ■ Prepare independent estimates and schedule impact analysis for proposed changes to be used as a baseline for negotiations ■ Maintain a fair and objective approach to negotiations ■ Assure that appropriate changes are authorized in a timely manner Many of these steps are similar to those taken during claims management. We propose the use of a dispute resolution ladder, which can help to resolve issues, or, at a minimum, help to focus the essential elements of the dispute. When directed, the RBF Team will provide schedule impact analysis, cost analysis, factual historical background, timeline, alternate responsibility scenarios, supporting contract terms, or other appropriate data and analysis in support of the Department's defense against claims. The RBF Team will prepare a monthly report to the Department that discusses the progress of the work, the schedule, and the costs. It shall also include a summary of the prior month's accomplishments, status of cost and budget, current construction activities, overall Contractor's conformance to the schedule WF November 2,2009 Page 4 CON■Y�TIN■ 5+ PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT 1"�' Si! IN ' and quality requirements, identification of key potential progress issues, action items, and issues, along with recommendations for solutions, summary of progress payments, certified payrolls, change order issues, submittals, RFI's and responses, notices of non-compliance, and photos of representative project activities. Quality Control Measures Quality Assurance and Quality Control prior to and during the construction process are extremely important in ensuring timely delivery of the construction Construction project within or under budget and also to safeguard the value of the Owner's 0A/0C investment. RBF's Construction Management QA / QC Plan is a well developed, comprehensive and unified approach to managing Quality Assurance and Quality Control that is integrated into every step of the project design and construction process, beginning with the initial conception and development of the project with the preparation of the plans and specifications, continuing through all phases of the work, and culminating with the turn over of the project to the Owner and commencement of the warranty period. The designated RBF QA / QC Manager for the project will be the Construction Manager. This ensures continuity, document traceability, and flawless contract „a administration. The Construction Manager / QA/QC Manager will employ the latest edition of the Greenbook as the operative reference and authority for QA/ QC on the project. All work and materials show on the plans, listed in the specifications, offered in the Contractor's submittals, imported and/or delivered to the job site, and/or constructed and/or installed on the project must conform to the Greenbook Standard Specifications for Public Works Construction. Our process involves the following steps: 1. The Construction Manager will begin implementation of the QA/C Plan with a complete review of the project plans and specifications. A meeting with the City of San Bernardino's Project Manager and the Design Engineer will follow. Any and all concerns with the quality of the specified products and materials listed in the project plans and specifications will be reviewed and resolved prior to advertising the project for bid. 2. Review of Contractor bids and Contractor qualifications comes next as a I qualified contractor is selected for the project. Assessment of the unit prices, extended costs and vendors will be done consecutively with an accounting of the Contractors qualifications, licenses, recorded public documents, references and past work. 3. The selected bid will be analyzed and vendor products reviewed for compliance with the project plans, specifications and Greenbook. Apprehension with any products and/or materials offered in the Contractor's submittals will be appropriately addressed and resolved. 4. In order to perform work on the project the successful Contractor must submit a QA/QC Plan for review and acceptance. A review of the Contractor's QA/QC Plan will be conducted with the City of San Bernardino's Project Manager, the Design Engineer, and the Contractor to assure that a comprehensive QA/QC Plan is in place and to achieve consensus on all scheduled construction activities. All work performed by the Contractor will be held and subject to the Contractor's own QA/QC Plan. 5. Inspection of the work and verification of products and materials will be completed by the Construction Inspector and the Construction Manager / QA/QC Manager. As construction progresses multiple on-going inspections and assessments of the work will be conducted utilizing QA/QC checklists and forms, approved submittals, daily construction inspection and QA/QC reports and photographic documentation. Unsatisfactory workmanship, materials, and construction deficiencies will de documented and reported November 2,2009 Page 5 eow�u�nHO � PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE ALM NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT j for future identification and traceability. Notices of non-compliance will be issued to the Contractor and corrective and preventive action will be taken _ to ensure compliance with the Contract Documents. ..,...; 6. Finally, the RBF Construction Management CA/QC Plan requires review Lr Oiv�c aw'::` and approval of the Contractors As-Built drawings by the Design Engineer to complete the project turnover and begin the warranty period. :B The RBF Team is prepared to provide the experienced personnel to c accomplish the Construction Management in the best interest of the :{ Department. We are confident in our abilities, as we have successfully completed the same scope of work on many challenging projects. ,y Work Flow Diagram In order to help visualize the activities associated with a typical construction management project and how the RBF Team approaches the work we have provided the Work Flow Diagram below. We realize that for this Cajon Boulevard Project that the Construction Inspection will be provided by City Inspectors and not the RBF Team. Work Flow Diagram CONSTRUCTION MANAGEMENT Acceptance Award of and Close Out 1 _J Pre Bid Review • Constructawity Project Plan Construction Manager Construction Inspector Generate Final QtreMitres Responsibilities Responsibilities Punch List Kick-Off Meeting with Keep Project Keep Project P Final PSE Final Inspection Project Manager • Advertise Manager Informed Manager Informed PmletA Manager • Construction - Design Engineer Schedule Review Administer Project Plan Quality Assurance Construction Manager ._ .. .. - Quality Assurance Prepare Daily Reports _• Monitor Construction SdiediAe i Monitor Approved Plan Changes Pre Bid Meeting Pre Construction Meeting Cost Management Review Administer Permits • Miranas Project Team Coordination Pudic Relations • CM Heeling Agape Review and SuDgs • Clarifications Daily Report Fors Approval Public Relations Quantity Verification Record Drawi •Construction Yard Approval Change Order Management .j Progress Photographs ..,. Utility Coordination ' Review Progress Payments - - t:q Emergency Cont Submittal Log/Processing •Shop Drawing g Ch@te Program Payment Processing Bid Opening Shop Drawing Chet*Lill O&M Manuals • Monthly Summary Report I • Designation of Superintendent Review Work Rana" - Notice to Residents Approval • Traffic Control Plan Approval j Identity Corrections Submit Bid Analysis Matenats Submittal When Discovered .& Coordinate Inspection, Review and Approve Testing,and Survey Maintain Final Pe Preconstruction Construction File Yment • Video Tape Monks Record Drawings . • Digital Images Manage RFIS _._ • weekly Meetings 1 Start Up Final Notice to Proceed -- Construction Reports Resident Notfication Provide Construction USA Project File to P C Project Manager 0 November 2,2009 Page 6 cor.cu urrNa E I i PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT SiA IN � SECTION 2 - SCOPE OF WORK RBF has extensive street improvement and rehabilitation, engineering and construction management experience. RBF is a firm with competent and experienced Staff and will act as the City's Agent to perform all or part of, but not limited to, the following: 1. RBF will supervise the work of the contractor with oversight from the City, SCHEDULE provide coordination between the contractor, the City, the utility companies, and abutting owners, and process all reports as required by the Federal O.C. Economic Development Agency (EDA). EST 2. RBF will act as the City's representative consultant with the City for all SPECS $ project related construction activities. RBF will work closely with the City of San Bernardino Public Works Staff and develop a plan of action. This plan PLANS $ will address the specific needs of the City and will include a plan for the communications and reporting requirements between RBF, the contractor and the City. 3. RBF will be responsible for completing project forms, reports, documentation, monthly contractor progress payments, quarterly EDA progress payments, and filing for the project. The reporting includes but is not limited to a project performance report of each calendar quarter, per Federal EDA requirements. Should events arise between the reporting dates, which have significant impact to the project or the program, RBF will be required to notify the City Engineer and/or his representative immediately. 4. RBF will be responsible for establishing a construction schedule, scheduling all inspections with the City, and enforcing City policies and procedures. When the project is ready for final inspection, RBF will be responsible for scheduling the inspection as well as notifying the City Engineer and/or his representative and EDA so an EDA representative has the option to be present. rf __ 5. RBF will be responsible for all construction schedule activities associated with the completion of the project. Should there be any problems, delays, �r�--- or adverse conditions that will prevent the City from meeting schedules or goals, or preclude the attainment of project work with in the scheduled time periods, RBF will be required to notify the City Engineer and/or his representatives immediately. Additionally, if there are favorable developments or events that complete scheduled items sooner than originally projected, RBF shall notify the City Engineer and/or his representative immediately. 6. RBF will be responsible for minimizing conflicts during the planning and execution of construction activities of the Street Improvements Project. This includes the day to day activities required in order to assure that the appropriate information and details found on the drawings, specifications, and the Storm Water Pollution Prevention Plan (SWPPP) are conveyed to the contractor's field management personnel and the City Engineer and/or his representative. 7. RBF will be responsible for the review, evaluation, and recommendation of approval or denial of Contract Change Orders. RBF shall review, prepare, and provide recommendations for contractor submitted contract change November 2,2009 Page 7 PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Stl Ip a SECTION 3 - QUALIFICATIONS ' Firm History RBF Consulting (RBF) is a full service consulting firm providing construction i management, inspection, planning, engineering, surveying, and related professional services. RBF is dedicated to meeting the needs of its Clients in a timely, cost effective, innovative manner. RBF has extensive experience in street paving/rehabilitation and specially funded public works projects, and has been providing cities with revitalization strategies designed to meet regional, • • community, and neighborhood objectives for many years. RBF is a private corporate founded in California in 1944 and we are pleased to w celebrate our 65th Anniversary this year. RBF is currently ranked#79 in the top Pj Anniversar 100 engineering firms in the nation by Engineering News Record (ENR). Our J diverse range of professional consulting services includes all facets of civil engineering and design; water resource engineering; structural engineering; I environmental analysis; construction management; field surveying; aerial mapping and photogrammetry; global positioning satellite surveying; geographic information systems; and computer services to both public and private sector clients. With a multi-disciplined technical and support staff of over 600 employees, located in 15 offices, the RBF Team has the experience, organizational resources, management capabilities, and in-house computer Eli resources to ensure that each project is cost-effective, meets the highest standard of quality, and is completed on schedule. RBF provides construction management, inspection and observation services to public and private clients throughout the western United States. RBF's ,a. highly-qualified Construction Project Managers and Field Staff are experienced in all facets of construction engineering N-- t including: street improvements, street widening and rehabilitation, community relations, and special funding facilitation/ record keeping / reporting. Clients select RBF to manage infrastructure improvements and site development projects because they know they are getting the services of a highly experienced team to represent their best interests throughout construction. RBF's construction management expertise on public sector projects ranges from highways and roadways, water and wastewater projects, drainage and flood control, transportation and bridges, to parks and recreational facilities. RBF utilizes the most advanced technologies for field engineering instrumentation. Combined with highly-trained personnel, RBF has the ability to perform nearly every conceivable construction management task, efficiently and economically. Local Preference Eligibility RBF is proud to claim local preference eligibility for this Cajon Boulevard Project. RBF's San Bernardino Construction Management Office, located at 3100 N. Industrial Parkway, San Bernardino, CA 92407, is staffed by 4 Construction Management Personnel doing business inside San Bernardino City limits. As requested in the RFP, we have included a copy of RBF's San Bernardino Business Registration Certificate. It is located in the Appendix ' section of this proposal. November 2,2009 Page 11 co��uvNa PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Sil `IN a# Similar Projects and References RBF has successfully completed several projects similar in scope and nature to the Cajon Boulevard Street Improvement Project. The projects on the following pages represent the vast experience the RBF Team brings to the City of San Bernardino. RBF believes that the sustained excellence of a firm can be demonstrated and measured by its' Client's satisfaction and its' repeat Client base. RBF is proud of its record of 95% repeat clients, which increases year after year. A more visible testimony of our demonstrated competence is provided by our Clients and we invite you to contact them to find out why they continue to choose RBF as their trusted CM Team. OAC oseo 's City Street Rehabilitation Project—Zone C, Phase 1 Desert Hot Springs, CA 2008 Reference: Mr. Jonathon Hoy, Public Works Director, City of Desert Hot Springs, 760.329.6411, x247 RBF was selected by the City of Desert Hot Springs to provide construction management and inspection for this street rehabilitation project. The work encompassed removing and replacing approximately 6,600 tons of AC pavement, adjusting water valve covers to grade, and installing stop bars, stop pavement legends, and reflective raised pavement markers. RBF's duties included construction management, inspection, contract administration, construction schedule coordination, BFI's, submittals, daily reports, digital r r , photos, progress payments, traffic control site safety program monitoring, community relations, and the final punch list. " Sidewalk and Landscaping Improvements Rialto, CA 2008 Reference: Mr. Hamid Madjidi, Project Manager, KinderMorgan, 714.560.4902 RBF provided design, construction management, and inspection services to Kinder Morgan for this $104,138 street improvement project located in Rialto. The work involved demolition, clearing and grubbing, grading, compaction, potholing, concrete and AC placement, landscaping, and irrigation. RBF's duties encompassed plan and specification preparation, bidder pre-qualification, bid analysis, contract administration, construction management, construction inspection, and documentation of the contractor's work via daily reports and digital photography. Downtown Indio Phase I Improvements Indio, CA 2009 Reference: Mr. Steve Copenhaver, Community Development Director, 760.391.4120 RBF was selected by the City of Indio to provide design, construction management, and inspection services for this downtown improvement project. The work was located along Miles Avenue and along Towne Street and included potholing, excavation, sawcutting, AC, curb and gutter, storm drains, sewer and water lines, manholes, traffic signals, street lighting, traffic control, and landscaping and irrigation. RBF's duties included construction management, inspection, contract administration, scheduling, RFI's, submittals, daily reports, digital photos, progress payments, traffic control program monitoring, safety program monitoring community relations, and the final punch list. November 2,2009 Page 12 PROPOSAL FOR �7 CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT Sit IN Asphalt Rehabilitation Project on Various City Streets PW 2007.17C Lake Forest, CA 2009 �. Reference: Mr. Luis Estevez, Public Works Manager, 949.461.3485 , a�rnl RBF was selected by the City of Lake Forest to provide construction me A. �= management and inspection services on this $3,169,997 asphalt rehab project r which included: cold milling; cement treated base; Petromat; 24,004 tons of ARHM; adjusting valve boxes, manhole frames, and survey monuments to grade; loops; pavement markers, and striping. RBF's duties encompassed performing constructability review; contract administration; construction management; inspection; quality control and quantity verification; site safety, k :. public relations, construction schedule coordination, and material testing z_ monitoring; utility coordination; and processing control documents such as submittals, progress payments, change orders, daily reports, digital photos, and the final punch list. Street Paving Program West Hollywood, CA 2008 Reference: Ms. Mila Sologub, Assistant City Engineer, 323.848.6338 RBF was selected by the City of West Hollywood to provide construction management and inspection services on this $340,986 paving project which included 114,830 SF of cold milling, 2,750 tons of ARHM, and adjusting utility frames and covers to grade. RBF's duties encompassed contract administration; construction management; inspection; quality control and quantity verification; safety program monitoring, public relations, resident notification, construction schedule coordination, construction phasing, and material testing monitoring; utility coordination; and processing control documents such as submittals, progress payments, change orders, daily reports, digital photos, and the final punch list. San Vicente Boulevard Street Paving Project, C/P 0904 West Hollywood, CA 2009 fr u Reference: Ms. Mila Sologub, Assistant City Engineer, 323.848.6338 RBF provided the City of West Hollywood with construction management and inspection services on this $277,859 street paving project. The work included: 170,300 SF of cold milling, 1,884 tons of ARHM overlay, 54,000 SF of slurry 1 1 sealing, adjusting covers and valves to grade, signage, striping, pavement markings, loops, and monuments. RBF's duties encompassed contract administration; construction management; inspection; quality control and �. quantity verification; safety program monitoring,Y p g g, public relations, resident A notification, construction schedule coordination, construction phasing, and material testing monitoring; utility coordination; and processing control documents such as submittals, progress payments, change orders, daily reports, digital photos, and the final punch list. . E Rancho Del Oro Drive Extension r PROPOSALFOR , CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT u �i1 IN bidability review; evaluation of the bids; conduction of the pre-construction g conference; processing control documents such as meeting minutes, progress : r payments, submittals, RFI's, change orders, and weekly reports; construction schedule coordination; and preparing and processing all federally and state required documents in order to ensure funding was received by the City. Pacific Street Reconstruction Oceanside, CA 2005 Reference: Ms. Marla Doyle, former City Engineer with the City of Oceanside. Current Deputy Public Works Director / Assistant City Engineer with the City of Pomona, 909.620.2261 RBF was selected to perform construction management, contract administration, and survey services for this project. The work included the rebuilding of 1000' 2-lane asphalt concrete roadway across the San Luis Rey River and installation of a 15' x 22' x 90' aluminum arch plate pipe and placement of rip-rap rock for roadway slope protection from the ocean tides and which increased flow of the San Luis Rey River in Oceanside Harbor. College Boulevard Improvements Oceanside, CA 2004 Reference: Ms. Marla Doyle, former City Engineer with the City of Oceanside. Current Deputy Public Works Director / Assistant City Engineer with the City of Pomona, 909.620.2261 RBF provided construction management and inspection services to Stirling y:u Development for this .5-mile roadway improvement project. RBF's duties ~ �� s encompassed utility and transit district coordination, constructability review, right-of-way and easement coordination, monitoring the contractors work, M attendance at weekly progress meetings, agency coordination, and public relations. u ,;a Oceanside Boulevard at Rancho del Oro Drive Oceanside,CA 2004 Reference: Ms. Marla Doyle, former City Engineer with the City of Oceanside. Current Deputy Public Works Director / Assistant City Engineer with the City of Pomona, 909.620.2261 RBF served the City of Oceanside on this roadway improvement project which included widening, pavement rehabilitation, signal modifications, signing and striping, median construction, and landscape improvements. RBF's duties encompassed: construction management, inspection, contract administration, constructability review, right-of-way/easement coordination and negotiation, utility coordination, progress meetings, RFI's, submittals, progress payments, traffic control, site safety, public relations, daily reports, and digital photography. Roblar Road Emergency Repair Project Camp Pendleton, CA 2005 Reference: Mr. John Lehman, VT Griffin Services, 510.587.3005 RBF provided construction management and inspection services as established by the USACOE for the repair of a damaged section of this roadway located in s ! " Camp Pendleton. The work included demolition; bin-walls removal; construction of a new bin-wall; and removal of damaged concrete swales, culverts, down drains outlets, and guardrails. RBF's duties encompassed contract administration; inspection; attending weekly quality control meetings; November 2,2009 Page 14 PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT i W in processing BFI's, submittals, change orders, and progress payments; documenting the work via daily reports and digital photos; and preparing the El = w,T � final project report. Metro Rapid Bus Pad and Stop Improvements - West Hollywood, CA y 2008 Reference: Ms. Mila Sologub, Assistant City Engineer, 323.848.6338 RBF was selected by the City of West Hollywood to provide construction management and inspection services on this $199,750 pad and stop improvement project which included removing and replacing 7,800 SF of PCC, 7,000 SF of AC, curb and gutter, and tree frames with cast iron grates. RBF's ' duties encompassed contract administration; construction management; inspection; quality control and quantity verification; safety program monitoring; public relations; resident notification; construction schedule coordination; construction phasing; material testing monitoring; utility coordination; and processing control documents such as submittals, progress payments, change orders, daily reports, digital photos, and the final punch list. Muirlands Boulevard Pavement Resurfacing Project, (AHRP), Federal Project No. STPL-5469(011) Lake Forest, CA 2008 Reference: Mr. Robert Woodings, DPW/City Engineer, 949.461.3481 RBF was selected by the City of Lake Forest to provide construction management and inspection services on this $1,108,177 pavement resurfacing project which included: 657,130 SF of cold milling; 8,850 tons of ARHM overlay; " i► adjusting pull boxes, manholes, water valves, and survey monuments to grade; .: ramps; curb and gutter; loops, striping, and markings. RBF's duties encompassed: project management, contract administration; construction � s Jt management; inspection; quality control and quantity verification; public relations, and material testing monitoring; construction schedule coordination; utility and survey coordination; and processing control documents such as submittals, progress payments, daily and weekly reports, digital photos, and the final punch list. Special duties included labor compliance, and federal reporting and record keeping in order to ensure funding to the City. Construction Management and Inspection of Various C/P Projects West Hollywood, CA k Since 2003 Reference: Ms. Sharon Perlstein, City Engineer, 323.848.6383 RBF has been providing construction management and Inspection services to the City of West Hollywood since 2003. Past and current assignments have +' encompassed: street rehabilitation, street improvements, aesthetic improvements, safety improvements, traffic improvements, ARHM, lime . treatment, grinding, curb, gutter, sidewalks, decorative paving, bus pads, bus ;,. stop improvements, street lighting, ADA ramps, SWPPP, BMP's, NPDES, sewer repair and rehabilitation, and landscaping and irrigation. RBF's duties have involved: biddability and constructability reviews; value engineering; cost estimating; bidding assistance; pre-construction activities; permits; administering the contract; inspecting the work of various contractors; documenting the work via daily reports and digital photography; ensuring quality control; verifying quantities; conducting weekly progress meetings; processing control documents such as RFI's, submittals, progress payments, and certified payrolls; schedule coordination; negotiating and managing change orders; providing field fixes to design issues; monitoring the contractor's safety it November 2,2009 Page 15 I PROPOSAL FOR ! . CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT SII IN program, providing extensive public relations and community outreach; K implementing cost reducing measures; and facilitating state and federal funding. a, On-Call Public Works Construction Management and Inspection Services Cypress,CA Since 2005 Reference: Mr. Kamran Dadbeh, Assistant Engineer, 714.229.6756 E RBF provided on-call construction management and inspection services to the City of Cypress. Assignments included: City Hall remodeling, sewer relocations, slurry seals, overlays, pavement management and replacement, Y��F= street improvements, water line upgrades, SCE system upgrades, and ADA ramps. RBF's duties encompassed performing biddability and constructability reviews; administering the contract; inspecting the work of the various r_ contractors; documenting the work via daily construction reports and digital LJ photography; ensuring quality control; verifying quantities; conducting weekly progress meetings; processing control documents such as RFI's, submittals, change orders, progress payments, and certified payrolls; monitoring construction schedules and the contractor's safety program; maintaining public relations and community outreach; and facilitating federal and state funding. On-Call Public Works Construction Management and Inspection Services Lake Forest,CA spa-� i Since 2000 Reference: Mr. Luis Estevez, Public Works Manager, 949.461.3485 RBF is currently providing on-call, as-needed, construction management, }: inspection, and contract administration services to the City of Lake Forest. Past and current assignments total over $14 million in construction and have �r included: ADA ramps, slurry sealing, street resurfacing, asphalt repairs, overlays, intersection improvements, storm drains, landscaping, traffic signals, grading, retaining walls, parks, play structures, resilient surfacing, PCC structures, tot lots, picnic shelters, trails, and sports and skate parks. RBF's duties encompass performing biddability and constructability reviews; administering the contract; inspecting the work of the various contractors; documenting the work via daily construction reports and digital photography; ensuring quality control; verifying quantities; conducting weekly progress �i meetings; processing control documents such as RFI's, submittals, change orders, progress payments, and certified payrolls; monitoring schedules and safet • site maintaining� y, g public relations and community outreach; and facilitating federal and state funding. Verdemont Infrastructure Improvement Projects San Bernardino, CA ~ 2009 Reference: Mr. Matt Litchfield, Director, Water Utility, San Bernardino ti Municipal Water Department, 909.384.5107 RBF was selected to provide construction management and inspection services to the SBMWD for the Palm Pumping Station, the Magnolia Booster Station, and the Palm Connector 24" Transmission Main projects located in the Verdemont area. RBF's duties encompass contract administration; construction management; construction inspection; documenting the work via daily reports and digital photography; ensuring the work is completed per plans, specs, and regulations; monitoring schedules and site safety; conducting progress meetings; monitoring survey and material testing; processing RFI's, submittals, and progress payments; and coordination with Principal Engineer, Project Manager, Director of Water Utility, Design Team, and other Project Team _ Members. November 2,2009 Page 16 CON�U TINO R PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT ail IN SECTION 4 - THE RBF TEAM The RBF Team will provide experienced personnel to accomplish the Construction Management in the best interest of the City. We are confident in our abilities, as we have successfully completed the same scope of work on many challenging projects. RBF's Construction Management Department currently numbers 20 multi-talented professionals with a total of over 400 years of experience in the construction industry. We have extensive experience in the construction of public works improvement projects, including many street paving / rehabilitation and specially funded public works projects similar your Cajon Boulevard Street Improvement project. RBF's CM Team will: act as the eyes and ears of the City; ensure that the work is completed per plans, specifications, and standards, and within the project schedule and budget. We will meet regularly with the contractor to discuss his ongoing commitment to the safety of pedestrians, motorists, and workers. Our Team is well versed in team building and community relations. They will foster a team spirit amongst the various parties involved with the project and will communicate with community members in order to lesson the impacts of the construction upon the surrounding neighborhood and to deliver a successful project. We have the right people for this important project and they will be accessible 24/7 and available to the City throughout the duration of the project. Our Organization Chart below illustrates the roles and responsibilities of the RBF Team. San Bernar ino Development Services Department Public Works Division PROJECT Randy Lovan, OSHA r;. CONSTRUCTION ANAGER • • i Bryan Tuschhoff, CISEC, OSHA Pat Hanify, EIT, LEED AP, OSHA f November 2,2009 Page 17 C N®UL.TIIG PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT tl Mr. Randy Lovan, OSHA, will serve as Project Manager and is committed to the needs of the City of San Bernardino. He possesses over 19 years of experience on numerous public works street rehabilitation projects located throughout the Southland. The Cajon Boulevard Project will require extensive coordination and a pro-active CM Team. Each project presents its own unique "! issues and concerns. Mr. Lovan has a knack for seeing these items and in resolving them well before the have the y opportunity to affect the schedule and the budget. His skill in analyzing and managing complex construction projects coupled with his ease in communicating with contractors, business owners, residents, designers, and public officials will be an asset to the RBF Team. Mr. Bryan Tuschhoff, CISEC, OSHA, will serve as Construction Manager and be the point of contact for the City. As a member of the RBF CM Team, and with over 22 years of engineering and construction experience, Bryan has ' been responsible for the CM and inspection of numerous public works projects. Other responsibilities have encompassed specification writing, bid tabulation and evaluation, value engineering, constructability reviews, submittals and RFI's, quality assurance and quantity verification, scheduling, weekly statements of working days, progress payments, change orders, survey and material testing monitoring, community outreach and public relations, utility coordination, SWPPP and NPDES monitoring, construction phasing, traffic control monitoring, site safety monitoring, O&M manuals and training, as-builts and record drawings, special funding reporting, claims analysis and mitigation, and expert witness testimony. Bryan is well versed in GREENBOOK, Caltrans, ADA, local, and numerous other standards and regulations. His experience encompasses roadways; highways; street rehabilitation; ARHM; lime treatment; slurry seals, grading; ° paving; striping; traffic signals; street lighting; water and sewer lines;�:. 9 es, reservoirs; pump stations; wells; storm drains; channels; ball fields; parks; landscaping and irrigation; and other infrastructure projects. This vast knowledge and P 1 experience combined with his proficiency in managing the daily activities of contractors, inspectors, designers, utility representatives, material testers, and survey crews will ensure continuity between design and construction. He will manage the project consistent with project specifications and standard industry practices. Bryan will provide innovative, creative, cost reducing alternatives to project challenges. He will serve as the point of contact the City, the Contractor, the Design Team, Caltrans, other Agencies, Utility #- 7 , Representatives, Surveyors, Material Testers, and other Project Team 77, Members. Bryan will review project specifications and schedules and evaluate �' ,. contractor performance. He will monitor the day-to-day construction, manage daily and monthly schedules, and comply with regulatory and funding requirements. i Bryan will maintain a close liaison with the City Project Manager and additional City Staff to coordinate all work and to ensure that each task is completed to the full satisfaction of the City. Bryan has successfully served as Construction t hi" Manager on numerous similar specially funded street rehabilitation projects and is well versed in coordinating large teams to deliver projects on time and within budget. Bryan will, with the help of RBF's secure, web based document repository system, keep detailed records and retain files for potential audit a' purposes. Bryan will, as demonstrated on past projects, do whatever it takes to ensure that all work is completed on time, within budget, and that all City needs are met. ' [NEW November 2,2009 Page 18 PROPOSALFOR CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECT ,, 7 Wile lu { Mr. Pat Hanify, EIT, LEED AP, OSHA, is available to serve as Field Office Engineer. Pat's degree in civil engineering coupled with his experience in design and construction will provide him with a solid foundation for his work. He is a document control specialist and his typical duties encompass contract :7 administration, construction management, construction inspection, weekly progress meetings, scheduling, REPS, submittals, changes orders, progress payments, agency and utility coordination, community relations, traffic control, site safety monitoring, and project website management. The Cajon Boulevard Project is Federal Grant EDA project and special steps will be required to ensure those funds are received by the City. Pat is our labor compliance specialist and he is well versed in special funding requirements, record keeping, and reporting. Pat will, with the help of RBF's secure, web based document repository system, keep detailed records and retain files for potential audit purposes. Specific duties include monitoring payroll documentation, collecting certified payrolls, recommending the holding of progress payments in the case of non-compliance, monitoring DBE participation, conducting employee interviews, monitoring trainee and apprentice participation, preparing and mailing all notifications, corresponding with agencies, completing documentation files, and performing reviews of all special funding files in order to obtain final project approval. Pat's attention to detail coupled with his experience serving as a Field Office Engineer, Construction Inspector, and Labor Compliance Officer, on public works projects provide him with a solid foundation for ensuring that all tasks are completed to the full satisfaction of the City. In addition to the key Team Members listed here, RBF has over 600 in-house L multi-disciplined professional and support staff members available, at a A moment's notice, to swiftly serve each and every need that may arise from the City. Over the years, The RBF Team has built upon our commitment to providing quality construction projects, on time, and within budget. We r i have garnered the respect of our peers and the confidence of our Clients - who appreciate our role as their trusted Construction Management Team. We would be honored to again serve the City of San Bernardino and welcome the opportunity to manage the construction of the Cajon Boulevard project. Resumes Ai As requested, brief resumes of our proposed Project Team are located on the following pages. �Y9 t5 MF November 2,2009 Page 19 k: � Randy Lovan Senior Associate Project Manager Registration: r±qr. Mr. Lovan serves as Construction Management Department 1 Manager for the Inland Empire area and he is responsible fora 1996, Grade IV Water variety of public works and private sector projects. During his Distribution Operator, CA,08485 career,he has served as a Superintendent for a utility contractor and as Project Manager for a large Southern California Water District. 1996, Certified Grade III Water He possesses over 19 years of experience involving numerous Treatment Operator,CA, 21195 public works projects, including: roadways; street improvements; road widenings;asphalt and PCC; traffic signals; street lighting; utilities; park and recreational areas;reservoirs;pipelines; Years of Experience: 19 treatment plants; pump stations;storm drains;sanitary sewers; } quality assurance; schedules; submittals; shop drawings; progress Education: payments;and change orders. Additionally,Mr.Lovan is a Certificate, 2008, Construction registered Grade IV Water Distribution Operator and Grade III Safety and Health, OSHA Water Treatment Operator, as well as a certified Cross Connection Certificate, 2007, Confined Specialist. Space Training, Dale Fike Professional Safety Training RELEVANT EXPERIENCE: Certificate, 2006 Pumps and loij Downtown Indio Phase I Improvements(Indio,CA)2009— Pump Systems, American Construction Manager. RBF was selected by the City of Indio to Trainco provide design,construction management,and inspection services for this downtown improvement project. The work was located Certificate,2003, SWPPP along Miles Avenue and Towne Street and included potholing, Certificate, 2003, NPDES excavation, sawcutting,AC,curb and gutter, storm drains, sewer Seminar,2001, Federal& and water lines,manholes,traffic signals, street lighting, traffic California False Claims Act, #� g control,and landscaping and irrigation. RBF's duties included Construction Management construction management,inspection, contract administration, Association of America scheduling, RFI's, submittals,daily reports,digital photos,progress Seminar, 2001, Greenbook, payments, traffic control, site safety monitoring,community APWA relations,and the final punch list. Certificate, 1999, Backflow Prevention Assembly Tester, Sidewalk and Landscaping Improvements(Rialto,CA)2008— USC, Foundation for Cross- Interim Construction Manager. RBF provided design,construction Connection Control& ray management, and inspection services to Kinder Morgan for this Hydraulic Research $104,138 street improvement project located in Rialto. The work Certificate, 1997, Cross- involved demolition,clearing and grubbing,grading,compaction, Connection Control Certified potholing,concrete and AC placement, landscaping,and irrigation. Specialist, Mount San RBF's duties encompassed plan and specification preparation, Antonio College bidder pre-qualification, bid analysis,contract administration, construction management,construction inspection, and documentation of the contractor's work via daily reports and digital photography. Coachella Canal Improvements(Indio,CA)2008—Construction Manager. RBF was selected by the City of Indio to provide construction management and inspection services for this canal improvement ' project. The work was located along the CVWD Coachella Canal and north of Avenue 50 and Madison Street and included a temporary diversion channel.RCB culvert,excavation, backfill, steel sleeving for a future water main, and chain link fencing and gates. RBF's duties included construction management. inspection,contract administration,scheduling,RFI's, submittals, daily reports,digital photos, progress payments, traffic control,site safety monitoring,community relations. and the final punch list. J � CONSU LANG Randy Lovan Senior Associate a Project Manager Verdemont Infrastructure Improvement Projects (Verdemont,San Bernardino,CA)2009— Construction Manager. RBF was selected to provide construction management and inspection services to the SBMWD for the Palm Pumping Station, the Magnolia Booster Station,and the Palm Connector 24" Transmission Main projects located in the Verdemont area. RBF's duties encompassed contract j+ administration;construction management; construction inspection;documenting the work via daily reports and digital photography;ensuring the work is completed per plans, specs, and regulations; monitoring schedules and site safety monitoring; conducting progress meetings; monitoring survey and material testing;processing RFI's,submittals, and progress payments;and coordination with Principal Engineer, Project Manager, Director of Water Utility,Design Team, and other Project Team Members. Ortega Highway Improvements(San Juan Capistrano,CA)2000—Construction Inspector. RBF was retained by the City of San Juan Capistrano to provide interim Construction Management services for the pavement rehabilitation along Ortega Highway from Del Obispo Street to the Interstate 5 on and off-ramps. The work included asphalt pavement rehabilitation, lane striping, signal loop detector replacement, and traffic control. Close coordination with the City of San Juan Capistrano Public Works Department,the Police Department, the Orange County Fire Department,and the California Highway Patrol was required in order to ensure traffic control and public safety. Public Works Permitting(San Juan Capistrano, CA)2001 -Construction Inspector. Mr.Lovan provided On-Call Public Works Inspection services to the City of San Juan Capistrano. His responsibilities included the inspection of asphalt paving,storm drains,concrete sidewalks, curb and gutter,street lighting, traffic signals, water lines,and sanitary sewers,as well as extensive coordination with the City Engineering and Maintenance Departments in order to ensure a successful project. Median Reconstruction Projects(Lake Forest,CA)2001 -Construction Inspector. RBF provided CM &inspection services to the City of Lake Forest for this 3.5 miles median reconstruction project. The work involved: tree removal;cobble paving;irrigation;planting; landscaping; curb and gutter;directional boring; utility coordination; traffic control;public safety;and coordination with the City, landscape architects,local Water Districts,Police and Fire Departments,the Orange County Transportation Authority, and the Foothill Transportation Corridor. Traffic Signal Interconnect Improvement Project(Lake Forest,CA)2001-Construction Inspector. RBF was retained by the City of Lake Forest to perform Design,CM,and inspection services for this $187,000 traffic signal interconnect improvement project. Improvements were located: on Rockfield Boulevard from Boeing Drive to Ridge Route Drive and from El Toro Road to Los Alisos Boulevard; on Toledo Way from Bake Parkway to Lake Forest Drive; and on Jeronimo Road from Lake Forest Drive to Cherry Avenue. RBF designed the interconnect improvements; prepared the contract documents, specifications,and special provisions; conducted the pre-bid conference; analyzed the bids; verified the bidder's certificate, bond, insurance, and reference information;conducted the pre-construction conference and weekly construction progress meetings.prepared progress payments,contract change orders, and daily construction reports; and documented the work via digital photography. Goleta Water District Headquarters Parking Lot(Goleta,CA) 1998-As Construction Manager, Mr. Lovan coordinated the demolition and reconstruction of this $265,000 project. His work involved: material review, submittal scheduling, soils and material testing, as well as the inspection of:curb and gutter, light fixtures, concrete, asphalt concrete pavement, water and sewer lines,and storm drain improvements. 5 N CONSULTING f Bryan Tuschhoff, CISEC Construction Manager Mr.Tuschhoff has over 22 years of construction and engineering Registration: experience encompassing project management, construction Certified Nuclear Gauge E� management,construction inspection,and material testing. His Radiation Safety Operator, education coupled with his field experience enable him to No. 11421 successfully implement the comprehensive project controls Certified Inspector of Sediment necessary to deliver projects on time and within budget. Mr. & Erosion Control, (CISEC) Tuschhoff is a problem solver whom possesses a solid working knowledge of day-to-day Agency operations. His skill in Years of Experience: 22 communicating with City Staff, Regulatory Agency Staff, Utility Representatives, Survey Crews, Material Testers, and Community Members facilitates continuity between design and construction. Education: BS, Physical Geography and He has successfully served numerous Agencies throughout the Earth Science, Western Southland on public and private sector projects including: Illinois University, 1983 highways,roadways, street rehabilitation,street widening,mass Project Management Certificate, grading, earthwork,excavating, grading,pile driving,caissons, University of California Irvine environmental mitigation and remediation,utilities,AC, PCC, Leadership Development medians,buildings, operation centers,parking structures,theme Certificate, Advanced parks, schools, military facilities, bridges,refineries,railroads,golf Management Institute for ' courses, parks, sewer and water lines,reservoirs,pump stations, Architecture and Engineering wells,storm drains,NPDES, SWPPP,instrumentation and controls, Construction Safety and Health I SCADA,telemetry, and testing and sampling. Training Course, US Dept. of Labor, OSHA, 2006 Mr.Tuschhoff's typical duties include: performing daily Confined Space Training Course, inspections;administering contract documents; upholding code Dale Fike Professional Safety requirements; attending weekly progress meetings; processing Training, 2007 submittals,requests for information and clarification, change First Aid/CPR/AED Course, orders, and progress payments;coordinating with various agencies, American Safety and Health utility companies,material testers, surveyors,business owners,and Institute, 2009 residents; monitoring traffic control,site safety monitoring, and the contractor's schedule; maintaining public relations; generating the final punch list;and documenting the work via daily reports and Professional Affiliations: digital photography. Member, American Public Works Association Additional duties have included: specification writing,bid Member, Construction tabulation and evaluation, value engineering,constructability Management Association Of reviews, quality assurance and quantity verification, weekly America statements of working days,SWPPP and NPDES monitoring, Member, Project Management O&M manuals and training,as-builts and record drawings, special Institute funding reporting,claims analysis and mitigation, and expert witness testimony. This vast knowledge coupled with Mr.Tuschhoffs attention to detail will ensure that all work is completed on time, within budget,and per plans and specifications. RELEVANT EXPERIENCE: `+ San Vicente Boulevard Street Paving(West Hollywood,CA)2009—RBF was selected by the City of West Hollywood to provide construction management and inspection services on this$277, 859 street s paving project which included 170,300 SF of cold milling, 1,884 tons of ARHM overlay, 54,000 SF of Fa3F. ) ri G ON Ei U LTING Bryan Tuschhoff, CISEC Construction Manager slurry sealing,adjusting covers and valves to grade,signage, striping,pavement markings, loops,and monuments. Mr. Tuschhoff served as Construction Inspector and RBF's duties encompassed contract administration;construction management; inspection;quality control and quantity verification;safety program monitoring,public relations, resident notification,construction schedule coordination, construction phasing, and material testing monitoring; utility coordination;and processing control documents such as submittals, progress payments,change orders, daily reports,digital photos, and the final ?i punch list. Sewer Repair and Rehabilitation Phase 1 (West Hollywood,CA)2009—RBF was selected by the City of West Hollywood to provide construction management and inspection services on this$418,298 sewer repair and rehab project which included sewer cleaning,pre- and post-construction CCTV inspection, installing 5,603 LF of 8"CIPP lining, 844 LF of 12"CIPP lining, 806 LF of 15"CIPP lining,lateral restoration, 66 LF of 8" VCP, 18 LF of 10"VCP, and 18 LF of 18"VCP. Mr.Tuschhoff served as Construction Inspector and RBF's duties encompassed contract administration;construction management; inspection;quality control and quantity verification;site safety monitoring,public relations,resident notification,construction schedule,construction phasing, and material testing monitoring; utility coordination; and processing control documents such as submittals,progress payments,change orders, daily reports, digital photos,and the final punch list. Street Resurfacing and Slurry Seal Improvements on Various City Streets (Lake Forest,CA)2008- RBF was selected by the City of Lake Forest to perform construction management and inspection services on this $1,638,523 street resurfacing,railroad access road surfacing,and slurry seal improvement project. t Mr.Tuschhoff served as Construction Inspector and the work included:crack sealing; 26,900 SY of rubberized slurry sealing;529,500 SF of cold milling; 14,900 tons of ARHM; adjusting valve boxes, manhole frames,and sewer cleanouts to grade;loops;pavement markers,and striping. RBF's duties G! encompassed contract administration; construction management;inspection;quality control and quantity verification;public relations, construction schedule, and material testing monitoring; utility coordination; and processing control documents such as submittals,progress payments,change order,daily reports, a digital photos,and the final punch list. Pacific Street Reconstruction(Oceanside,CA)2005-RBF was selected to perform construction management,contract administration, and survey services for this project. Mr.Tuschhoff served as Construction Manager and the work included the rebuilding of 1000' 2-lane asphalt concrete roadway across the San Luis Rey River and installation of a 15' x 22' x 90' aluminum arch plate pipe and placement r of rip-rap rock for roadway slope protection from the ocean tides and which increased flow of the San Luis - } Rey River in Oceanside Harbor. Roblar Road Emergency Repair(Camp Pendleton,CA)2005-RBF provided construction management and inspection services as established by the USACOE for the repair of a damaged section of this roadway located in Camp Pendleton. Mr. Tuschhoff served as Construction Manager and the work included `1 demolition; bin-walls removal: construction of a new bin-wall; and removal of damaged concrete swales, ;i culverts, down drains outlets, and guardrails. RBF's duties encompassed contract administration; inspection; attending weekly quality control meetings;processing RFI's, submittals,change orders,and progress payments; documenting the work via daily reports and digital photos;and preparing the final project report. CONSULTING Bryan Tuschhoff, CISEC Construction Manager Rancho del Oro Drive Extension Project(Oceanside,CA)2004-RBF was retained by the City of Oceanside to perform construction management services for the.9-mile,$5 million,federally and state- funded construction of the extension of Rancho del Oro Drive. Mr. Tuschhoff served as Construction Manager and his duties encompassed preparation of a bidability review;evaluation of the bids;conduction of the pre-construction conference; and processing control documents such as minutes,progress payments, schedules,change orders, weekly reports, and all federally and state required documents. `w College Boulevard Improvements(Oceanside, CA)2004—Mr.Tuschhoff served as Construction Manager on this .5-mile roadway improvement project for Stirling Enterprises. Pre-construction duties included utility and transit district coordination,constructability review,and right-of-way and easement coordination. Construction management duties included monitoring the contractors work, attendance at weekly progress meetings, agency coordination,and public relations. Oceanside Boulevard at Rancho del Oro Drive(Oceanside,CA)2004—Mr.Tuschhoff served as Construction Manager on this roadway improvement project which included widening,pavement " rehabilitation,signal modifications, signing and striping,median construction, and landscape fV. improvements. RBF's duties encompassed: construction management,inspection,contract administration; constructability review,right-of-way/easement coordination and negotiation, utility coordination,progress meetings,RFI's, submittals,progress payments,traffic control, site safety monitoring,public relations, daily reports, and digital photography. On-Call Public Works Construction Management and Inspection Services(Lake Forest, CA)Since 2000-RBF has been providing on-call, as-needed, construction management,inspection,and contract administration services to the City of Lake Forest since 2000. Mr. Tuschhoff has served as Construction Inspector. Past and current assignments total over$14 million in construction and have included: ADA ramps,slurry sealing,street resurfacing,asphalt repairs, overlays,intersection improvements,storm drains, landscaping,traffic signals,grading,retaining walls, parks,play structures,resilient surfacing, PCC structures,tot lots, picnic shelters, trails,and sports and skate parks. RBF's duties encompass performing biddability and constructability reviews; administering the contract;inspecting the work of the various contractors;documenting the work via daily construction reports and digital photography;ensuring quality control; verifying quantities; conducting weekly progress meetings;processing control documents such as RFI's, submittals,change orders,progress payments, and certified payrolls; monitoring schedules and site safety monitoring; maintaining public relations and community outreach;and facilitating federal and state funding. wry West Parking Structure,Major California Theme Park Expansion(Anaheim,CA)2002-Mr. Tuschhoff provided construction management and superintendent services on this$100 million, 10,500 car, ' Parking Structure which involved 150,000 yards of concrete and 6 levels. His duties encompassed: generating and administering the contract documents;inspecting the work;coordinating with the Client and Contractor; conducting progress meetings; processing change orders,progress payments, submittals,RFI's and RFC's; generating the Final Punch List; finding solutions to project challenges;and ensuring quality control and site safety monitoring. A special challenge was the compressed construction schedule. T, j �J CONSULTING Pat Hanify, EIT, LEED AP Field Office Engineer As a member of the Construction Management and Inspection Registration: Team,Mr.Hanify is a document control and labor compliance 1 specialist. His degree in engineering coupled with his design 2009, Engineer—In—Training, experience in water resources,public works and land development CA 129179 projects provide him with a solid foundation for his work. His 2009, Leadership in Energy and typical duties include: establishing and implementing labor Environmental Design compliance programs; performing daily inspections;administering (LEED) contract documents; upholding code requirements; conducting weekly progress meetings;processing submittals, requests for Experience: 5 information and clarification, change orders, and progress Years of Ex P payments; coordinating with various agencies,utilities, and residents;generating the final punch list;ensuring traffic control Education: and site safety monitoring; monitoring the contractors schedule; maintaining public relations; and documenting the work via digital B.S., 2007, Civil Engineering, photography. Geospatial Option, California State Polytechnic University, Additional duties have included: monitoring payroll Pomona documentation, collecting certified payrolls,recommending the 2009,Construction Safety and holding of progress payments in the case of non-compliance, Health Training Course, monitoring DBE participation,conducting employee interviews, OSHA i monitoring trainee and apprentice participation, preparing and 2007,Confined Space Training, mailing all notifications,corresponding with agencies,completing Dale Fike Professional Safety documentation files, and performing reviews of all special funding Training files in order to obtain final project approval. RELEVANT EXPERIENCE: Downtown Indio Phase I Improvements(Indio, CA)2008— RBF was selected by the City of Indio to provide design, i construction management,and inspection services for this downtown improvement project. The work was located along Miles Avenue and along Towne Street and includes potholing, excavation,sawcutting,AC,curb and gutter, storm drains, sewer and water lines, manholes,traffic signals, street lighting, traffic '! control,and landscaping and irrigation. RBF's duties included construction management,inspection,contract administration, scheduling,BFI's, submittals,daily reports,digital photos, progress payments, traffic control,site safety monitoring, community relations, and the final punch list. Mr. Hanify served as Assistant Engineer. City Street Rehab Project—Zone C,Phase 1 (Desert Hot Springs,CA)2008—RBF was selected by the City of Desert Hot Springs to provide construction management and inspection for this street rehabilitation project. The work encompassed removing and replacing approximately 6,600 tons of AC pavement, adjusting water valve covers to grade, and installing stop bars, stop pavement legends, and reflective raised pavement markers. RBF's duties included construction management, inspection,contract administration, scheduling,RFI's,submittals, daily reports,digital photos, progress payments,traffic control,site safety monitoring,community relations,and the final punch list. Mr.Hanify served as Assistant Engineer. Sidewalk and Landscaping Improvements (Rialto, CA)2008-RBF provided design, construction management, and inspection services to Kinder Morgan for this $104,138 street improvement project located in Rialto. Mr.Hanify provided interim construction inspection services and the work involved demolition,clearing and grubbing, grading, compaction, potholing, concrete and AC placement, °Y landscaping, and irrigation. RBF's duties encompassed plan and specification preparation, bidder pre- n N -Y. CONSULTING i:f PROPOSALFORr CONSTRUCTION MANAGEMENT SERVICES FOR THE NORTH CAJON BOULEVARD-STREET IMPROVEMENT PROJECTOtt j� APPENDIX Computer Capabilities RBF utilizes the highest quality, state-of-the-art technology and software for documenting, computing, scheduling, mapping, and GIS. Combined with highly trained technical support staff, RBF has the ability to perform nearly every conceivable computer assignment, efficiently and economically. Each employee has a computer which is networked to servers in every RBF Office. High performance network servers provide reliable data management. High capacity DDS tape drives are located in each office for daily, weekly, and monthly backup. Oce 9400 plotters and HP 1050 color plotters provide high quality full size plotter output. Each employee's computer has access to a vast array of high resolution 11 x 17 color laser printers, draft plotters, and scanners. Computers are upgraded regularly to ensure sufficient capacity and speed to run the software required by any project. I Novel servers in each office provide secure file and print services over a single enterprise-wide network. RBF's world wide web URL is www.rbf.com. We maintain an FTP site, ftp.rbf.com, for high-speed data sharing on a worldwide basis. InnoculatelT software protects every server from viruses. E-mail and Internet servers are maintained at a co-location facility providing an always-on Internet presence for the entire rbf.com domain during power outages lasting over one week. RBF's Construction Managers and Inspectors each utilize high-speed laptops equipped q pped with air cards to quickly and easily transfer data to and from the field. Our secure, password-protected, web-based, project specific, document control system is also available to allow our Clients, and other project team members, such as Designers, Contractors, and Subconsultants, to obtain up-to-date, construction management and inspection information, documents, and images 24 hours a day. General software Includes MS Word, MS Excel, MS PowerPoint, MS Access, MS Photo Editor, Adobe Acrobat Professional, Adobe Illustrator, Adobe InDesign, Adobe PhotoShop, ULead Photo Explorer, and GroupWise. Scheduling software includes Primavera Project Management (v6), Primavera Project Planner (P3), Ms Project, �w and Primavera Expedition. Other software includes Arclnfo, ArcCAD, ArcView, Auto CAD, Graphic Design Systems, Intergraph Microstation, plus numerous other hydrology, hydraulic, water and sewer system analysis, and transportation engineering programs are also utilized. Agreement RBF has reviewed the Agreement provided with the RFP. RBF has successfully entered into numerous agreements with hundreds of Agencies in the past 65 years, including the City of San Bernardino, and we look forward to doing so again for this Cajon Boulevard d Street Improvement project. After reviewing the agreement we respectfully submit the following minor suggestions: Page 2, 1.2 Professional Practices Lines 5 & 8 and 1.3 Warrant Line 1 ...In accordance with sound professional practices. Consultant also w,aFFants represents that it is... ...Agreement. Consultant further waFFants represents that it and its personnel shall have no... Consultant wafFants represents that it shall perform the services required... Page 6, 5.2 Endorsements Notice Line 2• , until thirty (30) days after written notice... Page 8, 6.8 Indemnification and Hold Harmless Line 6• EITHER ...claims, wholly or partly arising out of or in any way connected with the 44enl:iena4 wrongfu OR /or ...claims, wholly or partly arising out of or in any way connected with the intentional misconduct or... City Business License As requested in the RFP, attached please find our City of San Bernardino Business Registration Certificate November 2,2009 CITY OF SAN BERNARDINO BUSINESS REGISTRATION CERTIFICATE ACCOUNT This Bus ess Registration Certificate does not Meat:the legal operation of this businew at this location. Other approvals by other City departments,such as Development services may be required This Certificate is issued without verification that the certificate is subject to or NUMBER exempt 6nm licensing by the State of California. 925278 RENEWAL The Business Owner is resporksNe for timely merwaL Not receiving a renewal notice for any reason does not relieve responsibility for timely payment.If root paid within 30 days of the expiration date shove;a 50%panalty wig be imposed BUSINESS CLASS: ENGINEER(OUTSIDE):. EXPIRATION DATE DATE PAID.' NOTES: 4/30/2010 05/11/2009 BUSINESS LOCATION: 14725 ALTON PKWY OWNER,FIRM OR S.ROBERT KALLENBAUGH,CO-CFA y S CORPORATION r S BUSINESS NAME ` RBF CONSULTING " ATTENTION MAIIJNG ADDRESS PO BOX 57057 Rachel G. Clark IRVINE, CA, 92619-7057 CITY CLERK 1 0 0 0 ® 0 LLs .•An, 9 l.w J Y' �9 i 3 t i I C t 6 ATTACHMENT B November 2, 2009 CON S NU LTI N G 65-100657.999 Ms. Lisa Sherrick Administrative Analyst CITY OF SAN BERNARDINO Development Services Department Public Works Division 300 North "D" Street, 3rd Floor San Bernardino, CA 92418 Subject: Fee Proposal for Construction Management Services Street Improvements on North Cajon Boulevard Dear Ms. Sherrick: I RBF Consulting is pleased to present our fee proposal to provide Professional Construction Management services for your North Cajon Boulevard Street Improvement project. In preparing this proposal we have reviewed the RFP,Addendum 1, plans,and specifications;visited the project site; and discussed the project with Department Staff. It is RBF's understanding that the City of San Bernardino is soliciting proposals from qualified firms to provide construction management services for the Federal Economic Development Agency Grant project located on North Cajon Boulevard in the City of San Bernardino. The project encompasses approximately 5,900 LF of North Cajon Boulevard, South of Glen Helen Parkway to North of Kendall Drive. Street widening and roadway improvements include:sawcutting; demolition; removal of existing roadway; earthwork excavation,grading and sub-grade preparation; cold plane and overlay of existing asphalt; placement of new asphalt;drainage improvements; RCP storm drain installation; PCC curb, gutter,and sidewalks; relocation of existing underground service utilities; installation of street lighting and associated appurtenances; adjustment of existing valve covers and manholes to grade; removal and replacement of existing striping and pavement markings with thermoplastic and RPMs; and signage. The project is federally funded through an EDA Grant and construction is anticipated to start on March 15, 2010. The estimate of probable construction cost is $1 to $1.3 million and the contract documents provide for 90 working days. RBF will perform comprehensive construction management services throughout the entirety of the project and will report directly to the City Engineer and/or his representative. RBF will maintain a close liaison with the City Engineer,the Design Team, and other Project Team Members. Specific duties will include: bid opening attendance, bid tabulation, bid evaluation, bid recommendation, project plan development, contract administration, construction management, project coordination, coordination of review and approval of submittals by Design Engineer, contractor supervision, budget and schedule monitoring, utility coordination, survey and material testing coordination, project form and monthly report preparation / documentation, EDA funding facilitating, weekly progress meeting conducting, progress payment and change order processing, certified payroll processing, walk thru conducting, punch list preparation, and final report preparation. PLANNING N DESIGN ■ CONSTRUCTION 3300 East Guasti Road,Suite 100,Ontario,CA 91761 ■ 909.974.4900 ■ Fax 909.974.4004 Offices located throughout California,Arizona&Nevada ■ www.RBF.coni (r:n!nt!nn rr,yrleJ(.rPet i Ms. Lisa Sherrick November 2, 2009 i Page 2 's RBF will schedule construction inspection through the City of San Bernardino and City Inspectors will be utilized for construction inspection. RBF has extensive street improvement, engineering,and construction management experience. RBF is uniquely familiar with the City, City Staff, and the Cajon Boulevard project site as we are currently providing construction management and inspection services on three projects located in the same area of the City: the Palm Pumping Station, the Magnolia Booster Station, and the Palm Connector 24" Transmission Main. By selecting the RBF Construction Management Team for professional services, the City will benefit from a local, highly qualified firm experienced in providing cost-effective solutions to municipalities. Specific benefits derived from selecting the RBF Team include: W A CM Team with a proven track record of successfully providing construction management services on large street rehabilitation projects including street widening, community relations, and special funding / record keeping / reporting; and A CM Team that works well with Design Engineers and City Inspectors and whose Members promote a Team atmosphere; and V4 A CM Team whose current assignment on the nearby Palm Pumping Station, Magnolia Booster Station, and Palm Connector 24" Transmission Main projects will enable us to continue serving the City from the same location; and 14 A CM Team that utilizes the latest computer technology, understands the importance of clear communication, and possesses what it takes to facilitate successful projects; and Vio A CM Team with the backing of over 600 multi-disciplined professional and support personnel. RBF has thoroughly examined and become familiar with the items required under this RFP, and Addendum 1, and will provide the City of San Bernardino with quality performance in order to meet and exceed the Department's goals and objectives. RBF will meet the processing timeframes outlined in the RFP. RBF is not working for any Client with projects in the City of similar situations that could present a conflict of interest. RBF's Team is accessible 24/7 and is available to serve the City of San Bernardino per the project requirements on this Cajon Boulevard project which is anticipated to begin on March 15, 2010. As requested, this proposal shall remain valid for a period of not less than 90 days from the date of submittal and has been signed by a person authorized to bind RBF. As requested in the RFP, our contact info is as follows: Mr. Randy Lovan Mr. Bryan Tuschhoff Project Manager& Contact Person during Proposal Evaluation Construction Manager RBF Consulting RBF Consulting 3100 N. Industrial Parkway 3100 N. Industrial Parkway San Bernardino, CA 92407 San Bernardino, CA 92407 24/7 Phone Number: 949.439.0423 24/7 Phone Number:949.300.3888 Fax Number: 909.390.9817 Fax Number: 909.390.9817 E-Mail: rlovan(a�RBF.com E-Mail: btuschhoff(a)RBF.com ■ CONSULTING PLANNING ■ DESIGN ■ CONSTRII-I-IN Ms. Lisa Sherrick November 2,2009 Page 3 RBF is an Equal Opportunity Employer and has developed an Affirmative Action Plan for the purpose of achieving equal employment objectives by attaining an employment profile,with respect to race and sex in each job group, which is an approximate reflection of societal availability. Our Project Team looks forward to meeting with you to personally discuss our qualifications and our proposed approach to completing the City's goals and objectives. Thank you for the opportunity to submit this fee proposal. Sincerely, cl . g".X, Randy Lovan Senior Associate Project Manager 1:Ipdata100000100110clMarketnglPmposals&SOOMSan Bemardinc,City,Development Services DepWeeletter.doc f i } I CONSULTING PLANNING ■ DESIGN ■ CONSTRUCTION et m er m m 0 o v "O 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 N O m m m m R m P C V C) 0)c7 m N h 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 , , Oi 0) In 0) m h V N 0 q m Of m C C m Q ('1 o v u m v N m �D m Cw d ^ m R R V C Q V 'n � ou� i � : nmv � aDmmommmFimc .-�N v Lviwvi to to en Fa'A�q wq » A 69 f»wt»wwfnu rn»V)60 to av vi us 69 64 f»rn bq v3 N _ O O O O O m N O O O O O O O O cc O O O O O N N O O h u7 Vl O lA fN IA fA fH fA Hf V3 W f9 fA 69 iA E9 _ N N N N N N (V C N Q C N N N N C N N N N N Ncz O V N N N N {e m F rn N u m Q E O � O LL y uj vi w N C m V N N m m m O 0 m V N N ro w O C O fn 0 ! m a v w o m m a U N _a` m C ca r U d o E 3 Q Z 0 O W Q Q cn cn m Q Z C O a� d O o N o cc N o m t0 m fA Z E w W Q o N = d w W LL o O z W o y v Z 0 a 7 N J w v O y Z LL m C > z z0 U O U CO U y ¢ L) o L IF w 2 a d a () 2 Oz uj 0 ~ Z C7 z a Q w U 0 Z u) o a QU u3 w w c v '� Z JC7 X� U d Q `m g O Z =Z U C.7 z m U m o R F Q(nZ zQ z OU ¢ ? m u° U V z wWF- �¢ f- 00 ¢ c H c D D O w z U Q w m0 �w z -0 � � r o U) QQ cn0¢a ¢ wp �Q O wz Zd Z wK mZo cn u o w u'D - w3 pw o a Z- w¢ F- way C7 od 0z ¢ -¢ �¢ a 00 0, 'j, ZQ Q C) Z °iv) 0¢ z z¢ wQ � ma ZUOD u_¢ a a zw�w00Z a 0 w ¢D a Q v°a w O > OzO w O >w pzO oez m <Q � ' $ a- 0 O ¢ z � m LL C—C7 7 H W D¢ p0 Z Y o LLz_ z D2¢aa000 Z -' C z m a z Z(� W D O Q Z z Z O Z W z H Q J W D U W J H O N U y - W w O Z - Z w W - D r J A Z Z >0 _ fA ¢ Z U O >w¢_D > ¢ w D _ p w z w U Q w r- D o W wIz00 w � ¢ UQQ�- �OZ mU z �zZzf-p 2_dv b Q W¢wm�p¢U C7ww0 C7w ¢ � �`=0 J ¢ O -p W ZU Ana m o za Q? Q u�m O U w ¢O a 0= O S z w O¢P- O W Z Z F W m 0 ¢U co .- Q O¢ ¢ � UF-000U 1- F- fi Zz¢ ZwZOU ZzcnQ a �n¢ zUz ¢¢ Uw0 ¢ z UYU7 ¢ v O ¢OOu. W 0 Z = ¢¢ Z �' ¢ WDZZ ¢ 2�- QCwDam Z _ pJp a � zzz0 JQQ� r¢ rWyn <�->¢ Dp m a m c N z U Z Up U w ¢Q Z Z Z O 0 p 0 0 0 a 0�UO a d z < w CL m¢ (n cn � m p m 4 Z o M O 0-D m U U Z O O O U z ~ O U J 2 �C C 2 ,Q s Q Q Z w¢ ¢ o h ■ n 7¢a O Z g i= D ¢D ¢ O w U C Z C Lo w a s 0 2 0 ?¢ v m c UZr" wQ mQ z �- U>UUw O F �aJZ U O ca o .c U U U m D -¢¢ U w U U O f ¢ z D z O J~D¢ w D D Q H a w W Y w 0 u z w p ¢w Y E 't J y Z w D Z O w 0 Q¢ n w w n n w 2¢h D ¢ C�U O u)O J w¢w p w o a ■ w O O JO Q 2 J 0 F-, Z 2 0 z z m w 0 0 m 0¢ w 2 U z<a Q 0 m 3 m m r o U nw u ¢U to n n0000CD3UW =0 ¢ mQ to UJ¢aJDUJ o E c c (n Y W z 2 w>z w ¢ Z z z U u U C O n U¢D D w w O z ¢ -w¢w ¢ ¢ ° 0 c m ■ ` ¢ O U¢ w O z Q O 00 w D?m w?¢ D z Uwc- M n_w U UU U awpa-wawa n � =m H d a: O L 0 7 Zm — Utn _ PRICE FORM REQUEST FOR PROPOSAL: $43,324 (Forty three thousand three hundred _ twenty four dollars) DESCRIPTION OF RFP: Construction Management Services for Street Improvements on Cajon Boulevard PROPOSER'S NAME/ADDRESS: RBF Consulting 3100 N. Industrial Parkway San Bernardino CA 92407 NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE: Randy Lovan 909.974.4915 ANNUAL PURCHASE ORDER Effective on or about June 30, 2009 through June 30, 2010 a purchase order will be generated. Please provide a schedule of rates information in the spaces provided below, or attach a rate schedule hereto along with any other incidental or additional costs required to complete the Technical Specification requirements. Are there any other additional or incidental costs that will be required by our firm in order to meet the requirements of the Technical Specifications? No Circle One). If you answered "Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications that cannot be met by your firm. Have you included in your qualification all informational items and forms as requested? es Circle One). If you answered "No", please explain: This offer shall remain firm for 90 days from RFP close date. Terms and conditions as set forth in this RFP apply to this offer. Cash discount allowable 0% days; unless otherwise stated, payment terms are: Net forty five (45) days. In signing this offer, offeror warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: 1 Received on: 10/22/09 Addenda No: Received on: Addenda No: Received on: s AUTHORIZED SIGNATURE: , 10 F E P i PRINT SIGNER'S NAME AND TITLE: Randy Lovan Senior Associate DATE SIGNED: November 2, 2009 COMPANY NAME & ADDRESS: RBF Consulting 3100 N. Industrial Parkway San Bernardino CA 92407 PHONE: 909.974.4915 FAX: 909.974.4004 IF SUBMITTING A "NO SUBMITTAL", PLEASE STATE REASON (S) BELOW: . I • I ' D i o CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: Valerie C. Ross, Director Subject: Resolution awarding a contract to RBF Consulting for Construction Management Dept: Development Services Services for Street Improvements on Cajon Boulevard. Date: November 25, 2009 File: MCC Date: December 21, 2009 Synopsis of Previous Council Action: 04/07/08 The Mayor and Common Council adopted Resolution No. 2008-115 accepting a grant from the Federal EDA. 05/05/08 The Mayor and Common Council authorized the Finance Director to create a new capital improvements project for the North San Bernardino Industrial Park/FedEx Project. 10/06/08 The Mayor and Common Council adopted Resolution No. 2008-379 approving a reimbursement agreement with Hillwood related to the North San Bernardino Industrial Park/FedEx Project. Recommended Motion: � Adopt Resolution. Y � Valerie C. Ross Contact Person: Robert Eisenbeisz, City Engineer Phone: 5203 Supporting data attached: Resolution Ward(s): 6 FUNDING REQUIREMENTS: Amount: ? Source: 242-362-5504-7802 Acct. Description: Hillwood Reimbursement Finance: Council Notes: Agenda Item No.: J 1 1 . CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subiect: Resolution awarding a contract to RBF Consulting for Construction Management Services for Street Improvements on Cajon Boulevard. Background: On April 7, 2008, the Mayor and Common Council adopted Resolution No. 2008-115, accepting a$1,500,000 Federal Economic Development Administration Grant for infrastructure improvements on Cajon Boulevard related to the Hillwood FedEx project. As a condition of approval on that project, Hillwood was required to construct approximately 5,452 linear feet of curb, gutter, sidewalk, and pavement rehabilitation to center line. The estimated cost of the improvements is $3,750,000. After subtracting the grant amount, the City's share of the improvements would be $2,250,000. However, Hillwood will pay the City's match share. On October 6, 2008, the Mayor and Common Council adopted Resolution No. 2008- 379, which approved a Reimbursement Agreement with Hillwood for the infrastructure improvements. Staff released a Request for Proposals (RFP) for Construction Management Services for this project. As part of those services, the engineering firm will be responsible for processing the Federal EDA reports. Copies of the RFP were sent to a total of forty two engineering firms that appeared qualified to provide the services and twenty four proposals were received. The selection process consisted of an evaluation by City staff of all the proposals and subsequent interviews with the three top rated firms listed below: RBF Consulting, San Bernardino, California Willdan Engineering, San Bernardino, California Tetra Tech, Inc., San Bernardino, California The method of evaluation of proposals, interviews, and ratings was consistent with the rating system approved by the Mayor and Common Council on September 2, 2003. Experience, cost, understanding of the project, and local preference were factors considered in the evaluation. From that process, staff determined that the most qualified firm was RBF Consulting who proposed a fee of$43,324. Financial Impact: There will be no cost to the City. Hillwood will reimburse the costs consistent with the Reimbursement Agreement. Attachments: Resolution 2