Loading...
HomeMy WebLinkAbout12-Development Services . . CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION ORiGiNAL Subject: Authorization to execute Agreement for Professional Services with Transtech Engineering, Inc. (known as the team of TranstechlMapco) for design of sanitary sewer line replacement and/or upgrades in "E" Street between Hunts Lane to McKay Drive, Chandler Place from "E" Street to Orange Show Road, Inland Center Drive from "H" Street to 1-215 Freeway, Inland Center Drive from Scenic Drive to 1-215 Freeway, Virginia Street from "I" Street to "H" Street 17th Street from "I" Street to , "H" Street, and an alley south of Jefferson Street to Inland Center Drive. From: James Funk, Director Dept: Development Services Date: December 2, 2003 MCC Date: December 15,2003 Synopsis of Previous Council Action: 5/05/03 Council rejected all proposals and directed staff to conduct a new RFP process to obtain Professional Services for design of sanitary sewer lines. 9/02/03 Council authorized the Director of Development Services to solicit proposals for Professional Civil Engineering Services for the design of sanitary sewer line replacement andlor upgrades in "E" Street between Hunts Lane to McKay Drive, Chandler Place from "E" Street to Orange Show Road, Inland Center Drive from "H" Street to 1-215 Freeway, Inland Center Drive from Scenic Drive to 1-215 Freeway, Virginia Street from "I" Street to "H" Street, and an alley south of Jefferson Street to Inland Center Drive; and that the new RFP format be authorized for use for future Public Works Projects. 9/15/03 Council approved the Capital Improvements Program. Recommended Motion: Adopt Resolution. ~~~ Contact Person: Tames Flink Director Phone: ~1~7 Supporting data attached: Staff Report, 'Reso.', Agreement, Attachments A through D Ward: 1. 2. 3. & 7 FUNDING REQUIREMENTS: Amount: $110.000 245-365-5504-7315, 245-365-5504-7409, 245-365-5504-7410, 245-365-5504-7419, 245-365-5504-7420, 245- 365-5504-7421, & 245-365-5504-7426 Source:(Acct. No.) (Ace!. Description) Regular Sewer Mains - 2003/04 CIP Finance: Council Notes: TJ...-:,<.,n :i:l 2-Oti3- 2KO Agenda Item No. j:l.- Jdf/sfro CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT Subiect: Authorization to execute Agreement for Professional Services with Transtech Engineering, Inc. (known as the team of Transtech/Mapco) with Transtech Engineering, Inc. as prime and Mapco Engineers, Inc. as sub-consultant) for design of sanitary sewer line replacement and/or upgrades in "E" Street between Hunts Lane to McKay Drive, Chandler Place from "E" Street to Orange Show Road, Inland Center Drive from "If' Street to 1-215 Freeway, Inland Center Drive from Scenic Drive to 1-215 Freeway, Virginia Street from "I" Street to "If' Street, 17th Street from "I" Street to "H" Street, and an alley south of Jefferson Street to Inland Center Drive. Back2round: The Sewer Collection System Master Plan (S.M.P.) was prepared under an agreement between the City and Psomas for the purpose of studying the City's existing sewer system capacity, integrity and the systems ability to handle future land use changes and redevelopment to the year 2020. It is anticipated that 5 to 10 year master plan updates will be required to review historical growth and future growth conditions. Psomas has made recommendations for improvements based on the new land use information provided by the City, population projections obtained from current census data, and data captures from temporary flow monitoring the City has contracted as part of this project. Hydraulic modeling was used to determine system deficiencies and determine sizing and alignments of new mains to eliminate deficiencies. With the complexity and time constraints of this project and current staffing limitations, a consultant would have greater resources to complete the designs needed in a timely manner. The consultant selected for this project will follow the city's design standards and prepare a complete working set of specifications and drawings ready for bidding. The seven sewer projects to be designed by an engineering consultant entity include the following: · "E" Street from Hunts Lane to McKay Drive · Chandler Place from "E" Street to Orange Show Road · Inland Center Drive from "H" Street to 1-215 Freeway · Inland Center Drive from Scenic Drive to 1-215 Freeway · Virginia Street from "I" Street to "If' Street · 17th Street from "I" Street to "H" Street · Alley south of Jefferson Street to Inland Center Drive Requests for Proposal (RFP) for Professional Services were sent to II civil engineering firms. Three firms responded to the RFP. Proposals were received from the following consultant entities: Comoanv Location Transtech Engineering, Inc.( with Mapco Engineers, Inc. as sub- San Bernardino consultant) Associated Emuneers San Bernardino Hall & Foreman Inc. Upland - 2- CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT - continued Interviews were scheduled with the three responding firms. A selection committee consisting of Development Services Director James Funk, Acting City Engineer Mike Grubbs, Project Manager/ Associate Engineer David Philips, and Senior Planner Aron Liang interviewed the three consultant firms. The reviewers/evaluators unanimously selected the team of Transtech Engineering, Inc.lMapco Engineers, Inc. based on their qualifications and staffs previous experience with the firm. The City Council's approved evaluation criteria and rating system were used. The scores given to each consultant firm by each evaluator/rater are contained in Attachment B. TranstechlMapco was evaluated as the best entity to complete the scope of the work with an average rating of 93 percent, followed by Associate Engineers with an average rating of 80 percent, and Hall & Foreman with an average rating of 66 percent. Attachment C illustrates the fees proposed by the three consultant entities. Transtech/Mapco has presented a fee not to exceed the sum of $106,200, which includes $5,000 for potholing and $5,000 for soils investigation. If soils investigation is not necessary (and both the Acting City Engineer and consultants believe that soils investigation will not be necessary), the $5,000 fee will not be charged. TranstechlMapco is of the opinion that the "not to exceed" fee leaves a comfortable contingency and that there will be additional savings in cost to the City. The City has had an excellent relationship with Transtech/Mapco. For example, you may recall that Transtech was awarded a $1 million construction management contract for the restoration of the historic Santa Fe Depot. After the award of the contract, Transtech voluntarily initialed a $250,000 reduction in the fee for services because the project was proceeding smoothly and without significant complexities with the construction contractor. The TranstechlMapco Team consists of two city of San Bernardino local engineering firms providing capital improvement program design and management services, and construction management and inspection services on public works projects to municipalities and counties. Both companies have extensive public and private sector experiences, with many projects in the city of San Bernardino. The team of TranstechlMapco designed numerous sewer improvement projects of similar scope for local municipalities and also has extensive experience in managing and inspecting the construction of these types of projects. Staff of the City has had positive working relations with both Transtech and Mapco. The team's response to the RFP and the evaluation interview conducted by City staff demonstrated superior experience with similar projects and specific knowledge and a depth of understanding of the proposed seven sewer projects. In addition to the requested scope of work, the team will provide (at no extra charge) a detailed traffic management and construction-scheduling plan (prepared by Traffic Engineer Patrick Lang) to be designed with the intent to minimize disruptions to businesses and residents. Also, as part of the fee, in the event lift stations are required, the team committed to design the facilities for no additional charge. The team demonstrates superior knowledge and ability to secure the required construction and encroachment permits from Caltrans. - 3- CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION STAFF REPORT - Continued Regarding potholing, in a search to establish specific locations of utilities, Transtech/Mapco has established a budget not to exceed $5,000 as part of the overall fee. The City will only be charged for potholing costs based on the final number of locations instead of a lump-sum fee. If no utility conflict "hot spots" are identified, there would not be a need for any potholing work. This approach will keep the City's potholing costs to a minimum. Transtech/Mapco will charge on the actual cost not to exceed $5,000 for potholing. In the event the City can provide soil/geotechnical information from prior projects within the project vicinity, soils work may not be necessary, thus resulting in further cost savings of up to $5,000. Financial Impact: Sufficient funding for this project is available in the following Accounts in the 2003/04 Capital Improvement Program Budget. Regular Sewer Mains CIP LINE DESCRIPTION ESTIMATED ACCOUNT NO. CONSULTANT NUMBER COST CHARGES SW04-02 "E" Street from Hunts Lane to McKay $504,700 245-365-5504-7315 $48,415 Drive SW04-10 Chandler Place from "E" Street to $217,000 245-365-5504-7409 $20,815 Orange Show Road SW04-ll Inland Center Drive from "H" Street to $ 54,000 245-365-5504-7410 $ 5,180 1-215 Freeway SW04-20 Inland Center Drive from Scenic Drive $ 54,000 245-365-5504-7419 $ 5,180 to 1-215 Freeway SW04-21 Virginia Street form "I" Street to "H" $ 85,000 245-365.5504-7420 $ 8,155 Street SW04-22 17 Street from "I" Street to "H" Street $198,000 245-365-5504-7421 $18,995 SW04-29 Alley south of Jefferson Street to $ 34,000 245-365-5504-7426 $ 3,260 Inland Center Drive Total $1,146,700 $110,000 The Consultant and City have negotiated a not-to-exceed fee of $106,200 for this project, plus a $3,800 contingency (in the event the scope of work is needed to be expanded), for a total of $110,000. Recommendation: Adopt Resolution. - 4- . . . . 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION Jt:, ~ r'V RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING A SERVICES AGREEMENT WITH TRANSTECH ENGINEERING, INC. (KNOWN AS THE TEAM OF TRANSTECH/MAPCO) FOR DESIGN OF SANITARY SEWER LINE REPLACEMENT ANDIOR UPGRADES IN "E" STREET BETWEEN HUNTS LANE TO MC KAY DRIVE, CHANDLER PLACE FROM "E" STREET TO ORANGE SHOW ROAD, INLAND CENTER DRIVE FROM "H" STREET TO 1-215 FREEWAY, INLAND CENTER DRIVE FROM SCENIC DRIVE TO 1-215 FREEWAY, VIRGINIA STREET FROM "I" STREET TO "H" STREET, 17TH STREET FROM "I" STREET TO "H" STREET, AND AN ALLEY SOUTH OF JEFFERSON STREET TO INLAND CENTER DRIVE. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION I. Transtech Engineering, Inc. is competent, experienced and able to perform the design of sanitary sewer line replacement and/or upgrades and have provided the most advantageous and best proposal for provision of the design of sanitary sewer line replacement andlor upgrades in "E" Street between Hunts Lane to McKay Drive, Chandler Place from "E" Street to Orange Show Road, Inland Center Drive from "H" Street to 1-215 Freeway, Inland Center Drive from Scenic Drive to 1-215 Freeway, Virginia Street from "I" Street to "H" Street, It" Street from "I" Street to "H" Street, and an alley south of Jefferson Street to Inland Center Drive., per Agreement for Professional Services, attached hereto and incorporated herein as Exhibit A, for the not to exceed amount of $106,200, with a contingency fee of $3,800 (in the event the scope of work needs to be expanded), for a total of $110,000. Pursuant to this determination, the Purchasing Manager is hereby authorized and directed to issue Purchase Orders for said services to said firm. The Mayor is hereby authorized and directed to execute said Agreement on behalf of the City. SECTION 2. The authorization to execute the above referenced Agreement is rescinded if it is not executed within sixty (60) days of the passage of this resolution. III III Y10.(2- ( '2--(/5(0.7 -1- . . . . 1 2 3 4 5 6 7 8 9 10 11 RESOLUTION...APPROVING A SERVICES AGREEMENT WITH TRANSTECH ENGINEERING, INC. (KNOWN AS THE TEAM OF TRANSTECH/MAPCO) FOR DESIGN OF SANITARY SEWER LINE REPLACEMENT AND/OR UPGRADES IN "E" STREET BETWEEN HUNTS LANE TO MC KAY DRIVE, CHANDLER PLACE FROM "E" STREET TO ORANGE SHOW ROAD, INLAND CENTER DRIVE FROM "H" STREET TO 1-215 FREEWAY, INLAND CENTER DRIVE FROM SCENIC DRIVE TO 1-215 FREEWAY, VIRGINIA STREET FROM "I" STREET TO "H" STREET, 17TH STREET FROM "I" STREET TO "H" STREET, AND AN ALLEY SOUTH OF JEFFERSON STREET TO INLAND CENTER DRIVE. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held ,2003, by the following vote, to wit: day of on the NAYS ABSTAIN ABSENT AYES Council Members: 12 ESTRADA 13 14 15 16 LONGVILLE MC GINNIS DERRY SUAREZ 17 18 ANDERSON 19 MC CAMMACK 20 21 City Clerk 22 23 24 The foregoing resolution is hereby approved this day of ,2003. Judith Valles, Mayor City of San Bernardino 25 Approved as to form and legal content: 26 JAMES F. PENMAN, 27 City Attorney 28 1 -7 ~ By: ..~ >"1I~ - 2 - (/ . . . . ATTACHMENT "A" AGREEMENT FOR PROFESSIONAL SERVICES (FOR NON-FEDERALLY FUNDED PROJECTS) This AGREEMENT is made and entered into this day of 2003, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and Transtech Engineering, Inc., hereinafter referred to as "CONSULTANT." WITNESSETH: A. WHEREAS, CITY has need for sanitary sewer design; and, B. WHEREAS, CONSULTANT is competent, experienced and able to perform said services; and, C. WHEREAS, CONSULTANT has provided the most advantageous and best proposal for the provision of such services; NOW THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES Consultant shall perform those services specified in the Proposal dated October 17, 2003, for preparation of plans, specifications, and estimates for "Sanitary sewer line replacement/upgrades in "E" Street from Hunts Lane to McKay Drive; Chandler Place, from "E" Street to Orange Show Road; Inland Center Drive, from "U" Street to 1-215 Freeway; Inland Center Drive, from Scenic Drive to 1-215 Freeway; Virginia Street, from "I" Street to "H" Street; I 7th Street, from "I" Street to "U" Street; and an alley south of Jefferson Street to Inland Center Drive," attached and incorporated herein as Exhibit I, and as directed by the City of San Bernardino. 2. TERM OF AGREEMENT The services of Consultant are to commence after the City has authorized work to start by issuance of a Notice to Proceed. This Agreement shall expire one year from the date of this Agreement unless extended by written agreement of the parties. 3. STANDARD OF PERFORMANCE Consultant shall complete all work product and design in conformance with City of San Bernardino Standard Specifications and Standard Drawings. -1- Agreement for Professional Services with Transtech Engineering, Inc. e 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the Proposal is made an obligation of Consultant under this Agreement, subject to any changes made subsequently upon mutual written agreement of the parties. Any change, which has not been so incorporated, shall not be binding on either party. 5. COMPENSATION A. The City shall reimburse the Consultant for actual costs (including labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Consultant in performance of the work, in an amount not to excced $106,200, with an additional contingency amount of $3,800, for a total amount of $110,000, except that reimbursement shall not include courier services, mileage or reimbursement for travel to the City to attend meetings or conduct the activities. Actual costs shall not exceed the estimated wage rates and other costs as set forth in the Proposal. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. e Any adjustment of the total cost of services will only be permitted when the Consultant establishes and City has agreed, in writing, that there has been, or is to be, a significant change. C. The Consultant is required to comply with all Federal, State and local laws and ordinances applicable to the work. 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted monthly by Consultant to City and shall be paid by City within thirty (30) days after receipt of same, excepting any amounts disputed by City. City retains the right to challenge all or any part of an invoice. All tasks as specified in Proposal shall be completed prior to final payment. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Development Services of City or his designee, shall have the right of general supervision over all work performed by Consultant and shall be City's agent with respect to obtaining Consultant's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Development Services or his designee. e - 2- I w _ ~ . . . . Agreement for Professional Services with Transtech Engineering, Inc. 8. COMPLIANCE WITH CIVIL RIGHTS LAWS AND AMERICANS WITH DISABILITIES ACT Consultant hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, national origin or disability. Consultant's hiring practices and employee policies shall comply with applicable Federal, State and local laws. Such action shall include, but not be limited to, the following: Recruitment and recruitment advertising, employment, upgrading and promotion. 9. TERMINATION OF AGREEMENT A. This Agreement may be terminated by either party upon thirty (30) days written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following date of such notice within which to correct the substantial failure giving rise to such notice. Consultant hereby covenants and agrees that upon termination of this Agreement for any reason, Consultant will preserve and make immediately available to City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished may continue. Any subsequent use of such incomplete documents shall be at the sole risk of the City and City agrees to hold harmless and indemnify Consultant from any claim, losses, costs, including Attorney's fees, and liability arising out of such use. B. This Agreement may be terminated for the convenience of the City upon thirty (30) days written notice to Consultant. Upon such notice, Consultant shall provide work product to City and City shall compensate Consultant in the manner set forth above. C. Following the effective date of termination of the Agreement pursuant to this Section, the Agreement shall continue until all obligations arising from such termination are satisfied. 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Consultant, Consultant fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, the City may grant to Consultant such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the - 3 - . . e Agreement for Professional Services with Transtech Engineering, Inc. circumstances. Increases in payment shall be made only under the "changes" provision of the Agreement. 11. INDEPENDENT CONTRACTOR Consultant shall act as an independent contractor in the performance of the services provided for under this Agreement. Consultant shall furnish such services in its own manner and in no respect shall it be considered an agent or employee of the City. 12. ASSIGNMENT OR SUBCONTRACTING Neither this Agreement, nor any portion thereof, may be assigned by Consultant without the written consent of City. Any attempt by Consultant to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Consultant and City: Consultant Transtech Engineering, Inc. 198 No. Arrowhead Avenue San Bernardino, CA 92408 Ph: (909) 383-8579 Fax: (909) 595-8863 City Mr. James Funk, Director Development Services Department City of San Bernardino 300 North "0" Street San Bernardino, CA 92418 14. RSPONSIBILITIES OF PARTIES Upon termination, or completion of all work under this Agreement, Consultant will transfer ownership and title to City of all programs, reports, documents, plans and specifications. 15. INDEMNITY Consultant shall indemnify, defend and hold CITY, its officers, employees and agents harmless from and agamst any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities, of, by, or with respect to third parties, which arise from Consultant's negligent performance of services under this Agreement. Consultant shall not be responsible for, and City shall indemnify, defend and hold harmless Consultant from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, - 4- ~ -' . . . . Agreement for Professional Services with Transtech Engineering, Inc. penalties, costs, expenses (including attorneys' fees) and liabilities of, by or with respect to third parties, which arise from the City's negligence. With respect to any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorneys' fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of Consultant and City, each party shall assume responsibility in proportion to the degree of its respective fault. 16. LIABILITY/INSURANCE A. Consultant's liability to the City for injury or damage to persons or property arising out of work performed by the Consultant and for which legal liability may be found to rest upon Consultant other than for professional errors and omissions, shall be a minimum of$I,OOO,OOO. For any damage or injury on account of any error, omission or other professional negligence, Consultant's liability shall be limited to a sum not to exceed $50,000 or Consultant's fee, whichever is greater. B. The City will require the Consultant to provide Worker's Compensation and Comprehensive General Liability Insurance, with coverage sufficient to insure the Consultant's liability, as above required; and, such insurance shall include the City, and each of it's officers, agents and employees as additional insured with exception to additional insured under Worker's Compensation. C. Consultant shall provide evidence of insurance with a 10-day notice to City of termination or material change. 17. VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and effect, and to this end the provisions of this Agreement are declared to be severable. 18. ENTIRE AGREEMENT This Agreement represents the entire and integrated understanding between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings and Agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. III - 5 - . - . . . Agreement for Professional Services with Transtech Engineering, Inc. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date shown below. Date: Date: ATTEST: Rachel Clark, City Clerk Approved as to form and legal content: James F. Penman City Attorney ,~ ,- By: J"~! v..", ~J III ) , / ~ 'Y'- >>+-. TRANSTECH ENGINEERING, INC. by: Signature Print NamelTitle CITY OF SAN BERNARDINO by: Judith Valles Mayor City of San Bernardino - 6- . " e e e ATTACHMENT "B" SEWER UPGRADE "E'" STREET AND SIX OTHER LOCATIONS COMBINED RFP AND INTERVIEW SCORES Rater Transtech/Mapco Associated Engineers Hall & Foreman Director 93.5% 73.5% 56% Senior Planner 93% 84.5% 72% Engineering 96% 76% 71% Associate/Project Manager City Engineer 89.5% 86% 64% Average 93% 80% 66% . e e . ATTACHMENT "c" "E" Street and Six Other Locations Transtech Engineering, Inc./Mapco Engineers, Inc. San Bernardino, CA Associate Engineers San Bernardino, CA Hall & Foreman, Inc. Fontana, CA Not to Exceed $106,200 (including $5,000 for potholing and $5,000 for soils investigation). (Note: TranstechlMapco offers a 5% reduction in fee if awarded both the Arrowhead and "E" Street design projects). Not to Exceed $99,825 (including $10,000 for potholing) $106,090 Fixed Fee (including $12,650 for potholing and $7,035 for geotech). During the interview, the Project Manager indicated a willingness to consider a "Not to Exceed" fee for some services. *The RFP requested a proposed "Not to Exceed" fee for each project. U.Dlrt\:lOr's Memos/Proposed Fees Stwer UpgraJe/dlw . . OFFICE OF THE CITY CLERK RACHEL. G. CLARK, C.M.C. - Crry CLERK 300 North "D" Street. San Bernardino' CA 92418-0001 909.384.5002' Fax: 909.384.5158 www.ci.san-bernardino.ca.lis 3.... December 19, 2003 Transtech Engineering. Inc. 198 N. Arrowhead Avenue San Bernardino. CA 92408 At the Mayor and Common Council meeting of December IS, 2003, the City of San Bernardino adopted Resolution 2003-350 - Resolution approving a services agreement with Transtech Engineering, Inc., (known as the Team of Transtech/Mapco) for design of sanitary sewer line replacement and/or upgrades.... Enclosed is one (I) original agreement. Please sign in the appropriate location and return the original agreement to the City Clerk's Office, Attn: Michelle Taylor, P.O. Box 1318, San Bernardino. CA 92402, as soon as possible. Please be advised that the resolution and agreement will be null and void if not executed within 60 days, or by February 13, 2004. Please retain a copy of the agreement for your files. If you have any questions, please do not hesitate to contact me at (909)384-5002. Sincerely, , /1 ( ~j ''\ r. . :I :/J(t"L.f{(, Michelle Taylor Senior Secretary Enclosure CITY OF SAN BERNARDINO ADOPTED SHARED VALUES: Integrity' Accountability' Respect for Human Dignity' Honesty . MEMO OF TRANSMITTAL ---- REfJEIVP")-ern OlfTtlK '04 JAN -9 A10 :26 To: Michelle Taylor Senior Secretary P.O. Box 1318, San Bernardino, CA 92402 Of: City of San Bernardino City Clerk's Office Date: January 8, 2004 Enclosed please find (I) original signed agreement with Transtech Engineers, Inc. (known as the Team of TranstechlMapco) for Professional Services for the design of sanitary sewer line replacement and/or upgrades.......... Thank you. \\Trxserver\dserv\WPROCESSIJOBRECRD\2004\24013 S8 DSGN OF SANITARY LINE IN TEAM W MAPCOITRASMITTAL OF AGREEMENT TO SAN BERNARDINO CITYwpd From the desk of Sonia A1puche Administrative Assistant Transtech Engineers, Inc. 624 Brea Canyon Road Walnut, Ca 91789 (909) 595-8599 Exl.120 Fax: (909) 595-8863 sonia@transteche.com . CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: January 9, 2004 TO: James Funk, Director of Development Services FROM: Michelle Taylor, Senior Secretary RE: Resolution 2003-350 - Transtech Engineering, Inc. CC: Mary Freiberg, Senior Admin. Ops. Supervisor; Veronica Martinez, Senior Secretary Attached is a fully executed copy of the services agreement with Transtech Engineering, Inc. (known as Team of Transtech/Mapco) for design of sanitary sewer line replacement and/or upgrades. The original agreement is on file in the City Clerk's Office. If you have any questions, please call me at ext. 3206. .. ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): Q-LS-03, Vote: Ayes 1- '-\ \ "'-"") Nays Change to motion to amend original documents: - Abstain .5 2003- ~O Absent kr Item # -0- \2.. Resolution # Reso. # On Attachments: ~ Contract term: - Note on Resolution of Attachment stored separately: ~ Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY By: NulllVoid After: lea ~j I '2 -\3-Ol./ I Date Sent to Mayor: 1'2 -0 -0 2, Date of Mayor's Signature: 12. -\,1,'-<::'"3- Date ofClerklCDC Signature: 1'2-, ~'Cl3 Reso. Log Updated: Seal Impressed: ~ ~ Date Memo/Letter Sent for Signature: 12- -l q -02> 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: ./ Date Returned: i -q , o"-L See Attached: See Attached: Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Yes ./ No By Yes No /' By Yes No~ By Yes No ,/ By Yes N07 y- Copies Distribnted to: City Attorney"/ Code Compliance Dev. Services ./ EDA Finance ./ MIS Parks & Rec. Police Public Services Water Others: Notes: BEFORE FILING, REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term, etc.) Ready to File: _ Date: Revised 01112/0 I PROPOSAL , Exhibit 1 DESIGN OF . SANITARY 'SEWER LINE REPLACEMENT/UPGRADE for # "E" ST, CHANDLER PL, INLAND CTR DR, SCENIC FR, VIRGINIA ST, 17TH ST, ALLEY SIO JEFFERSON ST II - I ~ T'" a:~ g; J!rS~, o.i en ''''..;. ~! OJ ""~;a. ! ---J I '\)I ^.Il'!" r~'1 WHos ita.~ Ln A City of San Bernardino Local Consulting Team .. ~f"'...- I . W171h$I.. ..... I ~, W'''"~~'' I I tb- , d- I er-jIS! 03 __51_.'-__ . I z ~I '. II 'Sl.t .. I r lranslech ENGINEERS .PLANNERS ."fUNICIPAI. CONSUI.TANTS 198 N. Arrowhead Avenue, Su~el .San Bernardino. California 92408. Telephone: 19091383.8579 . Facsimile: (909) 595.8863 . October 17, 2003 Mr. Michael W. Grubbs, Acting City Engineer City of San Bernardino 300 North D Street San Bernardino, CA 92418 Subject: TECHNICAL PROPOSAL DESIGN OF SANITARY SEWER LINE REPLACEMENT/UPGRADE "E" STREET-Hunts Lane to McKay Drive CHANDLER PLACE-"E" Street to Orange Show Road INLAND CENTER DRIVE-"H" Street to 1215 Freeway INLAND CENTER DRIVE-Scenic Drive to 1215 Freeway VIRGINIA STREET-"I" Street to "H" Street 17th STREET-"I" Street to "H" Street ALLEY-s/o Jefferson Street to Inland Center Drive As requested, the fee proposal is submitted in a separate envelope. Dear Mr. Grubbs: .. In response to your request, Transtech, in association with Mapco (Transtech-Mapco Team) is pleased to submit this proposal for the subject project. Transtech-Mapco Team consists of 2 City of San Bernardino local engineering firms providing Capital Improvement Program (CIP) management, design engineering, construction management and inspection services on public works projects to local municipalities. The Team designed numerous sewer improvement projects of similar scope for local municipalities throughout Southern California, and also has extensive experience in managing and inspecting the construction of these types of projects. From the moment the design process starts, our engineers start identifying potential issues and problems that may arise during construction and incorporate provisions into design and specifications to address these issues and minimize potential problems. The Team has a proven track record in providing high quality design services which result in minimal problems during construction of projects. Our extensive design experience coupled with our in-house quality assurance and quality control (QNQC) program prevent design errors and construction change orders. We can proudly state that we have not had any construction cost change orders relating to our design in the past several years. Since 1989 that we have been in business, there has been not a single claim against our E & 0 insurance. . The quality, accuracy and correctiveness of the products prepared by the Team are the full responsibility of the Team. The review by and approval of the products by the City staff as well as all other involved agencies does not relieve us, of any liability and responsibility. Submitted to: III Proposal For Design of Sanitary Sewer Line ReplacementlUpgrade Cover Letter, Page 1 Submitted by: TRANSTECH MAPCOm . We will manage all aspects of the design with minimal direction from the City, and prepare a complete set of plans, specifications, construction estimates, ready for bidding with all supporting data, calculations and other details necessary to complete the project in a format acceptable to the City. Our Team is well qualified and sufficiently staffed to serve the City in an efficient and cost effective manner for the following reasons: Diversified resources and company experience: Multi-disciplinary engineering, planning and municipal consulting firm with a broad level of experience in providing cost effective, efficient services to governmental agencies. Key staff experience: Accustomed to working with governmental agencies in every facet of public works, and have an excellent understanding of public agency procedures, policies and issues. Quality, Efficiency and Cost Control: Technical and managerial staff is supported by experienced support staff using a state of the art networked computer system. Commitment to Quality Control, Time Management and Cost Effectiveness to ensure compliance with applicable agency policies, standards and regulations as well as the City's scope of services. High quality services unequaled in the industry at the least cost to the Client. Commitment and Responsiveness: A large and diversified pool of staff, resources, equipment as well as financial strength to undertake this project without requiring additional staff. Proven Track Record: We strongly encourage you to contact any of the individuals listed in our references section to verify that your satisfaction is our first priority. . Our Team's personnel and resources are dedicated to delivering the project in an efficient and timely manner. We are confident our technical expertise combined with our excellent management skills will ensure that the project is completed in the most efficient and cost effective manner. Our proposal is organized and provides the required information in the order listed in Section B, on Page 3 of the City's RFP. As requested, we are acknowledging receipt of Addendum No. 1 dated October 13, 2003 for the project. Thank you for the opportunity to submit this proposal. Should you have any questions or need additional information, please contact the undersigned at your convenience. Sincerely, Transtech Engineers, Inc. ~ Ali Cayir, PE, Principal Tel: 909-383-8579, Ex!. 121, Fax: 909-595-8863 e-mail: Cavir@transteche.com G:\WPRCCESS\PROPOSAlI2OO312:ll53 5B DSGN SANIT SWER LN AEPlACEMENT.lJPGRADES E ST n' VARlOUSlTECHNICAL PAOPOSALOOc . Submitted to: _ Proposal For Design of Sanitary Sawer Line Rep/acementAJpgrade Cover Letter, Page 2 Submitted by: TRANSTECH MAPCO_ . . . TABLE OF CONTENTS SECTION PAGE " , .w" ".' '-'", 1 EXPERIENCE IN SIMILAR PROJECTS 1-2 A PAST EXPERIENCE SIMILAR PROJECTS 1 B REFERENCES 2 @'':4f.%:!lt., tV ~~. .. "\Wf ,Ciio "' 1'",f.<'1 2 STAFF PERSONS SPECIFICALLY ASSIGNED TO THE 3-18 PROJECT AT THE PROFESSIONAL LEVEL A PROJECT TEAM STRUCTURE/MANAGEMENT APPROACH 3 B PROJECT ORGANIZA TION CHART AND RESUMES 4 ., ~,~~~- '. . "r 3 PROJECT TASKS 19-28 A FIELD REVIEW CONDUCTED IN PREPARA TION OF PROPOSAL 19 B SCOPE OF WORK 22 C PROJECT CONTROL APPROACH 26 D FLOW CHART SHOWING TASKS, WORK HOURS AND TIME 28 SCHEDULE " ., . }'H:;'",o.",:.,:r 4 PREVIOUS OBLIGATIONS WITH OTHER PROJECTS 29 , <. ''N-~ ~. : ,'if.' ,fit',,*", 5 SUPPORT PERSONNEL TO BE USED 30 "". ,,-',.;' ,~',,,,p'''':i.:*!3c;;,o2j'O~'0t,< :-~;",^,/,."t;0"--":4, ,;,~ Fi!{~ 6 SUB-CONSULTANTS 31-34 - . ;'(1,1'-""'",; -:i;-~dih",.' '4 ,f'"(~"'?;/;: 7 STATEMENT OF LOCAL PREFERENCE ELIGIBILITY 35-37 ";:rr, " flt .. "' 8 ITEMS, ACTIONS OR INFORMATION EXPECTED FROM 38 THE CITY ,..", , ; ,. ;)\~ "..'~.' "fiB},J::. 9 COMMENTS/SUGGESTIONS TO IMPROVE THE FINISHED 39 PRODUCT OR TO COMPLY WITH THE REQUIREMENTS OF THE RFP ,.j "-,-.-.,",'id-.'("?;_,',,,,A,,^j'. :'iii;,c:,,;.:' "~*rW~,.'~;Ek'~~ ~L"N;"l0::~'J!;tI:",;,;:(;<,; t,,,,,: -,,,-.,;;;C 3~'1i> .;w.-~ ,i;;_ 10 APPENDIX TRANS TECH QC/QA MANUAL AND ADDITIONAL INFORMA TION ON TRANSTECH 11 APPENDIX QUESTIONS SUBMITTED TO CITY FOR RFP CLARIFICA TlONS 12 APPENDIX CITY ISSUED RFP, SUPPLEMENTAL INFORMA TION AND ADDENDUM Submitted to: IJI Proposal For Design of Sanifal}' Sawsr Lina RepiacemenllUpgrade SUbmitted by: Table of Contents m~. . 1. EXPERIENCE IN SIMILAR PROJECTS A. PAST EXPERIENCE IN SIMILAR PROJECTS University Land Development - City of San bernardino As part of the development plans, prepared PS&E for approximately 11,000 lineal feet of sewer lines. The design flow and generation analysis, pipe sizing and value engineering. The Polo Club - Bonsall San Diego PS&E for approximately 35,000 lineal feet of sewer main. The project included the design flow and generation analysis, pipe sizing and value engineering. The project also include crossing wetland and environmental habitat and crossing inundated flood plain. Cannon Road Sewer. Carlsbad PS&E for the Cannon Road Sewer. This project consisted of approximately two miles of 36 inch sewer pipe and pump station. This project required careful consideration to pipe buckling due to the extreme soils conditions of the Agua Hedionda Lagoon. Special bedding techniques were used along with special coupling of the pipes to allow for potential deflection as the bridge abutment and road fill settled. . Lopez Canyon Sewer. San Diego This project consisted of the design and construction of over 5 miles of sewer ranging up to 36 inches in diameter. The project included design of the sewer to be incorporated into two bridge crossings. San Elijo Ranch Sewer and Water Master Plan. San Marcos Preliminary design and cost estimates for the sewer and water design for this 2,000 acre / 3400 unit master planned community. The project includes literally miles of sewer and water design, pump stations, booster stations, water reservoirs and force mains. Sorrento Hills Sewer Pump Station. San Diego PS&E for sewer pump station and sewer mains for the proposed 450 acre master planned industrial park. Carillo Ranch Sewer Mater Plan Master sewer plan for the Carillo Ranch Development including analyzing generations from a major portion of eastern Carlsbad and contributions for the La Costa Area. Sunset Drive Sewer Under Crossing PS&E and project coordination for the design and bore and jacking of a 42 inch sewer pipeline underneath the Atchson, Topeka & Santa Fe Railroad in Merced, California. . Submitted to: III Proposal For Design of Sanitary Sawer Una RaplacamantJUpgrada Page 1 Submitted by: TRANya MAPC . B. REFERENCES Agency: Agency: Agency: Agency: . . Watson Development James Watson, President 562-430-0503 City of Commerce Stanley Smalewitz, Community Services Director 323-722-4805 City of Alhambra Mike Martin, Development Services Director 626-570-5041 County of Los Angeles John Hill, Project Manager 626-300-4737 Submitted 10: III Proposal For Design of Sanitary Sawar Llna RaplacamantAJpgrada Submitted by: Page 2 I~&B . 2. STAFF PERSONS SPECIFICALL Y ASSIGNED TO THE PROJECT AT THE PROFESSIONAL LEVEL A. PROJECT TEAM STRUCTURE/MANAGEMENT APPROACH Project Principal: A senior engineer or principal of company who has the ultimate responsibility, and the authority to make not only project related, but also financial and contractual decisions on behalf of the company. This person also periodically contacts the County's Project Manager to discuss the performance of the staff and the progress of the project. All meeting minutes prepared by the Transtech's Project Manager are reviewed by the Project Principal. Also, Project Principal conducts weekly meetings with the Project Manager to review and discuss the project progress and issues. This approach maintains a well informed Project Principal, who is available to the Client, and can take over the project when necessary without going through extensive learning period. . Project Manager: The Project Manager is the contact person with the Client, and is responsible for the scheduling, staffing, coordination and cost control required on a project. Project Manager conducts project team meetings to discuss the schedule, work accomplished, work in progress, upcoming assignments, and identification/resolution of conflicts. We have found that these meetings are very valuable primarily because the people involved in the day to day operations of the project are at the meeting to discuss their issues and accomplishments. Of course, communications are not limited to the scheduled meetings - each person responsible for individual tasks within the project will be in contact with the Project Manager on a daily basis. Project Engineer: Depending upon the type of the project, a Project Engineer may be assigned to a specific component of the project. For example, if there is extensive traffic signal design work involved in the project, a Project Traffic Engineer may be assigned to prepare traffic signal plans. QC/QA Engineer: ac/OA is an important process in Transtech's project management. This process provides an objective review of the work done with a different set of eyes. This check is provided by senior engineers with experience in the specific field. Transtech has a written in-house quality control process, which is followed by our staff, and checked by a senior company principal. Support Staff: Support staff consists of engineers, inspectors, field personnel, technicians and clerical staff performing various tasks as necessary and as assigned by the Project Manager/Engineer. Subconsultants: Subconsultants are supervised by the Project Manager/Engineer. Subconsultants are required to attend Transtech's periodic team meetings if there are issues to be discussed relevant to their scope. Transtech requires subconsultants to provide a detailed scope, schedule, staffing and fees for their work, which is made a part of the contract with the Client. . Submitted 10: III Proposal For Design of Sanitary Sewer Une RepiacementlUpgrade Page 3 Submitted by: TRANSTECH MAPCOB . B. PROJECT ORGANIZATION CHART CITY OF SAN BERNARDINO ~............................~ . All CAYIR, PE : : PRINCIPAL-IN-CHARGE : ............................... DAVID BRIAN RAGLAND, PE, PLS PROJECT MANAGER HANDAN CIRIT, PE ELIE FARAH, PE, TE, PTOE QC/QA, Constructability Review . SABRY ABDELMALlK, PE - Design Engineer VICTOR SAN LUCAS - Senior Designer PATRICK LANG, TE. Traffic Engineer DENNIS DILLMAN, PLS and MICHAEL ANDERSON, PLS - Survey Crew DAVID MLYNARSKI- Utilities Coordination/Administration Support SAFEPROBE - Potholing Sub-Contractor CHJ - Soils Sub-Contractor Resumes of above key persons are provided in the following pages. . Submitted to: III Proposal For Dasign of Sanitary Sewer Line Replacamant/Upgrade Submitted by: Page 4 ~'j~YI\ . . . All CA YIR, PE Education: Bachelor of Science in Mechanical Engineering Master in Business Administration Project/Construction Management, University of Irvine California State of California Registered Civil Engineer State of California Licensed General Contractor A State of California Licensed General Contractor B Approximately 20 years of experience in design and management of a variety of public works engineering projects, and in municipal engineering. Registration: Experience: Approximately 20 years of experience in design and management of a variety of public works engineering projects, and in municipal engineering. Extensive experience in federal funding programs for public works projects. Successfully prepared feasibility studies and funding applications for over $20 million worth public works projects in Southern California. Mr. Cayir's diversified engineering experience includes: Civil Engineering Experience . Project Principal for City of Commerce's Tubeway and Yates Avenue Rehabilitation Project. The projects involved roadway rehabilitation and reconstruction. Transtech also provided construction management services for the project. Project Cost: $300,000. . Project Principal for City of San EI Monte's Annual Street Rehabilitation Program, 98, 99, 00, 01. The projects involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Project Cost: $3,000,000. . Alameda Corridor Agency East (ACE) Rail Grade Crossing Improvement Project encompassing 6 agencies and 14 locations in Los Angeles County. Work involved roadway realignment and reconstruction, signalization, traffic control, and construction phasing as well as related improvements such as storm drain, water, sewer landscaping, underground utilities, etc. Construction cost $5,000,000. . Project Principal for City of Alhambra's Annual Street Rehabilitation Program, 94 through 01. The projects involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Transtech also provided construction management services for the project. Project Cost: $3,000,000. Project Principal for design of City of San Clemente's annual street rehabilitation program. The project involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Construction cost $1,000,000. . Project Principal for design of reconstruction and rehabilitation of Crenshaw Boulevard and Skypark Avenue (two separate projects) in the City of Torrance. Construction cost $3,000,000. . Project Principal for Fremont widening project which is funded by State and Federal funds and required complete project and environmental report, including Right-of-Way, Relocation, SHPO, NEPA, SEQA, Noise, Parking, Economic, Hazardous Materials technical studies, and being processed through Caltrans and FHWA. Construction cost $6,000,000. . Project Principal for Valley Boulevard Widening and Reconstruction project which is funded by State and Federal funds. Construction cost $5,500,000. . Project Principal for $20 m Carls bad to San Diego Rail Trail Project Report, which is funded by Federal Funds and is in the final approval stage through Caltrans and FHWA. . Project Principal for design of Valley Boulevard street medians, striping, landscape, and irrigation improvements, Alhambra, Construction cost $600,000. Construction Management Experience . Project Principal for City of San Bernardino, Santa Fe Historic Train Depot Renovation. Transtech is currently providing construction management services, including inspection, surveying, resident engineer, federal compliance, labor compliance. Construction Cost $13m . Project Principal for City of Alhambra, Fremont Widening. Preparation of funding application, securing $6 million Federal, State and County funding, design and right-of-way acquisition. SubmlUed to: III Proposal For Dasign of Sanital}' Sewer Une ReplacemenWpgrade SubmlUed by: Page 5 TRANSTECH MAPCOM . . . Transtech is currently providing construction management services, including inspection, surveying, resident engineer, federal compliance, labor compliance. Construction Cost $6m . Project Principal for City of Alhambra, Valley Boulevard Widening. Preparation of funding application, securing $5 million Federal, State and County funding, and design, and is currently providing construction management services, including inspection, surveying, resident engineer, federal compliance, labor compliance. Construction Cost $5m . Pro~ect Principal for City of Torrance, Crenshaw Reconstruction, Skypark Improvements, 190 h/Crenshaw Widening. Design, construction management services, including inspection, surveying, resident engineer, federal compliance, labor compliance. Construction Cost: $5 m . Project Principal for City of Alhambra, Garfield Renaissance Center. Transtech served as turn- key project manager, including management of design consultant and specialty inspection consultants, construction management, building plan check and inspection, federal fund management, labor compliance. This project involves 11 separate contracts to construct a 800 car 5 level parking structure, 150 car surface parking lot, a public plaza with fountain and unique art features, multi-plex theater, restaurant and retail buildings, and street improvements consisting of roadway widening, storm drain, sewer, water main, utilities. Construction Cost: $30m . Project Principal for City of Alhambra, Main Street Downtown Revitalization Program. Transtech served as turn-key program manager, including design, construction management, building plan check and inspection, federal fund management, labor compliance. Construction Cost: $10 m . Project Principal for City of Commerce, Rosewood Community Center. Transtech was retained by the City to take over the management of this multi million dollar facility which was 2 years behind schedule. Within 5 months, Transtech brought the construction to substantial completion level allowing the City start the move-in process, and 2 months after, the facility was opened to public use. Currently, Transtech is assisting the City in claims analysis and change order resolution. Construction Cost: $15m. Traffic Engineering Experience . Design and management of a variety of traffic and transportation engineering projects, including traffic signals (more than 1000 locations), traffic signal interconnect system, street lighting, traffic control, signing and striping design; signal timing and coordination studies; traffic signal management studies; traffic safety projects (OTS) including traffic control device inventories and speed surveys; traffic impact and parking studies for more than 100 projects; and feasibility studies for traffic control measures, freeway access, bikeways and street improvements. Mr. Cayir has also served as consultant Traffic Engineer for various agencies in Southern California. . Project Manager/Engineer for the preparation of ramp metering, count station, traffic signal, highway lighting, sign lighting, construction signing, pavement deiineation, communication, and other traffic related plans for several state highways and freeway improvement projects involving Caltrans Districts 7, 8 and 12. . Project Manager for the preparation of traffic signal modifications and installation, interconnect and radio corrected time base system installation plans and estimates in conjunction with traffic signal synchronization projects for various arterials in Los Angeles County including Garvey Avenue, EI Segundo Boulevard, Crenshaw Boulevard, Slauson Avenue, Rosecrans Avenue, ArrowHighway and Huntington Drive/Alosta Avenue/Foothill Boulevard. . Project Traffic Engineer for the proposed Materials Recovery Facility in the City of Industry. This project involved the preparation of a comprehensive area wide traffic impact study to identify the potential impacts associated with development of a proposed Materials Recovery Facility (MRF) in the City of Industry. The study area encompassed 32 intersections and several freeways such as SR 60 and SR 57. The study also included an evaluation of cumulative impacts associated with 22 planned projects located within the sphere of influence of the study area. Submitted 10: _ Proposal For Design of Sanilary Sewer Line RepiacemenWpgrade Page 6 Submitted by: TRANSTECH MAPCOM . . . DAVID BRIAN RAGLAND, PE, LS Education: Registration: Bachelor of Science in Civil Engineering State of California Registered Civil Engineer State of Arizona Registered Civil Engineer State of Utah Registered Civil Engineer State of California Registered Land Surveyor Over 20 years of diverse experience in public works projects Experience: Professional Experience Mr. Ragland is a civil engineer and land surveyor with over 20 years of diverse experience in a wide variety of projects. He has participated on numerous multi- disciplinary teams dealing with the planning and development of civil engineering, urban and rural development, and public works projects. This diverse background and his comprehensive project management experience enhance the thoroughness and completion of assignments. Mr. Ragland has successfully designed and managed major highway, structural engineering, water resources and lane development projects throughout California. RELEVANT EXPERIENCE The following is a listing of major projects involving "sewer" design where Mr. Ragland served as project manager: The Polo Club - Bonsall California This project consisted of approximately 35,000 lineal feet of sewer main. The project included the design flow and generation analysis, pipe sizing and value engineering. The project also include crossing wetland and environmental habitat and crossing inundated flood plain. Cannon Road Sewer - Carlsbad, California This project consisted of approximately two miles of 36 inch sewer pipe and pump station. This project required careful consideration to pipe buckling due to the extreme soils conditions of the Agua Hedionda Lagoon. Special bedding techniques were used along with special coupling of the pipes to allow for potential deflection as the bridge abutment and road fill settled. Lopez Canyon Sewer - San Diego, California This project consisted of the design and construction of over 5 miles of sewer ranging up to 36 inches in diameter. The project included design of the sewer to be incorporated into two bridge crossings. San Elijo Ranch Sewer and Water Master Plan - San Marcos Preliminary design and cost estimates for the sewer and water design for this 2,000 acre / 3400 unit master planned community. The project includes literally miles of sewer and water design, pump stations, booster stations, water reservoirs and force mains. Sorrento Hills Sewer Pump Station - San Diego Prepared PS&E for sewer pump station and sewer mains for the proposed 450 acre master planned industrial park. Carillo Ranch Sewer Mater Plan Prepared master sewer plan for the Carillo Ranch Development including analyzing generations from a major portion of eastern Car/sbad and contributions for the La Costa Area. Sunset Drive Sewer Under Crossing Prepared PS&E and project coordination for the design and bore and jacking of a 42 inch sewer pipeline undemeath the Atchson, Topeka & Santa Fe Railroad in Merced, Califomia. Submitted to: III Proposal For Dasign or Sanitary Sewer Line ReplacementJUpgrade Page 7 Submitted by: TRANSTECH MAPCOB . . . The following is the list of other major public projects that Mr. Ragland has been involved with over the years: . Sorrento Valley Boulevard - San Diego: Project Manager for the design and construction of four miles of roadway. . Rancho Santa Fe and Questhaven Roads - San Marcos: Project Manager for the design of 2 miles of roadway. . Cannon Road and College Boulevard - Carlsbad: Prepared roadway improvement plans . Highway 32 widening - Chico: Prepared roadway improvement plans . Highway 101 widening - Eureka: Prepared roadway improvement plans . Eel River Sawmills - Design engineer for solid waste disposal facility including grading, containment design, monitoring of infiltration of toxic material seepage and leaching. . Pacific Rim Country Club and Resort - Project engineer for master tentative map and preliminary golf course grading. . Parkway Business Centre - Served and Principal-in-charge for the design and construction of the 460 acre industrial park including South Poway Parkway. . Costa Del Sol - Project manager for 2,000 acre master planned community. . Mercy Mira Mesa, Lopez Ridge and Laguna Niguel - Project manager and engineer for large residential subdivisions. . Otay Ranch - Project engineer for preliminary engineering, highway design and the preparation of the 22,000 acre Drainage and Flood Control Plan. Child Meadows Hotel and Resort - Site engineering and structural design for a three story hotel complex. Submitted to: _ Proposal For Design of Sanitary Sewer Line ReplacemenWpgrade SUbmlttiib : Page 8 TRANS MAPC . ELlE FARAH, PE, TE, PTOE Education: Master of Science in Civil Engineering Bachelor of Science in Civil Engineering Associates of Science in Computer Science State of Califomia Registered Civil Engineer State of Califomia Registered Traffic Engineer Over 15 years of diverse experience in a wide variety of projects, including civil and traffic engineering design projects for the County of Los Angeles. Registration: Experience: . Mr. Farah has more than 15 years of diverse experience in a wide variety of projects, including traffic and civil engineering design projects. He has participated on numerous multi-disciplinary teams dealing with the planning and development of civil and traffic engineering, urban and rural development, and public works projects. Traffic engineering experience includes engineering and planning activities such as traffic signal and highway safety lighting system design, traffic signal interconnect system design, street lighting design, traffic control and surveillance system design, signing and striping design, feasibility studies for traffic control measures, parking study and design, and traffic handling/detour plans for roadway construction. Civil engineering experience includes both public works as well as land development for residential and commercial projects. He has been involved in the design of numerous street and highway, grading, storm drain, hydrology, water, and sewer improvement projects. His involvement varied from a staff design engineer to supervising project design engineer responsible for the entire project design and coordination. Most of these projects also included coordination and review of the traffic improvement design, such as traffic signal, street lighting, channelization and traffic control/detour, as part of the contract plans. . Recent relevant project experience includes: . Project Manager: Preparation of design plans for Alameda Corridor Agency East (ACE) Rail Grade Crossing Improvement Project encompassing 6 agencies and 14 locations in Los Angeles County. Plans included roadway realignment and reconstruction, signalization, traffic control, construction phasing, storm drain, water, sewer, landscaping, underground utilities, etc. Construction cost $5,000,000. . Project Manager: Preparation of design plans, including grading, landscaping, roadway, storm drain, water, sewer for the Valley Boulevard Reconstruction project funded by federal funds, Alhambra, Construction cost $6,000,000. . Project Manager: Preparation of preliminary design and alignment plans for the $20 m Carlsbad to San Diego Rail Trail Project Reports part of the Project Report, which was funded by Federal Funds. . Project Manager: Preparation of design plans, including grading, landscaping, roadway, storm drain, water, sewer, flood plain and a bridge for the 450-acre Polo Club subdivision in San Diego County. Construction cost $40,000,000. . Project Manager: Preparation of design plans, including grading, landscaping, roadway, storm drain, water, sewer for the Fremont widening project funded by ISTEA funds and required processing through Caltrans, Alhambra, Construction cost $6,000,000. . Project Manager: Preparation of design plans for the City of EI Monte's 1999, 200 and 2001 annual street rehabilitation design. The projects involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Construction cost $3,000,000. . Project Manager: Preparation of design plans for City of San Clemente's annual street Submitted to: III Proposal For Das/gn of Sanitary Sawsr Una RaplacamantlUpgrade Page 9 Submitted by: TRAN&\i MAPC . rehabilitation program. The project involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Construction cost $1,000,000. . Project Engineer: Design of reconstruction/rehabilitation of Crenshaw Boulevard and Skypark Avenue (2 separate projects) in the City of Torrance. Construction cost $2,000,000. . Project Engineer: Spring Street and 605 Freeway off-ramp realignment and widening project- Long Beach. Construction cost $1,000,000. . Project Engineer: 1-5/Colorado off-ramp realignment and reconstruction project in Glendale. Construction cost $1,000,000. . Project Engineer: Preparation of various traffic signal modifications and installation, interconnect and radio corrected time base system installation plans and estimates in conjunction with traffic signal synchronization projects for various arterials in Los Angeles County including Arrow Highway and Huntington Drive/Alosta Avenue/Foothill Boulevard at more than 80 locations. Signal modification improvements included equipment upgrades, signal phasing upgrades and installation of radio correct time base units (yVWVl for signal coordination as well as physical intersection improvements. Construction cost $5,000,000. . PRIOR EXPERIENCE Pfeiler Associates, Inc.-California . Designed/supervised preparation of construction plans for more than 50 sites for McDonald Corporation, including site grading and off-site improvements. Off-site improvements included street widening, signal modifications/installations, street lighting and signing and striping. . Designed storm drain improvement projects in the Cities of Santa Fe Springs, La Habra, Laguna Beach and Moorpark. . Prepared and processed Caltrans Encroachment Permits for several projects in Los Angeles, Ventura and Orange County. Willdan Associates, Inc.-California . Supervised the preparation Lincoln Avenue realignment study from Harbor Boulevard to the 1-5 Freeway, and Harbor Boulevard widening project for the City of Anaheim. . Supervised the design of the 1-5/Bonnywood ramp relocation and improvement project for the City of Burbank. . Directed the design of several other public works improvement projects. Most of the projects included coordination and review of the traffic improvement design, such as traffic signal, street lighting, channelization and traffic control/detour, as part of the contract plans. . Submitted to: _ Proposal For Design of Sanitary Sewer Line Repiacement/Upgrade Page 1 0 TRANS~j;'ll'H MQPCOIiW . SABRY ABDELMALlK, PE Education: Registration: Experience: Bachelor of Science in Civil Engineering State of California Registered Civil Engineer Over 25 years of experience in civil engineering and public works projects Mr. Abdelmalik has more than 20 years of experience and has participated on numerous multi-disciplinary teams dealing with the planning and development of civil engineering, urban and rural development, and public works projects. He has designed numerous street and highway, grading, storm drain, hydrology, water, and sewer improvement projects. His involvement varied from a staff design engineer to supervising project design engineer responsible for the entire project design and coordination. These projects also included coordination and review of the traffic improvement design, such as traffic signal, street lighting, channelization and traffic control/detour, as part of the contract plans. . Since joining Transtech, Mr. Abdelmalik has been involved as Project Design Engineer in the design of following projects: . Alameda Corridor Agency East (ACE) Rail Grade Crossing Improvement Project encompassing 6 agencies and 14 locations in Los Angeles County. Work involved roadway realignment and reconstruction, signalization, traffic control, and construction phasing as well as related improvements such as storm drain, water, sewer landscaping, underground utilities, etc. Construction cost $5,000,000. . City of Alhambra 2000/01 annual street rehabilitation project. The project involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Construction cost $1,000,000. . City of Commerce Tubeway and Yates street reconstruction project. The project involved roadway rehabilitation and reconstruction. Construction cost $300,000. . County of Los Angeles/City of Alhambra Valley Boulevard Widening Project. The project involved street widening, reconstruction, storm drain system traffic signals, fiberoptic interconnect system, sewer, landscaping improvements. Construction cost $5,000,000. . City of Temple City Gracewood Sewer project. Construction cost $100,000. . Caltrans/City of Alhambra 710 Interim local streets improvement project. The project involved roadway rehabilitation and reconstruction, storm drain, traffic signals and water line. Construction cost $2,000,000. Mr. Abdelmalik's prior employment experience includes: . Walden and Associates, Irvine: Senior Project Engineer responsible for street, sewer, storm drain, water and site improvements and land development projects. Utilized AutoCAD 14 and PGP programs in the design . Rox Consulting Group, Tustin: Senior Project Engineer responsible for street, water, ,sewer and storm drain improvement design. Utilized AutoCAD and Softdesk programs in the design. . K W Lawler Associates, Tustin: Project Engineer responsible for street, water, ,sewer and storm drain improvement design. Utilized AutoCAD and Softdesk programs in the design. . United Engineering Technology, Torrance: Project Engineer responsible for street, water, sewer and storm drain improvement projects. . Cairo Airport Authority, Egypt: Project Manager for civii engineering projects in and around the airport district. Projects included runways, roads, utilities, water, sewer and storm drain. . Submitted to: III Proposal For Design of Sanitary Sewer Line Replacement/Upgrade SUbmltt~: Page 11 TRANST MAPC . VICTOR SAN LUCAS Education: Experience: Bachelor of Science in Civil Engineering Approximately 30 years of experience in road design and construction, of which 25 years were with the Design Division-Highways Section of the Los Angeles County Department of Public Works. Mr. Lucas' 30 years of experience covers the design, inspection and plan check of roadway improvement projects. Mr. Lucas worked for 25 years in the Design Division- Highways Section of the Los Angeles County Department of Public Works. While with the County, Mr. Lucas managed projects from concept to design and through construction. His experience covers areas of highway design, storm drainage, sewer, landslide treatment, hillside design, striping and other street improvement/rehabilitation related work items. . With 25 years of experience and strong technical knowledge in design and construction, Mr. San Lucas has: . Coordinated and processed projects with various public agencies (state, county, cities) and private sector. . Processed project permit applications, encroachment permits, building permits, and public works permits through public agencies. . Provided efficient communication between various parties involved in the project (engineers, public agencies, private sector clients). . Served as liaison between clients and public agencies, coordinated project processing and approvals. . Performed field surveys, including measurements, field topo and visual surveys. . Field inspected construction projects, coordinated with public to minimize inconveniences and to handle complaints, problems, etc. . Prepared responses to public inquiries and complaints. . Checked traffic control and job site safety. . Participated on numerous multi-disciplinary teams dealing with the planning, architecture and engineering for urban and rural development, infrastructure, and public works projects. Mr. Lucas' relevant experience at Transtech includes (past 5 years): . Design and Inspection of City of Alhambra's 1999, 2000 and 2001 annual street rehabilitation projects ($1.5m). . Design and Inspection of Valley Boulevard widening, reconstruction, median, signal and landscape improvements ($6 m). . Inspection of Williams Communication Fiberoptic Lines on Mission Boulevard ($1 m). . Design and Inspection support for Tubeway Street improvements in the City of Commerce ($.5m). . Design and Inspection support for Washington Street improvements in the City of Commerce ($.5m). . Design of City of Alhambra Fremont Widening project ($6m). . Design and Inspection support for City of Temple City Gracewood Sewer project ($100,000). . Design of City of Alhambra 710 Interim local streets improvement project ($2 m). . Plan check and inspection of off-site/road improvements for the Cities of Alhambra and Commerce as part of private developments. . Some of the noteworthy projects designed and/or inspected by Mr. Lucas while he was with County include: . Ridge Route Road at Interstate 5 Freeway: As Supervising Civil Engineer, was responsible for the design of a major concrete intersection providing access for large commercial vehicles in an industrial Submitted to: II Proposal For Design of Sanitary Sawar Line ReplacemenllUpgrade Page 12 Submitted by: TRANSTECH MAPCOB ,--.. . . . area. . Lyons Avenue at Interstate 5 Freeway: Designed Freeway off and on ramps, provided design support to and supervision of assistant engineers, coordinated with Caltrans and other jurisdiction for encroachment permits and approvals, managed the project. . San Fernando Road Improvements: Project engineer for preparation of plans and estimates for the widening and reconstruction of % mile roadway improvements. The project included grade design, hydrology studies, hydraulic analysis, 48" reinforced concrete pipe and catch basins, striping and right-of-map plans. . Sierra Highway at Pearblossom Highway: Prepared concept study report, preliminary engineering design, estimates and feasibility study for this multi million dollar project, including coordination with local agencies involved. . Rambio Pacifico Landslide: Project engineer for the emergency design and realignment of a 700 feet collapsed section of Rambio Pacifico Road (Malibu). This fast-paced project involved the realignment and hillside grading of a new road section as well as installation of two 36" and 48" reinforced concrete culverts. . Workman Mill Road: Design engineer for 1.5 miles of overlay of Workman Mill Road. Prepared plans, estimates and specifications. . Colima Road: Project engineer for the widening of Colima Road. Prepared street improvement plans, storm drain plans and cost estimates. . Aviation Boulevard: Project engineer responsible for the design of reconstruction of 1.5 miles along Aviation Boulevard. The project involved widening and overlaying two major concrete intersections leading to LA Intemational Airport. The design also involved relocation of catch basins, upgrading storm drain system and 10 feet tall retaining wall along the roadway. Submitted to: III Proposal For Design of Senitary Sewer Line ReplecemenWpgrade Page 13 Submitted by: TRANSo1i\ MAPC . HANDAN CIRIT, PE Education: B.S., Civil Engineering M.S., Civil Engineering Experience: Approximately 20 years of experience in design, and management of wastewater, water, and storm drain facilities and water quality. Ms. Cirit has 20 years of civil engineering experience in grant funding, design, and construction management of wastewater, water, and storm drain facilities and water quality, with particular emphasis in coastal Cities. . As Principal Civil Engineer for the City of San Clemente, California for thirteen (13) years, Ms. Cirit completed following projects: . Developed and managed City's five year Capital Improvement Program (CIP) for sewer, water, reclaimed water, storm drain facilities and buildings. . Managed 1993, 1995, 1998 storm damage recovery efforts. Responsibilities included identification of extend of damage to public facilities, preparation of Damage Survey Reports and supporting documents to obtain State Office of Emergency Services (OES), Federal Emergency Management Agency (FEMA) and Federal Highway Administration (FHWA) emergency relief reimbursements. Obtained interagency agreements (e.g. Orange County Flood Control District) and regulatory permits required to repair the facilities. Over fifty-five (55) public works projects were simultaneously repaired/improved following the 1993 storm damage. $12 million was received in State and Federal funding as reimbursement to the City. . Managed City's $50 Million Water Reclamation Plant Expansion, Los Molinos Sewer Pump Station, Main Sewer Pump Station, Frontera Pump Station Rehabilitations. Responsibilities included design, permitting, and construction oversight. Ms. Cirit prior experience includes: . Encina Water Pollution Control Facility Expansion, Carlsbad, California, $40 million . Coastal Treatment Plant Expansion, Laguna Niguel, California, $16 million . Coto De Caza Trunk Sewer Construction, Santa Margarita Water District, Orange County, California, $3 million, five (5) miles of 18" sewer main construction. . Submitted 10: _ Proposal For Design of SanitaT}' Sewer Line ReplacementllJpgrade Page 14 Submitted by: TRANSTECH MAPCO'iI!II . . . PATRICK LANG, TE Education: Registration: Experience: Bachelor of Science in Civil Engineering State of California Registered Traffic Engineer Approximately 30 years of experience in Traffic Engineering Mr. Lang has 30 years experience in the areas of traffic engineering, transportation planning, transportation engineering as well as municipal engineering. He has served in the public sector as the Director of Public Works for the Cities of South Pasadena and San Marino. In the private sector, he has worked with a number of traffic engineering consulting firms. As Director of Public Works for South Pasadena, CA, Mr. Lang had overall responsibility for all engineering functions including planning, building and safety, street, park and water departments. As Director of Public Works for San Marino, CA, Mr. Lang conducted and coordinated all city traffic operations, transportation planning activities and traffic safety programs involving recommendations for zoning changes, subdivision and city ordinances. Transportation Planning. Project Engineer on numerous traffic planning and parking studies for retail, commercial and residential developments. He also prepared the traffic portion of environmental impact studies. Projects have included the Sunset Ranch Specific Plan, a 446-acre parcel located in Lancaster. This project consists of residential, commercial and industrial uses plus recreational and educational facilities. Other projects have included Granada Hills Community Hospital expansion in Los Angeles, Garfield Medical Center in San Gabriel, Home Savings Bank in Sherman Oaks, the Los Angeles International Golf Club in Sunland-Tujunga, Little Tokyo Professional Building, and SunseWermont Towers Office Building in Los Angeles, the Ontario/Airport Plaza Mixed-Use Development in Ontario, Krikorian Theaters Mixed-Use Development, the Walnut Mixed-Use Development in Pasadena, and the 6100 Canoga Avenue Development in Warner Center. Traffic Engineering. Provided construction area work plans for the Mobil Oil Pipeline Project involving 98 miles of pipeline traversing major streets in Los Angeles County, dealing with 7 jurisdictions. Provided traffic signal designs for the cities of Monrovia, Baldwin Park, Los Angeles (7 traffic signals), Corona (10 traffic signals) and Palmdale (13 traffic signals). Provided interconnect plans for the City of Pomona involving 13 intersections. The following are various projects completed under Mr. Lang's supervision: Reconstruction of Fair Oaks Roadwav Supervised the design and reconstruction of Fair Oaks Roadway, involving concrete roadway, sidewalks, parking, lighting, trees, and the Arroyo Park Development Project consisting of four baseball fields, soccer field and field lighting. Reconstruction of Huntinaton Drive Supervised the design and reconstruction of Huntington Drive, including modernization of traffic signals Submitted to: [lI Proposal For Dasign of Sanitary Sawar Llna RaplacamantllJpgrade Submitted by: Page 15 TRANSTECH MAPCom ,------------ . . . along the Huntington Drive Project which involved coordinating with other municipalities and the Santa Anita Race Track. San Gabriel County Water District Reservoir and PiDeline EIR. Traffic ImDact Studv Preparation of a traffic impact report for incorporation into EIR, analysis of existing and future traffic conditions, construction impact, identification of mitigation measures, attendance to public hearings and response to comments. Served as subconsultant to Sapphos Environmental. County Sanitation Districts Joint Seweraae Svstem 2015 Plan EIR Preparation of an EIR traffic impact study for the Sanitation Districts of Los Angeles County 2015 plan involving Valencia Water Reclamation Plant. Mobil Oil M70 Pi Deline ReDlacement Proiect. Preparation of over 98 miles of traffic control detour plans for use in the project per Caltrans, Los Angeles County, City of Los Angeles and various municipalities' guidelines. Arrovo Verduao Traffic Forum Technical Studv Preparation of signal, traffic and roadway inventory, traffic volume reports, accident data analysis, transit service evaluation, signal inventory, area maps, and developing GIS database for the project. Served as subconsu/tant to Kim/ey-Hom and Associates, Inc. City of Sierra Madre City-wide STOP Sian ReDlacement Plan Preparation of plans and specifications for the removal and replacement of City-wide STOP signs, stop bars, and stop legend/markings on pavement. Preparation of Bid documents and Enginee~s Cost Estimate. Pomona Vallev Traffic Sianal Svnchronization StudY Assembling existing database, preparation of signal, traffic and roadway inventory, traffic volume reports, accident data analysis, transit evaluation, signal inventory, and developing GIS database for the project. City of Monrovia General Plan UDdate Preparation of circulation and parking element for the City. Preparation of traffic studies, including response to public review and comments on the Environmental Impact Report. Rosemead Boulevard/Las Tunas Drive Median Desian/SianallmDrovement Plan Design and preparation of plans for one-mile long section of State highway and major arterial, design of signal modification plans and pavement restriping plans in compliance with County and Caltrans standards. Providing construction management and supervision services including bid-package preparation and final walk through. Submitted to: III Proposal For Design of Sanitary Sawer Line Raplacamant/Upgrada Page 16 Submitted by: TRANSTECH MAPC01BJ . DAVID E. MLYNARSKI Mr. Mlynarski has extensive experience in urban planning, land acquisitions, project management and governmental liaison in both the public and private sectors. He has gained a reputation in the industry for being innovative and able to solve complex problems. Mr. Mlynarski's experience also includes working as Vice President/Director of Planning for two Orange County based residential development companies. His responsibilities during this five-year period entailed a range of activities from feasibility analysis and entitlement to various construction oriented duties. Due to the active involvement of these development companies throughout the San Bernardino, Riverside and High Desert regions of Southern California, Mr. Mlynarski has developed an active network of professional contacts and associates from both the public and private sectors. Mr. Mlynarski has also served as an urban planner for cities in both San Bernardino and Los Angeles Counties, administering the activities involved with current planning issues, specific/general plan development and governmental representation to various boards and commissions. . Mr. Mlynarski received his degree in Urban Planning with emphasis in the area of environmental studies. Professional & Community Memberships: . American Planning Association . Urban Land Institute . National Association of Home Builders . Building Industry Association . City of San Bernardino/CYSA Sports Complex Board of Directors . City of San Bernardino Sports Alliance . Advisory Board Member . San Bernardino County Habitat for Humanity Founding Board Member . Blast Soccer Club, City of San Bernardino . Submitted to: III Proposel For Design of SenilelY Sewer Line ReplecemenWpgrade Page 17 Submitted by: TRANSTECH MAPCO'iBI . MICHAEL L. ANDERSON, PLS Mr. Anderson has over 14 years of experience in engineering and surveying. He obtained his Land Surveyors License from the State Board of Registration for Professional Engineers and Surveyors in 1993. Mr. Anderson's experience provides this office with a well-rounded capacity for project management from concept to completion, with a strong background in Boundary Law and Civil Engineering. Mr. Anderson's expertise has come from a hands on approach to a variety of projects including, but not limited to, residential and commercial projects of all sizes. Mr. Anderson has a very aggressive and efficient approach to solving the daily problems which may arise in the planning and or final engineering phases of a project. This attitude along with excellent communicative skills tends to smooth the road for even the most complex projects. DENNIS H. DILLMAN, PLS . Mr. Dillman has over 38 years of land surveying in Oregon and California, with 30 of those years in Southern California alone. He obtained his Land Surveyors License from the State Board of Registration for Professional Engineers and Surveyors in 1984. He currently has his Hazwoper Certificate for hazardous waste removal and remediation. Mr. Dillman's vast field experience and education allows him to be considered an expert in boundary retracement and construction survey, thus solving any problem that may arise as quickly and inexpensively as possible. Mr. Dillman has been the survey coordinator for major water line and sanitation facilities installation, residential subdivision, and numerous commercial and industrial developments. . Submitted to: III Proposal For Design of Sanilary Sewer Une ReplacamenlAJpgrade Submitted by: Page 18 ~~~~. . , 3. PROJECT TASKS A. FIELD REVIEW CONDUCTED IN PREPARATION OF PROPOSAL We conducted a preliminary review of the project area, and identified some issues that need to be considered during project design: "E" STREET-Hunts Lane to McKay Drive: . This is a heavily traveled major street which connects Hospitality Area to north. The existing sewer line appears to be on the east side of the street for half of the project limits and then switches over to the west side. As E Street is a heavily traveled major street, consideration should be given to installing the new sewer on one side of the street by closing curb lane during the project duration. Also, due to heavy traffic conditions, detailed traffic control plans should be prepared as part of PS&E bid package. A section of sewer line on E Street crosses the bridge over the Santa Ana River. Coordinate with the County Flood Control and other jurisdictional agencies and obtain necessary encroachment permits would be necessary. Also, the sewer line will cross ramp areas, which will require encroachment . Submitted to: f[2 Proposal For Design of Sanitary Sewer Line ReplacementJUpgrade = Page 1 g SubmiUed by: TRANSTECH MAPCOH . . . INLAND CENTER DRIVE-uH" Street to 1215 Freeway INLAND CENTER DRIVE-Scenic Drive to 1215 Freeway The project limits are within the vicinity of heavily traveled intersections. Also, the sewer line will cross Caltrans ramp areas, which will require a State encroachment permit. Due to heavy traffic conditions, detailed traffic control plans should be prepared as part of PS&E bid package. Caltrans may also require traffic control plans due to the fact that the project is within the 1-215 Freeway and ramps. Traffic control may include advance construction signage on the freeway to warn traffic exiting onto the off-ramps. Submitted to: I!I Proposal For Design of Sanitary Sewer Line Replacement/Upgrade Page 20 Submitted by: TRANSTECH MAPCOM . . . VIRGINIA STREET-"I" Street to "H" Street 17th STREET-"I" Street to "H" Street The westerly limits at the project appear to be within the 1-215 Freeway right-at-way, thus requiring a State encroachment permit. Submitted to: I!I Proposal For Design of Sanitary Sewer Line ReplacementllJpgrade .r' ,.:: . j . \. ~ r ~"~.,...."~,_ ' I ~. )~,j~j _ il ,~~_.~-'" ' ~~--~ ~~~;, . .-""\,,. ' '.f,''t~' p. '1~',f 'i ~,}~. ., " -, ~_...:.- '-- - Page 21 Submitte<l by: TRANSTECH MAPCOM . B. SCOPE OF WORK The following is an outline of project tasks that will be followed by Transtech in executing this assignment: ENGINEERING DESIGN Preliminary Design . Meet with City representatives to review the project in detail and determine requirements and procedures for design, review, coordination, and meetings. . Assemble and review available information pertaining to the project, including existing survey data, as-built improvement plans, City map, aerial photographs, utility information, and other available record data. . Perform preliminary field reconnaissance for an overall perspective on existing field conditions. . Perform field measurements, and field inventory to identify existing conditions and locations of manholes, valve covers, utility boxes, etc. . . Conduct vertical and horizontal control surveys as deemed necessary by our Project Manager for the plan preparation. . . Potholing for Utility Verification: We will use SafeProbe's nondestructive excavation technique to locate utilities and subsurface structures, and to determine their depths below ground. The service is provided utilizing a truck containing a soil agitator and a powerful vacuuming device, along with a storage container with state-of-the-art electronic equipment. SafeProbe conducts an electronic subsurface survey to locate and mark the position, path and estimated depth of all existing utilities. Potholing is performed using the air/vacuum soil extraction method for the purpose of locating, marking, measuring and recording the exact location of the existing underground utilities. Vacuum excavation utilizes the kinetic energy in a high velocity air stream to penetrate, expand and break up soil. The loosened chunks of soil and small rocks are then removed from the hole through the use of a very powerful vacuum. In this way, a hole is created that is typically 10 inches to two feet round or square, and as deep as required to expose the buried utility. The major advantages offered by vacuum excavation are safety, cost effectiveness and time efficiency (substantially less expensive than and operation takes half the time of conventional potholing method). This state-of-the-art technology, designed to identify and excavate to locate subsurface structures and utilities, is a nondestructive method with respect to the subsurface systems, and will never damage the buried utility. It is a soft-touch dig, suck and seek method of potholing. The test hole is then backfilled with the original soil unless permit regulations require a special fill. All holes are compacted Submitted to: II Proposal For Dasign of Sanitary Sawer Una RaplacamanWpgrada Page 22 Submitted by: TRANSTECH MAPCOM . in 6" stick lifts to provide maximum compaction and to maintain future integrity of the hole, and pavement is restored in-kind. . Develop base drawings and preliminary plans. . Traffic Control Plans: Traffic control plans will be prepared for E Street and Inland Center Drive as these locations are heavily traveled as well as cross State right-of- way. On E Street, our approach will be to develop a design to limit the construction work area to curb lane only, and not restripe/alter existing lane patterns. This approach would minimize inconveniences and reduce the costs otherwise associated with the shifting the traffic on one side of the street and altering the lane patterns, which would also require adjusting traffic signals and loops. Traffic control on the other streets can be handled by referring to applicable standards of Work Area Traffic Control Handbook) WATCH and Caltrans Traffic Manual. . Signing and Striping Plans: Separate signing and striping plans will not be prepared. Existing available information (aerials, plans) will be used as reference to restore existing striping. Existing available information will be verified by field check to ensure that existing pavement markings are identified and quantified properly. Bid schedule will include quantities to restore existing striping. . . Traffic Signal Loop Replacement/Restoration: Existing traffic signal plans will be used as reference to restore loops where necessary. Existing signal plans will be verified by field check to ensure that the sizes, locations and quantities of loops are identified. Bid schedule will include quantities to restore loops. . Prepare specifications, bid package, contract documents, and cost estimates. Transtech will prepare new/updated specifications per current edition of Standard Specifications for Public Works (Green Book), as well as front section. . Submit preliminary plans, specifications, and cost estimates to the City for review and comment. . Final plans will be submitted on mylar sheets. . Plans will be prepared in CADD format. . Transtech will utilize tried and tested technical specifications and special provisions suited specifically for this type of project. Transtech's library of specification clauses are also well suited to provide appropriate best management practices and requirements of the contractor consistent with the provisions of the National Pollutant Discharge Elimination System (NPDES) and the Clean Water Act. . All plans, reports, documents for the above items will be prepared under the guidance of and signed and stamped by a Civil Engineer registered and in good . standing with the California State Board of Registration for Professional Engineers. Submitted to: II Proposal For Design of Sanitary Sewer Line ReplacemenWpgrade Page 23 Submitted by: TRANSTECH MAPCO'iHI . . The project will be coordinated with all affected utilities and ensure that all affected utilities are notified. . Soils Engineering services, if necessary, will be provided by our sub-consultant. Final Design . Based on the City's comments and requirements, revise the plans, specifications, and estimates. . Identify survey monuments to be restored, and ensure restoration after construction. A bid Item will be included for survey monument restoration. . Upon final approval, submit final original plans, specifications, and estimates to the City for bidding purposes. . Electronic files of plans, specifications and estimates will be provided to the City. . The final product to be provided by Transtech is an approved set of complete plans, specifications and estimates ready for bidding with all supporting data, calculations and other details necessary to complete the project in a format acceptable to the City. Plans and specifications will conform to the requirements of the City of San Bernardino, and the Standard Plans and Specifications for Public Works Construction (Green Book), latest edition. Caltrans Encroachment Permit and Coordination with future 1-215 Widening Project: . Some of the sewer lines will cross Caltrans right-of-way and/or impact Freeway ramp areas. We will coordinate with Caltrans for encroachment permit. . Some of the proposed sewer lines appear to be within the future 1-215 Freeway widening limits. We will coordinate with Caltrans to verify if these lines would be impacted, and if yes, how to develop a design for minimal impact to avoid future conflicts. ANSWERING QUESTIONS, ATTENDING PRE-BID MEETING AND PREPARING ADDENDA DURING BIDDING PROCESS Our Project Manager will attend a pre-bid meeting with the City and bidders, answer any questions asked during the bidding phase, and prepare necessary addenda to answer questions and provide additional clarifications. CONSTRUCTION PHASE . Submitted 10; !II Proposal For Design of Sanitary Sewer Line Replacement/Upgrade Submitted by: Page 24 ~~. . This request for proposal does not include construction management and inspection services. However, we will be available to provide any support services and to answer questions on as needed basis during construction. . . Submitted to: _ Proposal For Design of Sanilary Sewer Una ReplacemenWpgrade Page 25 Submitted by: TRANSTECH MAPC01iHI . C. PROJECT CONTROL APPROACH VALUE ENGINEERING Value engineering is a continuous and evolving function throughout the entire preliminary and design phases of the project. Value engineering is treated as an integral part of developing design criteria and ultimate incorporation into the project plans, specifications and estimates. Integrating value engineering throughout the project significantly reduces the chance of a major design alternative being identified by a "value engineering team" after the project is designed, which would cause a tremendous redesign effort and considerable time delays. QUALITY CONTROL AND QUALITY ASSURANCE (QC/QA) PROGRAM QC/QA is an important process in Transtech's project management. This process provides an objective review of the work done with a different set of eyes. We will provide an extensive check of the plans before each milestone submittal. This check is provided by senior engineers with experience in the applicable field. The quality control check sheets will show who checked/reviewed the plans or reports, signature and date of review. . Transtech has an extensive in-house QC/QA program to prevent design errors and construction change orders. We can proudly state that we have not had any construction cost change orders relating to our plans in our design projects. Since 1989 that we have been in business, there has been not a single claim against our E & 0 insurance. The quality. accuracy and correctiveness of the products prepared by the Team are the full responsibility of the Team. The review by and approval of the products by the City staff as well as all other involved agencies does not relieve us, of any liability and responsibility. PROJECT MANAGEMENT Our approach is to provide proactive management to control every aspect of a project in detail to identify potential issues and problems in advance and take corrective actions before they become problems. This requires extensive hands-on knowledge, experience and management skills of the people involved in the project. . Our team members have extensive experience and proven track record in designing and managing such complex projects and bringing them to a completion on time and budget. Our staff members have educational background and are licensed and certified properly. Submitted to: III Proposal For Dasign of Sanitary Sewer Une Repiacement/Upgrade Page 26 Submitted by: TRANB MAPC . Key Transtech project team members will attend periodic project progress meetings with City staff throughout the project duration. Transtech will keep track of all directions given and commitments made. Our record keeping in this arena is unparalleled. Our systems are structured such that recall of critical information is available on a moment's notice. Transtech will provide project status reports which updates, at a minimum, the status on the schedule, budget, and pending issues requiring attention. Transtech will ensure timely turn-a-round for submittal and/or substitution request approvals, and will maintain a log to track when submittals are received, approved, by whom, and when returned. Communications with all concerned parties will be made or directed in writing in a timely fashion. Our record keeping and communication flow system is unsurpassed. Throughout the project, you will receive project updates from us by telephone and by written progress reports. You will be aware of what is going on at all times. As our staff serve as Consultant City Engineers for a number of Cities, we understand the importance of being aware of the progress and issues, so that if questions are asked by City Manager/Council Members/Public, you have the information promptly. We will manage all aspects of the design with minimal direction from the City, and prepare a complete set of plans, specifications, construction estimates, ready for bidding with all supporting data, calculations and other details necessary to complete the project in a format acceptable to the City. . . Submitted to: III Proposal For Dasign of Sanitary Sawar Line ReplacemenWpgrade Page 27 Submitted by: TRAN& MAPC . 4. PREVIOUS OBLIGA TIONS WITH OTHER PROJECTS Necessary staff time and resources are allocated to complete this project within the required schedule. Previous and current obligations on other projects will not have an adverse impact on the project schedule. The team has a large and diversified pool of staff, resources, equipment as well as financial strength to undertake this project without requiring additional staff. . . Submitted to: III Proposal For Design of Sanilary Sewer Une ReplacementlUpgrade Submitted by: Page 29 ~~~~&U . 5. SUPPORT PERSONNEL TO BE USED Support personnel to be used include: . QC/QA Engineer . Utility Coordinator . Traffic Engineer . AutoCAD Drafters . Survey Crew . Potholing-Subcontractor . Soils-Subcontractor . . Submitted to: II Proposal For Dosign of Sanital}' Sower Uno RoplacomontJUpgrado TRANST.~~ Page 30 MAPC. . . 6. SUB-CONSULTANTS MAPCO MAPCO has been developed as a multi-disciplined approach to aid in the development of real estate and commercial concerns in the State of California, and is located in the cities of San Bernardino. MAPCO was formed by the key employees of the engineering, planning and surveying divisions of Sierra Engineering, E.C.E. services, Inc. and D. H. Dillman & Associates. MAPCO originated in 1993 as a civil engineering firm operating as a general partnership. Between the period of 1986 and June, 1993, the companies successfully completed the engineering for approximately 10,000 residential units within the Inland Empire, 3,000,000 square feet of commercial development, senior citizen projects totaling approximately 2,000 units and various multi-family projects totaling approximately 3,000 units, while maintaining the highest level of engineering services, quality and integrity. Since June of 1993, MAPCO has continued its trend of expanding their multi-disciplined development expertise with involvement in various development projects. The types of projects range from residential, industrial, commercial and recreational/sports park developments. The following is a partial list of recreation / sports park projects MAPCO has had the privilege of assisting with: . Morgan Park . Centennial Park . Highland Camrose Park . CYSA/San Bernardino Soccer Complex . Nomads Soccer Complex . Blast Soccer Complex . Calexico Softball Park . McClellan Sports Park Baldwin Park, CA Santa Ana, CA Hollywood, CA San Bernardino, CA San Diego, CA San Bernardino, CA Calexico, CA McClellan AFB, CA MAPCO is capable of all phases of real estate engineering. From the early stages of site acquisition, environmental assessment, planning, and engineering, MAPCO stands ready to assist our clientele. With the increasing number of people and businesses moving into Southern California, especially the greater Inland Empire of San Bernardino and Riverside Counties, MAPCO is ideally placed to assist our "client-partners" in every aspect of real estate acquisition and development. MAPCO has developed loyal relationships with experts in every facet of real estate development services, as well as critical government relationships to better understand the changing markets and innovative strategies of . today's real estate industry. Submitted to: II Proposal For Design of Sanitery Sewer Line Replecementlllpgrade Page 31 Submitted by: TRANSTECH MQPCO'MII . MAPCO services provided include: Feasibility Reports Prudent investors and developers commit time and resources to properly evaluate the potential prospects of a real estate venture. Obtaining vital statistics, physical constraints, preliminary design layouts, proformas and professional recommendations will aid in avoiding the pitfalls inherent to this industry. Entitlement Planning The need to avoid delays in govemmental processing, negotiate with community groups, and recognize political obstacles has become commonplace. MAPCO will endeavor to provide key insights into avoiding these pitfalls to produce highly successful ventures. Engineering Design MAPCO provides 'in-house' design solutions for civil and structural engineering projects as well as custom homes. Our licensed staff combines decades of experience and has contributed to the development and management of both public and private projects. In addition, MAPCO can offer a wide array of 'specialty consultants' offering services from geotechnical/environmental to build-to-suit contracting. . Field Survey MAPCO provides the services of 'in-house' licensed land surveyors (P.L.S.) and can accomplish tasks ranging from individual lot survey to complex boundary / AL TA's. MAPCO is especially capable in the field of construction staking and field certification. Real Estate Development MAPCO continues to promote an attitude that directs a focus towards finalizing "the project" rather than limiting our focus to that of a consultant. MAPCO is interested in providing opportunities to investors and land developers while assuming responsibility for and contributing to the long-range success of projects. As previously stated, MAPCO offers assistance starting from project acquisition and feasibility to financing and construction. . Submitted to: III Proposal For Design of Sanitary Sewer Line RepiacementlUpgrede Page 32 Submitted by: TRANSTECH MAPCOM . SAFEPROBE Safe Probe (Abratique & Associates, Inc.) is a company that provides underground utility survey services. We specialize in a nondestructive excavation technique to locate utilities and subsurface structures, and to determine their depths below ground. We provide the latest technology of potholing to verify the location of underground utilities. The service is provided utilizing a truck containing a soil agitator and a powerful vacuuming device, along with a storage container with state-of-the-art electronic equipment. . Safe Probe conducts an electronic subsurface survey to locate and mark the position, path and estimated depth of all existing utilities. Pipelines and substructures will be identified as to their use by the standard color code of the American Public Works Association. All horizontal location determinations are accomplished by trained personnel by using state-of-the-art instrumentation Electromagnetic location techniques will be used, with the option of acoustic instruments for the location of non-metallic water lines. Electronic transmitters are used for locating sanitary and storm sewers. Potholing is performed using the air/vacuum soil extraction method for the purpose of locating, marking, measuring and recording the exact location of the existing underground utilities. . Vacuum excavation utilizes the kinetic energy in a high velocity air stream to' penetrate, expand and break up soil. The loosened chunks of soil and small rocks are then removed from the hole through the use of a very powerful vacuum. In this way, a hole is created that is typically 10 inches to two feet round or square, and as deep as required to expose the buried utility. . The major advantage offered by vacuum excavation is SAFETY for the buried utility. We use state-of-the-art technology designed to identify and excavate to locate subsurface structures and utilities. It is a nondestructive method with respect to the Submitted to: [[2 Proposal For Design of Sanitary Sewer Line ReplacementJUpgrade = Page 33 Submitted by: TRANSTECH MAPCOm . . . subsurface systems. It will never damage the buried utility. It is a soft-touch dig, suck and seek method of potholing. The subsurface utilities are exposed for vertical measurement, and identification of the size and material. The profile of the excavated utilities are plotted on the plans using MicroStation or AutoCAD. The following field data is provided: . Elevation of the top of the utility tied to the data of the furnished plans with accuracy of +/- O. 05ft., based on the bench marks and survey points shown on the form. . Elevation of existing grade over utility at test hole. . Outside diameter of pipe or width of duct banks and configuration on non-encased multi-conduit systems. . Utility structure material composition where possible. . Identification of bench marks used to determine the elevation The test hole is backfilled with the original soil unless permit regulations require a special fill. All holes are compacted in 6" stick lifts to provide maximum compaction and to maintain future integrity of the hole, and pavement is restored in-kind. Advantages & Effectiveness: . The new technology is cleaner, quieter, safer and faster than the conventional potholing and open pit methods. . The new technology cost could be up to fifty percent less in cost as opposed to conventional methods, and there is an additional savings in required time. . SafeProbe, Inc.'s principal feature is the use of air pressure to excavate, resulting in no possibility of damage to the buried utility. . The new technology eliminates the use of heavy excavation equipment and thereby reduces the risk of accidental damages to overhead and underground utilities. . The new technology reuses the excavated material. . Safe probe, Inc. has personnel that have experience, skills and knowledge in the use of this technique. . We are certified in hazardous material handling. . The results of this new technology are valuable to public officials, city planners, city engineers, public work directors, architects, engineers, surveyor, developers as well as public utility companies. Reasons for Cost Effectiveness: Increased: . Safety . Savings Reduced: . Construction claims . Redesign / relocations . Damages and injuries . Loss of services . Change orders . Insurance claims . Fatigue . Heavy digging and lifting . Time Submitted to: III Proposal For Design of Sanitary Sewer Line ReplacementllJpgrade Page 34 Submitted by: TRANSTECH MAPCOilII 7. STATEMENT OF LOCAL PREFERENCE ELIGIBILITY . TRANSTECH ENGINEERS, INC. 198 N. Arrowhead Avenue, Ste. 1 San Bernardino, CA 92408 Tel: 909-384-5111 Construction Office 1170 W. 3rd Street San Bernardino, CA 92410 Tel: 909-889-5991 Em 10 ees on SB ro'ects: 9 . . Submitted to: _ Proposal For Design of Sanital}' Sawar Lina RaplacamanWpgrada o 0 on on N N ~ ;& w ;,It w "'" ~ ~ i ~ ~ ~ n~ J . c:.: e ~ ... W f:j : c: ~ ~>> ~. 6 .~ ~ ~ ~d ~ i n# '..(5 r o = ~~ 'e=J ~ ~ ~ u ~E" .. \:)\ i!l. It U fi ;;) i.o I}! ," !Xl it I ~ / 8i o !Ii tll . ~ ~ ~ ; ~ II! ill ; : ~ Q ~ ~ lit ill '~i; ~ ~~ ~ I~) It I ~ ~ i ~ ~ ia. h t- II: i :r U ~ ~ ill In! !lei ~ ~ l!l ~ mltll~ ;= ! ~t ~ IHlli m "1111 on ~dlIJ ~ I uhM .. . Submitted by: Page 35 ~~. I .--I . MAPCO ENGINEERS, INC. 164 W. Hospitality Lane. Ste. A San Bernardino, CA 92408 Tel: 909-384-7464 Em 10 ees on SB ro"ects: 11 . . Submitted to: III Proposal For Design of Sanital}' Sewer Une ReplacemenWpgrade I,:..; ~. ~,~ ~ '''- ,... tY !~ ../ '? r-.: y ;:: .or " ~ i- ~ V ... ct: ~~. - , ~ ? :/", I.,) ~ :'l'~ o z - Q CI:: <It Z Cl: loI.l = Z <( rJJ r.J. o >- !-' 01 0 0 ... ... " " (') (') .., ., ~ - ~ .. . : n ~ '~J ~ ~ ~~ ~l ~ ~ IE ~5 0@h; ~ .. aY :. '" ..,0- :1 .... rw . ... :~..O Ii, !~ . l'~ ~~ ~ " z ~ - ~; ~ goJ ~ ... ~Wl ~ ad ~I Q: ~I' Ii ;~ ~~Io g; ~i ~i!j~ OJ :,! Ii I P 11 i .~ , .. . '. . Submitted by: Page 36 ~~~~~ . 8. ITEMS, ACTIONS OR INFORMATION EXPECTED FROM THE CITY City shall provide: . Existing sewer master plan within project area . Existing sewer and street improvement plans within project area . Existing GIS information/plans within project area . A list of other known/planned projects within the project vicinity . . Submitted to: III Proposal For Dasign of Sanilary Sawar Una RaplacamantlUpgrada Page 38 Submitted by: TRANSTECH MAPC01Rl . . . 9. COMMENTS/SUGGESTIONS TO IMPROVE THE FINISHED PRODUCT OR TO COMPL Y WITH THE REQUIREMENTS OF THE RFP The City should pay for potholing costs based on final number of locations instead of a lump-sum fee. The exact number of pothole locations can only be determined after preliminary utility research is done and "hot spots" with potential utility conflicts are identified that requires potholing. If no "hot-spots" are identified, there would not be a need for any potholing work. The City should keep potholing fee as a place holder in the contract to be paid if required and based on number of potholes. This approach will keep the City's potholing costs down to minimum. If the City can provide soil/geotechnical information within the project vicinity from prior projects, soils work may not be necessary, thus resulting further cost savings for the City. If the City can provide existing street and utility plans in electronic format (from GIS), or "Ir. copies existing improvement plans that can be scanned into AutoCAD, the cost for base plan preparation would be reduced. If the Consultant is required to attend pre-bid meeting, pre-construction meeting and construction meetings, the City should identify the person to attend such meetings in order to avoid a number of consultant staff attending such meetings and charging the City additional costs unnecessarily. The City should not pay the consultant for answering questions related to design plans X during bidding and construction, if such questions are as a result of lack of information on the plans or insufficient design. The City should make it clear to the selected consultant that the quality, accuracy and correctiveness of the products prepared by the Consultant is the full responsibility of the Consultant, and the review by and approval of the products by the City staff as well as all other involved agencies does not relieve the Consultant of any liability and responsibility. The City has issued another RFP for similar sewer project. If the City awards both 'V projects to a single consultant, there will be cost savings to the City. Under a single ~ contract, the Consultant's management, meetings, coordination and administration efforts for both projects will take place at the same time, and therefore, there should be a reduction from the combined hours for both projects. Submitted to: _ Proposal For Design of Sanital}' Sewer Line ReplacemenWpgrade Submitted by: Page 39 ~~~~. . TRANSTECH ENGINEERS, INC. QC/QA MANUAL QUALITY CONTROL 1 1.1 General Information 1.1.1 Mission Statement: The purpose of this document is to define Quality Control and Quality Assurance. Quality Control is defined as the procedures and actions carried out to ensure that deliverables (reports, drawings, specifications, calculations, estimates, etc...) are produced in an organized accurate and precise manner that is consistent with the level of detail and precision required to be intended use of that deliverable. Quality Assurance is defined as those actions carried out to ensure implementation and compliance with the specified quality control plan. 1.1.2 Roles & Responsibilities: Each engineer with Transtech is under the direction of a Project Manager (PM). All work and deliverables submitted to Transtech is through the Transtech PM. Transtech is responsible to complete all work as described in the agreed to scope of services as directed by the PM and in accordance with applicable standards and criteria. 1.1.3 Work Scope: Prior to receiving a Notice to Proceed (NTP), Transtech submits a detailed work scope with tasks and subtasks categorized under the primary headings included in the projecfs Request for Proposal (RFP). 1.1.4 Project Management Plan: Transtech provides a detailed plan for project management including coordination with appropriate agencies to ensure timely completion of services. . 1.2 Drawings Each manager is responsible for enforcing CADD standards, tracking drawing completion, filing and conducting other activities associated with the management of drawing production. A log of drawings in MS Word for Excel shall be produced by the CADD Manager and placed in the design files directory at all times. As drawings are being created the file shall be updated. It will contain the following information: Name of file, contents of drawing and CADD Dralter who has worked on it. A logical naming convention system will be implemented so that locating files electronically will be made easier. Transtech as well as Sub Consultants shall use the same or compatible system. 1.2.1 Formats: Formats for all drawings shall be consistent with Los Angeles County standards or any format required by contract. The standard title block (see below) shall be used for all drawings unless otherwise specified. 1.2.2 Drawings Methods: AutoCAD or MicroStation format shall be used in drawing preparation. File setup is recommended to ensure proper conversion. 1.2.3 Contract Drawing Sets: Every set of contract drawings shall include an Index of Drawings. . 1.2.4 Title Blocks: All drawings shall include the standard title block. At each milestone submittal, the title block of each drawing shall contain the following CADD information: names of the person who the drawing was designed by, drawn by, and checked by; name of the in charge engineer; below this information, date that the drawing was completed; drawings title, contract number, drawing number, and scale and the revision level identification for Document Control. At the Camera Ready design milestone submittal, the following CADD information will be shown, starting from the lelt of the title block: Rev number, date of the submittal; description, I.e., issued for Bid; Rev number (next to the Drawing Number); and Sheet Number. In addition, at Camera Ready each drawing must contain the wet seal and submitted by, wet signature of the Transtech QC/QA Manual Page 1 . 1.2.5 1.2.6 1.3 1.3.1. responsible registered engineer, and the approved by, wet signature of the of related agency Project Manager. Jurisdiction Approvals: Any drawing that contains project features that affect facilities of jurisdiction, such as water, power, telecommunications and streets, must include an Index Pertinent Drawings of that jurisdiction. This drawing shall appear immediately after the index of drawings for the complete set and shall include cross-reference drawings (if applicable). Each jurisdiction will sign and/or seal the applicable index. The title block shall have all the information stated in subsection 1.2.4. Mapping Verification: Transtech is responsible for field verifying the location of pertinent features shown on agency provided mapping. Transtech shall provide supplemental surveys and other data as needed in order to complete design. All corrected mapping data shall be shown on a revised mapping set. Specifications A specificaffon is a document or portion of a document that describes or defined functional, design, application, workmanship, acceptance criteria, and installation requirements for materials, equipment, processes or structures. The contract specification forms the basis for acceptance of the finished product. Format: Specifications shall be clear, concise, and written in the imperative language; they shall not contain jargon or highly embellished language. The use of adjectives shall be avoided. Specifications will be created in Microsoft Word Version and will be based on the "Green Book' standard specifications for Public Works Construction and Caltrans standard specifications. 1.3.2 Revisions: The standard baseline specification is maintained to provide ready reference to the most current design applications of the project criteria. Changes to the baseline specifications are initiated by completing the Request For Deviation submitted by Transtech PM requesting the change to the agency PM for approval. Each revised issue will be accompanied by a computerized document control record that identifies the change, each subsequent change, and the authorization for the change. Changes to standard baseline specifications may be made to include information from previous designs, corrections, and new technology on products that require an update to the specifications. The agency Project Manager must approve all proposed changes to the standard specifications. . 1.3.3 Proprietary Specifications: Any specifications requiring the identification of specific brands or manufacturers of materials or equipment must identify at least two (2) brands or manufacturers where possible for each material or equipment. 1.4 Calculations 1.4.1 Format: Each item of the calculations shall be identified by its heading, or title, located at the left hand margin of the calculation sheet and underscored. 1.4.2 Preparation: Calculations shall be performed by engineers or designers as assigned by the supervisor responsible for the work. Calculations shall be identified by title and job number, page number, name of person performing the calculations, date of calculation, name of checker, and date of check. The designer shall precede the calculations with a cover sheet stating the design element, the methods used for the calculations, special data and formulae, and shall list the applicable design criteria and assumptions (such as live loads and wind loads used, soil bearing values, earth pressures, etc.) and the sources for this information. For computer calculations, computer input and output sheets along with a calculation cover sheet shall represent the calculation. The name of the computer program shall be listed on the cover sheet. For design applications, only approved computer programs shall be used. When the calculation is complete, the designer shall sign the cover sheet. . Trans/ech QC/QA Manual Page 2 . 1.4.3 Checks and Revisions: Checking and reviewing design documents includes the detailed checking of all supporting calculations and drawings and the detailed review of specifications and estimates and other technical data in order to provide complete designs without errors or omissions. 1.4.4 Approval: A qualified engineer shall independently check all calculations, drawings and estimates including those prepared by subcontractors. A qualified specification engineer shall review all specifications. Satisfactory quality shall take priority over engineering budget considerations. 1.5 Plan Checking 1.5.1 Definition: Each Department Manager/Discipline Supervisor, Lead Engineer shall be responsible for ensuring that all project contract documents, I.e., drawings and specifications, as well as engineering calculations, are reviewed and checked in accordance with the procedures set forth in this document. Checking requirements shall extend to home office, SubconsultanVSection Designers, contractors and their subcontractors. The originator or supervisor will perform the check. No engineer or designer shall be the checker of his or her own work. Drawings, specifications, and calculations shall be given a detailed red and yellow check before the Pre-Final Milestone and prior to the Final Design Milestone. The check prints or checks copies will be prepared by the checkers who have not been personally involved in the development or preparation of the original document(s). The red and yellow check means that every print, page or sheet shall be reviewed and checked in detail and proposed changes or corrections shall be marked in red pencil. Portions of drawings, specifications or calculations, which are correct, shall be indicated by a check mark or a line drawn through the item in yellow. A diagonal yellow line may be drawn across an entire sheet that is correct. Each check print or check copy designed for checking shall be affixed with a check print stamp containing a name and date for the following: 1. Checked By 2. Corrected By 3. Back Checked By 4. Reviewed By. . Where some item(s) (in red) are to be incorporated and other are not, the person making the determination for incorporation shall encircle items to be incorporated and sign Back Checked by. Reviewed by shall be completed by the responsible Engineer and shall not be the same person who signs Corrected By. . . . . . . . . . a. 1.5.2 Procedures: The checking activity comprises of the steps detailed below: The checker verifies that individual items are complete, signed, dated correct and legible. The checker must determine that all information shown is correct, complete and consistent. Correct items are highlighted, checked or lined through in yellow, incorrect items are marked in red and comments, questions or notes are marked in black pencil. The checker signs and dates the checked print or copy and returns it to the drafler/CADD Operator for corrections. All red marks are to be incorporated unless otherwise noted on the sheet by the responsible lead engineer. The new corrected print or copy is returned to the checker, along with the marked up check print for verification and corrected items are marked in green. The checker, engineer or drafter (CADD Operator) shall use black pencil for questions or discussion of items. These statements shall not be shown on the drawings or in the specifications. The checker marks items to indicate either their agreement or disagreement. The checker should use the following color code: Yellow For agreement Transtech OC/OA Manual Page 3 . b. c. d. e. Red Green Blue Black For corrections Used by Checker to verify that a correction has been made. Used by Originator to circle corrections. Used for notes, questions and clarifications, between the drafter CADD Operator and the checker. 1.5.3 Multiple Discipline Conflict Resolution: The Lead Engineer is responsible for the Multiple Discipline Conflict Resolution and Checking process, including coordination with designers of individual disciplines to complete drawing markup during the design development phase. Whenever a conflict develops between the requirements of completely checked work and the project schedule, the Project Manager will be notified in order to resolve the conflict. Satisfactory quality shall take priority over engineering budget considerations. 1.5.4 Plan Approval: Once the plan checking and revision process is complete, Transtech project manager shall approve plans for each milestone submittal. A transmittal letter shall accompany each submittal verifying the completeness and accuracy appropriate for the particular submittal in question. 1.6 Document Control The Document Control Procedure to be used applies to all documents received from the Section Designers and all documents generated by the Section Designers and sub-consultants. Refer to the attached document control sheets at the back 1.6.1 General Requirements and Definition: For the purpose of this procedure, the term document means recorded information and correspondence, of any nature, and includes communications of concepts, plans, descriptions, requirements and instructions relating to the project. . 1.6.2 Filing & Tracking: Transtech will maintain a chronological file that will contain daily records of incoming and outgoing correspondence. Because this file is basically a record-keeping device and an easy retrieval system, only cover letters or transmittals will be filed in it. Attachments or enclosures will be kept in the subject files. Correspondence to and from the agencies is numbered consecutively. Copies of this correspondence will be filed in the chronological file. The chronological file will be further divided into incoming and outgoing files. Project Manager's Administrative Assistant will maintain the numbering system, and a copy of that correspondence will be kept at the desk for future information. 1.6.3 Transmittals: Copies of transmittals will be kept in the subject files and the chronological file. 1.6.4 Correspondence: All correspondence and routine memoranda will be logged-in on a database file by date, originator, receiver and topic. This will provide flexibility in sorting/recalling correspondence as individual items or as groups of items. Correspondence and memoranda having a one time only use shall be termed uncontrolled documents. Approved documents that are provided to the Section Design Consultant and which apply to project-wide or design section specific application shall be termed controlled documents. The Section Design Consultant will maintain a file of the latest approved control documents. . 1.6.5 Records of Meetings and Conversations A. Meeting Minutes: Within the subject file there will be a file for minutes of meetings. The official minutes of in-house technical meetings, including meetings with subconsultants, will normally be recorded by the convener or a designee who will be named at the beginning of the meeting. A designated attendee will keep minutes of meetings with agencies of the city, state or federal government, private organizations or the general public when these meetings relate directly to their specific design. A member of agency or program management staff will also attend these meetings. Within five working days following the meeting, the minutes will be submitted to the Transtech QC/QA Manual Page 4 . B. agency PM for approval to distribute to all attendees. The approved minutes shall then be filed and shall stand as the official record of the meeting. Telephone Conversations: Telephone conversations of matters other than a routine nature, which may involve important decisions, policy or contractual matter, shall be promptly recorded by Transtech participant on a Notes of Telephone Conversation form and shall indicate the required distribution and file number. A minimum distribution shall include participants in the telephone conversation, the agency Project Manager. 1.7 Progress, Performance, Schedule & Cost Tracking 1.7.1 Progress Reporting: Progress reports communicate the status of the project and highlight issues and concerns that need to be addressed for the expeditious performance of the work. Transtech will prepare the following reports and all items specified shall be addressed. . . . . . . . . Transtech QC/QA Manual Monthlv Proaress Reoort- This report will be issued monthly by the consultant to the Project Manager and shall include the following information and data: An Executive Summary highlighting the work effort contained in other detailed sections. Work accomplishment for the current month, detailing in narrative fashion the work performed or comments on work that was scheduled but not accomplished. Work to be performed next month, detailing in narrative form the work scheduled to be performed next month. Issues and Concerns section detailing items which require management review, actions and/or discussion in order to progress the work. Trend or deviation reporting section detailing potential changes to schedule, cost, or scope configuration management. CosVBudget information; with status of current budgets, commitments, expenditures. The data should address current or actual information along with projected or forecast at completion data. . Schedule and Progress Performance section providing details on the planned schedule/progress of the work compared against the actual "earned value' progress along with a projection on the to go forecast schedule to completion. This section will also contain information on the specific earned value progress status of design drawings, plans, specifications and all other engineering deliverabies (i.e. basis, tasks, etc.) in sufficient detail to support the earned value calculation of the design progress. . DBE participation and compliance reporting as required by contract. Bi-Weeklv Proaress Reoort- This report will be issued weekly by the consultant prior to the regularly scheduled weekly coordination meeting to the Project Manager and shall include the following information and data: . Work accomplishment for the current week, a brief narrative of the work performed or comments on work that was scheduled but not accomplished. . Work to be performed next week, a brief narrative of the work scheduled to be performed next week. . A Critical Actions Items Report section detailing in tabular or listing format those activities or issues which require action by the owner or consultant in order to expeditiously progress the work. . Any other information or data required by the owner or consultant to effectively communicate items requiring review, discussion or actions. Page 5 . . . 1.7.2 Cost Control Requirements Control Budget The Control Budget as defined by the contract not to exceed (NTE) value is the control basis for scope changes, trend analysis, cost reporting and performance monitoring. Any variance to the budget will be reported and controlled through a Trend and Scope Change control program. Scope Change Control Program: Scope changes will identify the scope impact and monitor the change from identification through approval or rejection. Typically scope changes are identified through the trend program. All deviations to the project budget and schedule will be reported to the Authority through a trend notification delailing the cost and schedule impact to the project budget or plan. When a trend is determined to be a scope change, a determination will be made as to whether the change in scope growth is valid. In accordance with the contract, Transtech shall notify the agency as soon as a scope deviation is identified and oblain agency approval prior to the change work being undertaken. Estimates: Various cost estimates will be developed in accordance with the contract by the consullant during specific design periods during the program phase of work. Additionally, estimates will be developed to support the trend and change order process as necessary. The level of delail and accuracy of the estimates will depend upon the slage of design and progress and will be governed by the availability of data and source information. 1.7.3 Schedule Control Requirements: Project schedules guide the development of the project itself, provide other involved parties with information on the impact of the project on their activities, and provide a method of measuring actual against scheduled progress. Transtech is responsible for developing and disseminating a project design schedule consistent with the milestone dates identified in the contract. Transtech shall update and issue periodic updates to the schedule indicating current progress and comparative analysis to the overall milestone items and dates. Transtech shall provide the Agency Project Manager with a hierarchy of schedules to satisfy the various levels of delail planning and reporting required by the project team. Development of the schedules slarts with a generalized master/milestone summary schedule and proceeds downward to the delailed schedules. The primary components of the Schedule Control requirements are: Master/Milestone Summary Schedule Intermediate Implemenlation Project Schedule Schedule/Progress Curve Delailed Schedules Master/Milestone Summary Schedule: The Master/Milestone Summary Schedule covers the entire scope of the project at a summary level. The initial Master/Milestone Summary Schedule based on the contract milestone activities and dates and will be presented in a bar chart format. It will be updated monthly and included in the Monthly Progress Report for the project. Intermediate Implementation Project Schedule: The Intermediate Implemenlation Project Schedule covers the entire project scope and utilizes a Critical Path Method (CPM) scheduling program, which provides the level of delail required to plan and schedule the project, to coordinate work, and to monitor and analyze progress for the identification of potential schedule impacts. This schedule will be developed to track the design project phase and shall also be the format used for the preliminary construction schedules required to identify project "need dates" for design drawings, specifications, major procurements, safety plans, work plan, QC plan, vendor deliverables, and other pertinent milestones. This schedule is intended to be a working tool and will therefore be updated as required to reflect the current project scope and plan and will be developed during the initial planning slage. Detailed Schedules: During design engineering delailed schedules will be developed to show project activities scheduled over the next one to three months. A list of deliverables will also be interfaced with the schedule. As required, working-level schedules will be submitted at the weekly progress meetings and updated. Schedule Monitoring and Status: All schedules will be thoroughly reviewed; slatused and updated to determine progress and the logical progression of the work in accordance with project schedule plans and Transtech OC/OA Manual Page 6 . . . goals. All deviations and exceptions to the plans will be analyzed and reported to program management for review and possible mitigate action. Transtech shall develop a project schedule to be included in the work plan as one of the first priorities, and the schedule shall be examined regularly and updated as necessary during the various design stages. The product of final design (100%) design shall include a construction schedule with milestones and construction staging requirements in sufficient detail to identify major inter-relationships and interfaces associated with construction and other entities (I.e. utility companies, local and state jurisdictions, etc.). 1.7.4 Engineering Progress and Performance Monitoring and Control Requirements: Transtech shall ensure that a detailed listing will be developed for engineering job hour budgets by work package, drawingllask, discipline, etc. These budgets will be used to establish ''Not-to-Exceed" dollar budgets for the design contractors and to assess overall progress and performance. Progress will be reported against each work item in order to calculate the earned job hours and/or contract dollars. Actual job hours by engineering discipline or design contractor will be compared to the earned job hours to calculate engineering progress and performance. Budgets will be adjusted as required for changes in scope via approved change requests. 2 QUALITY ASSURANCE 2.1 Design Oversight 2.1.1 Roles & Responsibilities . Projects are any independent activity with a specific budget, scope of work and schedule for completion. . Project management is the process of defining a project in terms of overall objective, scope, schedule and budget and then controlling these elements to deliver a quality project. . Transtech will designate a Desian Proiect Manaaer who will be responsible for the successful delivery of the design package. This will include management of all design activities, schedule and budget performance, outside agency coordination and responsibilities as the primary contact with the Agency Project Manager. Specific responsibilities will include: a) Communicating effectively with clients, consultants, task leaders, project support personnel, contractors, and outside agencies as appropriate. b) Maintaining effective management over all project aspects especially scope, budget and schedule. c) Preparing all necessary project document approval memos, status reports, etc. in a clear and timely manner. d) Providing timely input to the capital project accounting system (CPAS). e) Initiating and participating in consultant procurement and construction contracts. f) Managing the work of design consultants, construction managers and contractors. g) Monitoring project status to ensure that project staff, consultants and contractors are working within project scope, budget, and schedule. h) Implementing project quality assurance/quality control systems. i) Identifying problems before they adversely affect a project, and following up to resolve conflicts, problems and unresolved issues. j) Anticipating unavoidable changes to scope, budget, and schedule and preparing and communicating changes to the project plan. k) Managing the proper organization, maintenance and updating of project files. I) Coordinating activities that put the completed project into use. m) Conducting timely project closeout procedures. 2.1.2 Procedures: The Transtech PM will report directly to the Agency PM; as such, all-formal communication to Agency and other parties involved in the project Transtech QClQA Manual Page 7 . number clearly identified. 2.3.3 Comment Response Format: Responses to reviewers' comments will be provided using the Comment Response Form. In the event of conflicting revisions requested by two or more reviewers, it will be the responsibility of Transtech PM to address this conflict on the response form and recommend a solution for Agency PM approval. 2.3.4 Revision Documentation: All revisions to plans will be documented in the designated area on the plan sheet title block including all necessary revision tracking information. 2.4 Final Submittal 2.4.1 Definition Final Submittal: Hold point for final checking and verification of resolution of design review comment. Drawings and specifications should be 100% complete and checked. Final schedule of quantities is done. Camera-Ready: Document set has been approved by Agency as ready for advertisement. Each document shall have been signed, dated and wet sealed by the Engineer who is in responsible charge of the work. Addenda: Where drawings or specification sections are added or substantially modified by addendum, they shall be reviewed by the responsible Transtech Design Project Manager, lead engineer, quality assurance and the Agency Project Manager, as a minimum. A supplemental design review shall be conducted where there is a change in design direction, scope of work or new design input. 2.4.2 Distribution: Final deliverable submittals will be made to the Agency Project Manager. 2.4.3 Reproduction: Final deliverable submittals shall be comprised of one original, reproducible set. One or . more compact discs (CDs) will be submitted as part of the final project submittal. . T ranstech QC/QA Manual Page 9 . . . 2.1.3 Budget: Updated project cost estimates shall be part of the 30%, 65% and 100% design submittals. Project development after the 30% design stage shall be done on a design-to-budget basis. Budgets shall include all major cost elements such as design and construction management consultant services, force account efforts, property acquisition, construction, equipment, administration, and contingency. As budgets are updated during the course of a project, the backup calculations and sources of information shall be documented and placed in the project files. 2.1.4 Schedule: Project schedules guide the development of the project, provide other involved parties with information on the impact of the project on their activities, and provide a method of measuring actual against scheduled progress. Transtech shall develop a detailed project schedule as one of the first tasks, and the schedule should be evaluated regularly and updated if necessary at the end of 30%, 65% and 100% design stages. The product of final design (100%) shall include a construction schedule in sufficient detail to depict, with reasonable accuracy, the interrelationships and interfaces amongst the various project entities such as utilities owners, local and state jurisdictions, with milestones and possible staging requirements identified. 2.1.5 Third Party Coordination: Situations will arise where third parties will have review responsibilities. This occurs when the property of a third party will be modified or added to by agency construction work; when materials to be provided by a third party are to be incorporated in the work; or when a third party will assume ownership of the completed work. Transtech shall be responsible for third party coordination where required and will work through the Agency Project Manager to insure that third party coordination and approval requirements are met. 2.2 Interim Milestone Submittals 2.2.1 Milestone Definition Preliminary Engineering: This is the phase at the design freeze point for conceptual design where the documents are approximately 30% complete. This is the point where configuration control begins and the major design criteria elements are defined. Interim 65 % Complete: This is the phase where Point of Interim Design Development is prior to completion of final design. Drawing detail should be approximately 60% to 70% complete. Pre-Final 100% Complete: This is the phase when the design documents are substantially complete and ready for review and comment. The drawings and specifications are essentially complete and checked. This is the basis for development of the first draft of the Schedules of Quantities and Prices. 2.2.2 Submittal Distribution: All interim deliverable submittals will be made to the Agency Project Manager. Agency will be responsible for all subsequent distributions of deliverables. 2.2.3 Transmittals: All interim submittals will be accompanied by a completed, dated transmittal form. 2.2.4 Reproduction: All interim deliverable submittals shall be comprised of one original, reproducible set. 2.3 Submittal Reviews & Revisions 2.3.1 Review Durations: It is anticipated that review and comment of interim submittals will take thirty (30) days to complete. 2.3.2 Comment Formats: Reviewer comments will likely be in the following formats: . Comments and revision requests written directly on plans . Comments and revision requests written directly on documents . Comments and revision requests provided separately with applicable deliverable page or drawing T ranstech QClOA Manual Page 8 . . . CORPORATE DATA y".W"M'.>,.~.~", _'^_"','"__~~"'''_'^ ',_""C_"_~_<'r,~~>.~_~'~',,'n.~' Name: . Transtech En~gineers, .Inc. California Corporation Corporation 10 No.: 1493938 State Tax 10 No.: 363-9207-4 Federal Tax 10 No.: 95-4314745 "wn ,,_._ PE,LS, TE,General Contractor A and B 1989 o &~B~Cr~clit Bating2A1 . ...... . . l?!!l~~~.':1.~~l; $2~rTl.~~~ofEl~~i<?rlCl.I~l..~.4.rTl_~g.g!Ela<:l!El.~l<:l..~.il.!!Y. Structure: j,.....- Licenses: Firm Established: Financial Strength: ....!I1.~.Il.rll'lc!g~~erllll!:. COMPANY PROFILE . Transtech is a consulting engineering firm that provides a broad range of planning, engineering, program management and construction management services to local, state and federal agencies. . Transtech has a structured approach to execute projects in an efficient manner and to provide the client the highest quality of product. We have established guidelines and policies, including written manuals on quality control, project management and design procedures for its staff. These guidelines ensure a consistent approach to the execution of assignments undertaken by Transtech, and provide Project Managers specific instructions on critical items to check/recheck and allows them efficiently finalize projects. Transtech has an extensive in-house QC/QA program to prevent design errors and construction change orders. Since 1989 that we have been in business, there has been not a single claim against our E & 0 insurance. . Transtech's technical and managerial staff is supported by experienced support staff using a state of the art networked computer system. Computer aided design and drafting capabilities include AutoCAO and Intergraph systems. Transtech has made a sincere commitment to Quality Control, Time Management and Cost Effectiveness to ensure compliance with applicable agency policies, standards and regulations as well as the City's scope of services. This commitment is what allows Transtech to provide services unequaled in the industry at the least cost to the Client. . Our key staff members have served public agencies in various capacities as City Engineer, City Traffic Engineer, Building Official, Construction Inspectors and Project Managers. We are accustomed to working with governmental agencies in every facet of public works and planning, including city engineering, traffic engineering, capital improvement project design and construction management. We have an excellent understanding of publiC agency procedures, policies and issues. . One of the strong points of our staff is their ability to efficiently work with, and knowledge of procedures and staff of various government agencies, including Caltrans. We have rightfully gained the reputation as "expediting" and "getting" projects done with Caltrans. Our staff works effectively with Caltrans, Orange, Los Angeles and Riverside, San Bernardino and San Diego Counties as well as numerous local jurisdictions in Southern California on a wide variety of engineering and planning projects. . Transtech is recognized as an expert firm in local, regional, state and federal programs and procedures. Our staff provides this expertise to our clients to obtain funding for their projects from various available funding sources. During the past few years, Transtech staff obtained over $100 million in state and federal funds for various public works improvement projects and feasibility/planning studies for its client cities. Additional Information on T ranstech Page 1 EXPERIENCE IN HIGHWAY DESIGN Transtech has diverse experience in every facet public works engineering, and has participated on numerous multi-disciplinary teams dealing with the planning and development of civil engineering, urban and rural development, and public works projects, and successfully designed and managed major highway, structural engineering, water resources and land development projects. The following is summary of major civil engineering projects recently completed by Transtech's key staff: City of Alhambra Valley Boulevard Widening Project Cost: $6 m Start Date: 2001 Completion Date: 2002 FEDERALLY FUNDED . Alameda Corridor Agency East (ACE) Rail Grade Crossing Jumpstart Improvement Project Cost: $5 m Start Date: 2001 Completion Date: 2002 . FEDERALLY FUNDED' . City of Alhambra Fremont Widening Cost: $6 m Start Date: 1997 Completion Date: 2003 FEDERALLY FUNDED County of Los Angeles Annual Contract Services Over 15 Projects since 1993 Cost: $20 m SOME FEDERALLY FUNDED City of Commerce Washington Boulevard Reconstruction . Cost: $1 m Start Date: 2002 Completion Date: 2002 FEDERALLY FUNDED . City of San EI Monte Annual Street Improvement Program Since 1998 Cost: $2 m . Additional Information on Transtech Design of Valley Boulevard widening from west to east city limits. The project was funded by a federal grant. Transtech was responsible for compliance with all requirements as detailed in Caltrans Local Program Manual, and Reengineering" including: completing Preliminary Environmental Documents, Right-of-Way Engineering, and certifying PS&E compliance to Caltrans. Transtech is also providingCQnstruction managelllentservices for the project. Design of Federally Funded Jump Start Improvement Package #1-Rail Grade Crossing Improvements for Alameda Corridor Agency East (ACE). Project involved 6 agencies and 14 locations in Los Angeles County. Work involved roadway realignment and reconstruction, signalization, traffic control, and construction phasing as well as related improvements such as storm drain, water, sewer landscaping, underground utilities, etc. Design of Fremont Avenue widening from Valley Boulevard to Commonwealth Avenue. The project is funded by a federal grant (ISTEA). Transtech is responsible for compliance with all requirements for ISTEA funded projects as detailed in Caltrans Local Program Manual, and Reengineering" including: completing Preliminary Environmental Documents, conducting Field Review with Caltrans, Right-of-Way Engineering, and certifying PS&E compliance to Caltrans._ . Since 1993, Transtech has been providing engineering services to County of Los Angeles on contract basis. Transtech completed a number of projects with a total estimated construction cost over $20,000,000. Most of these projects were federally funded. Design of Washington Boulevard Reconstruction between 710 Freeway and Cobb Street. Project included processing an Caltrans Encroachment Permit. Transtech served as design engineer and construction manager for the entire project. Since 1998, Transtech has been exclusively retained by the City and prepared various street rehabilitation improvements, including drainage and storm drains for 4 separate contracts. Page 2 . . . City of Carlsbad San Diego to Oceanside Coastal Rail/Bicycle Trail Cost: $20 m Start Date: 1997 Completion Date: 1999 FEDERALLY FUNDED City of Glendale 1-5/Colorado Off-ramp Realignment Cost: $1 m Start Date: 2000 Completion Date: 2001 City of San Marcos Questhaven/Twin Oaks Valley Cost: $8 m Start Date: 1993 Completion Date: 1995 City of San Clemente Annual City-wide Street Improvement Program Cost: $1 m Start Date: 1998 Completion Date: 1999 City of Torrance Crenshaw and Skypark Reconstruction Projects Cost: $3 m 0 Start Date: 1998 Completion Date: 2000 FEDERALLY FUNDED City of Commerce-Street Rehabilitation Program, Tubeway and Yates 0 Reconstruction/Overlay 0 Cost: $0.5 m Start Date: 2001 Completion Date: 2002 STATE FUNDED Additional Information on Transtech Transtech was the prime consultant responsible for the feasibility study, planning, preliminary engineering design, right-of-way, CEQNNEPA environmental assessment, identification of funding strategies/sources, and management of the 42 mile Coastal Rail/Bicycle Trail involving 7 jurisdictions in San Diego County. This unique project had many interesting and environmental design features and constraints that were incorporated into the project, including safety, grade crossings, environmental habitats ranging from riparian and wetland areas to sensitive sandstone cliffs. This project required extensive effort in public participation/community involvement, and the coordination of many local jurisdictions as well as requiring permits from just ab()ut eVf!ry state and federal resource agency, .0. Designed the realignment and reconstruction of the I- S/Colorado Off-ramp, including roadway, drainage, signal, striping and traffic control under Caltrans Encroachment permit. o Design of six miles of major arterial roadway. The preliminary designs included sewer and water transmission, storm drainage, and grading and earthwork analysis in mountainous : terrain. The project required and has obtained Corps of Engineers Section 404 and State Department of Fish and Game Section 1603 Permits. The projects involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Designed reconstruction/rehabilitation of Crenshaw Boulevard and Skypark Avenue (2 separate projects). Transtech also provided construction management services for the project. Project Cost: $3,000,000. The projects involved roadway rehabilitation and reconstruction, storm drain, water and sewer design. Transtech also provided construction management services for o the project. Transtech also completed various other CIP projects totaling over $2,000,000 in the City. Page 3 . . . 710 Interim Surface Roadway Improvements Cost: $3 m Start Date: 2001 Completion Date: 2002 FEDERALLY FUNDED City of San EI Monte Annual Street Rehabilitation Program, 98, 99, 00, 01 Cost: $3 m Start Date: 1998 Completion Date: 2001 San Diego County Polo Club Development Private Development Cost: $40 m Start Date: 1997 Completion Date: 2000 City of Rancho Palos Verdes Palos Verdes Scenic Turnout and Landscape Design Cost: $1.5 m Start Date: 1999 Completion Date: 2000 FEDERALLY FUNDED City of Alhambra Annual Street Rehabilitation Program, 94 through 02 ~~l!!":""~~ "!!" Additionallnfonnation on T ranstech Design of 710 Freeway interim improvements" The project is funded by a federal grant. Transtech is responsible for compliance with all requirements as detailed in Caltrans Local Program Manual, and Reengineering" including: completing Preliminary Environmental Documents, Right-of-Way Engineering, and certifying PS&E compliance to Caltrans. Project cost $3,000,000. The projects involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Project Cost: $3,000,000. . Engineering. for grading, roads and a bridge for the 450 acre subdivision in San Diego County. The project design includes development constraints of wetland and coastal sage habitat. Transtech is coordinating with the environmental consultant to reduce design impacts from other preliminary designs and therefore significantly reduce the mitigation requirements. The project will require the processing of both Section 404 and 1603 permits. Transtech's landscape architects will be designing in coordination with the environmental mitigation requirements, the habitat enhancement and restoration plans. The project also includes the design of a bridge, two large . reinforced concrete box culverts and Hec II analysis for flood plain and identification of areas subject toinundation. Designed 2 scenic turnouts along Palos Verdes West and Palos Verdes Drive South. The stretch of highway, which serves as the only coastal road connecting the beach cities to the north with San Pedro and Long Beach to the south, is one of the few locations remaining that provide a pristine and unimpeded view of the coast. The project will benefit the entire South Bay by providing picturesque and safe turnouts to view the Pacific Ocean, Catalina Island, the Channel Islands, the coastline and a chance to view migrating whales. Transtech alsoprovided construction support services tothe City. The projects involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Transtech also provided construction management services for Page 4 . . . EXPERIENCE IN PROGRAM AND CONSTRUCTION MANAGEMENT Transtech has a highly qualified and experienced construction engineering staff who in the past decade have been responsible for the management of over $500 million worth of private and public works construction projects in Type A and Type B construction. Furthermore, Transtech serves as contract City Engineer, City Traffic Engineer, Construction Inspector, Building Official and Plan Checker for a number of Cities in Los Angeles County. Our staffs role in these Cities is to function as turn-key program managers for the CIP projects, as these cities do not have any in-house engineering personnel. In such capacity, Transtech is accustomed to function as the City's program manager responsible as well as accountable for all aspects of CIP projects. It is important to note that such complete accountability requires a structured approach to execute projects in an efficient manner and to provide the client the highest quality of product. Our established in-house guidelines and policies, including written manuals on quality control, project management and design procedures ensure a consistent approach to the execution of assignments undertaken by Transtech, and provide Project Managers specific instructions on critical items to check/recheck and allows them efficiently finalize projects. We can proudly state that we have not had any construction cost change orders relating to our product, and since 1989 that we have been in business, there has been not a single claim against our E & 0 insurance. One of the strong points of our staff is their ability to efficiently work with, and knowledge of procedures and staff of various government agencies, including Caltrans. We have rightfully gained the reputation as "expediting" and "gelling" projects done with Caltrans. Our staff works effectively with Caltrans, Orange, Los Angeles and Riverside, San Bernardino and San Diego Counties as well as numerous local jurisdictions in Southern California on a wide variety of engineering and planning projects. Transtech is recognized as an expert firm in local, regional, state and federal programs and procedures. Our staff provides this expertise to our clients to obtain funding for their projects from various available funding sources. During the past few years, Transtech staff obtained and completed over $100 million in state and federal funds for various public works improvement projects and feasibility/planning studies for its client cities. Some of the most recently completed projects where Transtech was retained in various capacities as Program/Project/Construction Manager are as follows: Transtech is working with the City of San Bernardino, Watson City of San Development and Cal-State SB for the development of 300,000 Bernardino/University SF office space for high-tech businesses, a conference center, Park Development educational and training facilities, parking structures, offices for Project Cost: $105 m university and approximately 200 upscale residential units on a Start Date: 2001 135 acre land owned by the City. Transtech is completing the Completion Date: 2006 . project under a design-built contract in partnership with City, Private Institutions and CalState SB. Additional Information on Transtech Page 5 . City of San Bernardino Santa Fe Historic Rail Depot Renovation Project Cost: $13 m for building $15m for future planned developments around the building Start Date: 2001 Completion Date: 2003 FEDERALLY FUNDED City of Commerce City Hall Addition and Library Improvements Project Cost: $5 m Start Date: 2001 Completion Date: 2003 . City of Commerce Rosewood Community Center Project Cost: $15 m Start Date: 1998 Completion Date: 2002 City of Alhambra Garfield Renaissance Center Project Cost: $30 m Start Date: 2000 Completion Date: 2002 City of Alhambra Downtown Revitalization Program Project Cost: $10 m Start Date: 1998 Completion Date: 2000 City of San Clemente Contract Public Works Construction Management And Inspection Services Project Cost: $Annual 25 m Start Date: 1998 . Completion Date: On-going . AddiOonallnformation on Transtech Transtech is serving as turn-key project manager, including management of design consultant and specialty inspection consultants, construction management, building plan check and inspection, federal fund management, labor compliance. The project involves hazardous material abatement, building renovation, TI improvements, restaurant improvements, seismic and structural upgrade, new mechanical, electrical HVAC system and site improvements to renovate and reuse a 60,000 SF existing building. In addition, future planned improvements include a railroad museum, parking structure and retElillcornmercial improvements around the building. Transtech is serving as turn-key project manager, including management of design consultant and specialty inspection consultants, construction management, building plan check and inspection, federal fund management, labor compliance. The project involves construction of 20,000 SF addition to existing City Hall, remodeling of existing City Hall and improvements to the Library area which is housed within the same building. Transtech was retained by the City to take over the . management of this multi million dollar facility which was 2 years behind schedule. Within 5 months, Transtech brought the construction to substantial completion level allowing the City start the move-in process, and 2 months after, the facility was opened to publiC use. Currently, Transtech is assisting the City in claims analysis and changeorder resolution. Transtech is serving as turn-key project manager, including management of design consultant and specialty inspection consultants, construction management, building plan check and inspection, federal fund management, labor compliance. This project involves 11 separate contracts to construct a 800 car 5 level parking structure, 150 car surface parking lot, a public plaza with fountain and unique art features, multi-plex theater, restaurant and retail buildings, and street improvements consisting of roadway widening, storm drain, sewer, water main, utilities. Transtech served as turn-key program manager, including design, construction management, building plan check and inspection, federal fund management, labor compliance. Since 1999, Transtech is providing contract inspection services to the City on all Public Works Capital Projects. The projects included 1 freeway interchange, and a number of roadway, water, sewer and storm drain projects. Page 6 . . . County of Los Angeles City of Alhambra Fremont Widening Project Cost $6m Start Date: 1997 Completion Date: 2002 FEDERALLY FUNDED County of Los Angeles City of Alhambra Valley Boulevard Widening Project Cost $5m Start Date: 1999 . Completion Date: 2002 FEDERALLY FUNDED City of Torrance Crenshaw Reconstruction Skypark,190th/Crenshaw Widening Project Cost: $5 m Start Date: 1998 . p,c ~l:IlTlplllticlllDate: 2000 Additional Information on Transtech Services include preparation of funding application, securing $6 million Federal, State and County funding, design and right- of-way acquisition. Transtech is currently providing construction management services, including inspection, . surveying, resident engineer, federal compliance, labor compliance. Services include preparation of funding application, securing $5 million Federal, State and County funding, and design, and is currently providing construction management services, including inspection, surveying, resident engineer, federal compliance, labor compliance. Services include design, construction management services, including inspection, surveying, resident engineer, federal compliance, labor compliance. Page 7 . . . " Iranslech ENGINEERS .PLANNERS .MUNICIPAL CONSULTANTS 198 N. Arrowhead Avenue. Suite I .San Bernardino. California 92408 . Telephone: 1909\ 383-8579. Facsimile: (909) 595-8863 October 6, 2003 Mr. Michael W. Grubbs Acting City Engineer City of San Bernardino 300 North D Street San Bernardino, CA 92418 Tel: 909-384-5111 Fax: 909-384-5155 Attention: Robert Sepulveda Project Engineer Subject: Questions regarding Sewer RFP's Gentleman: Thank you for requesting a proposal from Transtech on 2 sewer projects. Transtech staff has conducted a preliminary field review of the project areas as well as existing available information in preparation for the proposal. Our preliminary investigations resulted in some questions and issues, on which we would like to get more information. 1. Some of the sewer lines appear to be located within the State (Caltrans) right-of- way. These streets are: · I nland Center Drive from H Street to 1-215 . I nland Center from Scenic Drive to 1-215 . A portion of sewer line on E Street (at 1-10 ramps) . 17th Street between H Street and I Street · Virginia Street between H Street and I Street Should we assume that the selected consultant will be responsible to coordinate with Caltrans and obtain an encroachment permit? G:\WPROCE$S\PROf'OSAL\2OO3I23052 sa OSGN SA.NIT savER LN REPl.ACEMENT -llPGRADES AAROWHEAD FROt.I tdILL TO CtWIDLER\1G-06-03, QUESTIONS.doe trans/e ' Page 1 of3 ~ . 2. " A section of sewer line on E Street crosses the bridge over the Santa Ana River. Should we assume that the selected consultant will be responsible to coordinate with the County Flood Control and other jurisdictional agencies and obtain necessary encroachment permits? 3. E Street is a heavily traveled major street which connects Hospitality Area to north. The existing sewer line appears to be on the east side of the street for half of the project limits and then switches over to the west side. As E Street is a heavily traveled major street, will the City consider installing the new sewer on one side of the street by closing curb lane during the project duration? Also, will the City require Consultant to prepare detailed traffic control plans as part of PS&E bid package for this street? Will the City require traffic control plans for the other streets or will it be sufficient to refer to WATCH Manual for standard traffic control (in our opinion referring to the WATCH Manual would be sufficient)? 4. Will the City hire a separate contractor for potholing to verify underground utility locations and provide that information to the Consultant for the design, or will the Consultant be responsible for potholing costs? 5. . 6. . Does the City have necessary soil/geotechnical information that can be used by the consultant? If not, will the City require the consultant to include soils/geo- tech work in his proposal? For question 5 and 6, if the City requires the Consultant to include potholing and soils/geo-tech work in his proposal, may we suggest the City to establish a budget amount such work. The extent of such work would not be known until preliminary utility record search is conducted and preliminary sewer alignment is established, after which we would be able to identify the number of pothole locations depending upon potential utility conflict spots. Would the City consider establishing a budget of, for example $15,000, for each project for potholing and soils/geo-tech work, and require all consultants to include this budget allowance in their fees, which would enable the City to compare fees on equal basis. 7. Some of the proposed sewer lines appear to be within the future 1-215 Freeway widening limits. What is the schedule of the widening, and will the consultant be required to coordinate with Caltrans freeway design team to avoid future conflicts. 8. Does the City have existing street and utility plans in electronic format, which can be used for base plan preparation? The City's GIS Department may have existing plans and information in electronic format, and if such information is made available to the Consultant, the City would reduce the cost of base plan preparation substantially. 9. Will the consultant services terminate once the PS&E is completed and approved by the City Engineer? Will the City require the consultant to assist the City during G:\WPROCESSlPROPOSAl\2003\23052 SB DSGN SANrT SEViER IN REPlACEMENT -uPGRADES ARROWHEAD FROU MILL TO ~OlER\lo.o&-03. CUESTlONS.doc Irans/e:: Page2of3 ~:. . . . " the advertisement and bidding process, attend pre-bid meeting, pre-construction meeting and provide engineering support during construction phase? If yes, please identify how many hours should the consultant estimate for any as-need basis support services after the PS&E is completed. May we suggest that a not to exceed 100 hours is established for each project by the City for any support services after PS&E is completed. The pre-established hours will enable each consultant to provide a fee based on same number of hours, which would be charged if any support is requested by the City after completion of the PS&E. We will appreciate your response to these questions. Sincerely, Transtech Engineers, Inc. ~ Ali Cayir, PE, Principal G:\WPROCESS\PROPOSAIJ2003\23052 sa DSGN SANIT SEWER LN REPLACEMENT -uPGRADES ARROWHEAD FROM MII.1. TO CHANDlER\ lG-{)6..00. OUESTl0N5.doe IranSle.' Page3of3 ;;;c;;;m., ff . Allen Cayir . . From: Allen Cayir [cayir@transteche.com) Sent: Tuesday, October 07, 2003 4:27 PM To: Grubbs_Mi; Sepulveda_Ro Subject: Questions regarding 2 sewer RFPs Thank you for requesting a proposal from Transtech on 2 sewer projects. Transtech staff has conducted a preliminary field review of the project areas as well as existing available information in preparation for the proposal. Our preliminary investigations resulted in some questions and issues, on which we would like to get more information. Please see attached questions. Ali Cayir 10/7/2003 I ~; , I . #' ' t.\> ! ~" San Bernar '100 ",\!i.,. ~ 'G!:\~ I. , , ;,:,~ (~, ....1 I'" {)I- .. .. City of San Bernardino Dev~~o~t Services Department ~UEST FOR PROPOSAL ~...' TO . PROVIDE PROFESSIONAL CIVIL ENGINEERING FOR THE DESIGN OF SANITARY SEWER LINE REPLACEMENTIUPGRADE AT THE FOLLOWING LOCATIONS: "E" STREET \ FROM HUNTS LANE TO McKAY DRIVE . CHANDLER PLACE FROM "E" STREET TO ORANGE SHOW ROAD INLAND CENTER DRIVE FROM "u" STREET TO 1-215 FREEWAY INLAND CENTER DRIVE FROM SCENIC DRIVE TO 1-215 FREEWAY VIRGINIA STREET FROM "I" STREET TO "U" STREET 17TI1 STREET FROM "I" STREET TO "U" STREET ALLEY SOUTH OF JEFFERSON STREET TO INLAND CENTER DRIVE . PUBLIC WORKS DIVISION DEVELOPMENT SERVICES DEPARTMENT SEPTEMBER 2003 Page 1 of6 s:. Pl~bli~' \\"ML, En'" S.:'\'-.,:r F ii . !TI'IICF\1l \;T O\; E ST O\; ClI.\\;DI.FR PI. .G').!;.O,.J.)O . r, . . . SEPTEMBER 2003 f' I. INTRODUCTION The City of San Bernardino wishes to obtain the services of a professional civil engineering firm to prepare 24"X36" plans, specifications and estimate cost (pS & E) hard copy and electronic, for the proposed sanitary sewer line replacement/upgrade at the following locations: "E" STREET FROM HUNTS LANE TO McKAY DRIVE CHANDLER PLACE FROM "E" STREET TO ORANGE SHOW ROAD INLAND CENTER DRIVE FROM "H" STREET TO I-2lS FREEWAY INLAND CENTER DRIVE FROM SCENIC DRIVE TO 1-215 FREEWAY VIRGINIA STREET FROM "I" STREET TO "H" STREET 17m STREET FROM "I" STREET TO "H" STREET ALLEY SOUTH OF JEFFERSON STREET TO INLAND CENTER DRIVE The current sewer flow, at these locations, has exceeded, or is projected to exceed, the capacity limit of the existing pipe. II. DESCRIPTION OF PROJECT The scope of work shall include, but not be limited to, review of the sewer master plans prepared by PSOMAS, identify and coordinate with all utility companies within the City limits, pot hole existing utilities as required to identify potential conflicts, investigation of pavement material, thickness and sub-surface materials, identify existing locations of sewer laterals, prepare plan and profile of the proposed improvements (AutoCAD 2000), quantity estimate (Microsoft Excel 97), and modify City Standard Specifications (Microsoft Word 97) to fit the project. The PS & E must conform to the requirements of the City of San Bernardino and the Standard Specifications for Public Works Construction (Green Book), latest edition. Upon completion of the consultant's work, the City should have in hand, both an electronic, and a hard copy of an approved and signed set of completed plans, specifications and estimates ready for bidding including all supporting data, calculations, utility locations, utility notices I sl and 2nd, survey data, and other details necessary to complete this project in a format acceptable to the City. Consultant should expect to meet with the City on a weekly basis for updates on project progress, concerns, problems and accomplishments. Contact and coordination with. utilities affected by the work is also considered to be a part of the consultant's work. . The project design must be completed within 3 months after the notice to proceed is issued. Page 2 of 6 \lcaslOrlds\ Public WorkslRFPslSew<r RFP for FY 2003-04ISEWER LINE REPLACEMENT ON E 5T ON CHANDLER PL...09.15- - 00* . . . III. PROPOSAL REQUIREMENTS , , A. Four (4) copies of the proposal shall be submitted to the following: City of San Bernardino Department of Development Services Division of Public Works A TIN: Mr. Michael Grubbs, Acting City Engineer 300 North "0" Street, 3rd Floor San Bernardino, CA 92418 Proposals shall be received in hand by the City Engineer or, if the City Engineer is not available, his designee prior to the hour of 4:30 p.m. on Friday, October 17, 2003. B. Proposal shall indicate the following in a detailed manner: I. Past experience on similar projects. 2. Staff persons specifically assigned to the project at the professional level. Short resumes may be included, but extensive resumes should be limited to key personnel only. 3. A flow chart for the completion of each of the identified tasks showing work hours by classification, as well as calendar time, including allowances for review periods. . 4. Previous obligations with other projects (related to time and availability of staff). 5. Support personnel to be used. 6. Name of sub-consultants to be used for specific aspects of the project, including a summary of previous working arrangements on similar types of work. 7. Statement of local preference eligibility, including identification of any office located in the City of San Bernardino and the number of employees, stationed at the office, the number of employees doing business inside the City limits, and a machine copy of your firm's City of San Bernardino Business License. 8. Items, actions or information the Consultant expects to be provided by the City. Page 3 of 6 IlcaslOrldsl Public WorkslRFPslSewer RFP for FY 200J.Q4ISEWER LINE REPLAC~MENT ON E ST ON CHANDLER PL...~.15. - ~- . 9. . Any comments or suggestion that the Consultant believes necessary to improve the finished project or to comply ..yith the requirements of this RFP. . t' 10. Separate sealed envelope. Fixed fee or not-to-exceed fee for the work required by this RFP, together with an hourly rate sheet applicable to this project for classifications above, including all materials and expenses, shall be submitted in a separate sealed envelope. Please note that the City will not payor compensate for travel time, courier services, mileage or reimbursement for travel to the City of San Bernardino to attend meetings or conduct the activities necessary to complete tasks required to be performed as part of consultant services. IV. SELECTION PROCESS The selection process will be based on a point system and will consist of three phases as follows: . . 1. First phase selection shall consist of an evaluation by staff (including the Development Services Director, City Engineer, a Senior Engineer and Project Manager) of proposals based on the above items identified in Section III B (except No. 10). An additional 5% percent will be given to City of San Bernardino based consultants. In order to be deemed as "City of San Bernardino Based Consultant (a "local," business for the purpose of granting a local business .preference, shall mean a business possessing a fixed office or distribution point with at least one owner or employee within the City of San Bernardino, and possessing all valid and current permits and licenses required to transact such business, including, but not limited to a City Business Registration Certificate). A maximum of 100 points can be achieved in this phase of the selection process. The three consultants with the highest numerical scores will be invited to continue with the second phase of the selection process. 2. Second phase of the selection process will consist of staff evaluation of a presentation by the three consultants with the highest numerical score from the first phase selection. The interview will be detailed questions on this specific project, including, but not limited to, personnel, schedule, project staging, and knowledge of the project. 5% percent of local preference will also be awarded in. this phase of the selection process for Consultants that meet the requirements identified in paragraph I above. A maximum of 100 points can be achieved in this phase of the selection process. 3. The third and final phase of the selection process will consist of staff submitting a final package to the Mayor and Council for consideration approval. Final scores of the top three consultants will be submitted to the Mayor and Common Council with a recommendation to award an Agreement for Professional 'Services to the Page 4 of 6 IIcaslOrldsl Public WorkslRFPslSewer RFP ror FY 2003.04\SEWER LINE REPLACEMEI'o. ON E ST ON CHANDLER PL...09.1S. - ~- . . . consultant with the highest numerical score. However, the Mayor and Common ' . Council have the prerogative to award an Agreement for Professional Services to any of the top three consultants or reject all proposals. 4. If the Mayor and Common Council award an Agreement for Professional Services, the selected consultant will be requested to execute an Agreement for Professional Services (draft copy attached). Failure of the consultant to execute the Agreement within 60 days of approval by the Mayor and Common Council will void the approval. IV. GENERAL This "Request for Proposal" does not commit the City to award a contract, pay any costs incurred in the preparation of a proposal in response to this request, procure or contract for any services. All proposals submitted in response to this request will become the property of the City and may be used by the City in any way deemed appropriate. The City reserves the right to accept or to reject, in part or in its entirety, the response to the request for proposal if such action is deemed to be in the best interest of the City. Any contract entered into as a result of this proposal shall be considered to include the items of work detailed in this proposal unless specifically deleted in the proposal at the request of the City. V. PAYMENT The Consultant that is recommended by Staff and approved by Mayor and Common Council shall attend the pre-design meeting to establish the start date. Once the Notice to Proceed has been given, the Consultant can submit for payments. The City will release funds at percentages with receipt 'of Plans, Notices, or Specifications. No payment shall be given above the percentage of completed work accepted by the City. The City shall hold 15% of the total cost for 360 calendar days after acceptance of the plans and specifications by the City, or 45 calendar days after the City issues a Notice of Completion for the project, whichever occurs first. Any request for additional information or clarification should be submitted in writing to Michael W. Grubbs, Acting City Engineer, at (909) 384-5155. A TT ACHMENTS: LiabilitylInsurance Requirements Site Location Map , . Page 5 of 6 IIcastorld,l Public WorkslRFP,lSewer RFP for FY 2003.Q4ISEWER LINE REPLACEMENT ON EST ON CHANDLER PL...09.1S- -. 03.doc . . . , , LIABILITY I INSURANCE REQUIREMENTS Engineer shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Engineer shall be provided by , ' insurers satisfactory to the City. Certificates evidencing all insurance coverage required herein shall be delivered to the City prior to the Engineer performing any' of the services under the Agreement. All insurance certificates required herein shall name the City as an additional insured and provide for thirty (30) days written notice from the insurer to the City prior to cancellation of any insurance policy of the Engineer. . A. ERRORS & OMISSIONS - The Engineer shall maintain errors and omissions insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. B. COMPREHENSIVE GENERAL LIABILITY AND AUTOMOBILE INSURANCE - The Engineer shall maintain comprehensive general liability and automobile liability insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. C. WORKER'S COMPENSATION INSURANCE - The Engineer shall maintain worker's compensation insurance. in accordance with the laws of the State of California for all workers employed by the Engineer. Page 6 of 6 \\caslorlds\ Public Works\RFPs\Sewer RFP for FY 2003-Q.l\sEWER LINE REPLACEMENT ON EST ON CHANDLER PL. ,,09-15- _ _n~ . , , SEWER LINE REPLACEMENT/UPGRADE IN "E" STREET from Hunts Lane to Mackay Dr AND CHANDLERfrom "E" St to Sewer Treatment Plant. ~. , "., ~,;,,,,,","'.. . '~;'\~.~.r.(i.~"f,~,....';:. ,", ",'-t'>", '., ., ,. ~ ~ ~~ -_._--J~ 'M\S _" .~. ~-..~,'.. .... : , " , , ~:\ ". .,; '~ y. ~~~ ~ ~:;,t~}'c:~:< . .--..---.---. 60 . PICH'E'ER- ---;- ~ ST I ~~ ~ ;8 J1I'J i;'= ...:~ I ~' f. ;1 1;':': cr. '>c ~~ g FRWY , p." SAN BERWIDINO MUC rnF CaJRSE PROlE ~IveQ' , ...........~:z rUIl \"" ;.r.): .... .... 38!Z~ i ... v1"'t "..,"~ ~.:w:. ~:7 _._i~!-~. E ~~ ", 3 'I,D,,;' '" ~- ""'~;;; 'q~ .,~t.~ ~ <to.::..~. I. E. ....~o. "-> ill' \ ._~~_~:?_~~:...!..~~~~Lrt__~~____, w ~;1()91rM.lft I' l.H llJ'J ... :..l ;1"\1. Jj. . ;n on......1:..... ~ft:I - , '~!'FR\iN -'" <II ",~~ ....rjI'. . .... ~; ", ,.' ~;,. : VI....."" ( M t) 1I.,t: I,~,...-_.--. - b'. f ",,~., ~ ,'" ~I (lif' .. ---f c' t - ,--.~[rl /--- 15Q ..-J,e 4r .,'. .~ '~.' o , >-- -:~ v.~ I ,': it PAW. , !!!. Riff :h ~ i ! - '-'....::::!; " .. , M.'~: : 'I 'j , , ~ ~ i <;; := t. ~ l( %~. - -- ..~ .. S . ~ .A~':HIS0f1 '. ' ;:- ~,f '~~P:.""~ ~~~.~.; ~ ?;t oS (,,' ~' ~ ::; j". ~~.J.')H SI~ ~ 'J""':- VI ~~ '_ ..,,-'JUt) ^ :r.r!r !::ll' ,. e -0"'9" 1iIll'> SI .P.l~' ~ 5~{VIro .. -- _c~':r:<~:..~l l ~:; ~ :$ t ... .... ,.i.~...t.': Ii! ~"l 01:.,1 VJl2> '~""7,:-'I ~ .. =- ~ III . .~. t. ~.~'~ .; ".. ~<. ~ ~ ~. ;. ~'.~ 10:; .'t.';"ot", - \ < I .,.' ~,-~ .';:..::l.u'" E,^l'"r..~. "".. 3 ..."t sr ......' ... :.,...... -- ,. l' '''''J ;; ;1 E. .O~LJ~E. u 1:,) ~,~~:E,., I 00 j w.1"R':JC'ir ~ 'JLIWl.c'.)I ,1/ E BLVD REllI.AAIlS 8LV " REDLA.:,l E t;;.c,I;lO.!,J:I:, ( .;E-- ----7~:J~~ Sf: c,q 5::;; .0( I 01.... -'I- ~: ~'~i fl, ., ., ~~~ l' ( ... ~.;;:;,. .-' .~;,r " : , ~~f.'!' 0' t; l: ,cr..clt;:~_~ <t.:. Co .~\~ "" "q' ~ 0:; t 'r.~ ':::"'Io[I~ .:~ ~ E =- -,----t:l~~;Al v::;;~ -~- Co I ,I 1 ~.;, 'J ,'. 'i" ..,'4,. ':..~'-:,"'t,~.,.2.-{.~/.~'....1>..~,",. .""'" ~ .~~fl..~.:'J.F;!\.~~;"O'~.~c:;.~~..:";...!... :',~ VICINITY MAP N.T.S. City of San Bernardino, California ,. .. ~'<.l Department of Development Services/Public Works Division l'~ i! :::0 SEWER LINE REPLACEMENT/UPGRADE IN INLAND CENTER DRIVE from "H' St to 1-215 FWY INLAND CENTER DRIVE from Scenic Dr to 1-215 FWY AND ALLEY South of Jefferson St to Inland Center Dr .) w 5 w~ ~ ~< ::;~ w ~... - , ',,' L YIlEilWi 0 ~: I[SI'l' .~~ : s, (W<. g ~ r, ''";:;lI)ii~ OtIk ..,"- S1 ~ e; 1'!.r-n\HT .":'".~ , VI W ~... ~ - '..;IL~I~':!.'-_~.I .. JR - ::. ~--i W"'Sf -l_nsll1i I, r;:..-J:i~"-:.' tj: VEUIRlE ST t<l1 ST~' u. ~~~H CT ~' - -~qI<k cr ,to. \1".<<$......,,. '" 't'li'I!V"/" IT MILL '- I- '~T~9~Y STI ~ F .....~, "..... I ST 1-~1ir e: ....~i Mill ::i 1'1 ]')0 . ~ ~ ~~ I ~ lia .... 1;;1 ~..d?_-- rDAAI<E Cll ~\ Vl ~: CENTRAL J~.j 51 >. < ',e) ....i w ..J=-- VI ,~~~~.1T.. I 5: V"'I W~llE~E IJl ~ . E HJ~Cf lJI; E Cl>.'.( ,., DR ;:: A'I < w . ,- I' ~~ ;~ I .-. ~ ~ ~ i: I :< t: J()<~6TOH ST i ...J'::;-::: II ; '.~ ,..J ro..HGl ..'. "'.~ .~.~.~.~.~~ ":.. .:;;~~~V1 I :z ~ ~ .' ~ ~ Co ':i,.t.~ ,;:. 'if -; ';'-s,. . :.; .i.~ .". .... .....;r q . ~i-'. !, \.~~ ~ '~ ~~ ~.(',. <:)~ ~~ ,~: EL<< ,~~'-sT ;- ~I . '> .< I 13 ~!il l! ~ i~ ~ lolli' ltr-tV.: Pk"t ., o ~T. ~I;}'''': <l l PICf-'~r:'- '7, /~. , ,- ~f S' ::::: ~ ,-.. ~ ,;, ff ~/\,. ..' \ , . C.A~iNO '-f~C' W \ i;" HC); (lI....I..Ji!.J .-..; . ~ .. - <--I, ~ i,..f:;F:r~H' :JR.' ii. ... W .~J:n ~,~..... ci~~~~'l '_'1.'C-:- ,: ~ i .\ -~ ~_ .".: .,.,I' ..;.-- ~'~';~' "- fr.' .(.\ J" r';.!~'" :ti (!~P~Ifi._. SAV . '4 6~w.;o!.y; ~ CI/l" AN:t'.A:" ,5hlU~ JI~_:~Y'cf!"'''f .E~ __~__.~ ~! _._. , " -., f Sf , "~ :.;u ~~ u.J ~ B ;SJ.N eE:R-WiDlJO , , flBUC (J)(r ana Vl -'~ ~,.~-Q, ... .- ~ .,. ..._.4:....:.' "..;: ,-,;",'-"':'-~'--i"J.'~,:,.<.;.~..:';t.:' ,.::,.''lo.~~~'~::;:',.-i.,-,~.. '.-.~ ~:,,~,,'''~:i'..;''''.i';- VICINITY MAP N.T.S. '~;1_':~' City of San Bernardino, California " . SEWER LINE REPLACEMENT/UPGRADE IN 17TH STREET from "H' St to "f' St AND VIRGINA STREET om "H' St to "f' St ( , r;'5 ~-. W I .; 1I 2IJN :;1 ~... .~ " = .... ll' fCCfL..-rr .~ ~ 'JoIj,l'i,', C.'... !2 'U : ~:'~~ % '!~~~ .j w' i:',~ f ',; ,. r .'~ - .~? ." i!: ' w GL3'.JH 50T J?: to' lS..... ';T '" ':., :" w f(C>l..c. :.~ ~.tY >l!'l: P~!A ,,;, ....~ - % ,,- :Co" ;: ;; ~ ~.. .. ':. ".... ~,,\~~;" Ii;;' . ..'.:..'_...., ~"'~1.~. :-.,:;;:t-,~ ....1$'4 fi' :- \,*~,;'i . ~. .,.;...., ... J.f.'I~~~ ':';". .. z, - .o~; ~~ 'j-,"'. ~-.f.i..Jnj'~.~; ~;:~J_u-:'t~. .~~_'~. ;:;A ~._~. !T!.i;c.,r ~ . ~TH - sr ~~. :'''5/:-: ---r6CC' .....~_.. -.~ -':'.--'-1 ST [ . .. ~'i'- ",' =~~'!'_.L W z:~ 24TH :---.--; z: z :.-. $T ..__..1'11.-.':-:' "itl .____.....;..~__.__~_ ST. _ ' J:; --1---'" I ~., g..- I.T. Z · HIO 0 ~ -~- . 'I .PRfl___ .~r ,;::: .",11 ~ ''', "': IAV ~. " ' - "~-'~G ,W _...~1lI tJ~r; > Iz)tJ \ 11l]J Uo' ..)1r"-; n_ i t,llo.'C'l'l)l" ,< >- !~ 'II ~ 21"" _).1--, ~ 1;;., I ?:(. ...., I :"Cl 1_____.1- -!'- ......, ..' 'PO. 1 t Cl ~ I E ....._ 2':Pl_'~'i g.u~"1 ... ~J2-T!1 I Sf -'t-1-l\~1; "l~ -r- ~-_. J~~ ",t- .!'n_~__~ 0:> I--t~l';:i !. ~ 1 S!.J I ~:=:I ~ -~_. ~l~ -~-l ,. tI ~ ~ ~'!.-: :.~ ~ kl~""- :~E :~} 9TH. ...-- ...-+... \ ir,I'.;"l 1ST ~El '~leT>I ~1 '. J.,._x ~:IV ..)1. ! )",v~.nL -~---.tl.i:i5'\-. --:-..r-"-~2(1 ."W -i lIS I~, >, I ~ ' s-' Z 3 18 ~ < ST i 1 '11' .' -'-1 :::,jL_'I;-.l?TH_~ .. ..- ,"" 12-'-" s- .1YJ' ,,'" I . I ~ ~[ ~j ~ ltin- _ -:- ,--; Sf I ~F:-:;'~'~ lfEC L\!W!j}ITi' .u?24'1 .rr' 0" ~'. ,. lO.... . 1.. :'" g ~ E I I'J':, ~ _,11 .' '~ ~ :i :, 1I t ~t_~pr;, z~ zl sr z I z . j Z~I l'l ; E R: I IIJ0 . ,- ! j I lOJI;:. ')':.J w ~ 'i ...:..~.t.tI. ~ sr w.":=-.l ~~_.. j'.___. ~ ~.?~;~ L......... _ ,,",_ ,w ;.~... ~ .:f-....!._---' 'n J w ;11:: k ~ ?~ 1 '''--''''; i~mGHLANi).-1 , 21sr ~ ., 9011' 2m.! I zl I >- 1 \'I:~l:Jl-,' :3: 66 ,," /'. ex; ) :11_TlI ~~_ ;:) ST I?.yA LLj ....F~!~~~~ . y!....r-iJ1.: ~: ,.:. ~;~;~ , i t.\' t;;:i ',; ~ ~r- ",,-'\)0 ';1~-S1H;' ;'~:6;-~~:~ :: l~:~ t .. .L.1.~~i~~s.: . oc:: "3 . P. ~ ..... ; i-L.~~~~ I ;~_~"~ST: .--- i 14H! : ~ 51 :z: .:~~ ~:; -;_.~_.~'-~~c,c. "" ~~ ~ ~ t l~ "~ > ~W ~ ~ is. ' g; .~'1.;r ~1:cl.;::~.... z: SI e. :.-,' ~""3!;' ~. ~i- 'X. :z < 'J l'i S .< i IN;Ii: _ > '" 4:( '~fllH,1O!'i Si E 10TH .... _..~ J_. J.EYPU: 16TH . ._ t.V.l~ ST . > < w 1"A\;l():...1.a. ]-.---.-- --:-lThf" '13TH : ~ :~I( i13TH ~:(, 5'1 \1 ST z! ~ = I ~ E \ BASeL It - ~> ~-< '" " ::. 'J(".' ~ .f . ;:,..... V1 " - :';...... , Sl.o; " Sf , .. - ~ ::I: ! OJ: JJl OIWIGf. "" ~' . '" -;0:-'---' 8 ur" .. . "..~ - t;;:'4)(-~ ()~I'I-Ei,r ! ~;: .. -, 5 - .~ g: ~ z.~ 1')'7,'1 _ __ ~_~ =.,. ?_~ . ')Jl: . ;!:. ;Ii ':... ~ :lJ) > . II <,(F.W;[.... . " --.+"" Vl ~ll"::;~ - .~: , -: QLlVE. z'g ':zr'l t lOBI ~=" .. ~ Ulll''':''~:::'':-.- . 1lCA.WlD: :I::.J . IT 12 ~ 5' 0- ,. ~J:o J ....'1 51 ~ ,. ~ S; ~ n~ w ~ ~ 5',3 F'H .!. ~l T)- '::li,. .., < > . --- ;C;' Q'~'~ ~. ~:~:.. r..;J, ~.. ~ "! ~:#II' __. ;~&' ~.~~~;;- 'S"J P ~ :.T.EJf_"'L :z c- 'ilJ .~1_. " = ~ :.1"( ~> " ~ " t- w :9":: ,- '.".1_1".,' ::'-"-"!~'., ~::!-\ S:; ,..' ~~~ .~ ..~.... .,:'-..(~..'... ". '.. ....;:;:r".....~..'-:,',.;,.~..\i,'.. VICINITY MAP N.T.S. r I . " AGREEMENT FOR PROFESSIONAL SERVICES (FOR NON-FEDERALLY FUNDED PROJECTS) This AGREEMENT is made and entered into this day of . 2003, by and between the CITY OF SAN BERNARDINO. California, a municipal corporation, hereinafter referred to as the "CITY" and hereinafter referred to as "CONSULTANT" . . 1. SCOPE OF SERVICES //\ Consultant shall perform those services s~ifir in the P{oposal in the letter dated September 15,2003, for preparation'ofpl~~specificatr9n. and estimate for "Sanitary sewer line replacemel)tJ"!.pgr~es in "I\{ St.;eet"(from Hunts Lane to McKay Drive; Chandler Place,~frorh. "E'~treel-tO\Orl1{1ge Show Road; Inland Ce~ter Drive, from ;~IP'.St~~~t to~-21\S F ,;~nland Cehte~ rive, from Scenic Dnve to 1-215 FlVi:y.; VlrgIn~ Street, from 'I'~tr5.el to \r'~treet; 17th Street, fro.m "I'.:Street.t~ ''1('' Str:et;'~ a~ey:\~duth ,of Jeffe~n S~et~o Inland C.enter Dnve," a,~tac.hed liIl? l~co(po~at~ he{em\.Eihlblt 1, and ,S direct by the City of San Bernardmo. \. \. \ \ \ \ \ \. \ .......- \ , ' \ \ \ " \ \ \ . \ C' '. ,! '\ \ \ TERMOFAdRtE~E' TV \ \ .) \ \ \ \ \ \. I \\. \ \ , The services ot~o~su~an\ \ e to., o'cime ce after the it~\ as autho'luell work to fro~ the date Of\thiS\A~e~mst ~ess xtehded~.....ritten agreement of the parl1es. \ \ ~ \ . \' . ....' STANDARD OF PERF~RM~N ". E \./.......- " ) v.... Consultant shall compl~t.!lI}WOrk product and design in ~onformance with City of San Bernardino Standard Specifications and Standard Drawings. 2. 3. 4. CHANGESIEXTRA SERVICES A. Performance of the work specified in the Proposal is made an obligation of Consultant under this Agreement, subject to any changes made subsequently upon mutual written agreement of the parties. Any change, which has not been so incorporated, shall not be binding on either party. 5. COMPENSATION A. The City shall reimburse the Consultant for actual costs (including labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Consultant in performance of the work, in ari amount not to exceed $ , except that reimbursement shall not include courier services, mileage or reimbursement for travel to the City to attend - 1 - , , Agreement for Professional Services with . meetings or conduct the activities. Actual costs shall not exceed the estimated wage rates and other costs as set forth in the Proposal. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. 7. Any adjustment of the total cost of services will OJl~ be permitted when the Consultant establishes and City has agr(d~ ~ing, that there has been, or is to be, a significant chan~~.:....,._/\\) The Consultant is required ~o ~mp~. with alry.ed~l, \'tate and local laws and ordinances applicable t~, the\vorJ(" (/ \. \ /"'''. \ \ \, .\ PAYMENTBYCIT~"\\ \ \ \ \/...\ '\ r" \ \ \ \., \ \. A. Th{b;;lin~~"f~r\ll ~r\>~~~\re~~eM )ur~t to this Akee~nt shall be SUb~\. 'tted monlhIY,b)\Copstiltari\ t6:Cit~~an~ shal1'~e paic\by ity within thirty 30Yda~s ~~er r~elpt ~f SMt~. hc t1llg ~y amounts ~puted by City. F fI\Sks\as.~~ecified iI} Pr~fos.aI'sh ~l be ~Pleted 'prio\ to final payment.\. \. \ 'I.\. I...,..., '\ ~ \ \ \ \ \ \ \ '\ \ ./ . SUPERVISION ~D,AC.?E~T~CE "OF ERVICE) ....... A. The Director ~f ~~V~IOP\P~~t\~~ceS\f ,ity ~r his designee, shall have the right of geh.~ral'supe\vision \oveL.an "work performed by Consultant and shall be Cjty's ag~nt \ \yilh respect to obtaining Consultant's compliance hereurtder. N;b payment for any services rendered under this Agreement shall b\..nrade without prior approval of the Director of Development Services or his designee. C. 6. . 8, COMPLIANCE WITH CIVIL RIGHTS LAWS AND AMERICANS WITH DISABILITIES ACT Consultant hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, national origin or disability. Consultant's hiring practices and employee policies shall comply with applicable Federal, State and local laws. Such action shall include, but not be limited to, the following: Recruitment and recruitment advertising, employment, upgrading and promotion. . 9. TERMINATION OF AGREEMENT - 2 - . . . 12, , . Agreement for Professional Service~ with A. This Agreement may be terminated by either party upon thirty (30) days written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following date of such notice within which to correct the substantial failure giving rise to such notice. Consultant hereby covenants and agrees that upon termination of this Agreement for any 10. reason, Consultant will preserve and make i~du;t;;fx available to City, or its designated r.epresentatives~ ma~.J\o~s. corre~p~dence, or rec?rds related to work paId for ~y th~ Ctty\and requ'it~d for tts t!jIIely co.mpletton, and to fully cooperate wlth..Clty so Inat the ~~(k~ ?€accomphshed may continue. . Any sub~e~uent vse .of su~ i\compl~t.e ~o~ments ~hall be. at the sole nsk ~fthe City and\CltYfgret;s t~ hold hanr~e~ and mdemmfy <:o~s~lt.~?~ ~~ any cla~m, l~sses;,~osIS, il1.s.lu~ng ~torney's fees, and ha1;>.iltty ans~ng'\lut ofyucn.use,.. \ '\ \ \ \ \. \ """\\\\" \ \~ \ '\ \ \ \ . ., \ " \ \ \. \ \ ,) . T~ls 'f.gree~en\l\ay ~e ,erml~a\ed\rQ~~e \onv\enlence of th Ctty u~on thirty \(30r'd~Ys\ ~tt!:n n6\hce. to.\,\o~~tan\ .Upon\subh nohce, Consul~nt~\ha~l pro\{de wor~ pro~ucUo C}~d\Ctty Shall,\co'\ppensate Consultant In th"e\m~er set forth above. ~ '\ \ \ \ , " \ \ .' \ \ \ '\ ..... . \. \ \. \ \ \\ \.\ . F~lIoWIn? tbe e{feC~IVe\date\~\~e~l\at~onil\t~ ~e~ent.pursu~~ to thiS Sechon\~~e\ -,?-~ree\ll\nt. hall c<\,\tm\e U~!IJ...~II obhgahons ansmg from such ternuna~on ar~ skhS . ed, ~. ) \ \../ \ \ \ \........ \ \ \ '. ..... CONTINGENCIES \ ,\...\ '.... . .! B. C. , , In the event that, due to dlt\lses'beyond the control of and without the fault or negligence of Consultant, Consultant fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, the City may grant to Consultant such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of the Agreement. II. INDEPENDENT CONTRACTOR Consultant shall act as an independent contractor in the performance of the services provided for under this Agreement. Consultant shall furnish such services in its own manner and in no respecl shall it be considered an agent or employee of the City. . . ASSIGNMENT OR SUBCONTRACTING - 3 - I I , . Agreement for Professional Services. with . Neither this Agreement, nor any portion thereof, may be assigned by Consultant without the written consent of City. Any attempt by Consultant to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. . ./..\ r'/' ",,//~ \ ~" (\ \ ?'''\ '\" .... ..... \/" \'\ \ \\ \\ \/\ . \ \...,. '\. \., (""', \. \ \\ 'o, \. \ \ \, \. \, \. '\ '\ \\ \' \ \ \, \. \ \ \.. \\ \ (........ \. \';\\'\\ \) \ \\\ \ \' \ \ \ . \ \ \"", \. \ \ \. 1......, \\ \ .\\\ \\ \ \ "..", ,/ \, \ \ \\ \:\ \\\ \ ""."" \ " \ " , \ \\, \ , \. \' \'\ . \ .. .,./ ': \ \'. ........ ,\.,' \ \ '\... \.., \, \ \ \ ", . \ .' \......... \. \, ./ \. ....... \...... . -4- . f' Agreement for Professional Services with 13. NOTICES 14. 15. . All .official netices relative te this Agreement shall be in writing and addressed te the fellewing representatives efCensultant and City: Censultant City Mr. James Funk, Directer Develepment Servic~.oepartment City .of San B~d'me \ 300 Nerth;~D't.Street \ San B\efi1~din\\ CA 9241 $, ./.\ \ \\ / RSPONSIBILITIES ~.:!.'~.~Tnt~ \\ \ () \/\ \ U~en terminati.~~, e~\cempl~ti6~ e~'fll ~o.tk ~d~.this Ag~ement, Censultant wtll transfc;r.<<lWnershlp,and l1tle to, City .of, all-programs, rbperts,\de\uments, plans and specifi\atien s. '\, \\ \-'\, \.., \ \\, \, \ \ \ \ \ \,...,\\\\\\\~.......... \ ' INDEMNITY,"" \\ \, \) \ \ \ \\ \.., \ ' ." '. \ ,.. \ ,\ \ . Censultant sha~'l'j~~,~~;;~~efend Jd h~ \~~I~S \ ity em an~~st any ~~d ~ll claims, .d~~ai\ds, ~ui't~:\~cti'()~S, p{o.~eedings)~d\~e ,ts, less~s, .d.~ages, InJunes, ~enall1es, ~e~: efPep~s.(~n\lu~lp.g\ at~rfiey'sfl(,es)and liablhl1e~, .of, by, .or with respec!\t? "thltf p{ti'tles\ whiCh.., ~n~ frb~...Ponsultant's negligent perfermance .of serV\ces.., under 1hIS\ AweeU)ent Censultant shall net be respensible fer, and Ct\y sh~ll i~d~mf?" 'd~JJtd'~and held harmless Censultant from and against, any \and all iplai'Q1V demands, suits, actiens, preceedings, judgments, lesses, dama~es, idjuries, penalties, costs, expenses (including atterneys' fees) and liabilifi,!:s.6f, by .or with respect te third parties, which arise frem the City's negligence. With respect te any and all claims, demands, suits, actiens, proceedings, judgments, lesses, damages, injuries, penalties, cests, expenses (including atterneys' fees) and liabilities .of, by or with respect te third parties, which arise frem the jeint .or cencurrent negligence .of Censultant and City, each party shall assume respensibility in prepertien te the degree .of its respective fault. 16. LIABILITYIINSURANCE . A. Censultant's liability te the City fer injury .or damage te persens .or property arising .out .of werk perfermed by the Censultant and fer which legal liability may be feund te rest upen Censultant ether than fer prefessienal errers and .omissi ens, shall be a minimum .of $1 ,000,000. Fer any damage .or injury en acceunt .of any errer, .omissi en .or ether - 5- . . . 17. III III , . Agreement Cor ProCessional Services with professional negligence, Consultant's liability shall be limited to a sum not to exceed $50,000 or Consultant's fee, whichever is greater. The City will require the Consultant to provide Worker's Compensation and Comprehensive General Liability Insurance, with coverage sufficient to insure the Consultant's liability, as above required; and, such insurance shall include the City, and each of it's officers, agents and employees as additional insured with exception to additional insured under Worker's Compensation. ........'\'(/......-' \ Consultant shall provide evidence.::6{ insui~ce with ~IO-day notice to City of termination or mate6al"~hange. \ \ .-' \'" \ \ \ ....... \...~.. \ \. ..... \ \ \ \ \ \ ,.... \ \ \ \\ \\ h ld "" \. ' b \. ~\. d\ ~ \...-'b"'\' ld ' S ou ant..ptovlSl~n \erel~ e ~~~ o{\ eem~\!o e \?va I , t IS Agre:n:ent sha,ll be capstrue? a~, npt t~taln\ng . U?f ~?VI~On, ang all \>th'e, prov.lslons whIch are ol~erwlse ht,\fi.1l s~ah, retnall~ m~!\(or\e and' effect, \md\lo thiS end the provisions.ofthis\Agre~eqtare declared be,\sever'able. \ \ \ \ '\ I '\ \ \ \ \ . \ \ \ \ i ...-' \ \ '\ \ \ ' \ ,\ l \ \. \ \ \\...,. \ \ \ \ \ , \\,\\\\ \ ......... \ " \ \ .... \\\\\\ \ ,.' \ \/ \ \ \ \ '\........, \ \ \. .............. \ i \ ' , . ~ \. ) \........ B. c. VALIDITY \.............. / -6- . . . " Agreement for Professional Services with 18. ENTIRE AGREEMENT This Agreement represents the entire and integrated understanding between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings and Agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. ........ ..---"-"'''' \ ,./ \ Consult3!}t.~\ (' \. ..... \\ ' (..... \ \ \ " \, ,,"" ....... \ \\ .., (' \. \, \ \, ....\ \. BY: \ /..... "/"\ \ \ \. ... \ \ \ ..... .... ", \. \. \. \,. ','o ,.... ",'" \ \. . \ \ \.\ \ \ \ \. \........\ \., .... ......... .... \, \, \ \\ \ \ \ \. \ " , \,\'o\\. ,\ \'\\ \\ \. Cl..TY~FSAN BERNARD~O. \ '.\ \ \ 'j \.\A inuhil;ip~l c6rnOl~ation \. \. \ '\ .\ \. \ ,r \ ,\. \, "....... \.... ... \ \ \\\\\\..../ \ 'o\\\\'\. \.\. \. \, ... \ \ ,". '.,...... \\. \. \, \ \, \ \\ ., \ . '. \. \. \. \ BY: \ \ \ ' \ .., \ \ \\ '\ \'\ \ Fred i1\on ./ \, \. ,.\ \ \ \ \ \ G,ITY..ADMIN:lS~f-A TOR \\ \. \ \.\. \ \. '\ \ \ \ \.\\'" \,. \..) \ \ \ \. \\. \......" . \\\\\~..) \. .... . \ \ '\ :~...., ... \, ..... .\\.... ..,\ Approved as to form And Legal Content \ \ James F. Perunan - City Attorney\ , \.,- ,/ By: III -7 - . . . (J30J-;: .. DEVELOPMENT SERVICES DEPARTMENT 300 North "0" Street. San Bernardino. CA 92418-0001 Planning & Building 909.384.5057. Fax: 909.384.5080 Public WorksIEngineering 909.384.5111. Fax: 909.384.5155 www.ci.san-bernardino.ca.us ... September 24, 2003 File No. 3.7315 Transtec Altn: Ali Cayir, President 624 Brea Canyon Road Walnut, CA 91789 il~~@~DW~m !U~ SEP 25 2003 ~I 8y RE: Supplemental Information to RFP to Provide Professional Civil Engineering Services For The Design ot Sanitary Sewer Line Replacement/Upgrades ,in "E" Street, from Hunts Lane to McKay Drive; Chandler Place, from "E" Street to Orange Show Road; Inland Center Drive, from "H" Street to 1-215 Frwy.; Inland Center Drive, from Scenic Drive to 1-215 Frwy.; Virginia Street, from "I" Street to "H" Street; 17th Street, from "I" Street to "H" Street; an alley South of Jefferson Street to Inland Center Drive Gentlemen: The City of San Bernardino is soliciting proposals from qualified firms to provide civil engineering services for the design of sanitary sewer line replacement/upgrades. Enclosed you will find supplemental information provided for use on the above-mentioned RFP. If you have any questions, please contact the undersigned or Robert Sepulveda at (909) 384-5111. Sincerely, Michael W. Grubbs Acting City Engineer MWG:op enc. \\castor\ds\_Public Works\RFPs\Sewer RFP for FY 2003-04\Supplemental Ltr-E Street.doc CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS PROJECT DESCRIPTION Replace approximately 1800 linear feet of existing 12" with 15" Sewer Main in "E" Street from Hunts Lane to Mackay Drive. COMMENTS The Sewer Collection System Master Plan (S.M.P.) was completed in 2002. Among other tasks, the S.M.P. studied the City's existing sewer system capacity, integrity and ability to handle discharge from future land use changes to the year 2020. The S.M.P. makes recommendations for improvements, based on the analysis of existing conditions and projected land uses/development. Hydraulic modeling was used as a tool to determine system deficiencies and determine sizing and alignments of new mains to eliminate deficiencies. This sewer improvement recommendation was recommended, based on analysis of the hydraulic model of the waste water system using a peak scenario of the existing and projected ultimate "build out" land uses. This was a priority improvement in comparison to others. The flow in this sewer main exceeds 100% of the design capacity of the existing main. WARD 3 ACCOUNT NUMBER 245-365-5504-7315 PROJECT COST $505,000 $300 $0 $0 $0 $0 otal 11/24/03 8:24 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS .'..d....d."'. ~l~ .q: ,~ ;n~ ~_ .CJl ~.o~ ;-1 ~- ~ in ;z y, fCl ~ z o 10-- ~; :f' (/11 .q:, ~O ,,^ " "'''T "'e.....'" "'i; ~...~ .- *,'. '~.~. i E 91Wl.9Ei qHC -'''.. . . ~ .. ..." .-"~.: -';'" - --.~~~ ,,,r.... '" -=..~~ . ... 1\ /2875 LEGEND MorJulUullHi ModeilldPiPfls U McxI8lLifll:\blioo 6.I-4jndw8 MOOelSlpllon '5.2~",,_ 25-39ind'o1& Cily01 l.omaUndaCot""",l"", MoMonI'I(J Ln""'U(JI' >3l'I'''''he5 MoIltUMurdK>l<o NOe&i""'''''ptO GroundwaMrDaplhs/ft.) ; U,,~IO!lei""P\pea 615 Was!llWlltllrT''Ml/tWIlPlant 16.30 11/24/03 8:25 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS PROJECT DESCRIPTION Replace approximately 772 linear feet of existing 12" with IS" Sewer Main in Chandler Place from "E" Street to Orange Show Road. COMMENTS The existing sewer line exceeds 100% capacity. The Sewer Collection System Master Plan (S.M.P.) identified this improvement as a priority in comparison to others. WARD 3 ACCOUNT NUMBER 245-365-5504-7409 PROJECT COST $217,000 $0 $0 $0 $0 $0 Tala I 217,000 o o o o o 11/24/03 8:24 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM m9 "'. /~11 U il~~; /";%2969 OJ Ii /,' r ,,-' L,~ ..?T L~,E.~OS::AU1:Y LN ~--===-i:=E..RIOQ~S'et.YD .... ! . SEWERS ..... u ~ 3205 1.3f19 320'-- \; : \). . ~.~ aJ'\ . \\ \"'\ . \3229 2~" ~ 'lw' en ":~}','i m ~ s: r~ 0 0:.. ~ III ~ 2nt: "j I LEGEND ModeIOlllkll U ModelLiflSllllioo MadlllSipllon CiljiolLarnaLindIJCo"n...;Uoo MonilonngLo<:oooo I..IOO<IlMilor,,<lla Groundwater Deplhs (fl.) e.15 16-30 w ~ Z o 1>-. C!)' Z' -j ~r <l;' :?;O en, , f;; z en fC! -'. ..... ~. ,-.':' ~, ~.' .'"e.: Ii , ',1. r >;,f E ORAN~I; ~H.c ,-, ...... .t ~ - .....;;, - - '.,--- C."::. . ,. .. A /2875 ModoiedPlpos 6. 14111(:Ms 15.24~ 2S_JlIinrJIIol; >39inmllS No.t;cier1IPlpe Unm<>cl.okrdPipn W_T_IPlMl I 11124/03 8:24 AM I CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS PROJECT DESCRIPTION Replace approximately 191 linear feet of existing 10" with 15" Sewer Main in Inland Center Drive from "H" Street to the 1-215 Freeway. COMMENTS The existing sewer line exceeds 100% capacity. The Sewer Collection System Master Plan (S.M.P.) identified this improvement as a priority in comparison to others. Staff will be coordinating with CALTRANS to schedule the upgrade of the sewer main to occur prior to the widening of the 1-215 Freeway. Identified for 2003/2004 in the 2002/2003 CIP. WARD 3 ACCOUNT NUMBER 245-365-5504-7410 PROJECT COST $54,000 $0 $0 $0 $0 $0 otal 54,0 o 11/24/03 8:26 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS ,en ,m ~C/) ,-j m.t. ,I 1~ 27Zll<( 27<li' U1, " :r 271(3 3: o 0:, 0:: <( fI) 3649"- w ~ Z o "", C)' ZI J':l ~: 3:~ (j),' , , , :i r . r- ~ en rjrI e"." .' """' i\' E ORANG~ 5,HC .... . . /2989 ~C ,! , I, //2971 T~tr · """,ffi'""m 1. ~JI, . cc 'ccc,c' ~ ----~~~~-=1.t:.ReQ~ND$~yO,. LEGEND MloOOI(Ju!/ct o Model LitI Stabon Mo<I~ISlphM Cil'yolLomaUrKlaConnec:liao """,,dnri,'9I."""U<'" MOO'" M<",~"'" GroundWater Depths (ft.) 6.15 16.30 - -.,- -,.-:; . ',:.;...-: ,.... . }l /2875 ModBladPipes 6.14~ 15.2~ inc:hM 2S.39incl>es ~39it1dl8!1 ND<tIi<:l,,",pipII Ul1Wl>lJele<lDlpa Wa._lfltT",a1"""'tf'l.1nl 1 1/24/03 8:26 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS PROJECT DESCRIPTION Replace approximately 240 linear feet of existing 10" with 15" Sewer Main in Inland Center Drive from Scenic Drive to "H" Street. COMMENTS The existing sewer line exceeds 100% capacity. The Sewer Collection System Master Plan (S.M.P.) identified this improvement as a priority in comparison to others. This project has been moved forward and needs to be completed prior to the widening of the 1-215 Freeway. This project was identified in the 2002/03 CIP to be funded in the 2003/04 fiscal year. WARD 3 ACCOUNT NUMBER 245-365-5504-7419 PROJECT COST $54.000 $0 $0 $0 $0 $0 Total $54,000 $0 $0 $0 $0 $0 11/24/03 8:26 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS I -. l'J)1" ~1 324>. W MILL ST ._~ ~4'- - ,t , 'i . , . . 27.lfi '] w ~ 2~ ~ 27~-::e- -- 27~ ~ '0 a:-- 0: 0( l'J)-- 2785' ~, ! 'l'J) m i~ r LEGEND Morlolo\,nul ModaledPipf/6 U ModQlUflSlali"" 11.1-41_ --. 15.24i1rlM>11 C~.Q/LomalIl"JdaConn..d"'" ~<>nilorir'll\."Qlli(;ll, MudulMl..hoIt> 25.39;11"001 >39lndMl1 No..fidlllllPlP8 Groundwatflf DepthS (ft ) , 6.1!) 16.31) lJ<~~ WRllewamr TmalrMl'l Plant l'J) m _'1:1 'e ',_.r::. '< ~--- --\9- 0:- )> -, !!:!: )>, ~(J)-' ,,<n, Z' m I I .~ , ,L """."O.d'~" ... l'J) );> r ~ ~ ~ Z o f,-" C)' z' J: (/), <( ~O (/)- 1 \124/03 8:26 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS PROJECT DESCRIPTION Replace approximately 719 linear feet of existing 8" with 12" Sewer Main in Virginia Street between "I" Street and "H" Street. COMMENTS The existing sewer line exceeds 100% capacity. The Sewer Collection System Master Plan (S.M.P.) identified this improvement as a priority in comparison to others. This project has been moved forward and needs to be completed prior to the widening of the 1-215 Freeway. This project was identified in the 2002/03 CIP to be funded in the 2005/06 fiscal year. The project was moved ahead to the 2003/04 fiscal year in order to assure completion prior to the 1- 215 Freeway widening. WARD 1,2 ACCOUNT NUMBER 245-365-5504-7420 PROJECT COST $85.000 $0 $0 $0 $0 $0 Total 85.000 o o 11/24/03 8:34 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS \;;-- /\ I \ N27THSJ /. ..\ . I '.., j' ~ j ., l~ .. ~"._'~~'- ~ -'-",. /f- , ' , I ' ~ ' ,0 .: VOj.Th! ~T .. , ~i.j 'I ~ z ,S; m o Ci ~, ,r- o ',~m Z -l m ::0 ,0 ::0 .. ~,J...i f .- - I . ~ '., .'." ~ ';.._~,J ~~-",....-: , 1855 1\' " 1127' \" 1~ W 16,TH sr, ,,,' \ ' I \ ~ ;' .~,. .' I/$Z lasb~'~' ~ ,-~ - '"'1 ' 1131. I I '1. .1903- .J-. - -'. ,...--- i . :~ ,-t",I~ ...:---cj-;...._ ., ~,' 1 . 1943 " -=-+-1007 \ .~--~-- '. w' ';;.' <( ~~ Iii: J:. 5;, ~). ,0. 0::' ,~J C(, I . l;::191~ Z: ~~---/t-b J,""-'-<\ :. ': . W ~3T~ 'f T : ' 9 lr.J7, , \ \ LEGEND ModIoIOlJtIoI U Mod8IUftSlaliM _S;phOrl CityolLornAUndll~ M<IoIiI""ngLlICllliuro '~Mar".,,", Mode~ Pipes 6-14inc/lllll 15-.:>4l1'l(:I_ 25-3lIirlc1'>8l; "39;"""..,. NDefldenlPipll GroundwaterDl.lpths(Itl Unm,,<iehldPipe~ f.-15 Wa._""r,AAtn....nll'Wl! 16.::lQ 11/24/03 8:27 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS PROJECT DESCRIPTION Replace approximately 705 linear feet of existing 12" with 15" Sewer Main in 17'11 Street from "I" Street to "H" Street. COMMENTS The existing sewer line exceeds I 00% capacity. The Sewer Collection System Master Plan (S.M.P.) identified this improvement as a priority in comparison to others. This project was identified in the 2002/03 CIP to be funded in the 2006/07 fiscal year, The project was moved ahead to the 2003/04 fiscal year so that the work can be completed prior to the 1-215 Freeway widening. WARD 2,6 ACCOUNT NUMBER 245-365-5504-7421 PROJECT COST $198,000 $0 $0 $0 $0 $0 Total 198,000 o o o o o 11/24/03 8:27 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS \ \\ '\ ,.,'to" ,.1 I ',.". .".,,+- 1 /~ N27THSJI .~: l ,y &~ .,u;J /'" , . W 28TH ST .......> .....;- '''.'''C': ~':':'" ~...' ~.. .n t~m Z -i m ;0 a ;0 :1 z s: ..m a (5 ;~ .,.1 I. , 9 ...~,. . . ... ,'" W 16TH S)" " \ . . /r >/>-.;;'", . 1651 1$Z,18Sl ;88('//. . s: 1~,m::-:: -~ =I, .... ..-....:;,:;, <~ t1~~:::':::~' m .. ............"."..~':, ;0 187g.--...._ Z o ..z' _" 1903 !~ ~::c;.~::.1~ 1943 . -,,-,,--:--IS07 \ --..- .. ~ .. .-'..., }- -1 'f' - . , .. ' \' .. "-----r'~.. ~.- , . , .. ~_<<<..~ 3-719'13' _-----\ I .-- . ,W 13T,H ST \. '" . .. f,.. I \ w ':>' <(i Q, ut J:, ~. ~O' lrl ".0::4 <(. z' --"'"""~~....,,,~~"': 1997, .;, LEGEND MOOoIOullel MMftIUM5mtil", Unlif!lSij)/"''' Cil)-a1lom;ol.iod;.Co""..;tion MudaladPipes 6.1.inchtis 15.241od>es 25.J9i""'- M<,roil"'i'"JLOClJficr, "39;""""" NOefFcl""IPifll' r.!oooIM""hokl GmuflClWillarDepUIS(tI.) UnmOOeledPipeo ~. 15 Wa.jewtil....l'l...Jl"...,IPla'~ 16.30 11/24/03 8:27 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS PROJECT DESCRIPTION Replace or parallel approximately 150 linear feet of 8" sewer main with 10" sewer main in the alley south of Jefferson Street to Inland Center Drive. COMMENTS The existing sewer line exceeds 100% capacity. The Sewer Collection System Master Plan (SMP) identified this improvement as a priority in comparison to others. Identified for 2004/05 in the 2002/03 CIP. WARD 3 ACCOUNT NUMBER 245-365-5504-7426 PROJECT COST $34,000 $0 $0 $0 $0 $0 Total 34,000 o o o o o 11/24/03 8:28 AM CITY OF SAN BERNARDINO 2003-2008 CAPITAL IMPROVEMENT PROGRAM SEWERS ., '0 " I.... , . 1 (fl. ,,(fl -; 3241... '-, W MILL 8T .",,,,,,.:.-t. ModelOullet CJ _Ufl~'talir:orJ 1IlodaI.'Jipn<" dly"'l""",U"dIl(''<ln''lll~jor, MuniI<>I~'lJt.ocati",. M<><leIManlxMe Groufld.......llerOllpths(ft) 6. 1~ 18.30 ~ (fl m ~ ,-;g,- ;: ,"~' .Ii~~f:. 'C/)' <: ',- z' m i 1 " .~. 1 ~ 2~ ,._..1 W ~ o 271~" LO 27Jl.t J:'" 27~ ;: o l~ a<c ~C/), zm"l :, /', . '(fl .m ,(fl '-; ( LEGEND MndeladPipes 6. 14 incI'olts \5-241ncOOo 25.39"""- ~J91"",,... NntmcienlPi"" Unrnodel<ilof'jpM W".la",,,!,,,'I'~atm"'" PI<l,~ I ~ z o ~'1 Z. Xl <f)' <( ;:0 <f}i ., i ~ 11124/03 8:28 AM . . . , FILE NO. 3.7315 ACCT. NO. 245-365-5504-7315 CITY OF SAN BERNARDINO STATE OF CALIFORNIA REQUEST FOR PROPOSAL TO PROVIDE PROFESSIONAL CIVIL ENGINEE ADDENDUM NO. ONE FOR ~~@~D\1J[E~1 ,W OCT 1 5 Z003 [) \ THE DESIGN OF SANITARY SEWER LINE REPLACEMENTIUPGRADE AT THE FOLLOWING LOCATIONS: "E" STREET FROM HUNTS LANE TO McKAY DRIVE (EXCEPT CROSSING SANTA ANA RIVER) CHANDLER PLACE FROM "E" STREET TO ORANGE SHOW ROAD INLAND CENTER DRIVE FROM "H" STREET TO 1-215 FREEWAY INLAND CENTER DRIVE FROM SCENIC DRIVE TO 1-215 FREEWAY VIRGINIA STREET FROM "I" STREET TO "H" STREET 17TH STREET FROM "I" STREET TO "H" STREET ALLEY SOUTH OF JEFFERSON STREET TO INLAND CENTER DRIVE , . The description of this project is hereby amended: . . Description of Project The scope of work shall include, but not be limited to, review of the sewer master plans prepared by PSOMAS, identify and coordinate with all utility companies within the City limits, pot hole existing utilities as required to identify potential conflicts, investigation of pavement material, thickness and sub-surface materials, identify existing locations of sewer laterals, prepare and submit plans with application to appropriate agencies for all permits, prepare traffic control plans, prepare plan and profile of the proposed improvements (AutoCAD 2000), quantity estimate (Microsoft Excel 97), and modify City Standard Specifications (Microsoft Word 97) to fit the project. The PS & E must conform to the requirements of the City of San Bernardino and the Standard Specifications for Public Works Construction (Green Book), latest edition. Upon completion of the consultant's work, the City should have in hand, both an electronic and a hard copy of an approved and signed a set of completed plans, specifications and estimates ready for bidding, including all supporting data, calculations, utility locations, utility notices 1st and 2nd, survey data, copies of applications and permits, and other details necessary to complete this project in a format acceptable to the City. Consultant should expect to meet with the City on a weekly basis for updates on project progress, concerns, problems and accomplishments. From beginning of design to completion of the sewer installation, contact and coordination with utilities affected by the work is also considered to be a part of the consultant's work. The project design must be completed within 3 months after the notice to proceed is issued. ALL CONSULTANTS SHALL INDICATE RECEIPT OF THIS ADDENDUM NO. ONE IN THEIR PROPOSAL. BY: ~ MICHAEL W. GRUBB ,Acting City Engineer DATE: /D -/.5-a3 ADDENDUM NO. ONE 10-13-03 FILE NO. 3.7315 2 --,------ , lrans/ech ENGINEERS .PLANNERS .MUNICIPAL CONSULTANTS 198 N. Arrowhead Avenue, Suite I . San Bernardino. California 92408 . Telephone: (909\ 383~8579 . Facsimile: (909) 595-8863 October 17, 2003 Mr. Michael W. Grubbs Acting City Engineer City of San Bernardino 300 North D Street San Bernardino, CA 92418 Subject: FEE PROPOSAL DESIGN OF SANITARY SEWER LINE REPLACEMENT/UPGRADE "E" STREET -Hunts Lane to McKay Drive CHANDLER PLACE-"E" Street to Orange Show Road INLAND CENTER DRIVE-"H" Street to 1215 Freeway INLAND CENTER DRIVE-Scenic Drive to 1215 Freeway VIRGINIA STREET-"I" Street to "H" Street 1 th STREET -"I" Street to "H" Street ALLEY-s/o Jefferson Street to Inland Center Drive Dear Mr. Grubbs: In response to your request, Transtech, in association with Mapco (Transtech-Mapco Team) is pleased to submit this proposal for the subject project. Thank you for the opportunity to submit this proposal. Should you have any questions or need additional information, please contact the undersigned at your convenience. Sincerely, Transtech Engineers, Inc. ~ Ali Cayir, PE, Principal Tel: 909-383-8579, Ex!. 121, Fax: 909-595-8863 e-mail: Cavirlaltransteche.com G:\WPROCESSlPROPOSAL\2003\23053 S8 OSGN SANIT SWER LN REPLACEMENT-UPGRADES E ST n' VARIOU5\FEE PROPOSAL.doc Submitted to: ~ Estimated Fee = Submitted by: Page 1 ~ ESTIMATED FEE FOR "E" STREET-Hunts Lane to McKay Drive CHANDLER PLACE-"E" Street to Orange Show Road INLAND CENTER DRIVE-"H" Street to 1215 Freeway INLAND CENTER DRIVE-Scenic Drive to 1215 Freeway VIRGINIA STREET-"I" Street to "W Street 17th STREET-"I" Street to "W Street ALLEY-s/o Jefferson Street to Inland Center Drive t1l L. L. .J::. ~ C Q) 0 u ~ l!? Q) a. ::?; Q) Q) '0 .5 0 Q) () I LL f- TASKS C "e- O) <l: - C: t1l m 'C c () ~ 0. 0. W :J - - en 0 0 f- f- $145 $135 $115 $90 $50 $150 Managament, Admin 30 70 50 0 80 0 230 $23,550 Survey 0 8 16 0 0 16 40 $5,320 Utlity Verification 0 4 16 0 16 0 36 $3,180 Potholing-Coordination 0 2 8 0 0 0 10 $1,190 Soils-Coordination 0 2 8 0 0 0 10 $1,190 Preliminary Design 8 60 120 180 40 0 408 $41,260 City Review 0 0 0 0 0 0 0 $0 Final Design 8 20 40 40 40 0 148 $14,060 City Review 0 0 0 0 0 0 0 $0 QNQC 10 20 20 0 0 0 50 $6,450 Tot In-house Labor 56 186 278 220 176 16 932 $96,200 additional bud et allocation is recommended: $5,000 $5,000 $5,000 Submitted to: iii Proposal For Dasign of Sanitary Sewar Line Rep/acement/Upgrade, Arrowhaad-MI// to Chandlar Page 2 Submitted by: TRANSTECH MAPCOM . - I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II ~ I i' - ~ - I ~I w I :'~ o<t .......... ClO lt~ :c::C: I j::::C: >-;:!:LU <ttlJ 1/1 COCl)O 0a:::C: ijjco E :C:::l;:!:>- a::CI) .!!! <tOa::!::: ~~ ..c I 0 ~CI)OO '- LULU 0. 0<t~1Q:>: ~ffi Q/ :t.- ..... E fu~~@ti: I o:t: 0 LU..... u jjj~.....l(::!: Q/ Cl CI)' ..c ..........O~O :C:CI) >- >-::l:c:LUlt I ~~ Q/ CO <t;:!:a:::c: J:: oii; ... CI)..... CI)<t 0 Q/ ::l<tffiCl)j::: .....::lui '- I Cl)COO .2 ~~~~~ 0:c::C: Q/ ... ..c e: o-<t [fCl::lliia:: .!!! ~~~ 1/1 e: CI)~~~~ u 0 I it: j:::LUCI) .. Q/ OCO~ U ~Cl .0- 0. ::l~0 l'O C!i!!?~!:!:~ 0 Q/ Qi f:<t"" > 0................. I .. ::l<t(3~~ > CI):t:LU u Q/ ~~~ l!! .....~u......<t "0 '- o 00:t 0 0.....0 0 LUu. ... u ~offiCl)::l I e: >-<t..... Q/ .21 ~~~ .:0: o COCl)'O 1/1 l'O lt~::!:~>-. ... Q/ 0"'- "0 Q)<t "0 ~~~CI)~ I Q/ ~",Cl e: l'O . m<t<t!!?CO J:: ,..<t 1/1 ... .....LU::!: Q/ Q/ OLU a:: O::l ... u .- ::I 00- e:t: LUCOO:C:~ I 0 :C::C:<t l'O l'O a::..,Ju.<tClj J:: !JJ-..,J > 0. ..,J..,JCI)CI)ffi OJ :sCl)O "0"0 ..,J- CI) ::I l'O Q/ 3:;s:ffiLUCO 0 <tcriLU e: e: '- :t:.......,J .- '- ::l5~~~ I J:: !JJOCl 1/1 Q/ ... E g :!::LU~ ~>-(;O::!: .....aCl) Q/ 0 :c:a::..,J :c U ...... en LU 0.. (3 ~a:: 0= I '- l'O o!i:>-LU:C: .....0.. ~ 0. J:: :>, ~O!:::~::l :c: ... C)OJ ~S! z -gju 00..0u.8 e: W l'O 0 a::LU.....Oii: z .- ;:!:~ I - > :E I/Ie:... o..a:::c:LULU 0:::0 Q/ .2 0 w> Cl)0 W ::1"'- LUCI);:!:a::Cl >-a:: C) 1/1 l'O e: ~~5~~ w Q/ U .- ..,J::l <( 1/1 ._ Q/ I z"O 00 =c:.... SCl~<t~ _ e: Z l'O ::I l'O C) l'O ::l <( ..E"O O~ OOOCl Z 1/1 a::CI) :E e: E b :ta:: :c: w 5 !o-tt Clo..om I w E o..:c: I-ai ~uo. ::l:C:CI)CO :c:<t u >. Q/::I 0!JJ<t ::l" ~~ W .. 0 ~.2: Q/ a::t::~ ..J e: -, u ...._ .... "C <( 0 ~~ to........ u'- ~ii:a:: ooe:e:Q/> I > ~ 0:::,-0Q/;:0 s:LU 0 c..Q.O:Ewc: CI) . . . . . --- ltl 1; ~:::: ~ ltlltl.E g..s ~ ._ ltl Q..:!::c:: 't) .- ... 0,_ ... c:: (.) ltl '- Q) 't)._ ....~ 't) o~ c..... \"", '- .Q Q. Olo..Q) Q).E.c:: .s :::... - e't),S! O ltl Q) Q)- ~lo..Q. c:: vi e o Q) 0 .......... u t ltl 0 Q)e- .=: :0::: ~ >. 't)1I)...- Q) ,,, ..... liic::~O e 0 Q) Q) ..... ;: (J ..c: c:: (.) Q) - 'E 2 c:: s - II) Q) .sll):::::- '_ c:: ltl .Q ~ 0 - ltl :5i,.Q)_ c::"''t)Q. - II)~ lo.. Q) .:::::' Q) (.) II) c:: .c:: (.) Q) .2 - ltl 't)-O Q)~'t) .c::l;:::C:: -.- ltl .... (.) o Q) CI) ~ f* a (,J ...~ Q) II) ltl Q.C::- II) ltl ::s ltl- (.) _ Q.. lii lii'O(.) ~ Qj i ltlll)~ c:: Q) ~ Qj ~ s;;;: i5. '- ::::~t: '- s;;;: 0 ~ 0 Q.. Q) (.) Q.. ~ ~ I I CIl :::l - U .!!! CIl E .r:. QI :::ll-.r:. '" - , . >. o...ll: _ E Ci c: :::l == 0 - QI CIlClCl c: ... .....- CIl O-.r:. 'C,gU CIl__ QlO:: ti 0. == c: >'.r:. c: U '" CIl QI c:...- 00'" ;\t-C CIl 'C E UQlI- o QI :: c: E o CIl :::l ... QI E ].c ._ E (5.!: :::l c: E c: :2 CIl :::l 0 0- == c: QI == ... 0 QI'C .s '" - . '" -g 0 .^ ;;:: U . =; ClCl '" c: c: c: OQl== U'COO '-.r:. .r:. 0)4)....... c: ... 0 0 =CIlo.o. 0: ",'" .r:. ",. 0 .... ... >..... 00_ 0. 0. .- 0 ...",UO O'QlC!. 't-.....J:I/) >.,g-fh CIl: 0.'C 0._ QI QI :2 .!:! ~ ~ :::l .... - >< OC:::QI .r:. 0 == 0 ",U.r:._ >.~U- - .- CIl 0 ~, :: 0 c: '-'-... QI:::lo.ti .r:. 0 0. 0 I-C:CIlU I I I I I I I I I I I I I I I I I .!!!. o '" '" - U QI .~ o ... 0. ... o .;: 0. E o ... .... >.' -~ :~ u .!:! QI >.r:. -- U ... QI 0 .~.... o '" ... Cl o.c: QI .- .r:. > _ CIl '" c: - .r:. '" :!: 0 == U c: :>> O.r:. ;1:: CIl :::l E.... Ci .!: 'ECl .- c: -; CIl- .!:! :::l c: '" .r:. e U '" $ :::l O.r:. QI- Cl . ::=:~ .- CIl o '" '" '" QI QI 'C U .- QI ~ c: ... QI o..c c:- CIl 0 U c: >.>. .:t::: ta U E QI..ll: .r:. ... _ 0 := == 'C ClQl c: g ;'C .!!! QI >< ... <>.4 Cu QI 'l;)....'" .c QI c: .- CIl o.u o U c: ... 0 0; ~E If) CIl C)g. ... E 0. e c: .... CIl ~- _0. CIl QI E '" ... CIl ,E.c ... .!:! ,E c:_ o '" l:; 0 U U ..! QI QI.r:. c:- .- 0 "'<( liju - 0 0._ >.:::l :!:<( :: 0 -- :::l c: 'C .- c:'C CIl QI _ c: QI c: QI CIl ... U ti '" ClQl c:.c _ c: '" CIl 'X U Qliij QI.r:. 'C- .- '" > c: e CIl 0.'Q. c:_ CIl c: U QI >.E :!: QI U > QI e .r:.o. ::: .~ '" QI Cl .r:. c: - .- - ~QI .- QI C E QI.r:. 'C U 'C ;: :::l Cl o c: .r:. .- ",'C >.C: - QI .- - uiO QllI:: .r:. CIl -- ii'" Cl- c: c: CIl ;~ QI :::l QI '" E c: c: 0 o U ..'0 U 2 :>> -.c ~ E o:::l . UC:~ 'C CIl';: c: 'C CIl CIl .- '" ClOg) c: > U ._ CIl QI ~ 0 c: QI-C: E :>> :::l _ 'C '" - ...- 00'" ;c:o U ._ U :::l",- .= C) co '" c: c: c: ._ 0 0_.- QI:!: UQI'C , E 'C e CIl o..r:. >. . u_ Cl :::l .- C:"'U .- QI ~'C.r:. QlC:_ E $ Cl - c: 'C CIl .- .- 0 Cl .c_... cil c: CIl "'o.r:. 0. U ...~'C o QI c: u.. 0. CIl ... '" 0 c: CIl '" - c: o.CIl C:'Q. .~ QI ",.r:. QI- 'Cc: o 0 - c: 'C 0 .$;; CIl CIl - E QI ... ... 0 "'.... c: c: .S! ;;: ti 0 QI..ll: :::l U cr..!!! Cl.... c: 0 "t: .:!:: QI :::l == '" '" QI c: ... CIl CIl ... '" ,E CIl QI QI Cl'" ... CIl CIl '" .r:. c: U 0 .....; o '" c: QI :::l .- cr ==.r:. .r:. U U :::l QI '" u;~ lij c: ... 0 1-; 'C U c: :::l CIll:; >.'" CIl c: 0.8 - 0'Cc: c: c: Cl 'C CIl'(jj -ClQl :::l c: 0.- 'C .r:.'C- '" 'C c: >.:C .!!! _ U .- Cl'- Uc:lI:: QI .;: :::l .r:.:::l'" I- 'C .!: .r:. - O'C .c QI CIl ... c: ... 0.- QI.....c 'C"'E c:1::0 ::J,Eu . 't QI >. .r:. .:t:::c'" UOE QI; 0 .r:.CIl... ..... .::.... . o .!!! :5 tl - C:._ CIl en .- ... ... ClEu- c:'C:::lC: .- CIl 'C 0 > QI U CIl'C"''C '" c: CIl QI - CIl c: '" c: QI .- Oo.c.c U .- 'C E Qliij:iO .cc:ou '-.r:. ... 'j "E '" ,E Qlge~ "'UQI~ QI ..r:. ~ .r:. '" - ... - Cl ..c ...;c:eQl C:;OQl CIlQl........ ~QIQIQI :::lE:>>.s ~...;.sQl OC:'CU U QI c: :::l QlECIl'C - ^, QI Cl - .... c: ClQl_ .- CIl E:: '" c: ._ :> CIl-'" CIlEQI.r:. o E U - '" QI rn" co... ....~tnVJ U - c: QlSQlCIl "__ J: ... O:::l-I- ...",- 0. c: CIl . .r:.oQl.l!l -uuu o CIl QI .c ~ 'Q.'O' r.n"'cu'- "E ...;..ll: 0. CIlUCIl.r:. :>CIl-- ... ... = 0 CIl -.- .c >.:5==... :!:u"'o U -.... QI U ,^ QI-Qlt: .r:. Cl'O':::l - .!: ... 0 := '" o..r:. I I I I I I I I I I I I I I I I CITY OF SAN BERNARDINO DEVELOPMENT SERVICES DEPARTMENT RATING SHEET SEWER PROJECT-NON FEDERAL AID PROJECTS PHASE I - REVIEW OF PROPOSAL PROJECT: ATTACHMENTB CONSULTANT: No. Max. Description Ratinl! Points 1. 20 Experience - For example, what similar recent projects has this firm done and how many years of similar experience does this company possess. Is the company background solid and does the company possess sufficient financial resources to engage this project? 2. 20 Proiect Personnel- For example, does each individual possess adequate experience in this type of work? Will the assigned personnel be able to devote adequate time to meet the proposed schedule? Does the design team appear to be balanced in the appropriate disciplines necessary to accomplish the work envisioned by this RFP? 3. 5 Estimated Time of Completion - For example, does this firm's proposed schedule for the project seem realistic and does it tie closely to the work involved? Is the staffing level adequate to meet the schedule? 4. 5 Past Experience in Dealinl! with Firm For example, has this firm worked for the City in the past? Did the firm competently complete the work and would you recommend the firm? 5. 15 Abilitv to Meet Contract Oblil!ations - For example, does this firm appear capable of meeting the obligations as related to budget and time? From a financial and organizational standpoint, does this firm appear capable offully complying with the terms of the proposed Agreement? 6. 15 Depth of Understandinl! of the Proiect - For example, do the principal personnel understand what is expected on this Project? Do they appear aware of the complexities involved? Does their proposal indicate a depth of knowledge and recent experience or do they appear to be saying whatever it takes to get the job? Has this firm done its homework? 7. 5 Completeness of Information Submitted - For example, does the proposal meet all requirements of the RFP and does it provide sufficient information to complete your evaluation? Did this firm indicate insight into the project that was lacking in the other firm's proposals? 8. 10 Score for Sealed Proposed Fee 9. 5 Local Preference - Does the consultant have an office inside the city limits, possess a City business license and have a minimum of one (1) owner or employee assigned to the office? (Working in the office or in the field but stationed at the office). POINT TOTAL FROM REVIEW OF PROPOSALS (POSSIBLE 100 POINTS) COMMENTS Page 1 of 3Rater: Date CITY OF SAN BERNARDINO DEVELOPMENT SERVICES DEPARTMENT RATING SHEET FOR SEWER PROJECT-NON-FEDERAL AID PROJECTS PHASE II - SELECTION INTERVIEW THE THREE CONSULTANTS WITH THE MOST HIGHLY SCORED PROPOSALS PROJECT: CONSULTANT: 1. Past Experience on Similar Projects. (20 Points Max.) Comments: 2. Experience managing meetings between Staff, Consnltant and the Pnblic. (5 Points Max.) Comments: 3. Adeqnacy of Principal Staff Specifically Assigned to Project (Resnmes). (20 Points Max.) Comments: 4. Adequacy and availability of consultant's in-house support staff. (15 Points Max.) Comments: 5. Adequacy of proposed Sub-consultants to be used and working arrangements with them on similar projects. If no sub-consultants are proposed then the adequacy of consultants in-house staffto meet all project needs will be evaluated. (10 Points Max.) Comments: 6. Flow (Time) Chart for Completion oftasks identified. (5 Points Max.) Comments: 7. Depth of Understanding of the Project. (10 Points Max.) Comments: 8. Local preference credit. (5 Points Max.) Comments: 9. Score for Sealed Proposed Fee. (10 Points Max.) Comments: POINT TOTAL FROM INTERVIEW PHASE (100 Points possible). Evaluator's Name: Evaluator's Signature: Date: Page 2 00 CITY OF SAN BERNARDINO DEVELOPMENT SERVICES DEPARTMENT RATING SHEET SEWER PROJECT-NON FEDERAL AID PROJECTS SUMMARY SHEET PROJECT: CONSULTANT: SCORE FROM REVIEW OF PROPOSALS - SHEET 1 (100 Points Possible) SCORE FOR INTERVIEW - PHASE II (100 Points Possible) GRAND TOTAL SCORE (200 Points Possible) PERCENTILE SCORE = Page 3 of3 .~- ATTACHMENT C PHASE II SELECTION INTERVIEW Interview Questions 1. If you have an initial presentation you would like to give prior to our commencement of questions, we would be happy to receive the presentation now. Please make sure in your presentation that you comment on your firm's experience as it relates to the proposed projects. 2. Please tell us about your project personnel and how their respective disciplines benefit the work necessary to complete the project. 3. What is your estimated time for completion of the project? 4. What projects, if any, have you completed in the City of San Bernardino? 5. Do you know of any issues impacting your capability to meet the obligations of the scope of work as related to budget, time, and from a financial and organizational standpoint? 6. Some of the sewer lines are located within State (Caltrans) right-of-way. Please tell us your experience working with Caltrans and how you intend to obtain encroachment permits. 7. What items do we need for the completion of the design that are not covered in your scope of work? 8. What type offield review did you conduct in preparation for responding to the RFD and designing the facilities? 9. What are some of the complexities involved in the project? Are there unusual features or problems regarding this project? 10. Do you have suggestions to improve the finished product contemplated in the scope of work? 11. Are there incentives/benefits to the City in the event both projects (the Arrowhead Sewer Line Project, and the "E" Street and six other Projects) were to be awarded to your company? ATTACHMENTD "E" Street and Six Other Locations Transtech Engineering, Inc.lMapco Engineers, Inc. San Bernardino, CA Associate Engineers San Bernardino, CA Hall & Foreman, Inc. Fontana, CA Not to Exceed $106,200 (including $5,000 for potholing and $5,000 for soils investigation). (Note: TranstechlMapco offers a 5% reduction in fee if awarded both the Arrowhead and "E" Street design projects). Not to Exceed $99,825 (including $10,000 for potholing) $106,090 Fixed Fee (including $12,650 for potholing and $7,035 for geotech). During the interview, the Project Manager indicated a willingness to consider a "Not to Exceed" fee for some services. *The RFP requested a proposed "Not to Exceed" fee for each project. U:Director's Memos/Proposed Fees Sewer Upgrade/dlw