Loading...
HomeMy WebLinkAbout15-Development Services OR'I'i""'l 111....'. ,.. CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Funk, Director Dept: Development Services Subject: Authorization to execute Agreement with John Egan & Associates, Inc. for Civil Engineering Services for the realignment of Laurelwood Drive from Tippecanoe Avenue to Orchard Drive. Date: September 6,2001 File: 1.7153 MCC Date: 9/17/01 Synopsis of Previous Conncil Action: 7/09/01 Allocated $83,600 in the FY 2001/02 Capital Improvement Program (CIP) for the realignment of Laurelwood Drive from Tippecanoe Avenue to Orchard Drive (design only). Recommended Motion: Adopt Resolution Q~r~ V James Funk Contact person: Ronald Blymiller, Associate Civil Engineer Phone: 5154 Supporting data attached: Staff Report, Reso, Map & Agreement Ward: 1 & 3 FUNDING REQUIREMENTS: Amount: $73 1i'i0 00 Source: (Acct. No.) 129-367-5504-7153 Acct. Description: Realignment of Laurelwood Drive from Tippecanoe A venue to Orchard Drive Finance: Council Notes 'i/;;;'\oif ?f'{)1 - 'Zis3 Agenda Item NO.lL. QlnJol City of San Bernardino - Request for Council Action Staff Report Subiect: Resolution authorizing the execution of an Agreement with John Egan & Associates, Inc. for Civil Engineering Services for the realignment of Laurelwood Drive from Tippecanoe Avenue to Orchard Drive. Backl!round: This project consists of designing the realignment of Rosewood/Harrison to line up with Laurelwood Drive at the intersection with Tippecanoe Avenue. The "S" Shaped realignment will dramatically improve traffic conditions on Tippecanoe Avenue by extending the unimpeded stacking distance back from the 1-10 Freeway while allowing for the proposed commercial redevelopment of the property on either side of the road. It is anticipated that the right -of-way acquisition and construction costs will be paid for by the State Infrastructure Loan Bank Program. Requests for Proposal (RFP) for Professional Civil Engineering Services were sent to 10 Civil Engineering firms. Seven firms responded to the RFP. Proposals were received from: Company Location Enl!,ineerinl!, Resources San Bernardino Holmes and Narver San Bernardino John El!,an & Associates Redlands L.D. King Ontario David Evans Associates, Inc. Ontario Nolte Associates, Inc. Corona Transtech Engineers, Inc. San Bernardino A selection committee consisting of Ray Casey, City Engineer; Youn Kim, Senior Civil Engineers, and Ronald Blymiller, Engineering Associate, reviewed the RFP's and selected three firms to be interviewed, John Egan & Associates, Transtech Engineers, Inc., and Engineering Resources, based on their qualifications and staff's previous experience with the firms. Ray Casey, City Engineer, and Ronald Blymiller, Associate Civil Engineer held interviews on Thursday, August 30,2001. The committee considered similar project experience, personnel assigned to the project, past experience with the firm (where applicable), the ability to meet scheduling requirements, and understanding of and interest in the project in making their determination. Staff Report continued After carefully reviewing the proposals received, the committee determined that John Egan & Associates, Inc. was the best qualified to provide the necessary services and recommended selection of the firm to the Development Services Director James Funk. They were deemed to be the most qualified firm primarily because of their more accurate assessment of the project scope, scheduling needs, and understanding of the primary issues associated with the project design. Mr. Funk verified that the three interviewed consulting firms were qualified and that John Egan and Associates could complete the product on or prior to mid-January 2002. The Development Services Director verified that John Egan and Associates, Inc. satisfactorily completed three projects for the City in the past two years. Financial Impact: Cost for services associated with this contract shall be not to exceed $73,650 with a contingency amount of $7,350. Funding for this project in the amount of $83,600 was approved in the FY 2001/02 CIP V2- Cent Sales Tax Fund and all costs incurred will be charged to Account No. 129-367-5504-7156 (Realignment of Laurelwood Drive from Tippecanoe Avenue to Orchard Drive). Recommendation: Adopt Resolution 1- '- 1 2 3 <I 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 2<1 25 26 27 28 - . ........ .- ,-. ~(Q)~W . RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH JOHN EGAN & ASSOCIATES, INC. FOR CIVIL ENGINEERING SERVICES FOR THE REALIGNMENT OF LAURELWOOD DRIVE FROM TIPPECANOE AVENUE TO ORCHARD DRIVE. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERI'llARDINO AS FOLLOWS: SECTION 1. That the Mayor is authorized to execute the Agreement with John Egan & Associates, Inc. for Civil Engineering Services for the realignment of Laurelwood Drive from Tippecanoe Avenue to Orchard Drive. A contract is entered into with said firm for the actual costs incurred, not to exceed $73,650.00, with a contingency amount of $7,350.00, but such Agreement shall be effective only upon being fully executed by both parties. The Mayor is hereby authorized and directed to execute said Agreement on behalf of the City; a copy of the Agreement is attached as Exhibit A and incorporated herein by reference as fully as though set forth at length. SECTION 2. This agreement and any amendment or modifications thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties of the contract fail to execute it within sixty (60) days of passage of the resolution. III III YLo. !~ 9//1/01 15 MC CAMMACK 16 17 18 19 20 21 22 23 2<1 25 26 27 28 - 1 2 3 <I 5 6 7 8 9 10 11 12 13 14 --. .-- --. -- RESOLUTION..,AUTHORIZING THE EXECUTION OF AN AMENDED AGREEMENT WITH JOHN EGAN & ASSOCIATES, INC. FOR CIVIL ENGINEERING SERVICES FOR THE REALIGNMENT OF LAUREL WOOD DRIVE FROM TIPPECANOE AVENUE TO ORCHARD DRIVE. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bemardino at a meeting thereof, held on the _ day of ,2001, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA LIEN MC GINNIS SCHNETZ SUAREZ ANDERSON City Clerk The foregoing resolution is hereby approved this day of ,2001. Judith Valles, Mayor City of San Bemardino Approved as to form and legal content: JAMES F. ENMAN, City Att By:. ,..--, AGREEMENT FOR PROFESSIONAL SERVICES '-' This AGREEMENT is made and entered into this of 2001, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and John Egan & Associates, Inc., a California corporation, hereinafter referred to as "ENGINEER". WITNESSETH WHEREAS, City desires to obtain professional services to prepare plans, specifications, estimates, and construction documents for the street improvements and realignment of Laurelwood Drive from Tippecanoe A venue to Orchard Drive . WHEREAS, in order to develop plans, specifications, estimates, construction documents, construction management and inspections, it is necessary to retain the professional services of a qualified engineering and consulting firm; and WHEREAS, Engineer is qualified to provide said professional services; and WHEREAS, San Bernardino City Council has elected to engage the services of Engineer upon the terms and conditions as hereinafter set forth; and .- NOW, THEREFORE, it is mutually agreed, as follows: --. I. SCOPE OF SERVICES Engineer shall perform those services specified in "Scope of Services" and as contained in the Proposal dated July 11,2001, (which is on file at the City Clerk's Office) and the Hourly Fee Breakdown, a copy of which is attached hereto as Exhibit "1" and all of which are incorporated herein as though set forth in full. 2. TERM OF AGREEMENT Engineer shall commence within fifteen (15) days after the City has authorized work to start by issuance of a Notice to Proceed, services shall be completed 120 days after Notice to Proceed unless amended by the City. 3. STANDARD OF PERFORMANCE Engineer shall complete all work products and design in conformance with Standard Specifications for Public Works Construction (Green Book), and the City of San Bernardino's Standard Drawings. ",- --. ",..-.. 4. CHANGES/EXTRA SERVICES '-' A. Performance of the work specified in the "Scope of Services", is made an obligation of Engineer under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be considered as additional tasks' and shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation due Engineer for the change in scope. Any change, which has not been so incorporated, shall not be binding on either party. B. No extra services shall be rendered by Engineer under this Agreement unless City authorizes such extra services in writing prior to performance of such work. Authorized extra services shall be invoiced based on the authorized additional task amounts. 5. COMPENSATION A. The City shall reimburse the Engineer for actual costs (including labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Engineer in performance of the work, in an amount not to exceed $73.650.00. Actual costs shall not exceed the estimated wage rates and other costs as set forth in Exhibit "1" attached hereto and incorporated herein as though set forth in full. - '-' B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. City and Engineer shall agree upon any such significant alteration in writing before commencement of performance of such significant alteration by Engineer. Any adjustment of the total cost of services will only be permitted when the Engineer establishes and City has agreed in writing that there has been, or is to be, a significant change in: 1. Scope, complexity, or character of the services to be performed; 2. Conditions under which the work is required to be performed; and 3. Duration of work if the change from the time period specified in the Agreement for Completion of the work warrants such adjustment. C. The Engineer is required to comply with all Federal, State and Local laws and ordinances applicable to the work. The Engineer is required to comply with prevailing wage rates in accordance with California Labor Code Section 1770. D. The Engineer agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, part 31 et seq., shall be used to determine the allowability of individual items of cost. - --. 2 ,..- '- -- \- - ~ E. The Engineer also agrees to comply with Federal procedures in accordance with 49 CFR, Part 19, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. F. Any costs for which payment has been made to Engineer that are determined by subsequent audit to be unallowable under 48 CFR, Federal Acquisition Regulations System, Chapter I, Part 31 et seq., or 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, are subject to repayment by Engineer to City. G. Any subcontract in excess of $10,000, entered into as a result of this contract, shall contain all the provisions of this Agreement. 6. PA YMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted every four (4) weeks by Engineer to City and shall be paid by City within twenty (20) days after receipt of same, excepting any amounts disputed by City. Dispute over any invoiced amount shall be noticed to the Engineer within ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within (10) days of notice of such dispute. Interest of 1-1/2 percent per month (but not exceeding the maximum rate allowable by law) will be payable on any amounts not in dispute and not paid within thirty (30) days of the billing date, payment thereafter to be applied first to accrued interest and then to the principal unpaid amount. On disputed amounts, interest shall accrue from thirty (30) days of the invoice date if the amount in dispute is resolved in favor of the Engineer. All tasks as specified in Exhibit "1>> shall be completed prior to final payment. B. Section 9-1.10 of the Cal-Trans Standard Specifications is hereby specifically waived and not applicable to this Agreement. The parties hereto otherwise agree not to be bound by any other requirements for binding arbitration of any dispute arising hereunder. Disputes shall be resolved by agreement of the parties, or upon the failure of such agreement, by direct application to the Courts. C. No payment will be made for any work performed prior to approval of this contract by City and Notification to Proceed. 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 Engineer and shall be City's agent with respect to obtaining Engineer'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. 3 ,~ B. "- The Office of Federal Highway Administration may review and inspect the Engineer's activities during the progress of the program. 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Engineer hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, age, handicap or national origin. Engineer shall comply with all State and Federal Civil Rights Laws in its hiring practices and employee policies. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. 9. TERMINATION OF AGREEMENT A. - "- 10. - "- 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 the date of such notice within which to correct the substantial failure, giving rise to such notice. In the event of termination of this Agreement, City shall within thirty (30) days pay Engineer for all the fees, charges and services performed to City's satisfaction by Engineer, which finding of satisfaction shall not be unreasonably withheld. Engineer hereby covenants and agrees that upon termination of this Agreement for any reason, Engineer 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 under this Agreement may resume within forty-five (45) days of termination. Any subsequent use of such incomplete documents, other than their originally intended use, shall be at the sole risk of the City, and the City agrees to hold harmless and indemnify Engineer from any claims, losses, costs, including attorney's fees and liability arising out of such use. Engineer shall be compensated for such services in accordance with Exhibit "1>> . B. This agreement may be terminated for the convenience of the City upon thirty-(30) days written notice to Engineer. Upon such notice, Engineer shall provide work product to City, and City shall compensate Engineer in the manner set forth above. C. Following the effective date of termination of this Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Engineer, Engineer 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 Engineer 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 4 ~ ~ ,- '- ,_. '- 11. "changes" provision of this Agreement. Engineer shall notify City within three (3) days in writing when it becomes aware of any event or circumstances for which it claims or may claim an extension. INDEPENDENT CONTRACTOR Engineer shall act as an independent contractor and shall not be considered an employee of the City in the performance of the services provided for under this Agreement. Engineer shall furnish such services in its own manner. This Agreement is not intended and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association between Engineer and the City. 12. ASSIGNMENT OR SUBCONTRACTING Engineer shall not assign this Agreement or any portion thereof, without the written consent of City. Any attempt by Engineer 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. All subcontracts exceeding $10,000 shall contain all provisions of this contract. 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Engineer and City: ENGINEER Mr. John Egan John Egan & Associates, Inc. 25814 Business Center Dr., Ste A Redlands, CA 92374 CITY Mr. James Funk Development Services Director 300 N. "D" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Engineer may reasonably rely upon the accuracy of data provided through the City or its agents. B. The City shall pay all costs of inspection and permit fees for San Bernardino County Flood Control District. Charges not specifically covered by the terms of this Agreement shall be paid as agreed by the parties hereto at the time such costs arise; but in no event shall the work to be performed hereunder cease as a consequence of any unforeseen charges unless by mutual written agreement of City and Engineer. C. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the City and no further agreement will be necessary to transfer ownership to the City. 5 - D. '- It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine readable form are intended for one-time use in the construction of the project for which this contract has been entered into. E. The Engineer is not liable for claims, liabilities or losses arising out of, or connected with, the modification or misuse by the City of the machine readable information and data provided by the Engineer under this agreement; further, the Engineer is not liable for claims, liabilities or losses arising out of, or connected with, any use by the City of the project documentation on other projects, for additions to this project, or for the completion of this project by others, excepting only such use as may be authorized, in writing, by Engineer. - i '-' F. For the purpose of determining compliance with Public Contract Code Section 10115, et. seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et. seq., when applicable, and other matters connected with the performance of the contract pursuant to Government Code Section 8546.7, the Engineer, subconsultant, and the City shall maintain all the books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of fmal payment under the contract. The State, the State Auditor, FHW A, or any duly authorized representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part) shall have access to any books, records, and documents of the Engineer that are pertinent to the contract for audits, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. 15. CONSTRUCTION COST ESTIMATES 16. .""-. --. A. Any opinion of the construction cost prepared by Engineer represents his judgement as a design professional and is supplied for the general guidance of the City. Since Engineer has no control over the cost of labor and material, or over competitive bidding or market conditions, Engineer does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the City. COVENANT AGAINST CONTINGENT FEE Engineer warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Engineer for the purpose of securing business. For breach or violation of this warranty, City shall have the right to terminate this Agreement in accordance with the clause permitting termination for cause and, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 6 r- '- 17. HOLD HARMLESS CLAUSE A. Engineer shall indemnify, defend and hold free and harmless the City, its officers, and its employees from all claims, damages, costs, expenses, and liability, including, but not limited to attorney's fees, imposed upon them for any alleged infringement of patent rights or copyrights of any person or persons in consequence of the use by City, its officers, employees, agents, and other duly authorized representatives, of programs or processes supplied to City by Engineer under this Agreement. B. The prevailing party in any legal action to enforce or interpret any provision of this Agreement will be entitled to recover from the losing party all reasonable attorneys' fees, court costs, and necessary disbursements in connection with that action. The costs, salary, and expense of the City Attorney and members of his office, in connection with that action shall be considered as attorneys' fees for the purposes of this Agreement. 18. INDEMNITY r "- Engineer agrees to indemnify, defend, and hold harmless the City of San Bernardino, and its agents, officers and employees from and against any and all liability , expense and claims for damages of any nature whatsoever, including, but not limited to, costs, bodily injury, death, personal injury, or property damages, arising from or connected with Engineer's operations, or any aspect of its performance under this Agreement. 19. LIABILITYIINSURANCE 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 this 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 and 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. 7 /;- "- 20. VALIDITY Should any provtslon 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 affect, and to this end the provisions of this Agreement are declared to be severable. 21. ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement 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 III ,,"'-"" "- - '- 8 .,-AGREEMENT FOR Professional Services with John Egan & Associates, Inc. '- IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. ATTEST: CITY OF SAN BERNARDINO BY: BY: Rachel Clark, City Clerk City of San Bernardino Judith Valles, Mayor City of San Bernardino Approved as to form And legal content: JAMES F. PENMAN ,....city Attorney i "- BY: JOHN EGAN & ASSOCIATES, INC. BY: Signature NAME: TITLE: .'- .........1 III 9 c( to- Z I '-~ ~ ; f. ... 'J UJ ~ !ffi ~ fl~ ~:> I~~ ~ 'z - '0 UI "0 ... Z 0 f I I I I 1 ..- t- I ~ ~ o ;:: o ... > ii! o o o o ~ ... II: :> :5 "0 00 ...on n :lg ~.. :Ill: :illl ll::I 0:> Zz ClD l!!~ z ... :I ~ II: Q. lI! ... ... ... l!' UI - .... 0" ... C'" zO t; 00 1= C . !.I 0 ... .. in :50 N 0 ~ ... CO ~ ...U1 UI le~ ~ ~~ ~ Q. ii! ~ ... 0 '" UI ~ !O ...z =- '" '" '" ....,... '" !il!il g ~ - '" ... '" ... '" (D....~~ "'... '" .. .. - ... '" "'... '" '" - ......'" .. '" ......'" .. ~ - 0 ;i .. ~ ., .. " ] ~ .!! z i ., f c: ~ .. "' I I N 90 .: :i! c ~ '- 0( I I I I ..... u" .. <'" t =.. zO'" 0 ~ .. . u '" it Iii .. ~Ul~ u . "" ""C" ;5 .. .. . [J . . . - .. . .... 0 N N ... - - .. .. N ::l 0 !:! 0 0 ... - N 0 N l8 on c - .. ~ N 0 -;; ~ ( ~ . . " '" c 1 g i " . " ., , .. ~.t~~ C C C , , 1 , . , < < , < !:! NO -!:! ~G)CO o N lil <o....~ G) .. ... NN" - ... ... ...... JOHN EGAN AND ASSOCIATES, INC. CONSULTING ENGINEERS 25814 Business Center Dr.. Suile A Redlands. California 92374 Phone: (909) 889.0676 . Fax: (909) 796-7731 July 11,2001 City of San Bernardino Department of Development Services Division of Public Works 300 North D Street, 3rd Floor San Bernardino, CA 92418 Attention: Mr. Raymond A. Casey, City Engineer Subject: Street Improvements and Realignment of Laurelwood Drive Gentlemen: btMu eorp j to submit four copies of our iurelwood Drive between will result in the siting of In response to you proposal concerniJ Tippecanoe Avem Laurelwood Drive Proposed team rei personnel and sub near completion c pavement rehabilj different in that it portions ofthe pr for this type of pI contact with your staff. . JEA. They, supporting JEA : design. As you are aware, we are truction of Commercial Road and lth Street. The subject project is 1 for a brand new street for jirected toward the requirements Dposal and amplified by our We intend to address the project by an initial and regular meetings and communication with the City's project administrator. General approach will be a two-phased planning and design effort. Critical will be the first phase - in which we will conduct a meeting with the City to establish/affirm design criteria and subsequently to ascertain centerline alignment to be verified by the City prior to proceeding with final design. PROJECT DESCRIPTION AND REQUIREMENTS Street improvements and realignment of Laurelwood Drive will involve the construction of an entirely new reach of Laurelwood Drive and the reconstruction/widening of a portion between Tippecanoe Avenue and Orchard Drive. Alighment will result in offsetting of the westerly terminus of the street by approximately 660 feet which will route it through a currently developed and older single-family residential area. The new alignment and widening will necessitate City of San Bernardino July 11, 200 I Page 2 acquisition of private property and abandonment of a utility easement to provide the necessary right-of-way. It is our understanding that the City's Economic Development Agency will be responsible for right-of-way acquisition and also for utility construction and/or relocations. The area affected was developed under County jurisdiction and is not sewered. Existing septic tanks and normal residential improvements will need to be addressed in design of the new street. Project length is approximately 1,350 feet long and is proposed to have four lanes, curves designed for 35 mile-per-hour passage, and possibly a continuous left-turn lane and median islands with hardscape landscaping similar to that constructed with grouted rock in Tippecanoe Avenue. Street lights for City ownership are to be included. There is approximately a lO-foot fall from east to west, or an average 0.7 percent grade. Both Rosewood and Laurelwood Drives will be revised to terminate in cul-de-sacs to provide access for residential areas that remain. The remaining portion of Laurelwood Drive will be accessed by Orchard Drive which will allow existing drainage inlets thereon to remain functional. It is our understanding that Laurelwood at Tippecanoe may be widened further with an extra right-turn lane. The project will also involve modification of the signals at this intersection including relocation for widening and possibly to accommodate additional lanes and turn movements related to the possible westbound freeway offramp to Laurelwood on the east side of Tippecanoe. The median at Tippecanoe A venue may also need to be modified for turn movements. Project description was researchedfrom the City's request and supplemented by contact with City staff and is intended to reflect the scope of services requiredfor the project. This will involve not only street design but also efforts concerning street lights, signal modification, geotechnical work to define the street section, supporting survey and mapping services, and definition of right-ofway acquisition required Shown on the following page is a conceptual plan of a prospective realignment for Laurelwood Drive, between Tippecanoe and Orchard Drive. Incorporated in the concept are the 35-mph curves designed to allow sight distance prescribed by Caltrans design standards including, but not limited to, Table 201.1, Sight Distance Standard, Figure 201.6, Stopping Distance on Horizontal Curves, and Figure 203.2, Comfortable Speed on Horizontal Curves. PROJECT APPROACH AND ENGINEERING SERVICES PROPOSAL Engineering services effort and approach will, in general, entail survey and mapping, preliminary design efforts to establish design criteria and guidelines, and final design for the street realignment/widening and appurtenant features to be included or modified. The effort will be completed in two phases, designated preliminary design and final design. :ilnN:!lAY :ilONY::>:ilddIJ. -=mn- - - -nrr I I I I, I I, I I I II I, 1 ,I I, I L --1 'i .t'rRl l'F"l ~I 'I "" II I' l\l 1'1 '" iil 'I I~ <'i ;' 0 '" I 10 , l-- II fll , (1l I 0 <'i TJL I~ I '" .00 C'J 001 II '" l\l 1'- rl "" 0 I I 10 '" ~ f1~ :~ 1'- fil 1511 lB 10 I, l.'- 0 rl', , '~' I' '" ,~ I I (~ w ill C\1 I~ '" 0 10 '" I 0 I I 10 ~I '" ~f- il I~ Gl II ;;\ 1'- 0 '" " 1'1 ~' I '" 0 1i (1l '" I I" I 10 '" I Z :1 'F :1 , I~ I: Gl ~ I '" I I <'i , I ' I 0 I T" 1'- ~ \2 I 10 I I T" (1l 1'- U ~~ :1, I: < ,I :;;: , I, gJ 1,1 <'i I, 1'- H ' , , ~I~ ~ ......~ I \l2 ~ 1'- II \ I I (1l I '" '" -if- E-t ~ '" II '" I I "" (1l '< 1'- tt 1i I 1'- Gl II ~ ~ I T" (1l :1 l:r , ~ 'ill 'I I' ~ ~ ,0; I. I '" I II .001 1'- I I II I . ~ ~ I' I .~ JL . ~ I' I: t;. I, ~ ~~ II -~'- ~. J on'" III I e'e 1 JL ~ - - :ilAlHU CIYH::>HO ~ -- I .. ... 51 ~ .. ~ - - .. 51 ~ ... .. I -- $ ~ City of San Bernardino July 11,2001 Page 3 PHASE 1 - PRELIMINARY DESIGN Preliminary design services will include an initial planning meeting with City staff research or review of available records, survey, preliminary plans and estimate, andfurther review and coordination meetings with the City. Specific tasks and efforts, then, will be as follows. 1.1 Research: Conduct a thorough research of utilities in the project area as well as survey control and existing right-of-way. Utility research will include contact of all utilities and a review of their records to verify existence of subsurface structures. 1.2 Design Review Meeting: Critical to the entire project will be the establishment at an early date of design criteria which would be the purpose of the early design review meeting. We would seek at this time to verify design speed, proposed number of lanes, median and parking requirements, drainage management plan, and intersection design criteria for both ends of the project. Additionally, street section will be determined for various reaches to cover all desired lane configurations. 1.3 Centerline Alignment: Following and utilizing the design criteria established at Task 1.2, we would then develop a centerline of the proposed alignment which would be submitted for review and approval by the City. 1.4 Survey/Topo and Right-of-Way Mapping: Survey efforts will be directed to field survey supplemented by aerial photography and photogrammetric mapping to produce topographical mapping of a strip 150 feet wide centered on the adopted centerline alignment. Required will be the showing of all features within that strip and contours at one-foot interval. Additional on-site survey and cross-sections of existing streets will be made to ascertain elevations to permit preparation of accurate profiles and cross-sections. Additionally, survey will be made for approximately 200 feet in each direction at the intersections to provide information that will be required for design modifications at those locations. The survey file data will then be utilized to prepare topographical base sheets of all surveyed information of the prospective route. Utility information obtained from earlier research and existing property and right-of-way lines will also be added. Assistance from the City for on-site survey will be requested in the form of a Notice to Residents. 1.5 Geotechnical Investigation/Report: Our subconsultant, CAL- WEST Consultants, will perform three exploratory borings to five feet in depth, obtain soil samples, and conduct laboratory tests including sieve analysis, plasticity index, sand equivalent, moisture content, dry density, and R-value. From this, utilizing the traffic index value given by the City, recommendations will be made concerning the proposed structural section to be designed to accommodate the projected traffic loads on Laurelwood Drive. Sampling of City of San Bernardino July 11,2001 Page 4 areas within existing parcels is required. Assistance of the City will be sought to enable access and use of power-driven augers. 1.6 Preliminary Plans/Estimate: Topographic mapping will be utilized, then, to develop preliminary design, that is, plan and profile, for the proposed street and/or widening. Included in the effort will be preparation of cross-sections, profile at proposed centerline and curb locations, as well as proposed construction grades. Additionally, preliminary design will include an evaluation of signal modifications, street lighting requirements, inclusion ofa structural section developed by CAL-WEST. Plan view, then, will provide a preliminary indication of right-of-way impacts. With the preliminary design information, a budget estimate will then be prepared for construction features. 1.7 Coordination MeetinglProject Management: Project Manager will provide supervision and direction during the course of the preliminary phase to effect the preliminary design and budget estimate proposed. Involved during this phase will be meetings as required with Development Services Department staff and possibly with the City's Economic Development Agency, if required. Requirement and objective is to provide coordination and communication with project staff as well as the City to assure progress vs. proposed schedule and furnishing of necessary information to the City staff. PHASE 2 - FINAL DESIGN Phase 2 services will include preparation of final plans, specifications, cost estimate, and right- of-way acquisition map. 2.1 Final Plans: Upon review and adoption of the proposed preliminary design, project team will then proceed with preparation of final plans. These will consist of title sheet, street plan and profile, final cross-sections, and intersection modifications. Additionally, plans will include signal modifications at Laurelwood and Tippecanoe, address of any drainage structures that may be required at Orchard Drive, design for street lights, and design of signing, striping, and marking. Of note and considerable significance may be the design treatment of improvements on those parcels impacted but not totally acquired by the City in conjunction with the project. Such an effort might be necessary if and where a partial acquisition is determined, resulting in the need for modifications to existing residential improvements. As noted earlier, provision will need to be made to locate and properly abandon existing on-site wastewater disposal systems. 2.2 Right-of-Way Acquisition Map: From the preliminary and/or final design, a right-of- way acquisition map or plat will be prepared to indicate to the City areas necessary to be acquired. Map will also include areas of slope easement should that be an issue. City of San Bernardino July 11,2001 Page 5 The right-of-way map would be prepared in sufficient detail to allow preparation oflegal descriptions and/or plats that may be required for partial acquisition. In many cases it is likely, however, that the entire parcel will need to be acquired. 2.3 Specifications: We will prepare technical construction specifications for the project utilizing the City's standard specifications modified and amplified as required. Also we will prepare detailed bid proposal, unit price basis to provide a means of easily adjusting construction quantities. City-provided contract documents and general conditions will be edited for incorporation to complete the document. 2.4 Engineer's Estimate: Prepare quantity calculations and engineer's estimate for all proposed construction related to the project. 2.5 Coordination/Meetings: Project Manager will continue to provide coordination services to assure completion of the project, quality control and coordination with the City. Project Manager will provide coordination and project status meetings with the City to obtain approval for the project and keep you apprised of the status by means of partial completion submittals and regular status reports. Meetings will also be held with the City EDA concerning right-of-way acquisition, if necessary to supplement the right-of-way map. ASSUMPTIONS It is assumed, as indicated previously, that the City will be responsible for right-of-way acquisition as well as design of utility construction and/or relocation. This is anticipated to include underground electrical and telephone service, water, and sewer. PROJECT SCHEDULE Accompanying this letter proposal on the following page is a project schedule presented in a Gantt chart illustrating the proposed tasks and anticipated times for completion. We anticipate that it will require approximately nine weeks to complete preliminary design phase and six weeks for the final design phase. In each case, the time period indicated includes an allowance for review by the City. For purposes of planning, we have assumed an official start date of September I st. Also included is an estimate of hours by personnel classifications displayed on the accompanying spreadsheet. PROPOSED PROJECT TEAM Project team members assembled for the City's project are not new to each other. Members, shown on the Organization Chart on the following page, have worked together in recent years on o ~oUUUUU ~ "~ 11- E\'; . ~~ ~ 1tI- _o- S ~ 1i:: E_ ~" ~ z- ffi ~ :;; z C) ~ II: ~ j~ !z ~ IIJ ~ f-~__uuu u ~ ~ l>. ~ 1i~ t:i E05 ~ I!~ ~ o ~ li IIJ ~ f-~u__uu. o o S! o .. o " ~ Ig~ '-' .:l.. ~ ~ 3 .. o f-I'!ouuououu z ~ l5 E! I : w ~,... ~ III ~ ~ ~uu__uuouo ~ .. li S s I ~ mr... ~ li ..u. uuufl N N I a a ~ ~ rr . ~ a . . I a I N I a u. ---- OU ..----- T ----. g ~ N ~ r I 1ft .. . < JI . ~ E . E .. . :> ~ '" .. ~ .. j E e ~ D- o I . ~ < ~ "- .. ~ '" :> D- ~ ~ ~ " " " j j j .. .. .. or or or J ~ . . ~ . .. ~ < . " ~ E ~ ~ ~ '0 ~ '" or II IL o > ~ u '" ~................................................................................................................. f- < ~ .2 ~ "0 ~ (J - ~ -11 o ~ . ~ o ~ -11 ~ ~ ~ . . ~ ~ ~ m ~ ~ . . ~ ~ ~ ~ ~ ~ . . ~ ~ ~ ~ ;;l l: i .. :> .. ... I~ iliO -.i:f 0 IIJ So ~Ii t: I!! ~ ~~ Ii i5"~ "'IE ~ c i5 .. ....... :E .. - ci l'li ~ >= ~ ~ c(:I: i5 Z!L ~II~ g~ ; ih .. iz ~ e '" -C) Ii '" "0 ..1_ :I z illE !.... ..lE _ y.. Will !2 !i:1 ~ I' ~i iill ..:> a:W .. .. 0: !LC &' :!l t~ iLi :J 51_..0;J z_ ~ . ~ ~ ~ ~ ~ ~ ~ ~ ~ . . . . . . ~ ~ ~ ~ ~ ~ ~ . . 0 ,. 0 N ~ ~ ~ ~ i5 .. ~ ~ .. ~ . .. N N .. .. .. d d d C )olE z Z z z z ;z 0 !2 ~ ~ ;;l >= :a .2 ~.. l: .... 0 q;; _0 i i i oz ~ ~~ "'- .. .. .. 85 :> :> :> Ou i: .. .. .. ii!c ulE m i'I i'l i'l i'I i'l ~ ~ 1m !'l N l::i I< ~ I~ I~ - - z C) iii IIJ Ow ..1m c(c( ~:E: ILl>. oi'l m i'l i'l i'l i'l i'l i'l m m m 9 _ IN I~ I. I~ I~ I~ I~ m ,. ~ ~ ~ ~ ~ m ~ ~ ~ ~ ~ ~ {I) a. ;:- ..." m:: "'''' o~ o. ;: 1;; ~1'i (j :1!; ~~ n o '" '" ... 'i1 ... ., <3 UJ ~ o .., w ~ c c o S w 0: o ::> ?' :\ , 0 L' Ii:: . ..u O(W -Z 0_ C"', (',_Z ( U .~";:~' <sz ZI" 0(...1 :",~ ( E L j Z0 " ~ ~ ~ 52 ... .. w i I" o w o 0: ::> o " Z C) iii w c ..... 0.. ....,.; Z" W~ :;.. z" c).. -0: ..JW ;lj1D 0::; Q::> zZ 0(1D 00 ....... Z W :; W ~ 0: 0.. 1!i .... w W 0:: .... o - - - - - ...I" 0: 0'" o(ll - =.. Z 0.. 0 0" I" 1S c" ii: cll iii - 5 wN 0 ct> ... ... c" ~ 0: 0 - wl:; 0..; :;:! 0..; - Z 0 I" 0.. 01 0 0 w C II: 0 ~ II: 0. 0(0 ""Z N N N N ........ CDClOOO .. N NN '" ~ ~ N ... '" .. '" <O'lt~~ - "'... N ... ... - - ... '" N'" N NN N - ......N ... '" N - ......N '" - fl "'" ~ 0", ~ ~ e~ ~ E " !Pi!;;; 0: I 'il ~!! .. w 1 o..i1 "' ~ !! Z Q :I.!1J! :!! ...I .!! m e C) "' ~ 1': ::i 0( .~ E 0.. ili " .~ .. ~~'5 ~ C .!!~.. {l';l I~~ .!I m E ~ 0 0: " ~d: 4'1 - ... i'! 8 C ~w ~ e ~ 0: C 0: 8 .! e l\\' .0 E C;; ~ m i~otS e ~ e~o.ii:~ 1i-o .. 'C :;: r 0.. .5 0.. ~ 'g l5' ~ cl! ~~ " <( - me::g " o <<l:fi 52 08 :c " Z ':i: 0- 'E l! ~ l!:!! m,-"8 -:i:m !.~o( m 0 i icn.,!.U4l U i"!! ~o.. c f! " 'E .. -'- O:l:;' I!.... C 01 9 .~ E El: ...l 9'- -cl!O " :J ~ U'J<<ISotS .0 .. I~E~.5 .. !~nS~il~i 1! w E j W ~:!l 15.!.! i:i g~ 0: :::I. ~ l! ~ .. :s.il!_ IV 'Iii 0.. D::::)D:::<nO U)LL a. o..u 0.. 0..~t\0 "CIl 0:0.. o U 0: 0.. I~ ~ CO! '" ~ .. .. .. "! ..: ~ ..: ~ ..: ..: ..: ~ ~ q il f! '" .. " " 1 ~ .!I .0 .. ~ ~ ~ .. 8 '" 1 e 90 :i< rn'" <(: ~f- =.... zO", OU" F <(0" ~c= "- in-f- rn <<wN -'0.... U .. "- "-00 t!(/): rn - z o F Q. i2 u rn w o >:: rn ;5= ~ rn. ~~ '--"'- ..... u:;: wt:> Q.p .. ::E:2 Q.P .. "'00 .....~<O ~Q)<O 00 "'''' "'...... N~C:O z Cl in w o ... <( z ii: 2:> '" JI ell pC ~~ CG nI "'In .-.;1 c Ii! .5 i.. 0 ::<ll'BfJ :s "'::<!E2" h~.6'81~l:~ ir..c: a.. ts ::iEIS:..J -"'-~ ~Oi l!'li.- ...!! "i,~C.- ~ c: .5~ -c' cl!!_. I.I.~U)_CI) ClHf) I~I ~ '" p o '" '" '" ... ... o '" ... ...... ......'" Ii J! ~ " c o it! .I!l Ig - E "" IJ l ~ ~.~ ;c ~ " iE~ i ~B } .5::<;r.(!i .c: _ l! c5w I~ w ~h' N ..., .... r.n N N N N " .!! .c .. I!! ~ .c E ~ '" N o '" ~ ;! '" '" '" '" '" '" o ~ o o ... '" c; '" '" '" '" o p e ~ o = I!! .c: " Ql " '8 j Ii! :l .!!! .c " 2> 'u '" 8 i ~ ~ ~ .!l. 12 g, ;.: '" '" .!I ~ :l o ::I: j Q. ~ ;5 o .. 01 l:! ~ ::I: !;! ~ Q. I I I I I I I I I I I I I I I I I I PROJECT TEAM ORGANIZATION CHART FOR CITY OF SAN BERNARDINO LAURELWOOD DRNE STREET IMPROVEMENTS AND REALIGNMENT /" /' SAN BERNARDINO CITY ENGINEER/STAFF PROJECT ADMINISTRATOR / I / / PROJECT MANAGER JOHN G. EGAN, P.E. /" /" ASSIST. PROJECT MANAGER FELIPE R. CABRAL, P .E. I /" /' PROJECT SOlIS ENGINEER /" /' &: PAVING ANALYSIS SURVEY AND MAPPING RON CARDUCCI, P.E. GP SURVEYING INLAND AERIAL / (CAL-WEST CONSULTANTS) / I /" /' / ./ TRAFFIC SIGNAL DESIGN STREET LIGHTING DESIGN LAWRENCE EISENHART, P.E., T.E. MICHAEL MILAll CONSULTING ENGINEER / (DOBY ENGINEERING) / /" /' DESIGN / PLAN PREPARATION JOHN PA'l"I'ERSON, SENIOR DESIGNER MELANIE SOTELO, SENIOR CAD OPERATOR JAZZ GOODIE, CAD OPERATOR NORMA RAMOS, CAD OPERATOR / , J F'. ,L\ City of San Bernardino July 11,2001 Page 6 a number of projects to successful conclusion for the Cities of San Bernardino, Loma Linda, Big Bear Lake, Fontana, and Highland. Street improvement projects completed by JEA exceeded 100 lane miles in length for the aforementioned and other municipalities in San Bernardino and Riverside Counties. Project assignments involved many widening and new street construction projects. Qualifications of the project team members: Project Manager for the JEA team will be Mr. John Egan, P.E., Principal of the firm. Mr. Egan has been responsible for the management, design, and direction of many public works projects in his 40 years of engineering practice These include streets and parking improvements, grading, water and wastewater, and drainage projects. He has provided oversight of a number of project teams responsible for preparation of contract documents for pavement rehabilitation for the Town of Yucca Valley and the Cities of Fontana, Highland, Colton, and Loma Linda. Mr. Egan is currently managing such a project for the City of San Bernardino - Commercial Road/Pepper Avenue, and Ninth Street. Mr. Egan's responsibility will include that of assembling the necessary resources, to set and monitor budgets and schedules, coordinate with the City representative, coordinate team member efforts, and consult and direct concerning design issues. Mr. Felipe Cabral, P.E., Senior Engineer with JEA will be assigned as Assistant Project Manager. He will provide a back-up to Mr. Egan and will provide key technical input, guidance, and review concerning street rehabilitation designs and plans. Mr. Cabral has in excess of 30 years experience in design and project management of municipal projects from the start of his career at Caltrans. Recent related work includes responsibility for street improvement and pavement rehabilitation projects aggregating to in excess of 50 lane miles for the Cities of Highland, Loma Linda, and Yucca Valley. Street improvement projects for which Mr. Cabral has or is responsible include that for Church and New York Streets in the City of Redlands, Benson Avenue in the City of Upland, Oleander Avenue in the City of Fontana, and Riverside Avenue in the City of Rial to. JEA will utilize the services of four subconsultants to complete the team. CAL-WEST Consultants will be responsible for soils and materials testing and determination of the street structural section. Principal and owner of the firm, Ron Carducci, will be responsible for the work. Mr. Carducci has over 35 years experience in conduct of similar work. CAL-WEST Consultants and JEA have collaborated 6n six projects recently, including that for Commercial Road, Ninth Street, and Pepper Avenue for the City. Field surveys and mapping will be conducted by local survey and aerial photogrammetric firms with whom we have previously worked. City of San Bernardino July 11, 200 I Page 7 Responsible for street light design will be the firm of Doby Engineering, specifically Michael Milam. Responsible for signal design modification will be Larry Eisenhart, who is very familiar to the City, also, due to a number of similar type projects he has completed in and for the City. Similar recent projects include modification or new signals at three intersections at Kendall Drive; that for University Parkway, Cambridge Avenue, and Pine Avenue; and traffic signal modifications at 40th Street and Sepulveda Avenue. Resumes for key personnel of the JEA team accompany our proposal. RELATED PROJECT EXPERIENCE On the following page is a listing and summary of directly related project experience by JEA team and/or its subconsultants. Included with the project information is a brief description, a listing of the client and contact reference together with a telephone number for your use. This information together with the commitment of senior personnel and qualifications of the project team, we believe, provide assurance of successful completion of the project for the City of San Bernardino. Evidence of required insurance is on file with the City. We thank you for the request and opportunity of submitting our proposal, project approach, and qualifications for your review. Should there be any questions, please contact the undersigned. Very truly yours, JOHN E~AN be;:TES. INC J hn G. Egan, P.E. resident JGE:ma enc. K:\Projecl\90000S00\90000S city sb laurelwood.wpd u ~ ~ [J:l r.o1 Eo< -< .... u o [J:l [J:l -< ~ ~ ~ r.o1 ~ o ~ ~"'" ~ u ] ~~:E :g I-< ~ 'U; ~.s~5 c:! t: s ~ .;:;;l ~.= IlJ ':';;>~~ ~ o U " S '" .g ~ ~ .; ~ ~ '.;:: '0 ~tt = .9: I-< :0- a:s 0 Q.) "is.s]~ ~ ~ (J'a U Q:Sa! -d u " '0' ~ .; o(jZ ~ ~ .IP ,,"" <o(j ~ ~ ~z Z _~ ~ ~ - " ~ ~ ij ~~ ..; [J:l Eo< U 8 ~ ~ ~ z o e:: u ~ [J:l ~ u ~ ~ [J:l ~ ::> ~ ::> - 8 '" t-- ~f5~ .g-g~~g: .S 0 < UJ r-;- ..J": u'a a- ~ = . a ~ a~]~ii ~~~",g o-~~-a eo;)!; e a.!! iJ~.s8~ d "51.8 ~5 c'''' . o := ~ .:::~ ti ~'lll::l 01 .. ~ > ~ 0 ~~! =~.... ~ 0 Q.) ~ 5 > tI)..... <<S .. 1:) ':"" 2 >. .- " ~jg ~ .~ ~ "'"Cl~ ~ ~ ~i u.. .... o ~ Z ~ .~ ] o(j ~ Z " !:: <ii '" ~ -0 U "Cl- ; .g, 8 e < = "" U Q,} C .. ~,,~ _ S .9 o~~ ~eEl o IS 0 ~_..J u " ~ .. o '" '" o '" '" ~ O E ~~ ~ il' ~Q ; g ~.~ o 8. f~ UE-< " Iii - = - l~ .- ~ 01" ....= o ~ .~ .s >.~. ~.;;; g ~ CL) .... ,,- ~ 0 ~ 1': i2 5 3 0 jg '" ~ 8 E-< rIl ~ ~ j < U o(j < ~ ..., ~~ ~- " - > u ii! f! E-< "Cl~ ; jg e .S o ;g = s .." < ~~u "'" . ijes o~:i z<iil '" a- t-- o ~ " ~ 8 "'- l'- - ~ '" - '" ;i " '" '" l'- \0 00 or ~g~ ] .~ ~ ~ d: :gj, ~ CS'i! ~ .- ~ .~" =~!"O.;..; a 0", ij"'" eoN =.@' ..... f'--''''' 0 u U",:Z:UE-< "Cl- Iii< "Cl~ ~ g:Z: U ~ u.. ..: 'O~~~ ~,,~'" .;;; e -;;j d ~ ~ u ~ . OC':l~"O .. lS,..... 0 ~ = > iii'!: 'Q.,'~ bOO & Q.-;~ue El lib l! . "" .- Q . ~ u,s >. ~ l:l u 5:! ~'8 i: is U E: rl5~~gj8. ~ ~ E .S ~ i ~ 'il "is. .~ ~ Q " u ~ ::E ;Iii <~ "....u>- ~".,;E-< '" !:: ; 0 U';:l- :E eo...., .............. ::I lL.U::C~ ~ ::> ~ ::> - ~ co C - r-.... " :;:I; '" o 0\1-0- "E .='" :alii_< 8: , :; il'!lU'''~ E Q l::l .~ ' ~~~]-e~ ,,~ ~.... ..o.c~""" ~~~p::",g O.!,lZ~ij-a ~:o =~ .- ;:l 8; 0 " U""",,,,UE-< "Cl] ~ '::I S . =".... !3 o := Q.) ';::l .0 U ~JHl "';i e G,) > ~ " ".s.s =lJ.lC+-o " 0 e o(j " ~ tI) .,8 .. . g 0."" 5 ~~iS ~._ 0 tI).g~ -g .. E . " " e e ~ <ii .. "" :< 'b, -g U oj 0 0 e": g.s " 01 ._"Cl~ > ..... E < ~ ..... 8.~i~ fro'll" ""u..:~ ~ ~ ::> ~ '" ..:g ('f')tar-;- 8 ~:! ~ ~ i:I N ::rr;- "tJuO\~~ ;~<e;,( llgj~~" ..: 5 j .. ~ It-< ..... y.8 o U ::I 0. eo .:;:; " " ._ ~ is 0"0 U",":UE-< is 0.... 'a 0 .eo = ~ 0 ~ 'a " u ~ E . ",,~il " e ~ i"5l~ ~t;I!3 ._ 0I).J:l ~~U ". " ...: ..g . ~.- 8 i:~", ~~M E-< lfl ~ j < U o(j ~ ..., .~ ~ jg o ~ ,,< ~u ~1 ]11 u..: 8 '" 8 '" 8 '" '" - '" ;i " '" '" l'- \0 bO~ ..,. """ ",0\0 -g"~~"'i' ~j< .!l~ "!.l U i:: .. .- Cd .. u.:l 4) ::=~;.:s oV}fa~-a ~N i = ~ .... t--.- 0 4) U",:Z:UE-< , "" i'~ .c:: .g ] .~ ~ ~.B l.l: e .g. o.~ . . = - 0 = ,,'a ~ ~ u lib ~E .- ~ is 01 [; 0 . u ~~'-' i:~~ ~~fa ~ '" .g ~ d o .~ a 8< ~U ill t;J:gj, .. .- a-:Z: JOHN G. EGAN PRESIDENT B.S., Civil Engineering, 1959, Iowa State University Environmental Option, University of Southern Califomia, Graduate School of Civil Engineering M.S., Business Administration, 1969, Anderson Graduate School of Management, University of California at Los Angeles Registered Civil Engineer: California Diplomate, American Academy of Environmental Engineers Member: American Public Works Association American Society of Civil Engineers American Water Works Association As principal in the firm of John Egan and Associates, Inc., Mr. Egan is responsible for direction of conceptual project development, and planning and design efforts for selected projects. In this capacity he directs and/or supervises preparation of planning, derivation and analysis of alternatives and design efforts and is responsible for project administration and client coordination. Recent paving improvement projects for which Mr. Egan was responsible include resurfacing/reconstruction of the runway and taxiways at the Yucca Valley Airport, ADA upgrades and modernization projects for seven schools in Yucaipa and Hemet, street pavement rehabilitation/reconstruction for two streets in Loma Linda and three streets in San Bernardino. Other projects conducted under Mr. Egan's direction include hydrologic analysis and design for storm drains and regional park development projects consisting of access and circulation roads, drainage facilities, grading for campground development, irrigation and wastewater pumping stations. Additional projects include design of offsite civil features for a commercial redevelopment project, parking lot expansions and/or repair and various street improvement, widening, and repair projects for the Cities of Loma Linda, Colton, and Palm Springs. FELIPE R. CABRAL, P.E. SENIOR ENGINEER San Bernardino Valley College, Civil Engineering Major Registered Civil Engineer: Califomia Member: American Society of Civil Engineers Mr. Cabral is engaged in the design and supervision of design of various public and private improvement projects. Responsibilities include coordination with State, County, and City agencies, planning for design of street improvements, drainage facilities, and water and sewer expansion or replacement. Completed bylunder Mr. Cabral's supervision have been numerous site development designs for large professional, industrial, and institutional projects. Recent projects include expansions for the San Bernardino Valley Municipal Water District and ESRI administrative office sites, churches, school sites in Victorville and San Jose, Omnitrans Administrative and Bus Maintenance Site in San Bernardino, Riverside -area industrial sites, and several Walmart expansions. Work typically involves guidance of topographic survey and mapping, development of grading concept, and design responsibility for onsite paving, parking, drainage, and offsite improvements. Assignments regularly include design and construction administration of pavement rehabilitation. Mr. Cabral has been responsible for evaluation of paving rehabilitation techniques and preparation of contract documents for many pavement rehabilitation and improvement projects. Such has been recently completed by Mr. Cabral for nearly 50 lane miles of street improvements in the Cities of Fontana, Yucca Valley, and Colton. Consideration was given to use of heater remix, cold-plane with overlay, patch, remove and replace, chip seal, slurry seal, cape seal, and the use of petromat and rubberized asphalt. Mr. Cabral has conducted supervision of improvement design for new and/or rehabilitation of numerous paved streets and parking lots, upgrading, repair or new utility services. Projects include design and supervision of design for grading and paving plans for several private commercial/professional projects, and design of Benson Avenue/Arrow Highway reconstruction in the City of Upland, and New York Street in the City of Red lands. He is currently overseeing design for street and sidewalk improvement projects for the City of Highland (Sixth Street, Base Line, and Ward Street), and Church Street for the City ofRedlands. EAL- 1IIE6T RONALD F. CARDUCCI, P.E. PRINCIPAL CIVIL ENGINEER Education: University of Windsor, Windsor, Ontario, Canada B.Ap.Sc., Civil Engineering, 1964 California State University, Long Beach M.S., Civil Engineering, 1987 Certificates and Registrations: Registered Civil Engineer, California, #18621, 1997 Registered Geotechnical Engineer, California, #185, 1997 Registered Construction Inspector Division II, Building, A.C.IA, R.C.I. #485, 1996 Approved Special Inspector, County of Riverside, Building Department, 1994 Certified Concrete Field Testing Technician, Grade 1, by American Concrete Institute, 1996 California Department of Transportation, Certificate of Proficiency, 1996 Technical Expertise: Mr. Carducci has performed contract administration and resident engineering on many public works projects. He has performed engineering studies, analysis, design, and recornrnendations on projects inVOlving pavements and slabs, concrete and asphalt materials, building foundations, concrete and masonry walls, and septic systems. He has been the responsible materials engineer on many building projects including schools and hospitals. He has performed public works inspection and inspection and testing of the construction of reinforced concrete, asphalt, and masonry facilities. Responsibilities: Ron Carducci is President and Chief Engineer of CAL-WEST Consultants. The firm provides: materials evaluation, laboratory testing, construction inspection, pavement engineering, and on-site sewage disposal investigations. His responsibilities include: Developing and implementing the plan of investigation and preparing fmal reports. Interpreting plans and specifications and facilitating coordination between owner, inspector, contractor, consulting engineer, and architects. Working closely with government officials representing local counties State Health Department, U.S. Forest Service, and regional water quality control boards regardin~ current standards and proposed methods of on-site sewage treatment and dISposal. J:AL- illEST Ronald F. Carducci, P.E. Page 2 Project Experience: Investigated material failures involving asphalt concrete, portland cement concrete, and masonry structures. Investigated subsurface disposal, including preparation of sewage disposal reports. Designed, prepared plans, and inspected many miles of pavement for roads, airports, and parking lots. Performed pavement condition surveys, pavement investigations, and prel?,ared plans and specifications for rehabilitation projects including replacement of facilities and recycling of existing materials. Acted as Resident Engineer during construction improvements of five airports in Riverside and San Bernardino Counties. Acted as Materials Engineer in charge of the special inspection and testing of construction materials incorporated into three hospitals and numerous schools in the Southern California area. Acted as Riverside County's Materials Engineer for three months in 1986. Scope of services included evaluatin~ materials laboratory personnel and policies, laboratory efficiency, laboratory faCilities and equipment. and supefVlsing all materials laboratory activities. Professional Af:liliations: National Society of Professional Engineers California Society of Professional Engineers National Director - (1993-1994) Past State President - (1992-1993) State President - (1991-1992) State First Vice President - (1990-1991) State Vice President. South (1986-1990) State Treasurer - (1981-1985) President - San Bernardino/Riverside Chapter, (1978-1979) Awarded CSPE Outstanding Service Award, 1979 and 1985 American Society of Civil Engineers President - San Bernardino/Riverside Branch, (1972) American Construction Inspectors Association, Inland Empire Chapter American Public Works Association Chairman - San Bernardino/Riverside Branch, (1987) J:AL- illEST Ronald F. Carducci, P.E. Page 3 American Concrete Institute American Arbitration Association American Society of Testing and Materials American Welding Society International Association of Concrete Repair Specialists Chairman of bi-county ad hoc committee to prepare and recommend test procedures for on-site wastewater disposal system design. The committee report was incorporated into San Bernardino and Riverside Counties' regulations. o ~ ~ LAWRENCE S. EISENHART Consulting Engineer ~ OFFICE; 2070 LOCUST COURT SAN BERNARDINO, CA 92404 MAIL: P.O. BOX3052,SAN BERNARDINO,CA 92413 Telephone; (909) 864.5406 . Fax (909) 864.5047 QUALIFICATIONS Mr Eisenhart has been a Registered Civil Engineer since 1962 and a Registered Traffic Engineer since 1975. EXPERIENCE . Desir" PrQject Engineer. CALTRANS. Di.~trir.t R. 1962-1967 - Supervised a group of engineers and technicians in preparing plans, specifications and estimates for street, road and highway projects varying in size from simple intersection modifications to multi- million dollar freeway projects. o Trqf/ii: Qpemtinnr Sqpem.~or. CALTRANS. Di.~trir.t R. 1967-1977 -In responsible charge of the preparation of plans for all signing, striping, and other traffic control devices for State highways in San Bernardino County. Also the custodian of all police and CHP reports of State highway accidents that were forwarded to CALTRANS. Provide surveillance of high accident concentrations and either ordered new or changes to traffic control devices or prepared reports recommending reconstruction or other corrective measure. Mr. Eisenhart has qualified as an expert witness in Superior Court in San Bernardino, Riverside and Los Angles Counties. In this regard he worked with attorneys to prepare cases, gave depositions and testified in design and traffic engineering in over fifty lawsuits involving traffic accidents. PrQject Manafl!r. CM Enei"eerinr AssocinJl!s and CG En.finl!erinr. 1977-19R2 _ Mr. Eisenhart was in responsible charge and completed a multiplicity of civil and traffic engineering projects including the following: o Commercial Subdivisions Residential Subdivisions Street, Sewer, Water Supply and Utility Improvement Plan Specifications and Estimates Traffic Signals Traffic Impact Reports Environmental Studies o o o o o o o EDUCATION Private Enfineerinf Practice. 1982 - Present - Mr. Eisenhart established his own consulting engineering firm in 1982. He has provided professional services to many clients in both the public and private sectors. Mr. Eisenhart specializes in traffic and transportation engineering in the following areas: o Traffic Signal Plans Signing, Striping and Detour Plans Intersection Designs Traffic Impact Analysis Traffic Circulation Studies Roadway Capacity Analysis Freeway Interchange Designs Construction Management Traffic Accident Analysis Consultation for Litigation CALTRANS Liaison for all types of projects o o o o o o o o o o Civil Engineering University of California, Los Angeles, 1954 Business Management Cal State University, San Bernardino, 1975 Post Graduate Cal State University, San Bernardino, Continuing REGISTRATION California, Civil Engineer No. 13493 California, Traffic Engineer No. 40 PROFESSIONAL AFFILIATIONS Institute of Transportation Engineers - Fellow Grade 2 MICHAEL L. MILAM DESIGN ENGINEER-ELECTRICAL AFFILIATION: WA Doby Engineering EDUCATION: California State University, Bachelor of Science, Physics REGISTRATION: State of California - Engineer-in-Training, License NO. XEO 94035 EXPERIENCE: Mr. Milam has been employed by W.A. Doby Engineering since 1991. Site development projects and public works projects for which he has completed lighting and security design include: Parkinl! Lot/Sports Field Lightinl! . Heritage Hospital Parking Lot, Rancho Cucamonga, CA . Desert Hospital Parking Structure, Palm Springs, CA . City ofLoma Linda Sports Field Lighting, Loma Linda, CA . City of Moreno Valley Sports Field Lighting, Moreno Valley, CA . Metrolink Train Station Parking Lot, Riverside, CA . Johnson Machinery Equipment Yard, Murietta, CA . Hunts Lane Medical Office Building, San Bernardino, CA . University of Redlands Parking Lot, Redlands, CA . City of Redlands Street Lighting, Redlands, CA Public Works/CaItrans . City of Loma Linda Fire Station, Loma Linda, CA Rancho California Rd. and Interstate 15 Overcrossing, Temecula, CA City of Anaheim "Sportstown" High Voltage Distr., Anaheim, CA Intersection of Overland and Jefferson, Rancho, CA City of Anaheim "Pointe Anaheim" High Voltage Distr., Anaheim, CA . . . . Water/Wastevvater . City of Riverside . City of Chino Hills . City of Loma Linda . California-American Water Co. . San Antonio Water Co. CITY CLERK'S OFFICE RACHEL G. CLARK, CM.C. - CITY CLERK '" P.O. Box 1318 . San Bernardino' CA 92402 300 North "0" Street. San Bernardino' CA 92418-0001 909.384.5002. Fax: 909.384.5158 Business Registration Division: 909.384.5302 Passport Acceptance Facility: 909.384.5128 www.ci.san-bernardino.ca.us September 25,2001 Mr. John Egan John Egan & Associates, Inc. 25814 Business Center Drive, Suite A Redlands, CA 92374 Dear Mr. Egan, At the Mayor and Common Council meeting of September 17,2001, the City of San Bernardino adopted Resolution 2001-283 - Resolution authorizing the execution of an agreement with John Egan & Associates, Inc., for civil engineering services for the realignment of Laurelwood Drive from Tippecanoe Avenue to Orchid Drive. 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 retain a copy of the agreementfor your files. Please be advised that the resolution and agreement will be null and void if not executed within 60 days, or by November 16, 2001. If you have any questions, please do not hesitate to contact me at (909)384-5002. S incerel y, . I ~/)! 'f' C (/( ,cI.r. C '.. Michelle Taylor " Senior Secretary Enclosure cc: Ronald C. Blymiller, Engineering Associate CITY OF SAN BERNARDINO ADOPTED SHARED VALUES: Integrity' Accountability' Respect for Human Dignity' Honesty CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: October 1, 2001 TO: Ronald C. Blymiller, Engineering Associate FROM: Michelle Taylor, Senior Secretary RE: Resolution 2001-283 - John Egan & Associates, Inc. CC: Finance Attached is a copy of the executed agreement with John Egan & Associates, Inc., for civil engineering services for the realignment of Laurelwood Drive from Tippecanoe Avenue to Orchid Drive. 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): ~ Item # IS Vote: Ayes 1-~15-(., Nays.12r Change to motion to amend original documents: - Resolution # 2.t:O \ -- Z~3 Abstain .td- Absent '41 'I Reso. # On Attachments: ~ Contract term: '- Note on Resolution of Attachment stored separately: -=- Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY Date Sent to Mayor: ~ Date of Mayor's Signature: q 1,)5/01 Date of Clerk/CDC Signature: ' 9' I,;;J 's: /01 , I NullNoid After: UJO DAt S I,I -I" -0 I I By: - Reso. Log Updated: Seal Impressed: v- i/' Date Memo/Letter Sent for Signature: 9 - a" -() I 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: / Date Returned: \ C)- \-0 \ 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): Copies Distributed to: City Attorney / Parks & Rec. Code Compliance Dev. Services ,/ Police Public Services Water Notes: Yes L No By Yes NoL By Yes No -L By Yes NO=Z By Yes No By EDA Finance ,/" MIS Others: 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: IY\"\ Date: 1<::,-\ -\, , Revised 01/12/01 ... II. .. .. ... .. .. III "" l.. .. .. '"" 1M .. II. '"" .. .. if. !"" .. .. lr. .. 10. "" l.. "" l.. ... , Ii. ~ .. I. .. .. JOHN EGAN AND ASSOCIATES, INC. CONSUL. TING ENGINEERS 25614 Business Center Dr.. Suite A Redlands. California 92374 Phone: (909) 689-0676 . Fax: (909) 798.7731 July 11,2001 City of San Bernardino Department of Development Services Division of Public Works 300 North D Street, 3'd Ploor San Bernardino, CA 92418 Attention: Mr. Raymond A. Casey, City Engineer Subject: Street Improvements and Realignment of Laurelwood Drive Gentlemen: In response to your invitation, we have prepared and are pleased to submit four copies of our proposal concerning street improvements and realignment of Laurelwood Drive between Tippecanoe A venue and Orchard Drive. Proposed realignment will result in the siting of Laurelwood Drive through an existing residential development. Proposed team represents a commitment of senior engineers of JEA. They, supporting JEA personnel and subconsultants, are all very experienced in street design. As you are aware, we are near completion on work of a similar nature concerning reconstruction of Commercial Road and pavement rehabilitation on portions of Pepper Avenue and Ninth Street. The subject project is different in that it involves alignment determination and design for a brand new street for portions of the project. Team and scope of services, then, are directed toward the requirements for this type of project as set forth in the City's Request for Proposal and amplified by our contact with your staff. We intend to address the project by an initial and regular meetings and communication with the City's project administrator. General approach will be a two-phased planning and design effort. Critical will be the first phase - in which we will conduct a meeting with the City to establish/affirm design criteria and subsequently to ascertain centerline alignment to be verified by the City prior to proceeding with final design PROJECT DESCRIPTION AND REQUIREMENTS Street improvements and realignment of Laurelwood Drive will involve the construction of an entirely new reach of Laurelwood Drive and the reconstruction/widening of a portion between Tippecanoe Avenue and Orchard Drive. Alignment will result in offsetting of the westerly terminus of the street by approximately 660 feet which will route it through a currently developed and older single-family residential area. The new alignment and widening will necessitate Q/17/0r - - - - City of San Bernardino July 11,2001 Page 2 ... .. - acquisition of private property and abandonment of a utility easement to provide the necessary right-of-way. It is our understanding that the City's Economic Development Agency will be responsible for right-of-way acquisition and also for utility construction and/or relocations. .. - .. The area affected was developed under County jurisdiction and is not sewered. Existing septic tanks and normal residential improvements will need to be addressed in design of the new street. - - Project length is approximately 1,350 feet long and is proposed to have four lanes, curves designed for 35 mile-per-hour passage, and possibly a continuous left-turn lane and median islands with hardscape landscaping similar to that constructed with grouted rock in Tippecanoe A venue. Street lights for City ownership are to be included. There is approximately a 10- foot fall from east to west, or an average 0.7 percent grade. .. .. - .. Both Rosewood and Laurelwood Drives will be revised to terminate in cul-de-sacs to provide access for residential areas that remain. The remaining portion of Laurelwood Drive will be accessed by Orchard Drive which will allow existing drainage inlets thereon to remain functional. - .. - It is our understanding that Laurelwood at Tippecanoe may be widened further with an extra right-turn lane. The project will also involve modification ofthe signals at this intersection including relocation for widening and possibly to accommodate additional lanes and tum movements related to the possible westbound freeway offramp to Laurelwood on the east side of Tippecanoe. The median at Tippecanoe A venue may also need to be modified for turn movements. .. - .. - .. ,.. Project description was researchedfrom the City's request and supplemented by contact with City staff and is intended to reflect the scope of services requiredfor the project. This will involve not only street design but also efforts concerning street lights, signal modification, geotechnical work to define the street section, supporting survey and mapping services, and definition of right-of way acquisition required ,.. .. .. .. Shown on the following page is a conceptual plan of a prospective realignment for Laurelwood Drive, between Tippecanoe and Orchard Drive. Incorporated in the concept are the 35-mph curves designed to allow sight distance prescribed by Caltrans design standards including, but not limited to, Table 201.1, Sight Distance Standard, Figure 201.6, Stopping Distance on Horizontal Curves, and Figure 203.2, Comfortable Speed on Horizontal Curves. ,.. - ... - PROJECT APPROACH AND ENGINEERING SERVICES PROPOSAL .. Engineering services effort and approach will, in general, entail survey and mapping, preliminary design efforts to establish design criteria and guidelines, and final design for the street realignment/widening and appurtenant features to be included or modified. The effort will be completed in two phases, designated preliminary design and final design. - .. - .. - - :!lnN:ilA v :!lONV:J:!lddIJ. .. -lIn- nITr - - I I I II I II I I ... I I II II ,I I, ... L ..J II ."l'R~ -:l' ... 'I ;t 'I I' Rl 'I ,~ C\I ", 0 (Q ; ... I I 10 , Co I~I I (l) 0 C\I (Q ... . s .os ..(Y) 001 '" I Rl 10 rl ...,. 0 I (Q ...~ ~) Co Rl 115 10 I, "l.'- 0 rl'\ '~I I' (Q I I (I' eN I~ to :g to I 0 I I ~I (Q ~I I~ Q ;z 1"-. 0 to ... '" 1'1 ~' I " "0 I !j< (l) to I 10 to cz ~ 'F :1 , I~ I: Q I: I (Q I ... I C\I I I I I R I , ..~ \'! I 10 I I ;:; :u (l) ~~ ,I ;t (Q 1,1 'I, I: C\I I, ..< I I, (l) Co ~ I I , ~,~ [1 ..~ I 'i? ~ 1"-. II \ I I (l) I (l) Co -H- ...~ III t1l II Co I I -..t ...,. Co .. ,~'1, 1i I \:: (il II ~ 10 I Co ... ~ l:r- , ~ - \\1 'I I' ~ ~ ,ex; I. , to I II .001 Co I ... I II I ~ ~I' I .~ . ~ II I ~ Co .. JL Co ... III ~ !11t;> II -~- ~ ~ 0.-..'_ :iil I _.-..t JL '!HL .. i;l ... :!lAIl:l:a CIVH:Jl:l:O .. - .. ~ n \ " ... Sl " l! ~ - - " Sl " ... l! I -- $ ~ - ... - - City of San Bernardino July 11,2001 Page 3 ... .. - PHASE 1 - PRELIMINARY DESIGN .. - Preliminary design services will include an initial planning meeting with City staff, research or review of available records, survey, preliminary plans and estimate, and further review and coordination meetings with the City. Specific tasks and efforts, then, will be as follows. .. .. 1.1 ill - ill 1.2 ... ill .. ill .. ... 1.3 ... III 1.4 ... ... .. ill ... .. .. .. - ... - 1.5 ... - ... ... ... Research: Conduct a thorough research of utilities in the project area as well as survey control and existing right-of-way. Utility research will include contact of all utilities and a review of their records to verify existence of subsurface structures. Design Review Meeting: Critical to the entire project will be the establishment at an early date of design criteria which would be the purpose of the early design review meeting. We would seek at this time to verify design speed, proposed number of lanes, median and parking requirements, drainage management plan, and intersection design criteria for both ends of the project. Additionally, street section will be determined for various reaches to cover all desired lane configurations. Centerline Alignment: Following and utilizing the design criteria established at Task 1.2, we would then develop a centerline of the proposed alignment which would be submitted for review and approval by the City. Survey/Topo and Right-of-Way Mapping: Survey efforts will be directed to field survey supplemented by aerial photography and photogranunetric mapping to produce topographical mapping of a strip 150 feet wide centered on the adopted centerline alignment. Required will be the showing of all features within that strip and contours at one-foot interval. Additional on-site survey and cross-sections of existing streets will be made to ascertain elevations to permit preparation of accurate profiles and cross-sections. Additionally, survey will be made for approximately 200 feet in each direction at the intersections to provide information that will be required for design modifications at those locations. The survey file data will then be utilized to prepare topographical base sheets of all surveyed information of the prospective route. Utility information obtained from earlier research and existing property and right-of-way lines will also be added. Assistance from the City for on-site survey will be requested in the form of a Notice to Residents. Geotechnical Investigation/Report: Our subconsultant, CAL- WEST Consultants, will perform three exploratory borings to five feet in depth, obtain soil samples, and conduct laboratory tests including sieve analysis, plasticity index, sand equivalent, moisture content, dry density, and R-value. From this, utilizing the traffic index value given by the City, recommendations will be made concerning the proposed structural section to be designed to accommodate the projected traffic loads on Laurelwood Drive. Sampling of - .... ... .. ... City of San Bernardino July 11,2001 Page 4 .. - .... - 1.6 .. - .. - .. - .. 1.7 ... .. .. - .. areas within existing parcels is required. Assistance of the City will be sought to enable access and use of power-driven augers. Preliminary Plans/Estimate: Topographic mapping will be utilized, then, to develop preliminary design, that is, plan and profile, for the proposed street and/or widening. Included in the effort will be preparation of cross-sections, profile at proposed centerline and curb locations, as well as proposed construction grades. Additionally, preliminary design will include an evaluation of signal modifications, street lighting requirements, inclusion of a structural section developed by CAL- WEST. Plan view, then, will provide a preliminary indication of right-of-way impacts. With the preliminary design information, a budget estimate will then be prepared for construction features. Coordination MeetinglProject Management: Project Manager will provide supervision and direction during the course of the preliminary phase to effect the preliminary design and budget estimate proposed. Involved during this phase will be meetings as required with Development Services Department staff and possibly with the City's Economic Development Agency, if required. Requirement and objective is to provide coordination and communication with project staff as well as the City to assure progress vs. proposed schedule and furnishing of necessary information to the City staff. - PHASE 2 - FINAL DESIGN .. Phase 2 services will include preparation of final plans, specifications, cost estimate, and right- of-way acquisition map. - III 2.1 "" .. ... .. - .. - .... 2.2 .... - - Final Plans: Upon review and adoption of the proposed preliminary design, project team will then proceed with preparation of final plans. These will consist of title sheet, street plan and profile, final cross-sections, and intersection modifications. Additionally, plans will include signal modifications at Laurelwood and Tippecanoe, address of any drainage structures that may be required at Orchard Drive, design for street lights, and design of signing, striping, and marking. Of note and considerable significance may be the design treatment of improvements on those parcels impacted but not totally acquired by the City in conjunction with the project. Such an effort might be necessary if and where a partial acquisition is determined, resulting in the need for modifications to existing residential improvements. As noted earlier, provision will need to be made to locate and properly abandon existing on-site wastewater disposal systems. Right-of-Way Acquisition Map: From the preliminary and/or final design, a right-of- way acquisition map or plat will be prepared to indicate to the City areas necessary to be acquired. Map will also include areas of slope easement should that be an issue. - - .. - .. .. .. .. .. - ... .. .. - ... "" ... "" .. "" ... .. .. "" .. - .. - .. - .. ... ... - - - ... City of San Bernardino July 11,2001 Page 5 The right-of-way map would be prepared in sufficient detail to allow preparation of legal descriptions and/or plats that may be required for partial acquisition. In many cases it is likely, however, that the entire parcel will need to be acquired. 2.3 Specifications: We will prepar(1echnical onstruction specifications for the project utilizing the City's standard spkcl . s modified and amplified as required. Also we will prepare detailed bid proposal, unit price basis to provide a means of easily adjusting construction quantities. City-provided contract documents and general conditions will be edited for incorporation to complete the document. 2.4 Engineer's Estimate: Prepare quantity calculations and engineer's estimate for all proposed construction related to the project. 2.5 Coordination/Meetings: Project Manager will continue to provide coordination services to assure completion of the project, quality control and coordination with the City. Project Manager will provide coordination and project status meetings with the City to obtain approval for the project and keep you apprised of the status by means of partial completion submittals and regular status reports. Meetings will also be held with the City EDA conceming right-of-way acquisition, if necessary to supplement the right-of-way map. ASSUMPTIONS It is assumed, as indicated previously, that the City will be responsible for right-of-way acquisition as well as design of utility construction and/or relocation. This is anticipated to include underground electrical and telephone service, water, and sewer. PROJECT SCHEDULE Accompanying this letter proposal on the following page is a project schedule presented in a Gantt chart illustrating the proposed tasks and anticipated times for completion. We anticipate that it will require approximately nine weeks to complete preliminary design phase and six weeks for the final design phase. In each case, the time period indicated includes an allowance for review by the City. For purposes of planning, we have assumed an official start date of September I st. Also included is an estimate of hours by personnel classifications displayed on the accompanying spreadsheet. PROPOSED PROJECT TEAM Project team members assembled for the City's project are not new to each other. Members, shown on the Organization Chart on the following page, have worked together in recent years on ... - ~u ~ . ~ . lii ~ ~ 1+ N __ ml__ ~m ----- ~ ... to" ,- 11- E~ h ~ s - - -- -- -- -- -- - m m___ I -_.~-- .. to" ill ... ~ E:: E_ ~" ... z- ffi ~ ::E 15 ~___u______________________mm___u ~ ~ ~ - I !i !~ N N _ <t6~ ii... !z~ 1l.1~ ~ ~ ::E 0 I I ~ ~_________m___________m_m _ u _ ___ __~__ ____ _____.________________m__mm________ ~ ~ .. ; I; . . i, I ~ 3 ~ ~ ill ~ 1- - - -. - -- - - - - - - ~ - - - - - - - - - - - - - -- - -- m --- ... ill l "" .. ,.. l. ~ ,.. f III "" .. ~ lii "" , .. o z is N ! : << ~ r:::: - w., ~ CD ~ u. o ~ <3 "" i.. '"'" ~........................................_-------------------------------.--.-------.---.......--................. .. " c ~ J!. J!. J!. J!. J!. J!. J!. J!. J!. J!. J!. J!. J!. J!. J!. J!. ~ . . . . . . . . . . . . . . . . ,g"C ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ .0 0 0 ~ ~ . ~ ~ ~ . ~ 0 . . . 0 ~ g B N ~ 2" ~1Ii l< ..l'! .,. .,. .,. E ~ .. 8 ~ " ~~ l'! l!!; rilE 2 i:E .. ! IF .. Ii!il~ ~i .. '" E z :i i .. :E .. N :l: .. II ~ c(:I: E C) .. g ~ ~ ~ " ZIL II;!I! hn iil :i ..:0 .. !i;iz ~ ~ " ~ ~ ~ U ... .~ l! :I: c~ = ~ ~.. U .." ::IS! ~ z z~~! li::ll ~i ill ;ii!~ " i i Iii q;; ~~ ".. Wl/) " ;;l ...- ~; ~w e = 3:;:1: z " " " ~~ ~i .-.. ILC " rJ;! ii:;l :J s_.. i ...... i: .. .. .. a:c em m m m m m m m m m m m m m m m m Q- ill !"'" ... ... ... - ... - ... - ... IL ~ . .l! . j E . E . " ... 0 I U) 1! " . ~ e- ll. :0 I . ~ c .~ j l!' ti " " ~ U) ll. ~ ~ ~ 0 => => => :!l :!l :!l l!! " " " ~ 0: 0: 0: 0 l:l "< !i1 "< ~ .[1 ~ .... lU ~ ~ 0 . I"- .., . ~ ~ c . => j E :!l E " 0 " U) 0: 1 I ~ ~ ~ If ~ ;g. Q. ;:- ~" mOO 13" oi ~;: .-s ~I'l - ... - - - - - ... ~ 0 a; ... ~ 0 - - ... - w loo > ii2 0 0 - 0 0 ... ~ w II<: ~ ::l :s ~ffi w LLO .... 00 ~ ....ori <w zo -z ;:: w~ ~a f3 :Ii 0 IZ ZO W~ K! 0"' ::iffi oz ::l :ial z;:: 0 "Ili..J :I: 1I<::Ii .::l Z o::l tCl) 0 ZZ 1Itll~ iij <al w Cl)0 zO 0 ....... :I: Z W ~ :Ii , w ... > 0 II<: .. - ! .... w ... w II<: .... CI) - ... - - - ... - ... - ... - ... N N N N ...,.. <00000 .. N NN Ol N ~ ~ N .. '" ., '" <O'lIt~~ ~ "'.. N .... .... - - .. '" N" N NN N - ....N .... '" N - ....N '" - 2J c:.<: ~ 0" ~ g ~~ ;:- ~ c: ~I~;;; II<: CI) :& li ~ ~I!!" .. w tl " 0.1: ., !Ii * CD Z ::; " ~ h~ c: ...I e Cl ., ~ ~ ::J < J!l E 0. iij c: CD ~Ig~ ~ I~ .l/~" h I~ J!l w .. 'S; E ~ 0 0: " - ~ IS ca:lW ., II<: c: ::;0. II<: aQ) ... .- oe- ~ ci. - (I) .. Oil.... e ~ ;g ~o.~~ g,\!_ ~ ., i! E e:::l 'C: :c ~ c: 0. .l/ ~ - (Ie gj ~ o (I).!!:g~ ~a::B~.~~~~ caU H .0 " ~~~8; CD ~ .. 0 i '-' c: t:2:Q.", c: .5~ ~U::;~~~:~ l!~<( e :I: :e ~" I!!~Q. CD jj en S06 E '-c?JO " ::; ..~9 .. i ~ ~ ~ i ~ ~~ 1: ~ 1! w .0 i!i w i~ 1: 2:.5 ., tJ;! _.2 ! 8~1~ I~ II<: _._:::1 e ~ CD ~.~ ~.S! fa ! <'3 e"E' . I!! .<: II. a::::Jtt:CI)Cl 0 cnU,. a.. a..c.> II. c. (.)00_(1) cnc:::a.. o '-' II<: II. l::l -: "! .. ": "l '" .., "! ~ ~ '"' ~ ~ '"' ~ - ...100 0:: CI)'" <: - zO ~ 00 .. ;:: <0 00 !.!o : LL iij CI) N :S~ Ii> ~- - LLO 0 ;!:CI) "' .. Cl)f- f- w~ Q.~ .. :&:2 1L~ .. Z 0 ;:: Q. ii2 0 CI) w 0 ,. CI) ;!: ,. CI). ;!:g ~ q u; " e .<: ., " " "8 o .! I!! " .!l .0 ., ;?;o 'u '" .. .. .. .. ~ .. '" .. .. 8 tl .9< e !!o ;< ... - ..JOO u:;: Ill'" <: f- =... Z 0", 0 U j:: < 0"' u 0: u: u; f- III WN S ot; u ... ... 00 i'! 1Il~ III W~ Q.~ ::;;:2 Q.~ .. Z 0 j:: Q. 0: u III W 0 " III i'!= " Ill. <0 I-Z ... - ... - IlII - IlII - ... - IlII - .. - IlII - IlII - ... - ... - - - ... - - - ... - ... - ... - - 0 N ~ ~ ... NOO NOOCD 0 '" '" ~NCD ~ N '" 1:j ~ N 0 ~ 0 0 00 CD...... '" '" ... ... 0 CD'" ~ N NN'" ... 0 ... ...... '" '" ~ '" CD 0 ~ ......N ;: '" N " CO .. ~ N ::;; :; i'! JI III .., l: .. 0 ~l: 0 .l:: i~ I- -0 E u ~., .. III ~ .. '" .!!I1l .... ~ :; .., '>" I III l: ~ l: iij o I iii E " .. 0: Z :;;0 =-6 . CO ! ~ ~.~ .. ::> C) ",:;; 112 l: ~ " 0 u; ~-S'C' 0 0 EJl :g :z: !!-o. 5 "8(1)~l: 3j: " ~ " CO " lJ w .!!31""'ll II CO I!! 0 0 :::!: lD::J.i ~ I l: :;;>< :z: Q..l::Q. 'e u~iil " w ..J _(I)-I!! 1ii~!_ i .Q 5 a < ~!!s C:;.- I: g 'e. !i E Z ._ e !~ 0: l: 'ijj .l:: 0: u: -F C w U 0: Q. Q. ... (I) cnOCf.)CI) Q.uu I~I ~ N ... ... '" co .. .. .. N N N it q 10 .. I!! .l:: .. .. .., "8 j ~ " .!!! '" .. ~ ." '" o o o o ~ o '" o o o o ~ .. 'e- 90 :i< ... .. ... - ... .. .. lIII .. lIII .. lIII .. .. .. .. '" lIII .. lIII - .. ... - - - .. .. ... .. .. ... .. .. ... .. .. .. PROJECT TEAM ORGANIZATION CHART FOR CITY OF SAN BERNARDINO LAURELWOOD DRNE STREET IMPROVEMENTS AND REALIGNMENT /' SAN BERNARDINO CITY ENGINEER/STAFF PROJECT ADMINISTRATOR / / /' PROJECT MANAGER JOHN G. EGAN, P.E. / /' ASSIST. PROJECT MANAGER FEIJPE R. CABRAL, P .E. I / / PROJECT SOn.s ENGINEER /' 7 &c PAVING ANALYSIS SURVEY AND MAPPING RON CARDUCCI, P.E. GP SURVEYING (CAL-WEST CONSULTANTS) / INLAND AERIAL I I /' ) / / TRAFFIC SIGNAL DESIGN STREET LIGHTING DESIGN LAWRENCE EISENHART, P.E.. T.E. MICHAEL llILAM CONSULTING ENG~ER (DOBY ENG~ERING) V /' /' DESIGN / PLAN PREPARATION JOHN PATI'ERSON, SENIOR DESIGNER MELANIE SOTELO. SENIOR CAD OPERATOR JAZZ GOODIE, CAD OPERATOR NORMA RAMOS, CAD OPERATOR / ,JF".A - .. - .. - .. - .. - .. - .. - .. - .. - .. - 110 - .. - .. - .. - 110 - .. - .. - .. - .. - .. City of San Bernardino July 11, 200 I Page 6 a number of projects to successful conclusion for the Cities of San Bernardino, Loma Linda, Big Bear Lake, Fontana, and Highland. Street improvement projects completed by JEA exceeded 100 lane miles in length for the aforementioned and other municipalities in San Bernardino and Riverside Counties. Project assignments involved many widening and new street construction projects. Qualifications of the project team members: Project Manager for the JEA team will be Mr. John Egan, P.E., Principal of the firm. Mr. Egan has been responsible for the management, design, and direction of many public works projects in his 40 years of engineering practice These include streets and parking improvements, grading, water and wastewater, and drainage projects. He has provided oversight of a number of project teams responsible for preparation of contract documents for pavement rehabilitation for the Town of Yucca Valley and the Cities of Fontana, Highland, Colton, and Loma Linda. Mr. Egan is currently managing such a project for the City of San Bernardino - Commercial RoadlPepper A venue, and Ninth Street. Mr. Egan's responsibility will include that of assembling the necessary resources, to set and monitor budgets and schedules, coordinate with the City representative, coordinate team member efforts, and consult and direct concerning design issues. Mr. Felipe Cabral, P.E., Senior Engineer with JEA will be assigned as Assistant Project Manager. He will provide a back-up to Mr. Egan and will provide key technical input, guidance, and review concerning street rehabilitation designs and plans. Mr. Cabral has in excess of 30 years experience in design and project management of municipal projects from the start of his career at Caltrans. Recent related work includes responsibility for street improvement and pavement rehabilitation projects aggregating to in excess of 50 lane miles for the Cities of Highland, Loma Linda, and Yucca Valley. Street improvement projects for which Mr. Cabral has or is responsible include that for Church and New York Streets in the City of Redlands, Benson Avenue in the City of Upland, Oleander Avenue in the City of Fontana, and Riverside Avenue in the City of Rialto. JEA will utilize the services of four subconsultants to complete the team. CAL-WEST Consultants will be responsible for soils and materials testing and determination of the street structural section. Principal and owner of the firm, Ron Carducci, will be responsible for the work. Mr. Carducci has over 35 years experience in conduct of similar work. CAL- WEST Consultants and JEA have collaborated on six projects recently, including that for Commercial Road, Ninth Street, and Pepper A venue for the City. Field surveys and mapping will be conducted by local survey and aerial photograrnrnetric firms with whom we have previously worked. - - .. - .. - .. - .. - .. - .. - .. - .. .. .. - .. - .. - .. .. 11II .. .. .. .. .. .. - .. .. .. City of San Bernardino July 11,2001 Page 7 Responsible for street light design will be the firm of Doby Engineering, specifically Michael Milam. Responsible for signal design modification will be Larry Eisenhart, who is very familiar to the City, also, due to a number of similar type projects he has completed in and for the City. Similar recent projects include modification or new signals at three intersections at Kendall Drive; that for University Parkway, Cambridge Avenue, and Pine Avenue; and traffic signal modifications at 40th Street and Sepulveda Avenue. Resumes for key personnel of the JEA team accompany our proposal. RELATED PROJECT EXPERIENCE On the following page is a listing and summary of directly related project experience by JEA team and/or its subconsultants. Included with the project information is a brief description, a listing of the client and contact reference together with a telephone number for your use. This information together with the commitment of senior personnel and qualifications of the project team, we believe, provide assurance of successful completion of the project for the City of San Bernardino. Evidence of required insurance is on file with the City. We thank you for the request and opportunity of submitting our proposal, project approach, and qualifications for your review. Should there be any questions, please contact the undersigned. Very truly yours, JOHN EGAl< In ASSOCIATES, INC, Jobo G, Egon, p,Er President JGE:ma enc. K:\Project\90000500\900005 city sb laurelwood.wpd - ... - ... - .. ... .. ... - ... ill ... ill ... ill ,. ill ... iIlI ... ill ... ill ... iIlI ... .. ,. iIlI ... iIlI ... .. ... .. ... ill u ~ 00- ~ ..... U o 00. 00. -< ~ ~ ~ f;l;1 ~ o .., ~-5 ~ .- a~~:E :g - ~.... o .8 " !!l oS ..Id El 5 ... ... '" . g.-" -=-~~O:: '" o U "" * .s Jj ... " u ... " 'g '8 ~"- = o ... ~ 'P 0 "'0 " " - 0l0l S' " .a El o ~ u'a UO<'" ~~ -d - 'U " '0' 6: 0 o(IZ ~ ~ " 0 :8~ <0(1 ~ ~ ~Z Z .'" _VJ tu Il ~ ~::E u 00. Eo< U a ~ ~ ~ ~ -- ~ E::: u ; Eo< 00. Z o U Eo< f;l;1 ~ Eo< 00. ~ ;:J ~ ;:J - ~ r-- ~g~ ~-g~~g: j~<",r-;- .. = U.'~ ~ El ~~ 8 .. j III j .. g c...., 0..= o ....-l C':f .a Q., ~;;!; El "'.!l u~j8~ 13 ] .g . g =..... . o:;:l i!l ''''';; II ~ ill:l 01 ... '" > ... 0 " .8 ! =f.I.l~ " 0 El 0(1 '" ~ tI).S !.~u >. .5 " 6l,!!l ~ .;;; 8 tI)-8~ '" .::! '" .~ ii: ... o ~ Z ~ '" .S Ol ~ o(! ~ Z g 8 "- ~ '" .. ~ o U ""- ~ .g, " 0 < a 6: U 4) = .. <,,~ _ ~.S u >....l &8" '" El o S' Q 6:_....l .; o '" '" o ~ - 8 '" - o '" ~I ~ '" &:18 ~ 5 ~ .~ o 8. i~ o ... Uf-< ] '5 - ~~ ~ ~ ... '" o ... .~ a ~>o 6l, . .- = '" 0 u '.:::I . "" y >0".: ~ tg ~ en :i 8 f-< ~ ~ < U o(! ~ .... ~~ '" - ... ~ '0 iil e! f-< ""~ ~ l!l !l .S o !!l '" B OJ,, < ~~u '" " ..claB 1::"01 o > '"' Z<", '" 0\ r-- o '" ~ 8 '" ,..; ~ '" - '" >i " N '" r-- 00 \0 :gr , ~o;z """~~"? ~.s < ".~ ~~u:~ .. .- 1a ._" ::1ll]U5 OV'l~M-8. ~M Ob = ~ .... l:"'" 0 0 u",::t:Uf-< ""- ~< ""~ III ~ iE U -E~~~ 6l,"l:l'" .;;; El 01 ci .!:! ~ U Od . ....0 u,."'O .. lS..'~ Q) .~ '" > lIi's ",.= .~o <:r g.~:au~ El 6b~ . "" ._ 0 . '" U.S >0 [:! l:O 4) CJ u.. 'a .. <= U t:: Jl]!l3~ & ~ '" ~ ii " ~ .~ " r.ii ~ "il 'is. .~ ~ 0 i ~ III <:8 _ u....l II 'i1 . >< l:l!l1lf-< "'u"O :E .~ j ~ u..u::t-e ~ ;:J ~ ;:J ~ 00 -= - t""- o~" ~ ~ _~ 0\ .~V"'l '6 < 8: ' l;JgEu'OI ~ E ......., u ii50E-~ lll%.lO~~;': ~ g..cl l;J.... M r.n ~ t:: e .. c 'FJ,g~&:I~-e. .~il8 ~ 0 "il U"-",,,,Uf-< ""~ ~ .'" g . =".... !J .s] II ~]tl ca e Q) > ... " ~~.s 5f.I.l't) El 0(1 '" ~ tI).9 C':f .. t) '::"- 5 ~6f.!!l ~ .;;; 8 tI)-8~ 11 .. " . " ., El ~ ~ "',,- < ~-g U .0 . lll>: g = g.:=l " 01 .", ""~ > .- g < ~ ..... "'~]&:I ~ o~ !il "-Ul>:", ~ ;:J ~ ;:J - ~ '" ..::3 ~~l:7 ot""-~OO :::! ('f')'''' 0\ '" '" 'S'r-- ~llJO\u..~ !il<<El~ 1l"'~~i.i e:.~~u8 oU!il~a ~ .:a '" " .... f.I.l iLl o"i) U",l>:Uf-< l!l 0... .", 0 .@' 5 u .- "'u .g " 01 j:j . bLli90 .!l81:l "SIll'" ~"'d-5 6l,!il!3 .... bLl..c "'~u ". "" ...: >. -8 .....: ,,'- 8 ~~'" Cf.)~M f-< ~ ~ ....l < U o(! ~ .... .~ ~ ~ ~ .,< 1:lu '" . 1~ Ul>: 8 '" 8 '" - ~ '" - '" >i " N '" r-- 00 I"C gr I ~g~ ]~~O>, ~ ~ < .~ ~ ._ ~ u.~ i.i ::llll'-' 5 011') ~-a .e-.c::i = ~ .- r---..... 0 4) u",::t:Uf-< .. ~ -6l,'j'l 'C .g "" .- !il " ... ".8 iE o 6l, ~'Ui . "-8 = Q ".9 I ~~ ~~~ ~~I-< ..,,~ 3 ~ '" '" 0 .. "" .~ .g ~ o .'" g !!l 0< ~U --sf II 01 bl~ ~iE - - - .. ... .. ... .. .. .. .. .. .. .. ... .. ... .. - .. ... .. - .. ... .. - .. ... .. ... .. ... .. ... .. ... .. JOHN G. EGAN PRESIDENT B.S., Civil Engineering, 1959, Iowa State University Environmental Option, University of Southern California, Graduate School of Civil Engineering M.S., Business Administration, 1969, Anderson Graduate School of Management, University of California at Los Angeles Registered Civil Engineer: California Diplomate, American Academy of Environmental Engineers Member: American Public Works Association American Society of Civil Engineers American Water Works Association As principal in the firm of John Egan and Associates, Inc., Mr. Egan is responsible for direction of conceptual project development, and planning and design efforts for selected projects. In this capacity he directs and/or supervises preparation of planning, derivation and analysis of alternatives and design efforts and is responsible for project administration and client coordination. Recent paving improvement projects for which Mr. Egan was responsible include resurfacing/reconstruction of the runway and taxiways at the Yucca Valley Airport, ADA upgrades and modernization projects for seven schools in Yucaipa and Hemet, street pavement rehabilitation/reconstruction for two streets in Loma Linda and three streets in San Bernardino. Other projects conducted under Mr. Egan's direction include hydrologic analysis and design for storm drains and regional park development projects consisting of access and circulation roads, drainage facilities, grading for campground development, irrigation and wastewater pumping stations. Additional projects include design of offsite civil features for a commercial redevelopment project, parking lot expansions and/or repair and various street improvement, widening, and repair projects for the Cities of Loma Linda, Colton, and Palm Springs. - ... - ... - - - - ... .. ... .. ... .. .. III ... 110 ... 110 ... .. ... .. ... .. ... 110 ... .. ... .. ... - ... .. ... - FELIPE R. CABRAL, P.E. SENIOR ENGINEER San Bernardino Valley College, Civil Engineering Major Registered Civil Engineer: Califomia Member: American Society of Civil Engineers Mr. Cabral is engaged in the design and supervision of design of various public and private improvement projects. Responsibilities include coordination with State, County, and City agencies, planning for design of street improvements, drainage facilities, and water and sewer expansion or replacement. Completed bylunder Mr. Cabral's supervision have been numerous site development designs for large professional, industrial, and institutional projects. Recent projects include expansions for the San Bernardino Valley Municipal Water District and ESRI administrative office sites, churches, school sites in Victorville and San Jose, Ornnitrans Administrative and Bus Maintenance Site in San Bernardino, Riverside -area industrial sites, and several Walmart expansions. Work typically involves guidance of topographic survey and mapping, development of grading concept, and design responsibility for onsite paving, parking, drainage, and offsite improvements. Assignments regularly include design and construction administration of pavement rehabilitation. Mr. Cabral has been responsible for evaluation of paving rehabilitation techniques and preparation of contract documents for many pavement rehabilitation and improvement projects. Such has been recently completed by Mr. Cabral for nearly 50 lane miles of street improvements in the Cities of Fontana, Yucca Valley, and Colton. Consideration was given to use of heater remix, cold-plane with overlay, patch, remove and replace, chip seal, slurry seal, cape seal, and the use of petromat and rubberized asphalt. Mr. Cabral has conducted supervision of improvement design for new and/or rehabilitation of numerous paved streets and parking lots, upgrading, repair or new utility services. Projects include design and supervision of design for grading and paving plans for several private commercial/professional projects, and design of Benson A venuel Arrow Highway reconstruction in the City of Upland, and New York Street in the City of Redlands. He is currently overseeing design for street and sidewalk improvement projects for the City of Highland (Sixth Street, Base Line, and Ward Street), and Church Street for the City of Red lands. - J:AL- -WE!!iT - - RONALD F. CARDUCCI, P.E. PRINCIPAL CIVIL ENGINEER - - Education: .. University of Windsor, Windsor, Ontario, Canada B.Ap.Sc., Civil Engineering, 1964 California State University, Long Beach M.S., Civil Engineering, 1987 Certificates and Registrations: Registered Civil Engineer, California, #18621, 1997 Registered Geotechnical Engineer, California, #185, 1997 Registered Construction Inspector Division IT, Building, AC.I.A, R.c.I. #485, 1996 Approved Special Inspector, County of Riverside, Building Department, 1994 Certified Concrete Field Testing Technician, Grade 1, by American Concrete Institute, 1996 California Department of Transportation, Certificate of Proficiency, 1996 Technical Expertise: - - - - - . - . - . - Mr. Carducci has performed contract administration and resident engineering on many public works projects. He has performed engineering studies, analysis, design, and recommendations on projects involving pavements and slabs, concrete and asphalt materials, building foundations, concrete and masonry walls, and septic systems. He has been the responsible materials engineer on many building projects including schools and hospitals. He has performed public works inspection and inspection and testing of the construction of reinforced concrete, aspl1alt, and masonry facilities. Responsibilities: Ron Carducci is President and Chief Engineer of CAL-WEST Consultants. The firm provides: materials evaluation, laboratory testing, construction inspection, pavement engineering, and on-site sewage disposal investigations. His responsibilities include: Developing and implementing the plan of investigation and preparing final reports. Interpreting plans and specifications and facilitating coordination between owner, inspector, contractor, consulting engineer, and architects. Working closely with government officials representing local counties State Health Department, U.S. Forest Service, and regional water quality control boards regardin~ current standards and proposed methods of on-site sewage treattnent and dISposal. - . - - - .. - .. - . - .. - .. .. - - - - - .. &AL- ...wEST .. Ronald F. Carducci, P.E. Page 2 - .. "" .. Project Experience: Investigated material failures involving asphalt concrete, portland cement concrete, and masonry structures. Investigated subsurface disposal, including preparation of sewage disposal reports. Designed, prepared plans, and inspected many miles of pavement for roads, airports, and parking lots. Performed pavement condition surveys, pavement investigations, and pre:eared plans and specifications for rehabilitation projects including replacement of facilities and recycling of existing materials. Acted as Resident Engineer during construction improvements of five airports in Riverside and San Bernardino Counties. .. .. .. .. ... .. ... IlII ... Acted as Materials Engineer in charge of the special inspection and testing of construction materials incorporated into three hospitals ana numerous schools in the Southern California area. Acted as Riverside County's Materials Engineer for three months in 1986. Scope of services included evaluatin& materials laboratory personnel and ~licies, laboratory efficiency, laboratory faCIlities and equipment, and supemsing all materials laboratory activities. Professional Affiliations: N ationa! Society of Professional Engineers California Society of Professional Engineers National Director. (1993-1994) Past State President - (1992-1993) State President - (1991-1992) State First Vice President - (1990-1991) State Vice President - South (1986-1990) State Treasurer - (1981-1985) President - San Bernardino/Riverside Chapter, (1978-1979) Awarded CSPE Outstanding Service Award, 1979 and 1985 American Society of Civil Engineers President - San Bernardino/Riverside Branch, (1972) American Construction Inspectors Association, Inland Empire Chapter American Public Works Association ... .. ... .. ... ... ... .. ... .. .. ... ... .. ... .. .. ... .. Chairman - San Bernardino/Riverside Branch, (1987) ... .. - - EAL- ..-EST ... Ronald F. Carducci, P.E Page 3 ... .. ... .. American Concrete Institute American Arbitration Association ... .. American Society of Testing and Materials American Welding Society International Association of Concrete Repair Specialists ... .. ... ... Chairman of bi-county ad hoc committee to prepare and recommend test procedures for on-site wastewater disposal system design. The committee report was incorporated into San Bernardino and Riverside Counties' regulations. ... .. ... ... ... ... ... .. ... .. ... .. ... .. ... .. ... .. ... .. ... .. ... ... - - ... ... ~ ~ LAWRENCE S. EISENHART Consulting Engineer ... ... .. .. "'" .. .. lOll ... lOll "'" ill "'" ill .. III .. .. .. .. .. ... o .. .. ... lOll ... III .. lOll ... lOll ... ... ~ OFFICE: 2070 LOCUST COURT SAN BERNARDINO. CA 92404 MAIL: P.O.BOX3052.SANBERNARDINO.CA 92413 Telephone: (909) 864-5406' Fax (909) 864-5047 QUALIFICATIONS Mr Eisenhart has been a Registered Civil Engineer since 1962 and a Registered Traffic Engineer since 1975. EXPERIENCE . Desirm PrQ.;ect EnrineeJ;. CALTRANS. Di.~trict 8. 1962-1967 - Supervised a group of engineers and technicians in preparing plans, specifications and estimates for street, road and highway projects varying in size from simple intersection modifications to multi- million dollar freeway projects. o Trq~ Qperotinn.f Sqpervisor. CA1.TRAN$, Di.~triet 8. 1967-1977 -In responsible charge of the preparation of plans for all signing, striping, and other traffic control devices for State highways in San Bernardino County. Also the custodian of all police and CUP reports of State highway accidents that were forwarded to CALTRANS. Provide surveillance of high accident concentrations and either ordered new or changes to traffic control devices or prepared reports recommending reconstruction or other corrective measure. Mr. Eisenhart has qualified as an expert witness in Superior Court in San Bernardino, Riverside and Los Angles Counties. In this regard he worked with attorneys to prepare cases, gave depositions and testified in design and traffic engineering in over fifty lawsuits involving traffic accidents. PrQject Manqzer. CM Engineerinr Auncintes and CG E14gineerine. 1977-1982 _ Mr. Eisenhart was in responsible charge and completed a multiplicity of civil and traffic engineering projects including the following: o Commercial Subdivisions Residential Subdivisions Street, Sewer, Water Supply and Utility Improvement Plan Specifications and Estimates Traffic Signals Traffic Impact Reports Environmental Studies o o o o o o ... ... o ... ... ... ... ... ... .. ... ... ... .. "" EDUCATION .. Private Engineerinr Practiee. 1982 - Pre.vent - Mr. Eisenhart established his own consulting engineering firm in 1982. He has provided professional services to many clients in both the public and private sectors. Mr. Eisenhart specializes in traffic and transportation engineering in the following areas: o Traffic Signal Plans Signing, Striping and Detour Plans Intersection Designs Traffic Impact Analysis Traffic Circulation Studies Roadway Capacity Analysis Freeway Interchange Designs Construction Management Traffic Accident Analysis Consultation for Litigation CALTRANS Liaison for all types of projects o o o o o o o o o o - Civil Engineering University of California, Los Angeles, 1954 .. - Business Management Cal State University, San Bernardino, 1975 .. .. Post Graduate Cal State University, San Bernardino, Continuing ... ... REGISTRATION iIo .. California, Civil Engineer No. 13493 California, Traffic Engineer No. 40 .. ... PROFESSIONAL AFFILIATIONS .. ... Institute of Transportation Engineers - Fellow Grade .. .. ... ... ... ... ... .. ... 2 - - - - MICHAEL L. MILAM DESIGN ENGINEER-ELECTRICAL - AFFILIATION: W.A. Doby Engineering - - EDUCATION: California State University, Bachelor of Science, Physics - REGISTRATION: State of California - Engineer-in-Training, License NO. XEO 94035 - - EXPERIENCE: .. .. Mr. Milam has been employed by W.A. Doby Engineering since 1991. Site development projects and public works projects for which he has completed lighting and security design include: .. .. Parkinl! Lot/Snorts Field Lil!htin~ .. .. .. .. .. .. .. .. . Heritage Hospital Parking Lot, Rancho Cucamonga, CA Desert Hospital Parking Structure, Palm Springs, CA City of Loma Linda Sports Field Lighting, Loma Linda, CA City of Moreno Valley Sports Field Lighting, Moreno Valley, CA Metrolink Train Station Parking Lot, Riverside, CA Johnson Machinery Equipment Yard, Murietta, CA Hunts Lane Medical Office Building, San Bernardino, CA University of Red lands Parking Lot, Redlands, CA City of Redlands Street Lighting, Redlands, CA . . . . . . . . Public Works/Caltrans .. .. .. .. .. . City of Loma Linda Fire Station, Loma Linda, CA Rancho California Rd. and Interstate 15 Overcrossing, Temecula, CA City of Anaheim "Sportstown" High Voltage Distr., Anaheim, CA Intersection of Overland and Jefferson, Rancho, CA City of Anaheim "Pointe Anaheim" High Voltage Distr., Anaheim, CA . . . . - .. Water/Wastewater .. - .. - - - .. - .. . City of Riverside City of Chino Hills City of Loma Linda California-American Water Co. San Antonio Water Co. . . . .