Loading...
HomeMy WebLinkAbout12-Development Services CITY OF SAN BERNARDINO - REOUEST FOR COUNCIL ACTION '- From: Valerie C. Ross, Director Subject: Resolution authorizing execution of Agreements for Services with AECOM, AEI- CASC Consulting, David Evans and Associates, Inc., Lim & Nascimento Engineering Corporation, Transtech Engineers, Inc. and Willdan for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP). Dept: Development Services Date: July 7, 2009 MCC Date: August 3, 2009 Synopsis of Previous Council Action: 06/29/09 Adopted Resolution No. 2009-175 approving 5- Year CIP for FY 2009/10- 2013/14. Recommended Motion: Adopt Resolution. ~(j 'R~ --- Valerie C. Ross Contact person: Robert Eisenbeisz, City Engineer Phone: 5203 Supporting data attached: StafIReport, Reso. & Agreements Ward: All FUNDING REQUIREMENTS: Amount: $1,000,000 Source: (Acct. No.) Various CIP Projects Acct. Description: Various CIP Projects Finance: Council Notes ,..0<._ Agenda Item No. 12- a'-3-~ - -- CITY OF SAN BERNARDINO - REOUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution authorizing execution of Agreements for Professional Services with AECOM, AEI- CASC Consulting, David Evans and Associates, Inc., Lim & Nascimento Engineering Corporation, Transtech Engineers, Inc. and Willdan for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP). Background: The Public Works Division of the Development Services Department is responsible for planning and implementing the City's Capital Improvement Program (CIP). This program, in general, consists of design and construction of roads, bridges, buildings, grading, drainage, landscaping, traffic signals, handicap ramps, and other public improvements. Currently, nearly 100 CIP projects are funded; some budgeted 5 years ago. Although in-house staff has the expertise for managing and designing most of the CIP projects, the volume of the work exceeds the ability of our available staff to reduce the CIP backlog or deliver the current fiscal year projects. In order to reduce our project backlog, to ensure that the City meets expenditure timeframes for __ certain funding sources, and to position Development Services for delivering anticipated stimulus program projects, staff recommends retaining six (6) engineering firms on an on-call basis. This approach allows multiple consultants to be retained at one time to work on a range of projects concurrently. Staff believes this is the best method to improve project delivery in the short term and is one that has been used in the past with success. To that end, the Development Services Department released a Request for Proposals (RFP) for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program. Copies of the RFP were sent to a total of twenty firms that appeared qualified to provide the services. On February 26, 2009, a total of fourteen proposals were received. The firms submitting proposals were: .<,-. 1. PB of San Bernardino. 2. AEI-CASC Consulting of Colton. 3. Engineering Resources of So. Calif. of San Bernardino. 4. Hall & Foreman, Inc. ofVictorville. 5. Willdan of San Bernardino. 6. Transtech Engineers, Inc./MAPCO of San Bernardino. 7. David Evans and Associates, Inc. of Ontario. 8. Lim & Nascimento Engineering Corporation of San Bernardino. 9. FDC Corporation of San Bernardino. - 2 -- CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT - Continued 10. TKE Engineering of Riverside. 11. VA Consulting of Corona. 12. Fraco Enterprises of Grand Terrace. 13. RCE Consultants of Irvine. 14. AECOM of Ontario. The selection process was completed on May 27 2009, and consisted of the evaluation by City staff of proposals and interviews with all fourteen firms that submitted proposals. The method of evaluation of proposals, interviews and ratings was consistent with the rating system approved by the Mayor and Common Council on September 2, 2003 for non-federal aid projects. Experience, cost, understanding of the project and local preference were factors considered in the evaluation. Based on the results of the evaluation of proposals and interviews, six firms were selected whose capabilities best meet the needs of the City as follows: '~ 1. AECOM of Ontario. 2. AEI-CASC Consulting of Colton. 3. David Evans and Associates, Inc. of Ontario. 4. Lim & Nascimento Engineering Corporation of San Bernardino. 5. Transtech Engineers, Inc./MAPCO of San Bernardino. 6. Willdan of San Bernardino. Six firms were chosen to give the City a greater degree of flexibility when services are needed. The work will be distributed among the six firms in a manner that best meets the needs of the City and matched to the expertise levels of the consulting firms. The City has made no guarantee to any of the consultants regarding the amount and/or the dollar value of the work they may receive. Each of the six consulting firms has agreed to reduce their hourly rates by 5% percent. An agreement for services has been prepared for each of the six firms with their respective proposed fee schedule attached. Staff recommends that the Agreements for Services be executed and that contract purchase orders totaling $1,000,000 in aggregate be issued to AECOM, AEI-CASC Consulting, David Evans and Associates, Inc., Lim & Nascimento Engineering Corporation, Transtech Engineers, Inc., and Willdan. The Agreements will be effective upon execution by the parties and will be valid through June 30, 2010. An administration extension of one additional year can be approved with the consent of the parties. If the proposed Agreements for Services are approved, staff will assign projects among the firms based on the firm's capabilities. The Consultant will be expected to perform all work necessary to ready the projects for bids; however, in-house staff will maintain oversight responsibility for ,'- the work, as well as bidding and managing the construction contracts. -- 3 ,< - - .- - CITY OF SAN BERNARDINO - REOUEST FOR COUNCIL ACTION STAFF REPORT - Continued In order to control costs, each Consultant will be required to submit not-to-exceed fee proposals for their assigned projects. Staff will review the fee proposals and may obtain competing proposals from the other on-call consultants for any project where the fee appears to be excessive. Financial Impact: Funds for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program are available through each individual project and the cost of services is charged back to the particular project's budget through the work order number. Recommendation: Adopt Resolution. 4 1 RESOLUTION NO. 2 3 RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE CITY MANAGER TO EXECUTE AGREEMENTS FOR SERVICES WITH THE FIRMS 4 OF AECOM, AEI-CASC CONSULTING, DAVID EVANS AND ASSOCIATES, INC., LIM & NASCIMENTO ENGINEERING CORPORATION, TRANSTECH ENGINEERS, 5 INC. AND WILLDAN FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT 6 MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP). 7 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 8 SECTION 1. AECOM, AEI-CASC Consulting, David Evans & Associates, Inc., Lim & 9 10 Nascimento Engineering Corporation, Transtech Engineers, Inc. and Willdan are firms that are 11 competent, experienced, and able to perform the requested services and have provided the most 12 advantageous and responsible proposal for On-Call Civil Engineering Design and Project 13 Management Services for the Capital Improvement Program (CIP). Pursuant to this 14 determination, the Purchasing Manager is hereby authorized and directed to issue Purchase 15 Orders to said firms for said services in amounts totaling up to $1,000,000 in aggregate; all other 16 17 •roposals are hereby rejected. The City Manager is hereby authorized and directed to execute, 18 en behalf of the City, six Agreements for On-Call Civil Engineering Design and Project 19 I anagement Services for the Capital Improvement Program (CIP), copies of which are attached 20 ereto and incorporated herein as Exhibit A (AECOM), Exhibit B (AEI-CASC Consulting), 21 xhibit C (David Evans and Associates, Inc.), Exhibit D (Lim & Nascimento Engineering 22 orporation), Exhibit E (Transtech Engineers, Inc.) and Exhibit F (Willdan). 23 24 SECTION 2. Said Agreements shall be in effect through June 30, 2010, unless earlier 25 erminated as provided in the Agreements or as otherwise agreed to in writing by the parties. An 26 dministrative extension of one additional year may be authorized, subject to agreement of both 27 •arties. 28 - 1 - 1 RESOLUTION ... AUTHORIZING THE CITY MANAGER TO EXECUTE 2 AGREEMENTS FOR SERVICES WITH THE FIRMS OF AECOM, AEI-CASC CONSULTING, DAVID EVANS AND ASSOCIATES, INC., LIM & NASCIMENTO 3 ENGINEERING CORPORATION, TRANSTECH ENGINEERS, INC. AND WILLDAN FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT 4 SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM(CIP). 5 SECTION 3. The authorization to execute the above-referenced Agreements is 6 rescinded, if they are not signed by the parties within sixty (60) days of the passage of this 7 resolution. 8 /// 9 10 /// 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 - 2 - 1 RESOLUTION ... AUTHORIZING THE CITY MANAGER TO EXECUTE AGREEMENTS FOR SERVICES WITH THE FIRMS OF AECOM, AEI-CASC 2 CONSULTING, DAVID EVANS AND ASSOCIATES, INC., LIM & NASCIMENTO 3 ENGINEERING CORPORATION, TRANSTECH ENGINEERS, INC. AND WILLDAN FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT 4 SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP). 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and 6 Common Council of the City of San Bernardino at a meeting thereof, held 7 on the day of , 2009, by the following vote, to wit: 8 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 ESTRADA 11 BAXTER 12 BRINKER 13 SHORETT 14 KELLEY 15 JOHNSON 16 17 MC CAMMACK 18 19 City Clerk 20 The foregoing resolution is hereby approved this day of , 2009. 21 22 23 Patrick J. Morris, Mayor 24 City of San Bernardino 25 • pproved as to form: 26 AMES F. PENMAN, ity Attorney 27 28y: - 3 - EXHIBIT A AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP) THIS AGREEMENT is made and entered into this day of 2009 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("City"), and AECOM ("Consultant"). WITNESSETH : A. WHEREAS, City proposes to have Consultant perform the On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) described herein below; and B. WHEREAS, Consultant represents that it has that degree of specialized expertise contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and C. WHEREAS, City and Consultant desire to contract for specific services in connection with the project described below (the "Project") and desire to set forth their rights, duties and liabilities in connection with the services to be performed; and D. WHEREAS, no official or employee of City has a financial interest, within the provisions of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONSULTANT 1.1. Scope of Services. Consultant shall provide On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) to City in accordance with Attachment 1, Consultant's proposal dated March 26, 2009, attached and incorporated herein. 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's performance of this Agreement. 1.3. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws 1 EXHIBIT A including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above-mentioned laws, which may be incurred by reason of Consultant's performance under this Agreement. 1.4. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other category protected by law, except as permitted pursuant to Section 12940 of the Government Code. Violation of this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. 1.5 Non-Exclusive Agreement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of City. 1.7. Business License: The Consultant shall obtain and maintain a valid City Business Registration Certificate during the term of this Agreement. 1.8. Duty of Loyalty/Conflict of Interest: The Consultant understands and agrees that as the City's Consultant for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP), Consultant shall maintain fiduciary duty and a duty of loyalty to the City in performing Consultant's obligations under this Agreement. Consultant, in performing its obligations under this Agreement, is governed by California's conflict of interest laws, Government Code Section 87100 et seq., and Title 2, California Code of Regulations Section 18700 et seq. 1.8.1 Prior to performing any services to City under this Agreement, Consultant shall provide the Development Services Department a written list of the Assessor Parcel Numbers and general location or address of any and all real property located in the City of San Bernardino in which Consultant has any ownership interest, or which is the location of any pending project that is a source of income for Consultant. Consultant shall keep this list current on a monthly basis during the entire term of this Agreement. 1.8.2 Consultant shall not work on any task that is related to any real property that is located within 500 feet of any parcel in which Consultant has any ownership interest or 2 EXHIBIT A which is the location of any pending project that is a source of income for Consultant. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Over the term of this Agreement, Consultant shall be paid for such services in accordance with the schedule of rates marked Attachment 2 and dated March 26, 2009, discounted 5% as indicated in Attachment 3, both of which are attached and incorporated herein, subject to an aggregate limit of $1,000,000 in payment for work performed by all consultants for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP). City shall distribute work among its consultants in a manner that best meets the needs of the City. City makes no guarantee to Consultant regarding the amount and/or the dollar value of the work assigned to Consultant. 2.2. Additional Services. Consultant shall not receive compensation for any services provided outside the scope of services specified in the Response unless the City or its Project Manager for this Project, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. Consultant may submit invoices to City's Project Manager for approval on a progress basis, but no more often than monthly. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each invoice shall describe in detail, the services performed and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City or its Project Manager and/or audit at mutually convenient times for a period of three (3) years from the Effective Date. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. The obligation to perform the professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Effective Date of this Agreement. Said services shall be performed in strict compliance with the Project Schedule issued by the City's Project Manager. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the %.ld. „ i `.�':'v �'1? I i �,' ` ,.•i . r', i. P ,i it ._'nr -',1 ,..r �:;I 3 EXHIBIT A reasonable control of a party. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the date approved by the City Manager and continue through June 30, 2010, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. An administrative extension of one additional year may be authorized, subject to the prior written agreement of both parties. 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing written notice to Consultant. The termination of this Agreement shall be deemed effective upon receipt of the notice of termination. In the event of such termination, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated as to the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents pertaining to the services contemplated herein whether delivered to the City or in the possession of the Consultant. 4.4 Documents. In the event of termination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City within ten (10) days of delivery of termination notice to Consultant, at no cost to City. Any use of uncompleted documents without specific written authorization from Consultant shall be at City's sole risk and without liability or legal expense to Consultant. 5.0. INSURANCE 5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, independent Consultants, personal injury with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. 4 EXHIBIT A (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. (c) Workers' compensation insurance as required by the State of California. (d) Professional errors and omissions ("E&O") liability insurance with policy limits of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. Consultant shall obtain and maintain, said E&O liability insurance during the life of this Agreement and for three years after completion of the work hereunder. 5.2. Endorsements. The comprehensive general liability insurance policy shall contain or be endorsed to contain the following provisions: (a) Additional insureds: "The City of San Bernardino and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice: "Said policy shall not terminate, nor shall it be cancelled, nor the coverage reduced, until thirty(30) days after written notice is given to City." (c) Other insurance: "Any other insurance maintained by the City of San Bernardino shall be excess and not contributing with the insurance provided by this policy." 5.3. Certificates of Insurance. Consultant shall provide to City certificates of insurance showing the insurance coverages and required endorsements described above, in a form and content approved by City, prior to performing any services under this Agreement. 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in this Agreement, or the extent to which Consultant may be held responsible for payments of damages to persons or property. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. 5 EXHIBIT A 6.2. Representatives. The Director of Development Services or her designee shall be the representative of City for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the City, called for by this Agreement, except as otherwise expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Project Managers. City shall designate a Project Manager to work directly with Consultant in the performance of this Agreement. Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant's Project Manager shall attend and assist in all coordination meetings called by City. 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: IF TO CITY: Mr. Victor Martinez, Senior VP Valerie C. Ross AECOM Director of Development Services 1131 W. Sixth Street, Suite 350 300 North"D" Street Ontario, CA 91762 San Bernardino,Ca 92418 Tel: 909-933-5225 Tel: 909-384-5357 Fax: 909-933-5228 Fax: 909-384-5080 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this contract on behalf of the City shall be considered as "attorneys' fees" for the purposes of this paragraph. 6.6. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. 6 EXHIBIT A 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term of this Agreement. 6.8 Indemnification and Hold Harmless. Consultant shall protect, defend, indemnify and hold harmless City and its elected and appointed officials, officers, and employees from any and all claims, liabilities, expenses, including attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not by way of limitation, all civil claims or workers' compensation claims, arising out of or in any way connected with the intentional or negligent acts, errors or omissions of Consultant, its employees, agents or subconsultants in the performance of this Agreement. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall secure, at his expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 6.10 Ownership of Documents. All findings, reports, documents, information and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subcontractors in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. 6.11 Public Records Act Disclosure. Consultant has been advised and is aware that all reports, documents, information and data including, but not limited to, computer tapes, discs or files furnished or prepared by Consultant, or any of its subcontractors, and provided to City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et. seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in the California Government Code Section 6254.7, and of which Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it 7 EXHIBIT A that is designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure is deemed to be required by law or by order of the Court. 6.12. Responsibility for Errors. Consultant shall be responsible for its work and results under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Consultant occurs, then Consultant shall, at no cost to City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 6.13. Prohibited Employment. Consultant will not employ any regular employee of City while this Agreement is in effect. 6.14. Order of Precedence. In the event of an inconsistency or conflict in this Agreement and any of the attached Exhibits or Attachments, the terms set forth in this Agreement shall prevail. 6.15. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.16. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.17. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.18. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.19 Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.20. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No L 8 EXHIBIT A waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.21. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement, based upon the substantial benefit of the bargain for any party is materially impaired, which determination as made by the presiding court or arbitrator of competent jurisdiction shall be binding,then both parties agree to substitute such provision(s) through good faith negotiations. 6.22. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. 6.23. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. 6.24 Damages. The Parties agree to waive any rights to incidental or consequential and punitive damages arising out of performance under this Agreement whether the torts or contracts and in law or in equity. /// /// 9 EXHIBIT A AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP) IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF SAN BERNARDINO, CONSULTANT A Municipal Corporation AECOM By Charles E. McNeely, City Manager Signature Name and Title Approved as to form: James F. Penman, City Attorney By 10 ii ATTACHMENT "1" TO EXHIBITikCOM 11 'FL'C riel March 26, 2009 Mr. Michael Grubbs, P.E. City of San Bernardino Development Services Department 300 North "D" Street San Bernardino, CA 92418-0001 RE: REQUEST FOR PROPOSAL TO PROVIDE PROFESSIONAL CIVIL ENGINEERING SERVICES FOR ON-CALL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM IDear Mr. Grubbs, II AECOM is ready to provide Professional Civil Engineering Services in support of the City's Capital Improvement Program. The key personnel identified in this submittal are committed to complete each project or task as they are assigned by the City. I would like to highlight some of the benefits in choosing AECOM: • EXPERIENCE: AECOM's core team has extensive experience completing a wide variety of projects for municipal agencies and understands the local agency process. We are currently working closely with the City to complete sewer relocation plans required for the 1-215 widening project. As part of the 1215 project we have worked closely with Inland Empire stakeholders including SANBAG, Caltrans, BNSF Railroad, San Bernardino County and local utility companies. We invite you to contact the references included in Section 1 of our Qualifications as a testament to the quality work product we provide our clients. • STRONG MANAGEMENT CAPABILITY: Mario Montes, PE, our nominated Project Manager, will serve as the single point of contact for the AECOM team. He will establish the lines of communication and assist in mobilizing the resources to implement the projects. Mr. Montes has 29 years of experience working with California agencies in delivering major infrastructure improvement projects. • STAFFING CAPABILITIES: AECOM has maintained a full service engineering office in San Bernardino County since 1993. We are a multidisciplinary engineering firm with over 300 personnel located in Southern California offices. This depth of staff provides the ability to react quickly to the City's needs as well as handle multiple task orders concurrently. • COMMITMENT: AECOM is committed to serving the City of San Bernardino in the most efficient, effective and professional manner possible. We are committed to successfully completing each assignment on time and within budget. Thank you for your time in reviewing our qualifications. We look forward to the opportunity to work together with the City of San Bernardino. Sincerely, IAECOM, Inc. 1 /4"/ 14k--- r,'P - '/ Victor J. Martinez, PE Mario A. Mantes, PE Senior Vice President Office Manager/Project Manager I AECOM I IRequest for Proposal (RFP) to Provide Professional Civil Engineering Services for On-Call Civil Engineering ElDesign and Project Management Services for the Capital Improvement Program (CIP) [i i - (... 0 ri t e 11 i : I lml 1 ] -, — .., .. ;,:. i , Qualifications es,, 41 • - ''' - - ' - i Team Personnel I Work Plan , I . Contract and Insurance Requirements -: I ,,,E • Loc a1 l Office (.. „,, •,,_ e ,- 1 _ - Preference Eligibility . , ... Compliance I 1 1 4 ��, ore 3��AI ' v n� E'er ng Sery ems `o' :Dr- Call C vi cng1 eer� g Des gr c, he C3p al 'pr,o, mer.t ,,-- ,rgia 1■■ I y 144..: 111 ) 14 AECOM Qualifications AECOM is a global provider of professional technical AECOM is pleased to submit this proposal to provide and management support services to a broad engineering services to the City of San Bernardino. range of markets, including transportation, facilities, environmental and energy Tasks and projects assigned to AECOM will be y. With 43,000 employees completed in our Ontario office. AECOM has had a around the world, AECOM is a leader in all of the key 3 full-service office and presence in San Bernardino markets that it serves and has been ranked number County since 1993, AECOM has built a strong one in Transportation by Engineering News-Record reputation on a multitude of projects in the Inland (ENR) for the eighth consecutive year. AECOM Empire by adhering to a proven successful strategy— provides a blend of global reach, local knowledge, i innovation, and technical excellence in delivering providing the right team for the job. We accomplish solutions that enhance and sustain the world's built, this by closely studying the requirements of the project natural, and social environments. AECOM serves and assembling a team that possesses similar project clients in more than 100 countries and had revenue experience, the expertise needed for each area of of $5.6 billion during the 12-month period ended contract performance, and experience working as a December 31, 2008. As a full service organization, team on other projects. AECOM offers the City of San Bernardino industry- leading expertise and a proven, cost-effective team for delivery of infrastructure improvement projects. AECOM understands how to serve our valued THE CONSTRUCTION WEEKLY ,�,,,,,�..mimeo .,,,,,�,,.�, municipal clients—including the City—by acting as r«ur stosksw,p an extension of the Agency's staff, providing expert New Orleans Backs fence Perini Places consultation and engineering services at a reasonable noot"corncol "� 'inieon cost, and keeping the Agency informed throughout enact.ew vvilh envron- on P 9 9 Y 9 Engineering News-Record river Three "enbI waiver Tutor-SaIibe each project. Y "NE -!. ' r Recent Local Experience.ak-. kilill Our proposal demonstrates the recent local �� experience AECOM has serving public agencies in the Inland Empire. From our office in Ontario we �•z , 'y,�a+ i have provided a variety of planning, design and 0.`:: ,*rr""` ii construction management services I g ces to clients such as nyy�va l SANBAG, RCTC, the cities of San Bernardino, Ontario,'' '�" Riverside, Murrieta, Temecula, Rancho Cucamonga -. . 4 and the Counties of Riverside and San Bernardino. ! I 7 r Our recent Inland Empire projects include: sue , - ' ;,'` • 1-215 5th Street Bridge 1 DESIGN FIRMS >, for SANBAG :IECO tic has built • Fontana On-Call Designers consolidate gains Program Management rr strong reputation but anticipate market slowdowns Services for the City of on n multitude Fontana of projects in the Ansi • 1-215 Widening and Inland Em pine Reconstruction PS&E 1 E( ():If l.■ 7;IllkL'7.1 ,T1r17 ber 0.17' l)7 1," ,11\j'r,l',',Ili i717 /7,7' for SANBAG ht . ',r1111r ,, i7,cC1111i ' -„ - Segments 1 and 2 are scheduled for advertisement in May, 2009 - Segment 5 is scheduled for advertisement in June, 2009 \l-COM .4/1 h'fD L,,, , 31 r—Ivi _-rg reer ng DervlCes OI ',r all . i,1 rgin c ef r -e.. jjf 1 Pros of Var-iiemert Seri ces the Capita -prove P cg, hn Salle J IN `d ? 1 • Mission Boulevard Widening Project for the City o of Ontario I • Perris Boulevard Widening Project for the City of Moreno Valley David Evans and Associates, Inc. (DEA) is an employee-owned, Oregon corporation that combines • Sewer Relocation Design for the City of San the talents of surveyors, engineers, landscape Bernardino architects, planners, construction managers, and El scientists to provide clients access to a complete Our local project experience, knowledge of agency range of services within one company. Founded requirements, and ability to provide the City design in 1976, DEA has become a recognized leader services from our office in Ontario makes AECOM in the design and management of complex land uniquely qualified to work for the City of San development, transportation, energy and water Bernardino. Mario Montes, PE, will serve as the resources projects nationwide. DEA supports the Project Manager for the City and will oversee the efforts of more than 900 employee owners and J completion of all engineering services. AECOM is maintains offices in California, Arizona, Colorado, licensed to do business in the City of San Bernardino Oregon, Washington and New York. DEA has and has all the appropriate engineering licenses consistently ranked among Engineering News needed to provide the services required by the City. Record's Top 100 Pure Design firms in the U.S. Subcontractors DEA fields over 65 fully-equipped survey crews firmwide daily. DEA has a strong background in the To round out our team and provide the City with sub-disciplines of Boundary/Cadastral Surveys, the best service possible, we have included two Construction Surveys, Topographic/Design Surveys,. subcontractors whose expertise in their fields is well Legal Descriptions/Plat Maps, ALTA Surveys, Right known. Ninyo and Moore will be responsible for any of Way Engineering/Mapping, Map Preparation geotechnical work required by the City and David and Compliance, Records of Survey, Hydrographic Evans and Associates, Inc.will provide survey Surveys, Monumentation Perpetuation, Global 1 services. Brief introductions to these two firms follow. Positioning System (GPS), Geodetic Control Surveys, I Field to Finish Mapping, and conventional and mobile /v,/1,q0&N OOre 3D Laser Scanning (HDS). Ninyo & Moore, a California corporation, was Relevant Project Experience established in 1986 to provide high-quality consulting services in geotechnical engineering, construction The following pages hold descriptions of projects 1 inspection and testing, engineering geology, located in the Inland Empire that have either been hydrogeology, hazardous waste remediation and recently completed or are ongoing. Each of these environmental assessment. The experience of Ninyo projects demonstrates our ability to meet the needs I & Moore's geotechnical staff encompasses projects of the City of San Bernardino in providing on-call civil throughout the southwestern United States, including engineering services. evaluations for roads, bridges, highways, municipal We are proud of our work on all of these projects and and commercial structures, educational, medical and recreational facilities, pipelines, tunnels, reservoirs, invite you to contact the references to hear for yourself treatment plants, power plants, dams, waste-to-energy their satisfaction with AECOM's performance. facilities, tanks, transmission towers, harbors and offshore structures, railroads, airports, low- and high- rise structures, landfills, and other public and private works. Geotechnical services for the City's CIP program will be provided by Ninyo and Moore's local Rancho Cucamonga office and materials laboratory. \EC(Yvl 4 1 4 = Rnfebssionril Civil Eng.neermg Ser, res for Cr-Ca!J C v ' ErgI eerrg vr; gr and c;ect Manage rent Se v ces 'Cr .!--,,E, Cap to rpro.eme cg a ')-'OW 8n�".; d , 1 I-215 5th Street Bridge SANBAG (San Bernardino Associated Governments) and Caltrans Client retained AECOM to prepared Plans, Specifications and Estimates San Bernardino Association for the 1-215 Widening and Reconstruction Project in the City of of Governments (SANBAG) San Bernardino. The first element of the improvement project is the 1 170 West 3rd Street widening and reconstruction of the 5th Street overcrossing. This bridge 3 San Bernardino, CA 92410 is part of the original "Route 66" and spans the 1-215 freeway and four BNSF railroad tracks. The new bridge opened to traffic in November Contact 2008. The bridge is designed to accommodate the freeway widening I Garry Cohoe e� 909.884.8276 (from 6 to 10 lanes) and future improvements by the BNSF Railroad. AECOM worked with the City of San Bernardino to include a variety of gcohoe @sanbag.ca.gov aesthetic features into the bridge design including decorative antique 3 street lighting, custom fencing and history patterns in the bridge Project Staff railing. A new traffic signal was designed for the intersection of 5th Mario Montes and J Streets. AECOM also developed a construction staging and Terence Pao traffic handling plan that maintained traffic on 5th Street throughout the Brian Smith construction of the bridge. Project Elements ilRoadway improvements Traffic signals Traffic handling Railroad coordination i !‘-,.-.../fr,*,/,,e-,,,,.44:,-.-...,-..:-,,,n,,r,,,,24,0.4.10,4,-.--,i,,'-'-,-. .,,:' ,f .. - ,, - . :- , - , . � '�Jt 1 � A�YIY� ,, i � . ,S frr_��� V-.J K» -• ti 3. y r,. '• •.+ 2t1M„. 9 w �w * i "t.....:.,,,,„ •-■4.' ft.'" '.t.,,„e- -.:4'."'1. n..1.-44 -4A.'''4./ibet;-.41 , jraillar -:'-?... '•'''',.•::::.: '*--.7-4::."--: ,..*:*-^ .,-,...ir:*01N:5° 14;°:#;y7iipiVlk-,,T ' - e'k'''''C '"- ".- ,x, viii ; x.-*h...µVi + ,�," - ,t M . * � y�_ A .� �*•a-S a or si `°ry '— x ,rt: , . .74.;..- C A-- it� ; "o4 d + `� k ' . i • i ,,�.�{� �f �yam_ j,.. ..a *.�;�.i , '� .3ia"' ,=x 'fie y'R' � «i�".p�t'��� >�'+'+�-1,.i 1T" ' _ � ` .,..E - `. .4� rT t MIM ', •999 ''' ,.r i � Aio '°4 t o 14 ,t i \EL-()N1 ti 11 I ill .�'�,- r -t, ��I __ {) r e'@rir:3 :.cry ds Jr U{l r d �: vii I- j -eu� q DuS ;'•u 9 ,Ct V,,"3-p2 rt ou _e" " e _3U' 3 r'.. 7,.0 7 j,. I Fontana On-Call Program Management Services The Robert W. Weddle Capital Improvement p p ovement Program is an ambitious, 1 Client $200 million, 7-10 year program encompassing 27 major projects City of Fontana (several consisting of multiple phases) that will result in new streets, 8353 Sierra Avenue landscaped areas, storm drains, sewer lines, dry utilities, freeway Fontana, CA 92335-3528 interchanges, and overcrossings throughout the City of Fontana. a Contact Collectively, these infrastructure projects will go a long way toward opening up the development potential of the city. Kevin Ryan 3 IR 909 350 6655 AECOM is providing both program management and design kryar @fontana.org engineering for the program. This undertaking is a major investment in the city's infrastructure (several hundred million dollars), and includes 3 Project Staff several freeway interchanges, the improvement and widening of Jurupa Mario Montes Avenue within the city limits (a distance of nearly six miles), and 27 Chris Buscarino other major improvements throughout the city. Victor Martinez Hiep Bui AECOM has provided support in both administrative and design Ben Kho positions; that support includes placing professional staff within city offices to respond immediately to the needs of both the public and Project Elements of city staff. AECOM, as an extension of the city's staff, worked for Roadway improvements the City's Redevelopment Agency and Special Projects Department Alternative analysis to provide program management and engineering support, including Caltrans coordination scheduling support, for the projects. Program management Projects to date include: i I-10/Alder& Beech Interchanges AECOM, in close coordination with the City and Caltrans, prepared project study report/project development support (PSR/PDS) for two 1 _ new interchanges at * ` Alder and Beech Streets. Interchanges evaluated, i'. rr included tight and spread ` ) diamonds and partial .eV, „f _ •• „ cloverleafs. "M "'"= Jurupa Avenue Widening ft r„,�, ,y,'' l v .y, AECOM was responsible �4 ,'�w. , ,, ,� for the preparation of 30 ` - +� ,' 1 percent plans and the 1 .,.. "- �.►.,, environmental documents �,.., - to widen a three-mile "• •-, " '- section of Jurupa Avenue '� IIK in the City. The project is 4 now in final design and . \ -r-v---r4111Por f,. AECOM assisted in the 44;:,244-4 \\ ; „ management of the final "`_ design plans. { 2- e t '"fir 1E C(Al I iI, .ion-3 IJ„ jiflJ@Iif'g S( (,/ ;:eS !Or On—Bali LiVii F"igi ppv-, 1g ,Des iii, . ,�"�;.' a Dro ect Mia igerrent Services for 're Capital mprc✓em n Prj�); in ,hi ., „ 1-215 Segments 1 and 2 I Reconstruction and Widening The San Bernardino Associated Governments (SANBAG) and Caltrans Client selected AECOM for the design of the widening and reconstruction 3 San Bernardino Association of Segments 1 and 2 of the 1-215 through downtown San Bernardino. of Governments (SAN BAG) The $270M project will add one HOV lane and one mixed-flow lane in 1 170 West 3rd Street each direction. Segments 1 and 2 are at the final PS&E stage and the San Bernardino, CA 92410 project will be advertised in June, 2009 I Contact The preferred alternative selected by SANBAG, Caltrans and the City Dennis Saylor of San Bernardino calls for the construction of a braid ramp/split 3 909.889.861 1 ext. 132 diamond system with an at-grade ramp connection in both directions dsaylorl @sanbag.ca.gov at Third Street. Selection of the alternative was based on extensive Project Staff analysis that included a comprehensive Value Analysis process. P✓ect Montes Since the preferred alternative had not been environmentally cleared, Ben Kho AECOM's first order of work was the development of a Supplemental Terence Pao Project Environmental Re-evaluation (ER) to secure the necessary Suleiman Kassisieh project approvals. AECOM staff worked closely with Caltrans to Brian Smith complete the ER. Another key early element was the preparation of the Vic Martinez Geometric Approval Drawings (GAD) for Segments 1 and 2. A number Kosal Krishnan of challenges needed to be addressed during the preparation of the GADs, particularly to minimize exceptions to design standards. Project Elements The design work includes reconstructing the interchanges at 2nd Freeway design Street, 5th Street and Base Line Road to accommodate the design year Bridge design 9 Y Utility relocation traffic and improve operations along this corridor. The design work also Street design includes 11 bridges in Segment 1, and 7 bridges in Segment 2 (16 Drainage design new bridges and 2 widenings, including two outrigger type structures for the two braided ramps at the 5th Street interchange). Additionally, due to tight right-of-way conditions, the southbound off-ramps at 5th Street and Base Line Road are located in close proximity to BNSF's I most easterly track; this condition requires close coordination with train operations to and from their yard. AECOM assisted with the development of three construction and i . _...,• ,,' .r-' .. :T .� :'- maintenance agreements for bridges at 9th - F' ' _- ., '� .. J '107, - �' Street, Base Line Road, and 16th Street. ,'" ; "" ,1„ a r Other key project features include the iz'' -, • - _ ,,%- - -- ® development of a comprehensive traffic c'1164. '. `. . .-.'" °i'" U; — 1` staging plan that maintains all traffic lanes -.' ? - `'-_ �'. ` ,4 i open on 1-215, major drainage modifications; I `' ,��,•, - . =r'` A ,f ' . traffic signals improvements, ramp meters,ii,�� r°�''"` « fiber-optics, design of highway lighting, ''�- i• �' special aesthetic features for bridges and �",.,,! -� ...• walls, and right-of-way support. ,"';�' . .rte ,� '`•.,,,,: �* .in f� s + ... rw i, , .. 4,e' , ECO:M 7 il 4, c*0 s on31 vn Eng eer[ng Services for On tali ivi, n ng Des gn 3rn Protect 'vlarage—eh' Seri :es hr the Cap tar mprc`,ener, D-ogri1 s Multiple Sewer Projects Mecca Force Main, Coachella Valley Water District Client ' .,; helix /:ilIPy !`aiiforma PI Coachella Valley Water AECOM designed approximately 21,500 lineal feet of 18-inch sewer District force main for the City of Mecca. This project was challenging 85-995 Avenue 52 because the alignment crossed under a major state highway, storm 3 Coachella, CA 92236 channel bridge crossing, active railroad lines, and along a very narrow right-of-way. Contact ii IN Jorge Meza, Project Manager Country Club Drive Trunk Sewer 760.398.2651 i ,a“, -ella '14iiey t_ 04,,r n.. AECOM designed 22,000 lineal feet of 33-inch gravity sewer to intercept flows and provide a direct feed to the CVWD treatment plant 1 in Palm Desert. The projects included an Engineering Design Report (EDR), design plans, traffic control study, cost estimate, and project specifications. AECOM is providing construction support services for l; the Country Club Drive Trunk Sewer project. Client Mentone Boulevard Sewer Extension City of Redlands, Municipal i i it')' '�1 Utilities Department The City selected AECOM to plan and design 5,000 lineal feet of 8-inch 1 35 Cajon Street sewer on Mentone Boulevard (SR 38), which is a major access route Redlands, CA 92373 to Arrowhead/Big Bear. Utility coordination and traffic control were key challenges that AECOM addressed. Close coordination was conducted Contact with Caltrans District 8 to negotiate reasonable conditions of the Lonny Young, Senior Engineer encroachment permit, relative to the required pipe backfill and casing, 2' 009 798 7951 and allowed construction work hours. Project components included the Sewer Master Plan Update, Preliminary Design Report, and plans, specifications and estimates, and bidding assistance. Redlands Sewer CIP Project AECOM was retained to provide engineering design on the Redlands Sewer CIP project, which included plans and specifications for the replacement/rehabilitation of existing, or construction of new, sewer pipelines at five locations within the City of Redlands. The pipe sizes are 8 and 24-inch-diameter, and total length is 9,000 lineal feet. The project was on an accelerated schedule to enable construction to begin within i _ funding constraints. Client Portola Parkway Water Main, Reclaimed Water Transmission Main and ne Iruire Company Gravity Sewer 550 "Jewoort Center Drive ' ',e,,,port Beach CA 92660 AECOM engineers developed plans and specifications for 6,600 lineal feet of 20-inch pipe and 9,200 lineal feet of 30-inch main in Portola Parkway. Contact The project also included designs to convert 1.8 miles 9,400 lineal feet ..'are Yoshida, Senior of existing 16-inch domestic line into reclaimed water transmission main e::tor of Engineering and the design of 3,000 lineal feet of 10-inch gravity sewer. A major i're Ccmo,,,nity design challenge was the alignment within an arterial roadway that carried _,,,ve'c.c pert significant traffic. it 909.770 2702 \i.LO t a 3 C`eSSi0n81 C Vii tf� '6rl^ S @rV CBS i71 Jn '31i C,‘,, E, � F ei-., f and Project Nitartigercent Sen,'oes for _. _ ,apl'a npr„ er!e tg;a'r ,. , I Multiple Sewer Projects I : Client Sewer Rehabilitation Program and Downtown City of Torrance Sewer Trunk Replacement t 3031 Torrance Boulevard Torrance, CA 90509 This project includes the establishment of a 20-year rehabilitation plan 3 with yearly inspections to develop the following year's rehabilitation Contact project. AECOM prepared a detailed scope of work for the inspection David Ringland of sanitary sewer lines and conducted inspections of sewers within S` 310.618.3073 areas of planned street improvements. AECOM reviewed sanitary Jsewer inspection tapes prepared by the City and developed a ranking system for each pipe condition. Using this system, AECOM identified sewer reaches to be replaced or rehabilitated during year one. The reaches were selected based on condition of the pipe as well as scheduled street and utility improvements within the City. AECOM prepared plans and specifications for the rehabilitation of over 8,700 linear feet of sanitary sewer within the City of Torrance (Phase 1). II Additionally, AECOM designed approximately 7,400 linear feet of 8- h en 5, w fo re , generally 12-incwithin sew City rs streets.ad 800 AECOM feet of also ater conducted lines r a study placement of the City's sanitary sewer system grease problems and provided a report with recommendations for the control of grease within the sanitary sewer system, which included further inspections and rehabilitation. iii I M ,.% ..1 _ ".f Lk .44' .,21 itc,..„,,:. , ',4, N i',. 7 i. r , ' A 3�.C. Nor. . s !I : ", 0,- ,;17 ,,,z �. A \ECt),\i n J 3 , , D � �� ,, a q �� ryas Jr ,�i E, Jes,�, a._ (3, ^" , ; - .. ) _ .s 're Apra ro.e er I ng -1, I Mission Boulevard Widening The City of Ontario, California, awarded AECOM the preliminary and Client final engineering contract for the Mission Boulevard widening. Initially City of Ontario covering a 1.1-mile stretch from Archibald Avenue to Haven Avenue, 303 East B Street the project was extended to encompass a total of 5 miles of roadway. Ontario, CA 91764 The project enhances the capacity of the road to handle the heavy 3 truck and express delivery traffic from nearby Ontario International Contact Airport, as well as the traffic from Los Angeles, San Bernardino, and Maria Perez Riverside Counties. As a result of the traffic analysis the work planned 21 909.395.2127 on the Archibald/Mission intersection was expanded, adding more meperez @ci.ontario.ca.us widening to Archibald Avenue north and south of Mission Boulevard. I Project Staff The project faced a number of challenges, such as adjusting the Mario A. Montes profiles of the westbound Mission Boulevard and Archibald Avenue Chris Buscarino roadways to keep costs of the project down, while not affecting the Kosal Krishnan drainage and railroad facilities; designing the widened profiles of II Dat H. Nguyen, both Mission Boulevard and Archibald Avenue to eliminate or minimize James A. Enriquez right-of-way acquisition; staging the construction while minimizing the Cristina A. Gaytan impact to traffic; widening a 1929 bridge over a creek while working Project Elements adjacent to the Union Pacific Railroad right of way; combining drainage Roadway design and roadway design with water quality BMPs; utility relocation; and assisting the city through the Caltrans local assistance process so as Storm water management not to jeopardize their federal funding. Drainage design Railroad coordination Coordination with the City of Ontario, UPRR, Caltrans, FHWA, the San Bernardino Flood Control District, developers, other city staff, and utility companies was necessary to ensure all stakeholders were satisfied, and prepared to sign off on the project. w The defined scope for this project was fairly broad. It 4 a, # consisted of a traffic analysis report, environmental a :; studies and documents, alternatives with cost analysis i i..it-..1,:. 4 F /' development (to be included in the final report), �t,a," * ¢ r'd4 d 4 roadway design (including signing and striping), 1 drainage (including hydrology and hydraulics design), signal design, structures design, utility research, r A . coordination and identification of conflicts, and _ .-�` . landscaping/irrigation concepts and design. +rte t .., i ',.,,:."0.V ,- ,,,,i,,..i.3,: „=•..' -?,-:s*- .- , - . i 77.$k„,„, . i . ,_ +AsAl FZ b , ' n �...t .,. i 4`. ;,;. \ \EL(At 1() E. • ] r of! �� °r�rp`e o'a; ..rv,i Engineer ng ,erv[ces or On Call r�,v I ng eer y g Ces,g; oil Project Management Serices for the Cap] ai mprovement P orlrarr ha• , •.. .• a ,r . 1 I''IN 1 i , t'. . •r: Perris Boulevard Widening IPerris Boulevard between Ironwood and Manzanita Avenue is currently Client a two-lane arterial. AECOM is preparing Plans, Specifications and Client: City of Moreno Valley Estimates to widened Perris to its ultimate configuration of a four- 14177 Frederick Street lane arterial facility to accommodate traffic capacity needs for the Moreno Valley, CA 92552 design year of 2030 and beyond. The project has been included and programmed in the 2008 Regional Transportation Improvement Contact Program (RTIP) with three different funding sources identified; city Mike Meyers funds through Developer Impact Fees (DIF), Transportation Uniform 2 951.697.1678 Mitigation Fee (TUMF), and Riverside County Sales Tax totaling mikemy @moval.org approximately$ 10.6 Million. It involves pavement reconstruction, 4ii Project Staff rehabilitation, construction of new retaining walls, sidewalk, curb, gutter, traffic signals and new storm drain line in accordance with Mario Montes Riverside County Flood Control District's Master Plan. AECOM is Arief Naftali responsible for identifying the required right of way and assisting the Cristina Gaytan City with the acquisition process. Project Elements Roadway design Drainage design Right-of-Way requirements Signing and striping Utilities Agency coordination I; . - i . . , 0- . ",i Y sM ;rte -tc tr4;, `" y4,,..' '"` ww"3,- 5 kV:4. ,�� 4, , m,, r ,, t r -„,,,4 • d 5, * 4 # 5 f� x ▪ 3 `'� ;13' fit- -# Y _ ' T' 6 r y 4I• ', 1, d _ ) +�'` ffi y, . "?! ' 7 ` .�. .. _ '.:ix.it.�t 'rC ,x�;.,='aZi3"e.'ri+SnKfT,dF:e.= •:.=*Yrrs'sR:tm..awa*suss+azuW^+-u-tq,:yoMcggR'a4v+.+AWw tu«,..w.,.,w... ,�- i 1F:CUM 11 [:11 1 4 . P o f e ss,on3i ivy Englneen c, y q „ q� ng Sery es 'or Cn Cali C i 1 Engi eer e - t' 3 n C Dro, eCt ^Amagement Se v iS 're 7,3p tai :a_-e-t ,y' ,-- 1 sii w i r ° experienced enced team familiar with local agency issues. k A ex pe( 14041 :„. The extensive experience of our project team I Team Personnel members—coupled with their understanding of the scope of services typically required for a variety of infrastructure improvement projects-ensures delivery AECOM offers its clients leading expertise and a of high-quality engineering services. The team will proven, cost-effective team to deliver infrastructure be led by Mario Montes who brings experience from improvement projects. We fully understand how to working with several local agencies to implement I serve clients as an extension of their staff, providing their street and freeway improvement projects. Mario expert consulting and engineering services and will be available to the City throughout the duration keeping our clients informed throughout each stage of the contract. Additionally, Mario has assembled of the project. Each staff member is dedicated and experienced staff to meet the specific challenges of committed to the quality of service that is AECOM's this assignment. This project organization is shown in trademark.The AECOM team brings together an Figure 2.1, below 4 1.-1, tire ?.1. Organization ('hart � ♦ ; �, Michael Grubbs,PE i Project Manager San Bernar ino QA/QC Principal in Charge Hiep Bu,,PE` actor Martinez,PE Camelia Davis i , Project Manager Mario Montes,PE* I I Roadway t Civit. Prore3_, oaa� yr F eei `:ery oes for Or ail C F g r`r j 4,� 9 9 v n enng 0. ; gn ` 3 0 Dr0 ect Mo .1-4er'� t ie J' s `or "�e -- ip ''3 '^prJv, i ''t o,gri `l 'Y O.. 0 ). Mario Montes, PE Role Project Manager Mr. ,Montes is a registered civil engineer who is highly proficient Availability in managing the planning, design, and construction of major 30% 1 transportation and infrastructure projects. He has spent 17 years managing major transportation improvement programs for State Education and local agencies in Southern California such as San Bernardino BS/Civil Engineering, Arizona State ri City and County. He has a detailed understanding of the project University, 1980 management principles needed to control project scope, cost, and schedule. He is experienced in managing both in-house staff, Registration contract engineering, and construction staff to ensure projects are PE/California completed efficiently and on-time. Registration No. C 41537 (Civil) e Years Experience 29 7 Project Experience 1-215 Reconstruction/Widening widening work, the project also widen 1-215 through downtown -Segments 1 and 2, San includes the reconstruction San Bernardino. The project will Bernardino Association of of the interchanges at 2nd reconstruct the Highland Avenue Governments (SANBAG), San and 5th Streets; 8 new and and Massachusetts Avenue Bernardino, California: Deputy 2 bridge widenings. The 5th overcrossing and includes the project manager for this $270 Street overcrossing requires redesign of the Highland Avenue million freeway reconstruction/ coordination with BNSF due to its interchange with I-215. widening project through span over existing rail facilities. downtown San Bernardino. The project also, includes a new '° Columbia Avenue Grade i For bidding and construction drainage system, pump station, Separation, Riverside, purposes, the work was divided ramp metering, fiber optic California: Project Manager into three segments. Segment communication system, light for the planning and design of 1 starts at Rialto Avenue to 9th traffic signals and landscape a highway overcrossing of the Street, Segment 2 from 9th improvements. Segment 2, also BNSF railroad. This $20 million Street to Base Line Road, and covering a distance of one mile, project will construct a four Segment 3 from Orange Show calls for construction of Baseline lane highway bridge to carry Road to Rialto Avenue. SANBAG Street, 16th Street, and the 1-215/ Columbia Avenue over three selected AECOM to prepare the SR 259 Interchange. AECOM BNSF mainline tracks. As Project PS&E documents for Segment prepared a supplemental project Manager he participated in 1 and Caltrans is preparing the report for all of the segments and public meetings with the local PS&E documents for Segments geometric approval drawings for community to obtain their input 2 and 3. Segment 1, covering Segment 2. (2008/2011/AECOM) early in the project. A statutory a distance of one mile, calls for exemption under CEQA was the construction of a braid ramp/ 1-215 Reconstruction/ prepared. Several local streets split diamond system with an Widening -Segment 5, San adjacent to the project were at-grade ramp connection at Bernardino Association of realigned to maintain access to Third Street. This alternative was Governments (SANBAG), San properties. The project requires selected after a comprehensive Bernardino, California: Deputy coordinating the design with Value Engineering process by project manager responsible BNSF California PUC, Riverside the project stakeholders. The for preparation of plans, County Flood Control District, project will widen the freeway specifications and estimates for utility companies and adjacent to provide an HOV lane in this $39 million northernmost property owners. The project is I each direction, three mixed section of I-215 widening project Segment 5 being developed in parallel with flow lanes, and a future mixed in San Bernardino. local street widening on Iowa flow lane in each direction. stretches from 16th Street to the Ave. arid Columbia Ave that In addition to the freeway existing Route 30 and is the final AECOM is also designing. Ilength of a six-mile project to 1 \E{ Om 13 1 ,. • Profess[onai C,vII Er'gineerirg Services `or Or-Cal! C,v, Enq,^eer nq Des gn a-c ?roJect 'management Sery ces for t^e Capital mprooeme-t ogra,- s V 07 m I f Chris Buscarino, PE Role Roadway / Civil Task Leader Cil Mr Buscarino is primarily responsible for the design of Availability transportation improvement projects and studies for Caltrans, 50% local cities, such as San Bernardino, and state agencies in Southern California. He has experience in street widenings and Education '° realignments, railroad grade crossings and separations for cities BS/Civil Engineering, California State 31 as well as transportation authorities. He is responsible for the University at Long Beach, 1989 preparation of PSR/PRs, geometric approval plans, and final PS&E for projects on the state freeway system subject to review and Registration approval by Caltrans. He has extensive experience with design PE/California I studies and PS&E for projects crossing waterways, as well as Registration No. C54878 (Civil) railroads. Years Experience e 20 7 Project Experience 1-215 Widening and BMPs. The key to this successful - 1-15 Base Line Road Reconstruction, San project is the thorough and Interchange Southbound Bernardino Associated proactive coordination between a Ramp Widening Improvement 1 Governments (SANBAG), multitude of stakeholders. Project, Rancho Cucamonga, San Bernardino, California: California: Project manager Project reviewer for segments - Mission Boulevard Widening, responsible for the preparation 1 and 2 of this $270 million City of Ontario, California: of PS&E documents, design freeway reconstruction/widening Project Manager responsible for exception fact sheet and project through downtown San the preparation of preliminary encroachment permit to widen i Bernardino. Responsible for engineering and reports, the Base Line Road entrance reviewing the PS&E documents. environmental documents and ramp to the southbound 1-15 (2008/2013/AECOM) PS&E for the widening of a freeway from one lane to two major arterial road from four lanes. Storm water quality I-215/Clinton Keith Road, to six lanes for a length of 1.5 requirements were met with the Murrieta, California: Project miles between Haven Avenue design of construction BMPs as manager responsible for and Archibald Avenue in San well as post construction BMPs. I overseeing development of the Bernardino County. This project Electrical work was performed project report, environmental required coordination between in the design of the ramp meter document and final PS&E. The Caltrans, developers, UPRR, relocation. Geometric layouts, interchange will be reconstructed City, utility companies and grading, pavement delineation to reduce congestion and San Bernardino Flood Control and signing were incorporated improve safety. The new bridge District. The work involved into the PS&E. Mr. Buscarino will accommodate the future street widening, grading and maintained a good relationship widening of 1-215. The scope drainage, flood plain analysis, with City, Caltrans Permits included a traffic analysis water quality management plan, department and other team repoprt, design exceptions, draft traffic signal and railroad signal members to ensure delivery 1 and final project report, modified design, landscape/irrigation of the PS&E documents. access report, storm water data design, bio-swale design, Furthermore a CEQA CE reports for both PR/ED and retaining wall design, and utility environmental document was 1 PS&E levels, geometric approval location and aid in relocation. required and completed by drawings (GADs), environmental Right-of-way plats and legal the project team with approval process through PS&E, stage descriptions were also prepared. obtained from the City, who was I construction, type selection, The project involved Caltrans the lead agency roadway and bridge design to Local Assistance due to federal final PS&E including design of funding. two Austin Sand Filter basins as \EC(IM 1 a I AY profess onar C vii crgi eer ng Serv,ce, for On-Ca i C:v E-1-11 n er rq Des (-Jr I r e r J Pro,0ct V i a ,e rer' Seri ces 'or rip a nor-,e >nt gr,a r e� Kosal Krishnan, PhD, PE Role; , ,3 Structures Task Leader Dr. Krishnan has significant structural engineering experience Availability including six years of bridge engineering experience working on 30% iiCalifornia Department of Transportation (Caltrans) sponsored esearch projects focused on developing design guidelines for Education strengthening existing bridge structures. As a design engineer, he PhD/Structural Engineering, University 3 has prepared plans, specifications, and estimates for the design of of California at San Diego, 1992 new bridges as well as for the retrofit of existing bridge and marine structures. M.Eng/Civil Engineering, University of California at Berkeley, 1987 MS/Civil Engineering, University of California at Berkeley, 1985 BE/Civil Engineering (with Honors), Anna University, Madras, India, 1984 Registration PE/California Registration No. C053378 Years Experience 22 il 'I Project Experience i - 1-215 Reconstruction/ the BNSF railroad were required the construction period. The Widening, Segments 1, 2, and in order to maintain traffic on the project also entails preparation 5, San Bernardino Associated highway, local streets, and rail of environmental documents, Governments (SANBAG), San yard. A project-specific seismic modification of the existing Bernardino, California: Chief design criteria was developed roadway approaches to align with bridge engineer for the structure and all structures were designed the widened bridge structure, design management of this $326 to accommodate surface fault utility relocation, geotechnical I million freeway reconstruction/ rupture at any location within the investigation, providing widening project through project limits assistance with funding under downtown San Bernardino. HBRR program, construction of AECOM is responsible for First Street Bridge Widening/ sidewalks, retaining walls, sound the preliminary design, type Replacement Project, City walls and landscaped medians. selection, and final design of 16 of Santa Ana, California: Coordination with Caltrans new bridges, bridge widenings, Project manager and lead District 12 and Headquarters on and bridge replacements, bridge engineer for this bridge the HBRR funding as well as with plus a variety of non-standard replacement and widening of County of Orange Flood Control retaining walls. AECOM will the First Street crossing over the District (OCFCD) and Corps of I also incorporate the plans for Santa Ana River. The bridge will Engineers (Corps) on hydraulic four other bridges designed be widened from four lanes to studies and work in the river by Caltrans into the PS&E six lanes of traffic and provide channel was provided. I packages. Structure types range 8 foot sidewalks on either side from three-span precast girder for pedestrians. A two-stage widenings with seismic retrofit construction was envisoned to 1 to new nine-span braided-ramp facilitate maintaining a single bridges with outrigger bents. lane of traffic in each direction Complex staged construction as well as allow for pedestrian and detailed coordination with access on First Street during 'vt_coM 15 roesscnai Civ,i Ergireerng Services for On aii Civ, E ng eermg Desrgr and Project Maragemert Se ✓i es 'ter the ap,,a proJerrent D,0grarr SE 0 Carmen Gendusa, PE, TE Role Traffic Electrical Task Leader Mr Gendusa's extensive experience in civil design and Availability construction projects includes port intermodal and rail facilities, 300/0 highways, land development, surveying, grading plans, sanitary sewer, traffic signals, street lighting, signing/striping, and detour Education design. He is experienced in traffic engineering design, operations, BS/Civil Engineering, California State and maintenance. He has conducted feasibility, environmental University at Fullerton, 1 995 mpact, parking, and design studies;solicited project funding;as well as prepared budgets, project designs, and construction plans Registration for both highway construction and traffic related projects. PE/California Registration No. C54957 (Civil) PE/California IRegistration No. , # 2017 (Traffic) Years Experience I 14 7 Project Experience - 1-215 Reconstruction/ ► Perris Valley Line commuter signing and striping, storm Widening, Segment 1 (Rialto rail project, Riverside drain modifications, and private to 9th Street), San Bernardino Transportation Transportation property restoration. Associated Governments Commission (RCTC), Perris, (SANBAG), San Bernardino, California: This is a current - In-house Traffic Signal and California: Traffic engineer for project for the Metrolink service Street Lighting Maintenance, I this $75 million, 3-mile freeway extension from riverside to the City of Norwalk, California: As widening project through 1-215 in the City of Perris, CA. city traffic engineer, conducted downtown San Bernardino. Project Engineer and Traffic extensive comparative The project included the Engineer for the design of 20 at- operational and cost analyses of construction of a braid ramp/ grade crossings, including traffic various maintenance programs split diamond system with an engineering consulting on 5 utilized by local, county, and I at-grade ramp connection at commuter rail stations, including state agencies. This led to the Third Street. This alternative was coordination with the City/County establishment of an efficient selected by the team members of Riverside and the City of in-house total maintenance after a comprehensive value Perris. program. Designed and engineering process. The implemented traffic signal timing geometric approval drawings Gale Avenue Widening, City city-wide. (GAD) was prepared in close of Industry, California: Traffic coordination with Caltrans, engineer for this $4.5 million Street and Parking Lot Lighting who prepared the GAD for widening of a 4,000 foot segment Design and Maintenance, City segments 2 and 3. Also included of Gale Avenue within the City of Norwalk, California: As was the reconstruction of of Industry and County of Los City of Norwalk traffic engineer, interchanges at 2nd and 5th Angeles. Conceptual and final modified existing lighting Streets; eight new bridges, and design services were provided facilities and designed new ones two bridge widenings. The 5th for two lanes in each direction that included incandescent, I Street overcrossing required with a continuous two-way left mercury vapor, high pressure coordination with BNSF due to its turn lane. The design included and low pressure sodium vapor span over existing rail facilities. the evaluation of geometric luminaries for arterial, residential, 1 alternatives, coordination with and parking lot lighting. utility companies, materials testing, traffic signals, construction staging, traffic 1FCUti1 16 ,,, rotes5ionai r;iv Engineering Services for On-Call Civ��i Eng� �t.enng Design a Protect Managen'en. Serv,ces 'er the Capital . prc ernent n ogranm Iii.o1 ii 1 Zack Isnasious, PE Role ill Utilities/Storm Drain Task Leader Mr. Isnasious has 30 years of extensive civil engineering Availability experience on a wide variety of water, sewer, recycled water, 30% master planning,pump stations, reservoirs, water treatment, and desalination projects. His background includes design and project Education management responsibilities for large environmental, municipal, Civil Engineering, Alexandria industrial, and public works facilities. Currently, he is the project University, Egypt, 1977 manager on multiple sewer projects that include sewer trunk mains, sewer analysis, and design of sewer measurement facilities. Years Experience His responsibilities include the planning phase, sewer hydraulic 32 J modeling, design, and project management of the sewer projects. He also prepared multiple Sewer Master Planning Documents for different agencies in California. I 7 Project Experience II ,- Coachella Valley Water District Sewer Improvement Projects, study, Preliminary Design Report, Sewer Trunk Main: Project City of Ontario, California: permits (Caltrans-Metrolink, and Manager. This project consists of Mr. Isnasious was the Project encroachment permits for the 3 5 miles of 33" sewer trunk main. Manager/Technical Lead on the cities), scale formation study, Project included construction Sewer Improvement Projects specifications and construction project plans (40 sheets), bid (Phases 1, 2, 3 and 4), which plans including extensive traffic documents, cost estimates and included the sewer analysis, control plans (82 sheets). This Preliminary Design Reports modeling with SewerCAD, project included the brineline (PDR), Total Construction Cost preparing PDR, design of the from the IX treatment Plant on 9th 7.8 million dollars. sewer pipes and preparing Street through Mountain Avenue the project specifications, to the NRWS pipeline at 5th Coachella Valley Water District construction costs and plans. Street in Upland. Construction Sewer Force Main: Project These replacement sewers cost$8 million. Manager. This project consists are primarily within existing of 22,000 LF of 18" sewer streets heavily congested with Empire Lake Golf Course force main. Project included other utilities making alignment Irrigation System, Inland I construction project plans (32 selection extremely difficult. As Empire Utilities Agency, Chino, sheets), bid documents, cost a result of the high technical California: Mr. Isnasious was estimates and Preliminary performance during Phase 1, Project Manager for the analysis Design Reports (PDR), permits the City subsequently awarded and design to convert the (Caltrans and UP Rail Road) Total Phases 2 and 3 to Boyle. golf course irrigation system Construction Cost$4.2 million. from domestic water supply Dry Year Yield —Ion Exchange to recycled water. The project East Los Angeles Community Connections to Non- included analysis of the potential College, Los Angeles, reclaimable Water System, for formation of Rapid Blight California: Practice Lead for Inland Empire Utility Agencies, Disease (RBD) on the turf I the project that consists of Chino, California: Mr. Isnasious grasses as a result of using several phases. The ultimate was the Technical Lead on recycled water, and provided project built out is a complete the design of the four brine a flushing system to flush the f replacement of the utilities laterals to the Non Reclaimable grass periodically. Design of a (water, sewer and fire water), Wastewater System (NRWS) with mechanical conversion system which includes modeling, sizing, total length of 25,000 LF which to switch between the recycled analysis, utility coordination, and included coordination with the water and the domestic water I a domestic booster pump station. four cities where the laterals are supply was also included. Construction cost $21 million. located (Ontario, Upland, Rancho Cucamonga and Claremont. The project consisted of an alignment \E((iti1 17 I ' } I ,i Professional Gull Engineering Services for On-Calf C vii Engineenng Des in and Project Management Sery ces for the Capital mprovement Proga'n Y Andy Nowak, PE Role ii , WQMP/SWPPP,'Permits Task Leader Mr ;lowak's transportation experience includes hydrology, Availability hydraulics, open channel and closed-conduit analysis of systems 30% with varying ground water levels, energy dissipation design, and erosion control. He is excels at plan preparation for public works, Education transportation, and land development projects. BS/Civil Engineering, California I Polytechnic University at Pomona, 1990 He is also experienced in site grading, precise grading, local arterial and street geometric design, site hydrology and hydraulics, on-site sewer water, and storm drain design, utility research and Registration 1 evaluation and relocation, as well as construction cost estimating. PE/California Registration No. C56813 (Civil) 3 Years Experience 19 1 Project Experience 1-215 Segments 1 and 2, AECOM was retained to prepare - Caltrans On-Call Services and 5th Street Bridge, San the final PS&E concurrent with for Storm Water Technical II Bernardino Associated the preliminary engineering Assistance on Planning and Governments (SANBAG), San documents in order to expedite Design, Contract 43A0172, Bernardino, California: Quality the project. California: Deputy project control manager and senior civil manager and a task order engineer for this $270 million - SR-79 Widening, San manger for the $21 million freeway reconstruction/widening Bernardino County, California: three-year on-call contract to i project through downtown San Bernardino. Responsible for Engineer responsible for the provide storm water technical geometric approval design, assistance on planning and preparing the PS&E documents earthwork, utility impact design to Caltrans headquarters, and geometric approval determination, topographic division of environmental analysis drawings for segments 1 and 2. surface generation, and value in support of the department's The geometric approval drawings engineering for 6 miles of four- storm water management (GAD) were prepared in close lane highway. The work included program, as required by its I coordination with Caltrans, who developing multiple alignment National Pollutant Discharge prepared the GAD for segment studies, right-of-way definition, Elimination System (NPDES) 3. Also included was the and 2 million cubic yards of permit. Responsible for providing reconstruction of interchanges grading. planning and design of highway and construction of new bridges, improvements related to storm as well as bridge widenings. ' SR-79 Rehabilitation, San water improvements. The scope Bernardino County, California: of services includes delivery Clinton Keith Street/1-215 Engineer responsible for the of PS&E design packages, Project Study Report, roadway overlay design, signing providing guidance material Murrieta, California: Senior and striping, project earthwork, related to water quality, project engineer responsible for and quantity and construction developing training material incorporating all the Caltrans cost estimates for 4 miles of four- on storm water practices, and comments into the project study lane highway conducting studies to evaluate 1 report and finalizing the report new best management practices. for delivery to the client. The Part of the JV team for all task project will replace the two-lane orders. structure with a six lane structure and a partial cloverleaf with two i loop ramps. The initial scope included a PSR/PR; however, \{_COM 18 I ��� r- o`Pss Dr 31 C vii E c�in -er,nq Ser✓,ces r On- III G 1 Erg e F r r y-i 4 1 i d PrtojeCt V 3 3 'e^"e nt Serl.is' s ` r' -,p!t7i ., �. r' ."Jr"�C.. V7V 07 1111 11 1 ` Gary S j elfin, PE Role Hydrology i Hydraulics ✓1r. Ejelin is hrghly proficient in the planning, analysis, and design Availability of civil engineering projects. His experience includes analysis of 20% l water resources, the design of drainage and flood control facilities, l the development of stormwater runoff management, storm Education drains, and sanitary sewers. He has contributed to environmental BS,Civil Engineering, California State analyses by preparing wetlands delineation mapping. His expertise University at Long Beach, 1980 includes hands-on experience working with the U.S. Army Corps of Engineers, and he is adept in the use of HEC-1, HEC-2, and HEC- Registration RAS computer programs. PE/California 1 Registration No. C37218 (Civil) ® Years Experience 1 29 V Project Experience i ,- 1-215 Segment 1 (Rialto to - Clinton Keith Road at 1-215, drainage swales, storm drains 9th Street) Reconstruction/ City of Murrieta, California: and water quality BMPs required Widening, San Bernardino Prepared drainage study and for parking lots and meeting Los Associated Governments final plans and specifications Angeles River Trash TMDL. (SANBAG), San Bernardino, for interchange improvements. California: Peer reviewer for the Included hydrology, storm drains, Development of Storm Water drainage portion of this$116 and water quality facilities. Standard Plans and Design million freeway reconstruction/ Guidance, Flow Splitters, widening project through '- Promenade at West Lake Caltrans, California: Provided downtown San Bernardino. The Village, Thousand Oaks, hydraulic support for preparation project extends for 1 mile and California: Performed quality of standard plans for storm provides a braid ramp/split review of drainage study and water flow splitter and developed 1 diamond system with an at-grade design of commercial parking design guidance documentation. ramp connection at Third Street. lot modifications including storm The project required major drains. 1-10 Cypress Avenue drainage modification, including Overcrossing, City of Fontana, a possible new pump station. - Trash TMDL Project at Pump California: Drainage engineer Station SD-12, City of Long responsible for the preliminary 1-215 Segment 5 Beach, California: Performed hydraulics report. This project will Reconstruction/Widening, quality review of drainage construct a new Cypress Avenue San Bernardino Associated study including WMS MODRAT overcrossing of the 1-10 freeway. Governments (SANBAG), hydrology to size BMP for Los The site constraints included the San Bernardino, California: Angeles River Trash TMDL at Union Pacific Railroad tracks that Prepared the drainage report existing pump station run parallel to the 1-10 freeway, for this $39 million freeway and the adjacent local arterials reconstruction/widening Canoga Transportation (Valley Boulevard and Slover project through downtown San Corridor, San Fernando Valley, Avenue) that result in a steep Bernardino. The project extends California: Prepared Water approach grade. for 1 mile and will provide one Resources section of draft 1 HOV and one additional mixed EIR for Canoga Transportation flow lane in each direction. Corridor project. Drainage The project required drainage design related to extension of i modification, including a new the Metro Orange Line between j detention basin. Canoga Station and Chatsworth Metrolink Station for bus rapid transit route including roadside \ECUvt 19 At = c es 3,-,31 v , cr lr eer Ser,nces °cr jr- al C v 1 En eer,n Des !� i" �,� e:t >sa �gar-.o. 'tc„r _.es he .,apl'al ^p ;,,,r-ert P,-,g arr 31 Victor Martinez, PE Role Principal in Charge Mr Martinez has extensive project oversight, management, and Availability engineering experience, primarily for transportation projects. 10% He directs AECOM's highway and bridge practice in Southern California and serves as the principal in charge of surface Education transportation engineering programs for a variety of clients, BS/1980/Civil Engineering, California 1 including municipalities, Caltrans, special transportation districts, State Polytechnic University at Pomona and Measure County programs. His background includes design management of street and highway improvements, Registration grade separations, storm drain projects, and major interchanges PE/1982/California 31 throughout Southern California. He has extensive knowledge of Registration No. C 35081 (Civil ) agency standards, and regulatory and third party coordination requirements in San Bernardino County. Years Experience 1 30 V Project Experience y 1-215 Segments 1, 2, and 5 4- 1-215 Reconstruction/Widening On-Call Engineering Services, Reconstruction/Widening, - Segment 5, San Bernardino Santa Ana, California: Principal San Bernardino Associated Associated Governments in charge on this on-call project II Governments (SANBAG), (SANBAG), San Bernardino, to provide engineering services San Bernardino, California: California: Principal in charge in support of the city's capital Principal-in-charge for this $285 for preparation of plans, improvement program. Services million freeway reconstruction/ specifications and estimates for have included preparation of widening project through this northernmost section of the PS&E for street and parking lot downtown San Bernardino. 1-215 widening project in San rehabilitation projects, Corporate I Using the braided ramp concept Bernardino. Segment 5 stretches Yard improvements and street adopted by the value engineering from 16th Street to Route 30, lighting; geotechnical and team as the base concept, led and is the final length of a 6-mile potholing; structural engineering the team in the development project to widen 1-215 through and studies for city facilities; of the supplemental project downtown San Bernardino. landscaping and irrigation report and geometric approval improvements; and NPDES drawings. The project included 1-10 Mixed Flow Lane Project training and site inspections. interchanges at 2nd, 5th, Report, San Bernardino Baseline, and Highland Avenue. Associated Governments - On-Call Engineering Services, The AECOM team worked closely (SANBAG), Redlands, Fullerton, California: Principal in with Caltrans District 8 and California: Principal in charge charge providing on call services Headquarters to gain consensus for the preparation of a project for the city. Efforts have included on the final geometrics and non- report and environmental the conceptual and final design standard features. Fact sheets document to add mixed-flow services for the annual sewer for exception to mandatory lanes in the median of 1-10. replacement program for three and advisory standards were The project included widening consecutive years, providing prepared and processed for a 2.5-mile section of freeway surveying and geotechnical I approval by Caltrans. Once the from six to eight lanes; widening services, performing third- GADs were approved, design 11 bridge structures; and party peer and constructibility proceeded on each segment. construction of more than 2 miles review on a grade separation I Recently construction began on of soundwalls to mitigate noise. project, and a feasibility study for the first package of 5th Street The environmental document retaining walls at Lion's Field in early bridge construction encompassed biological, order to determine the most cost cultural, traffic, air quality, and effective solution for retaining up noise studies. to 35 feet of slope excavation. .`FCO'v1 20 44 4es Dr-131 C ,ii Erg,neer ng Serv,ors for On-! ail CI ii, Eng reenng 3es gn j `, 1, i ?ro;edt Mn a i jemert Sery,ces 'Cr the .ap 'Ial pr:ve, en' P ograr,' lo 1 Hiep Bui, PE Role QA / QC ^vMr. Bui is a registered civil engineer with extensive experience with Caitrans in the design and construction of projects throughout Availability San Bernardino, Los Angeles and Riverside Counties in California. 30/o He spent the first 26 years of his career working for Ca/trans Education I in a variety of capacities. His last seven years were working in BS/Civil Engineering, Texas A&M District 8 where he served as design office chief responsible University, College Station,1979 3 for approximately 5350 million in transportation improvements, including reconstruction of the 1-215 corridor through the Registration downtown area of the City of San Bernardino. PE/California IRegistration No. 36204 (Civil) Years Experience 1 30 V Project Experience I - 1-215 Widening and corridor, and four overhead Y 1-10 at Beech Avenue, Reconstruction, San bridges had to be removed and Project Study Report/Project Bernardino Associated replaced without disruption to Development Support (PSR/ Governments (SANBAG), rail traffic on one of the busiest PDS), City of Fontana, San Bernardino, California: rail lines in the western United California: Technical manager Technical manager for the States. Construction staging responsible for reviewing and 1 combined segments 1,2, and 5 was complex and critical to the coordinating the development of (I-215),11 (SR-210) of the $270 success of the project since all the PID phase for the proposed million freeway reconstruction/ traffic lanes were required to Beech Avenue Interchange widening projects through remain operational during the at the 1-10 Freeway. Included Idowntown San Bernardino, complete reconstruction of the in preparation of the PSR/ Responsible for reviewing the freeway. PDS is the preparation of the PS&E documents, coordinating SWDR, TMP and cooperative utilities relocation effort, and I-215/Clinton Keith Road, agreements and the PEAR. The resolving various constructibility Murrieta, California: Technical construction cost for the project issues. Provided technical manager responsible is estimated at$65 million. assistances to the design staff. for providing QA/QC for development of the final PS&E. - 1-10 at Alder Avenue, Project 1-215 Widening, Caltrans Directed and coordinated the Study Report/Project 1 District 8, San Bernardino, utilities relocation effort. Development Support(PSR/ California: Design office chief PDS), City of Fontana, for Caltrans responsible for Reconstruction of Tippecanoe California: Technical manager design oversight of this $300 Interchange on 1-10, Caltrans, responsible for reviewing and million, 6-mile-long freeway California: Technical manager coordinating development of reconstruction project in San responsible for providing QA/ the PID phase for the proposed Bernardino. The project was QC for the PA/ED phase of the Alder Avenue Interchange at I divided into four segments reconstruction of the interchange the 1-10 Freeway. Services and included replacement of to improve traffic operations. included preparation of the PSR/ 10 bridges, widening of four PDS, SWDR, TMP cooperative L bridges, reconstruction of four agreement, and the PEAR. The interchanges with braided ramps, construction cost for the project and several major drainage is estimated at$75 million. t structures. The project required j extensive coordination with the BNSF Railroad since the freeway is parallel to the rail \ECOM 2 1 ,,,,, ,,,= Pro`e;s o n a i ',v i i E n g i r eer,ng Sery es 'o r Cn -i 1 C,✓ 1 ,P P_mg e^rg -3, , ) . 3 d - );t,c' V11 ?3'4el'lent CerJ'ces for .',e C_ap,tal pro,er'ent P ogro' ITT o• 1 ; Camelia Davis Role QA / QC Ms. Davis is an engineer with extensive quality assurance Availability and quality control experience on transportation projects. As 10% the Regional Quality Manager for the West Coast operations ■1,:.1 of AECOM, Ms. Davis is responsible for implementation and Education I maintenance of the ISO 9001:2000 Quality Management System MS/Mechanical Engineering, (QMS) for the entire region. She has performed audits and Polytechnic Institute in Bucharest, surveillances on projects from Bellevue, Washington, to San Romania, 1990 Diego. California. She has considerable quality control experience 1 including nine years in railway and rail transit design and Years Experience construction. 19 1 V Project Experience Flower Street Improvement in Los Angeles. The truck transit project for the Los Project, City of Glendale, expressway creates a grade Angeles County Metropolitan 3 California: Project quality separated roadway over Transportation Authority in assurance representative five railroad crossings, two Los Angeles. Responsible for for preparing the plans, signalized street intersections, quality assurance for the joint specifications, and estimates and two channels. Enforced venture (JV) between AECOM for the widening of Flower project-specific quality program and Washington Infrastructure Street from Sonora Avenue to requirements and performed Services, and other design Raymond Avenue as part of the quality assurance reviews of all subconsultants of ELRTC. i Interstate 5 at Western Avenue submittals. Performed surveillances of Access Program. Performed project work for compliance with quality assurance reviews of all Los Angeles Mid City the quality manual. submittals. The project included Exposition Light Rail Transit, reconstruction of the Flower California: Rail systems Mid City Exposition Light Street, new sidewalk and access engineer responsible for design Rail Transit Project, Los ramps, extension of existing and development of trackwork Angeles County Metropolitan I storm drainage systems, sewer construction drawings, including Transportation Authority lines and water service lines, new plan and profiles, turnouts, (Metro), Los Angeles, catch basins, signal modification crossovers, track details, and California: Project quality of three intersections, new street typical sections for the light rail assurance representative lighting, and new pavement system. Prepared and reviewed for a design-build light rail signing and striping. The project track design for compliance transit project for the Los included coordination with with MTA and AREMA standard Angeles County Metropolitan Caltrans project on their new and requirements. Worked Transportation Authority. 1-5 entrance and exit ramps at with MTA managers and team Performed quality assurance Flower Street. leaders to develop alternative reviews of submittals when connections to existing rail lines, delegated by the quality SR-47 Truck Expressway, and coordinated CAD production manager. Assisted the Authority's Alameda Corridor between engineering disciplines. quality manager on audits and 1 Transportation Authority surveillances of project work (ACTA), Los Angeles, Metro Gold Line Eastside for compliance with the quality California: Project quality Extension Project, manual. assurance representative for Eastside Light Rail Transit development of a PRIPSR for Constructors (ELRTC), Los a truck expressway between Angeles, California: Project Ocean Boulevard and Alameda quality assurance engineer Street at Pacific Coast Highway for a design-build light rail \ECOM 99 = Protesoional Civil Er gineer g Ser ces for On .,all rD vi Engineering Design ar"a °'o;ect \1a nlJerre rt Der , :es or the Capi?ai �proiernent rograr, i n. 'tv i ii I = Ben Kho, 9 PE Role Registration Civil Roadway ?E,CA # 80950 !Civii) II Mr. Kho posseses in-depth experience in highway Availability Years Experience design including grade separations, overcrossings, 50'',/0 and high occupancy vehicle (HOV) lanes. He has Education Iconducted regular project meetings with clients and has MSi Civit Engineering, coordinated extensively with Caltrans, SANBAG, Flood . rklahoma State ering,University Control District, local cities and utility agencies, as well at Stillwater, 1990 0 as subconsultants. ES/Civil Engineering, Oklahoma State University at Stillwater, 1989 1 .• 1-215, Segments 1, 2, and 5 Reconstruction/ Widening, San Bernardino Associated $ Clinton Keith Street/I-215 Interchange, Murrieta, CA: Project engineer for this project to prepare the Government (SANBAG), San Bernardino, CA: PSR/PR and PS&E. Mr. Kho was responsible for Civil engineer responsible for preparing geometric overseeing the GAD and Fact Sheet development. approval drawings, and coordinating with Caltrans He also developed the new ramp alignments and SANBAG for this $326 million freeway and roadway geometry. He coordinated the new reconstruction/widening project through downtown bridge design to ensure compatibility with the San Bernardino. The project widens the freeway to future widening of 1-215. He developed detailed provide an HOV lane in each direction, three mixed stage construction plan to maintain freeway and flow lanes, and a future mixed flow lane in each interchange traffic. direction. In addition to the freeway widening work, the project also includes the reconstruction of the interchanges at 2nd and 5th Streets; eight new bridges and two existing bridge widenings. `�Arief Naftali PE Role 1999/Civil Engineering, Civil Roadway California Polytechnic Mr. Naftali has managed and designed a wide spectrum Availability University of civil and traffic engineering projects in southern 60% Registration California. He has been directly involved in the design Education PE/CA #64286 'CiviljPF_/ of arterial, local and collector streets, commercial, 2004/Civil Engineering, CA #2296 (Traffic) II residential and institutional site developments, which grading, drainage, California State Uni�iereity Years Experience required roadway, utilr (sewer and 2001/Organizational 9 domestic water), horizontal control, signing and striping, Management, Azusa i 'traffic signal, and traffic control plans. Poetic Univeristy New traffic signal systems on grade separation - Pasadena, CA. Incorporation of ITS system projects conducted on Monte Vista Avenue, technologies on signalized intersections along three Montclair, Dillon Road, Coachella, and University major corridors. Parkway, San Bernardino, California. Managed the preparation of lighting and power construction Cities of Bell, Cudahy, Vernon, Maywood, I documents related to roadway and safety lighting, and Huntington Park, Los Angeles County. and miscellaneous outdoor lighting. Prepared Modifications of traffic signal systems, signing and construction cost estimates and specifications. striping and miscellaneous road improvements at City of Moreno Valley, CA. Installation of new traffic three signalized intersections. signal systems at various locations for the City. City of Moreno Valley, CA. Development of seven project study/feasibility reports for the construction of I Van Nuys, Los Angeles, CA. Traffic signal, signing new signal systems for the Cit y. and striping modification at the Van Nuys Flyaway facility. -1.ECOM 23 11 I 1°,.,�, = •D'efess'or,ai Crvi, E- q reer rg Servces or On < -311 vi:: Erg reer.ng des;gr ',a',} 3rd Rrl)rct '/ ' 3ge� e t Cery ces for the Cap.t3' 'pro -meat '•'cgrurr Dat Nguyen Role Registration Civii .Roadway Ei':CA # C110594 1 Mr. Nguyen is experienced in the design of roadways, Availability Years Experience drainage systems, civil site developments, surface 6�0°�° \ transportation highway and rail projects, utilities, Education grading, flood control details, site engineering for 3S/Civil Engineering, building projects, and dredging. He has a thorough California State knowledge of current computer aided design drafting ?olytechnic University at Pomona, 1997 I i CADD) programs and has worked on projects involving a variety of design standards, including Caltrans standards. Rehabilitation of Runway 6/24, San Bernardino traffic conditions, the width of Cherry Avenue, and International Airport, CA: Office engineer, cost site constraints. Developed design concepts to estimator, and construction inspector for this project improve the level of service. to reconstruct the 10,000-foot PCC runway, including asphalt and concrete construction and lighting. HOV Widening, Orange County Responsibilities included review and processing of Transportation Authority (OCTA), Orange, CA: RFIs, shop drawings, change orders, pay requests, Assistant engineer, responsible for preparation and inspection of construction activities. of as-built plans for this project that included the development of PS&E for HOV lane widening, utility I-10/Cherry Avenue, Preliminary Engineering, relocations and drainage improvements, designed to SANBAG, San Bernardino, CA: Associate engineer Caltrans standards. responsible for the preparation of a combined project study report/project report for improvements to Cherry Avenue at 1-10. Interchange operated at an unacceptable level of service due to the existing ''John Leimberger, PE Role Registration Structures PE/CA # 065950 (Civil) Mr. Leimberger's design experience includes all major Availability Years Experience components of concrete bridges, concrete retaining ' % 9 walls, and shotcrete walls. He has done seismic Education analysis of existing and new structures, and inspected 3Siavii Engineering, structures-related work in the field. He has also California State inspected prestressed concrete piles and bridge girders Polytechnic University, at casting yards and witnessed structural material tests, Pomona, ?000 including sampling concrete for testing. AA Rancho Santiago College, CA, 1993 1-215 Widening and Bridge Replacement, Ports of Long Beach and Los Angeles, CA: Civil San Bernardino Association of Governments bridge designer responsible for the design of a (SANBAG), San Bernardino County, California: retaining wall and components of two pump stations. Civil bridge designer involved in the $326 million On-site structural observation was also performed widening of 1-215. This project required the at key milestones during the construction of two I demolition and replacement of several bridge pump stations. Additional responsibilities included structures. The design of numerous retaining walls responding to request for information (RFIs) and was also required. Responsible for the design of reviewing submittals from the contractor. components of several bridges, and the design of i most of the retaining walls. Metrolink Project, Orange and Santa Ana, CA: Civil bridge designer on the Metrolink project. This project Metrolink Project, Orange and Santa Ana, required the design of several retaining walls along California: Civil bridge designer on the Metrolink the Metrolink rail line in order to accommodate a project. This project required the design of several secondary retaining walls along the Metrolink rail line in order to accommodate a secondary rail line. \Ecom -'4 o`es I.mal ,v i En ) r 3rii q per C ei for OnC Jig C ngi y �S in P'1-,;en; 'VA3 ygc'.ffi er ,er, f "e C,ip.t:J ,em,,,, ,' cg,3' I Lisa Henstridge, PLS Role Registration I Survey PLSiCA 47 177 ,'..is. Henstridge is a survey discipline leader for CEA. As Firm Years Experience a specialist in geodesy, GPS and survey data manage- DEA, Inc. 20 I rent. her responsibilities include network adjustments; Availability 'o finish data management utilizing various CAD 20 platforms; analysis of survey data;preparation of and Education I atle descriptions and exhibits; right-of-way engineering; and BSiSurveying nd the preparation of maps. title documents, reports, Engineering, Cal State and project exhibits. University, Fresno, 1991 1 On-Call Surveying and Map Checking Services, Inland Valley Development Agency/San San Bernardino County, CA: Ms. Henstridge is Bernardino International Airport Authority, San I serving as project manager for this contract with the Bernardino, CA: Ms. Henstridge is serving as county of San Bernardino to provide on-call land project manager charge of right-of-way services surveying services. The services to be provided including boundary surveys and analysis, legal on this contract consist of, but are not limited to, descriptions, design surveys and construction I topographic surveying, control surveys, design staking. surveys, field-to-finish mapping, construction surveys, boundary surveys, GPS surveying, 3D laser County of Los Angeles, Department of Public scanning, right of way engineering and mapping, Works, On-Call Right-of-Way Services, Los title searches, ALTA surveys, and special studies. Angeles County, CA: Ms. Henstridge served as DEA has also providing map checking services on project manager in charge of right-of-way services I survey mapping projects. DEA map checkers are including boundary surveys and analysis, legal responsible for reviewing parcel map, tract map, and descriptions, and field surveys. record of survey submittals for the County. , A I * .. . ter. �� ' -...- ' ' . �, ;.. -- ' $rye,. w R' 41. t _.,nya J,,, y /,� ' � ¢" 4 t t ` i r, 0 , '`' ---•-11‘......,1••••'' _ Y{ 1L,, , * the"-∎` ...ms .,t-, .e... iti ,0„.. 0#1;*_;,,,a. --, ,,,x--1.-"pai;000 , , _.....1. - - <,,.a.o.,., , t �� _'' :rte " it ' .-0701 " — ad, .,,y .vi `• """" /a / 4q - y j • ;y" t-' ✓.. •, '9o- .;.'`•+i ,'.. 9i 4"' r'- p _. r." • _ ' f . 'b.L`i X1''1' .. ,‘ C ..'' ",, ". N %4P( ' t ';, ,! ', I "!I, P'cfe� rrai v I E^1 reer q Se , _C- 'or 'Jr C '3I , -"Q er,rq �es -qn, E 3 0 ire o,ct X o agerrert -.er✓ c,es `or the Cap,tal 'pro,e gent orogra,m Su Berea is il , , ' lk: 1 i i ) 4 t'ecthnical Work Plan AECOM has developed a typical approach for project Work Plan development involving city street improvements. The work plan would be modified to meet the specific The City of San Bernardino is seeking consultant civil needs of each task order. Figure 2 on the next page is ( engineering design services on an on-call basis for a graphic presentation of this approach. AECOM will projects throughout the city. The work may consist perform the following activities for each phase. of general engineering related to streets, sewers, storm drains, culverts, traffic signals, parks, NPDES, Phase 1 - Preliminary Design landscaping and lighting. The City will also require • Schedule a kickoff meeting with the City to discuss supporting studies and reports to support drainage, project requirements pavement, hydraulic designs as well as quantity and • Assemble and review available information cost estimates. • Obtain design surveys and geotechnical reports, as The key to successfully completing on-call services is necessary II to have the depth of staff and to work as an extension of the City's engineering staff. With a total staff over • Prepare base plan at the appropriate scale. Base 400 in southern California, AECOM stands ready to plan will include existing topography and utilities provide the staff and services needed to support the • Prepare the conceptual road alignment plan and City. With the resources available to AECOM, multiple profile drawings task orders can be performed concurrently, and with the strength of the task order managers, these tasks • Identify right-of-way requirements, if any, for the will be delivered on time. Our team has demonstrated project our understanding of the City's needs through our • Identify any permit requirements and support the work on the 1-215 widening and reconstruction project environmental document process for SAN BAG and the associated sewer relocation design we are preparing for the City. Our team will be • Develop landscape concept for the project if based in our Ontario Office and includes many of the required same people who have worked closely with the City during the last 6 years. • Prepare preliminary cost estimate • Submit preliminary plans, which include road The following work plan represents our general project alignment plan, landscape theme, and other plans approach. AECOM will develop a specific work plan as required, to the City's staff for review and for each task order for which we are selected. The key comment to our approach is to provide the right team for each task. We use a five-step process (Figure 1) to ensure • Revise conceptual plans based on the City's timely and effective response to our client's requests comments and resubmitted for staff approval for on-call services. IIIIIIIIIIIIIIIII STEP 5: STEP 4: Upon - STEP 3: AECOM's approval, __ AECOM's Project Manager AECOM's STEP 2: I STEP 1: AECOM Project meets with the Project Manager Manager client to review mobilizes the Project is Project Manager develops the and finalize team and identified meets with scope of work the budget starts work requiring the the client staff and fee and schedule on the project. AECOM to discuss for the requirements. team the project. project. wcoO l ^- I .' - o ss cnal C1v1 Eng,neenng Seri ces for On-Cali Civil Engineerng Design and ° orect Var,agerrent Sery ces for the Cop tal Tprovenent Program Su lernan in , . , •. • r [ , Project Development Approach. Preliminary Engineering Final Design Construction Support Services i • Kickoff meeting • 65%plans • Bid support • Conceptual design • 95%plans • Site visits • Data collection • Final PS&E submittal • Shop Drawing Review • Design surveys • Utility coordination • Requests for Information I:` • Pavement evaluations • Project coordination (RFIs) • Conceptual road plans • Permitting • Record Drawings • Conceptual landscape plans il • Preliminary cost estimates Fif,rirc 3.? Project Oevt'lopInc'flt.lppre),Ich Phase 2 - Final Design • Support City staff in public outreach meetings, as Based on the approved concept, AECOM will perform necessary the following work: • Provide electronic file of construction drawings in • Provide project management throughout the life AutoCAD format. of the task order, which generally includes the • Provide specifications in Microsoft Word following tasks: • Provide cost estimate in Microsoft Excel I - Attendance at meetings Phase 3 — Construction - Updating the master schedule During construction, AECOM will support pport the City - Providing monthly project status reports construction management and inspection crews, providing the following: - Coordinating with subconsultants m - Coordinating with utility companies • Coordinate bid advertisement - Coordinating with affected agencies • Provide support during the bid phase i • Prepare preliminary improvement plans • Prepare bid summary report • Produce street improvement plans and profiles • Attend pre-construction meeting at the appropriate scale. The plans will show • Conduct field reviews existing utilities, curb and gutter improvements, new pavement construction, median island, and • Perform shop drawing and submittal review sidewalk improvements • Respond to Requests for Information • Prepare landscape and irrigation plans • Prepare as-built record drawings • Prepare preliminary cost estimate and If desired, AECOM can provide construction specifications management and administration services, including: • Submit preliminary PS&E to the City and affected . Resident Engineering services agencies for review and comment I • Incorporate comments and prepare the final PS&E • Perform construction administration documents for the project • Conduct construction inspection I • Coordinate utility relocations, if required, with each respective utility company • Provide construction surveys and grade sheet reviews • Submit final PS&E documents to the City and • Coordinate materials and field testing Iaffected agencies for final review and comment i • Incorporate final comments and submit plans on original mylars to the City for the purpose of obtaining construction bids I �rofess,on21 v i=rg',neer!ng Ser' c s for On-:,-3,1 ':.,v Eng -eer rg DF~Sign anrj Pro;ac: y,1a g,3 ernennt Sery 'es 'o :he �ap,tai improvement rr_gr:am Sae Berta in illManagement and Quality Control staff. AECOM will prepare a project communications AECOM's project implementation is geared toward manual that will be disseminated to the project staff and copied to the City. The project manager, Mr. quickly identifying and resolving project issues and Montes, will commit to being accessible at all times by meeting established goals. This process features: phone, cell phone and email. • The project manager as single point of contact Project scheduling and project controls • An effective communications process AECOM's project scheduling process is based on developing an effective work breakdown structure 1 • Project scheduling and project controls (WBS) for each project. AECOM uses a process • Quality assurance and quality control that includes the following four steps and is shown graphically below: a The project manager as single point of contact The first step is to develop an appropriate work AECOM's project manager will serve as our single breakdown structure (WBS) and schedule to define point of contact for the City of San Bernardino. In this the manageable work items; budget for accomplishing capacity he will be responsible for: these work items, and the duration and sequence for performing the work. • Serving as primary contact with the City of San Bernardino and other agencies, as required, to The second step involves monitoring the progress meet project needs. of the work and determining whether the project is progressing in accordance with the plan both in terms • Managing the AECOM team, including the authority of time, cost and earned value. to make decisions on behalf of the team and to commit corporate resources to meet project The third step is reporting any variance in the requirements. progress of the work and establishing the appropriate • Scheduling and internally coordinating the team's corrective action. work. The fourth step is review and corrective action. i • Ensuring that the project's technical/professional and contractual requirements are thoroughly A corrective action plan will be developed when necessary to keep our project on plan. fulfilled. STEP 1.Development STEP 2•Monitoring • Establishing clear lines of � „�- } communication both internally and ; .• externally. „......_- 1.Progress .. .... --.... .....•............ Report Co Tasks% • Chairing all project development - Management.3 • Task 1.1 • Task 1.2 meetings and being the primary '-' .Task 1.3 ""mil r 7 V5. respondent to the City. --3 •Task 1.4 Budget ±9 •Task 1.5 •Task l.6 • Initiating and maintaining a quality •Task I.7 Variance management program tailored to the 2.Milestones Analysis 3.Deliverables project. ;-. . • Managing an effective project controls STEP 3.Reporting STEP 4.Review and Corrective Action system that delivers high quality work �_ ,- a on time and under budget. a Y M SCHEDULE • Reports REPORT ll SchePdum/Budget j An effective communications h process ' "o I c. .nue v r Monitoring The effectiveness of our communication Plan Update/DOdITY1tiMNF, {rte ; Identify Causes t• Reporting 8 with the City and all project participants .,_ BUDGETSUMMARY NO mpieme ti Correctly is crucial to successful consulting I � �; service. AECOM is dedicated to fostering;; - Corrective Action Effective? X 1 a p roductive communication p rocess , :r F and to providing proactive design issue resolution, working as an extension of ', I (i h','- 1 , , / . z1 .,' ,ofe' J�al 72.1',11 ,:n ) peer .g Se r,, es r ';n Oa 1. ✓ ='y er1r-q nt 'c,_Ct ^✓arc ement er ,.s �[:-) ra 1 ,--prowe—en ors Willem In ! 31 Quality assurance and quality control The key components that AECOM will incorporate into AECOM has a long-standing commitment to the quality control plan include: quality; which is part of the company's legacy. This commitment is demonstrated by the company's 1. Engineering Discipline Review. Prior to any certification in the ISO 9001:2000 quality management formal submittal, the design, calculation, and reports standard. The recent program update included not are reviewed by the discipline managers. only the required ISO elements, but the lessons learned and best practices established by AECOM 2. Coordination Review. The project manager and and by AECOM affiliate firms throughout the world. discipline lead engineers will review the documents for «Mak The company is currently coordination, accuracy, and definition of work. certified in all of its major CEINMeN E' * ' offices in the United States. 3. Constructibility Review. The QA/QC team will =- .. «•••• ;= Regardless of size, all coordinate a constructibility review to verify criteria 'I_ =�"� "`' compliance. =' operating units are using this program as a means _, J = 4. Quality Assurance. The project QA manager will ,sciiia,� �- of standardizing operating requirements to provide a review all documentation and checklists, including •. -:ae`- �;_ -- consistent level of quality. subconsultants, to ensure conformance with our QC = u: ,. plan. This approval must be reviewed in order to The AECOM quality release the documents. -'�_+� -- management system is a complete QA program Project level quality assurance manager developed to meet the The QA/QC manager is responsible for technical FI to c' �. / ,I t.'c'C�.�t' ISO 9001:2000 standards. quality and implementation of the quality program. /�'r) �e�rifi�crte The system includes a His responsibilities include QA/QC procedure quality management policy implementation, training, auditing, subconsultant QA (reflected in a quality program manual) and a series of program oversight, and oversight of the corrective implementing procedures that are subdivided into key action program. To ensure independence, as well process sections. as expeditious resolution of significant issues, the v+ QA/QC manager reports directly to Victor Martinez, 1 Project-specific quality control plan PE, the principal-in-charge, in addition to reporting Upon notice to proceed, AECOM requires the administratively to Mn Montes as project manager, This development of a project-specific project work direct reporting to an officer of the company ensures plan. This plan reflects the development of planning that significant issues can be identified and addressed documents and the identification of links between at the highest levels of the organization. This reporting contractual requirements and project implementation. mechanism ensures that quality-related project As a subset, volume, or section of the project work items are appropriately addressed and provides a plan, a quality assurance plan is to be developed. structure for feedback, which is integral to continual This project-specific quality control plan (QCP), based improvement on our projects as well as in our overall on the AECOM corporate program, is developed to quality management program. specifically address the needs and challenges of the project. PLANNING AND ENGINEERING COORDINATION CONSTRUCTIBILITY QUALITY ASSURANCE/ DISCIPLINE REVIEW REVIEW REVIEW QUALITY CONTROL ;' PROJECT MANAGERS CONSTRUCTIBILITY * TECHNKAL LEADERS 3 EAM } Calculations •Completeness& •Dimensions Accuracy •Design Theory t` •Constructibility } •Change Order Potential •Claims Potential \E.(,()"1 ' a Q8 ' p'o/csuo:a1 �w rre,mg scm ces tor C: v^ E^gmee:"g Desgc je��nt 5e' res /n. me mpmvom*n' r, ~l""= no 4. ~~ � � � � � �� Contract and Insurance Requirements AECOM would like the opportunity to discuss certain sections of the City's standard agreement. We are confident that we can reach agreement on a contract H0 for this project. AECOM is able to meet the insurance requirements [� contained in the Draft Agreement for Professional Civil �� Engineering Design Services. 1 •il A/ _ �It ���'O`E? Of131 l IVII t' pir2eri llg Services fOr ill 0311 1C ✓ i Erlgie @" j cg,l- 3, 1 1�rC,eot 'vla 3gef"'lert . el",Ic.ES for Ire _,ipIn. ,C1pr vnr e t HOjrd,') Sai Brrwrdiw 1 : I,, 1 1 4 )i 1 Eligibility,t ferenc e : Local Office /Preference AECOM does not currently maintain an office in the City of San Bernardino and, therefore, does not qualify Eligibility / Compliance for preference eligibility. I_c}cal Office Compliance The majority of the work for the City of San AECOM has read the Request for Proposal(RFP)to 3 Bernardino's on call projects will be performed in Provide Professional Civio Engineering Servicews for AECOM's Ontario office. On-call Civil Engineering Design and Proejct Manage- ment Services for the Capital Improvement Program 3 AECOM currently has a license to do business in the (CIP) dated February 26, 2009, City of San Bernardino. A reproduction of said license is shown below. No Addenda have been received. AECOM has incorporated all requirements of said RFP into this proposal unless specifically noted otherwise in the body of the proposal. I ] 1 ,...,..., ..„...., . NOTTR • SITR;1KCF • ' . SIEJS'.0 f(AV'FF A COLOR t1ACKGRO1■ND- KEEP FOR YOUR RECORDS II CITY OF SAN BERNARDINO BUSINESS REGISTRATION CERTIFICATE ACCOUNT This B'wnees Registration Certificate don mt itaticatr the legal operation of this business at that location Other NUMBER .such as „°r be required This Certificate is issued without verification thee the eater other ACCT No 21665 =nip 'by the Suss ofCab6tm" DATE PAID 41/13/2009 21665 RENEWA The Bus°°s Owner is rsponslble tilt timely renewal. Not receiving a renewal mice for my reason do.not reratvs _ rdpoa ity Re timely payment.if not paid within 30 days of the expiration date shows.s 50%peakywi9 be imposed, BUSINESS CLASS: GENERAL CONTRACTOR 545q;, .$1-50:00 I DATE PAID NOTES: EXPIRATION DATE PR 545O46<: $10.044 12/31/2009 01/13/2009 BUSINESS LOCATION: 300 OCEANGATE y;ecru_., OWNER.FIRM OR -' ��� "' 4 coRPORAITON AECOM TECHNICAL SERVICES INC rw�z- �.A1 c, 1 BUSINESS NAME AECOM TECHNICAL SERVICES INC '„.lam " BALANCE 50.00 ATTENTION I MAILING ADDRESS 7870 VILLA PARK DR STE 400 RdCcn' G. Clariz ,y ••u a CITY CLERK '-' -. POS7.LN, (O S11(14"PI-A('F • I'HOIOb0PIES ARE--NOI\''1A1{P-'4.---- - CITY OF SAN BERNARDINO I E CO;tit 2 Gi ATTACHMENT "2" TO EXHIBIT A MARCH 26,2009 AECOM USA, Inc. A ECO M SCHEDULE OF HOURLY RATES 2009 2009 Average Classification Rate Level ADMINISTRATIVE ASSISTANT 1 $61.53 ADMINISTRATIVE ASSISTANT II $76.78 ADMINISTRATIVE/EXECUTIVE ASSISTANT III $89.25 ARCHITECT IV $235.78 PROJECT LANDSCAPE ARCHITECT $100.22 CADD DRAFTER 8 $85.37 CADD DRAFTER III $102.07 CADD DRAFTER-COORDINATOR $110.12 CONSTRUCTION MANAGER I $162.55 DEPARTMENT DISCIPLINE MANAGER $242.87 ENGINEER ASSOCIATE $103.04 ENGINEER I $91.39 ENGINEER II $108.34 ENGINEER III $125.34 ENGINEER IV $161.91 INTERN $42.84 PLANNER $143.00 PROJECT CONTROLS ENGINEER $189.68 PROJECT ENGINEER I $130.87 PROJECT ENGINEER II $164.79 PROJECT ENGINEER III $190.99 PROJECT MANAGER I $179.37 PROJECT MANAGER 11 $219.63 PROJECT MANAGER 111 $230.25 PROJECTS DIRECTOR $272.91 TECHNICAL LEADER $209.50 TECHNICAL MANAGER $18148 TECHNICAL SPECIALIST it $122.43 TECHNICAL SPECIALIST III $205.20 SR.FACILITY PLANNER $137.52 MID FACILITY PLANNER $106.25 JR FACILITY PLANNER $75.79 SR.ENVIRONMENTAL SCIENTIST/PLANNER $149.12 MID ENVIRONMENTAL SCIENTIST/PLANNER $117.76 GRAPHICS/TECHNIAL EDITOR $85.06 Rates include overhead and profit and are valid for calendar year 2009. Subconsultants and other direct cost will be billed at actual cost plus 5 percent. Signed: Victor Martinez.PE Senior Vice President ATTACHMENT "3" TO EXHIBIT A AECOM Mario Montes Associate Vice President AECOM 1131 W.Sixth Street Suite 350 Ontario,CA 91762 T 909.933-5225 ext.225 F 909.933-5228 June 23, 2009 Mr. Michael Grubbs Development Services Department City of San Bernardino 300 North"D" Street San Bernardino, CA 92418-0001 Dear Mr. Grubbs, In light of the recent economic downturn impacting communities in California, AECOM fully understands the City of San Bernardino's request for a 5 percent reduction in our consulting fees. AECOM Proposal: AECOM will discount our invoices to the City by 5 percent. We will require that any subconsltants used under this contract also provide a 5 percent discount. We request that City consider several other procedural terms that we would like to have incorporated into the contract so that we can minimize administrative efforts and maintain some degree of profitability. 1.) AECOM requests that the City consider issuing task orders on a "Lump Sum" basis in lieu of "Time and Materials" if the scope of work can be fully defined. A 5 percent discount would be applied to the negotiated total fee. This approach would both eliminate the City's exposure to cost overruns and allow us to minimize our administrative costs regarding the production of detailed invoices. Task Order where the scope is less defined would continue to be executed on a Time and Materials basis. 2.) AECOM requests that the terms of payment be changed to net ten days from the invoice receipt date. For contract purposes the legal name of our company is AECOM USA Inc. AECOM trusts that this proposal meets with your approval and that we can successfully help the City of San Bernardino in meeting its goals for the future. Sincerely, 914., Mario A. Montes P.E. Associate Vice President AECOM Mario.monteseaecom.com C: Eugene Grilli EXHIBIT B AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP) THIS AGREEMENT is made and entered into this day of 2009 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("City"), and AEI-CASC CONSULTING ("Consultant"). WITNESSETH : A. WHEREAS, City proposes to have Consultant perform the On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) described herein below; and B. WHEREAS, Consultant represents that it has that degree of specialized expertise contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and C. WHEREAS, City and Consultant desire to contract for specific services in connection with the project described below(the "Project") and desire to set forth their rights, duties and liabilities in connection with the services to be performed; and D. WHEREAS, no official or employee of City has a financial interest, within the provisions of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONSULTANT 1.1. Scope of Services. Consultant shall provide On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) to City in accordance with Attachment 1, Consultant's proposal dated March 26, 2009, attached and incorporated herein. 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's performance of this Agreement. 1.3. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws 1 EXHIBIT B including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above-mentioned laws, which may be incurred by reason of Consultant's performance under this Agreement. 1.4. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other category protected by law, except as permitted pursuant to Section 12940 of the Government Code. Violation of this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. 1.5 Non-Exclusive Agreement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of City. 1.7. Business License: The Consultant shall obtain and maintain a valid City Business Registration Certificate during the term of this Agreement. 1.8. Duty of Loyalty/Conflict of Interest: The Consultant understands and agrees that as the City's Consultant for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP), Consultant shall maintain fiduciary duty and a duty of loyalty to the City in performing Consultant's obligations under this Agreement. Consultant, in performing its obligations under this Agreement, is governed by California's conflict of interest laws, Government Code Section 87100 et seq., and Title 2, California Code of Regulations Section 18700 et seq. 1.8.1 Prior to performing any services to City under this Agreement, Consultant shall provide the Development Services Department a written list of the Assessor Parcel Numbers and general location or address of any and all real property located in the City of San Bernardino in which Consultant has any ownership interest, or which is the location of any pending project that is a source of income for Consultant. Consultant shall keep this list current on a monthly basis during the entire term of this Agreement. 1.8.2 Consultant shall not work on any task that is related to any real property that is located within 500 feet of any parcel in which Consultant has any ownership interest or 2 EXHIBIT B which is the location of any pending project that is a source of income for Consultant. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Over the term of this Agreement, Consultant shall be paid for such services in accordance with the schedule of rates marked Attachment 2 and dated March 26, 2009, discounted 5% as indicated in Attachment 3, both of which are attached and incorporated herein, subject to an aggregate limit of $1,000,000 in payment for work performed by all consultants for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP). City shall distribute work among its consultants in a manner that best meets the needs of the City. City makes no guarantee to Consultant regarding the amount and/or the dollar value of the work assigned to Consultant. 2.2. Additional Services. Consultant shall not receive compensation for any services provided outside the scope of services specified in the Response unless the City or its Project Manager for this Project, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. Consultant may submit invoices to City's Project Manager for approval on a progress basis, but no more often than monthly. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each invoice shall describe in detail, the services performed and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City or its Project Manager for inspection and/or audit at mutually convenient times for a period of three (3)years from the Effective Date. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. The obligation to perform the professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Effective Date of this Agreement. Said services shall be performed in strict compliance with the Project Schedule issued by the City's Project Manager. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the EXHIBIT B reasonable control of a party. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the date approved by the City Manager and continue through June 30, 2010, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. An administrative extension of one additional year may be authorized, subject to the prior written agreement of both parties. 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing written notice to Consultant. The termination of this Agreement shall be deemed effective upon receipt of the notice of termination. In the event of such termination, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated as to the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents pertaining to the services contemplated herein whether delivered to the City or in the possession of the Consultant. 4.4 Documents. In the event of termination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City within ten (10) days of delivery of termination notice to Consultant, at no cost to City. Any use of uncompleted documents without specific written authorization from Consultant shall be at City's sole risk and without liability or legal expense to Consultant. 5.0. INSURANCE 5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, independent contractors, personal injury with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. 4 EXHIBIT B (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. (c) Workers' compensation insurance as required by the State of California. (d) Professional errors and omissions ("E&O") liability insurance with policy limits of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. Consultant shall obtain and maintain, said E&O liability insurance during the life of this Agreement and for three years after completion of the work hereunder. 5.2. Endorsements. The comprehensive general liability insurance policy shall contain or be endorsed to contain the following provisions: (a) Additional insureds: "The City of San Bernardino and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice: "Said policy shall not terminate, nor shall it be cancelled, nor the coverage reduced, until thirty(30) days after written notice is given to City." (c) Other insurance: "Any other insurance maintained by the City of San Bernardino shall be excess and not contributing with the insurance provided by this policy." 5.3. Certificates of Insurance. Consultant shall provide to City certificates of insurance showing the insurance coverages and required endorsements described above, in a form and content approved by City, prior to performing any services under this Agreement. 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in this Agreement, or the extent to which Consultant may be held responsible for payments of damages to persons or property. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. 5 EXHIBIT B 6.2. Representatives. The Director of Development Services or her designee shall be the representative of City for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the City, called for by this Agreement, except as otherwise expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Project Managers. City shall designate a Project Manager to work directly with Consultant in the performance of this Agreement. Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant's Project Manager shall attend and assist in all coordination meetings called by City. 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: IF TO CITY: Mr. Rick Sidor, Principal Valerie C. Ross AEI-CASC Consulting Director of Development Services 937 S. Via Lata, Suite 500 300 North "D" Street Colton, CA 92324 San Bernardino, Ca 92418 Tel: 909-783-0101 Tel: 909-384-5357 Fax: 909-783-0108 Fax: 909-384-5080 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this contract on behalf of the City shall be considered as "attorneys' fees" for the purposes of this paragraph. 6.6. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. �_. -1, J`!7-� � !RI lu. ;nS ia lit` ", II I 6 EXHIBIT B 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term of this Agreement. 6.8 Indemnification and Hold Harmless. Consultant shall protect, defend, indemnify and hold harmless City and its elected and appointed officials, officers, and employees from any and all claims, liabilities, expenses, including attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not by way of limitation, all civil claims or workers' compensation claims, arising out of or in any way connected with the intentional or negligent acts, errors or omissions of Consultant, its employees, agents or subconsultants in the performance of this Agreement. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall secure, at his expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 6.10 Ownership of Documents. All findings, reports, documents, information and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subconsultants in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. 6.11 Public Records Act Disclosure. Consultant has been advised and is aware that all reports, documents, information and data including, but not limited to, computer tapes, discs or files furnished or prepared by Consultant, or any of its subconsultants, and provided to City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et. seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in the California Government Code Section 6254.7, and of which Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it 7 EXHIBIT B that is designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure is deemed to be required by law or by order of the Court. 6.12. Responsibility for Errors. Consultant shall be responsible for its work and results under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Consultant occurs, then Consultant shall, at no cost to City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 6.13. Prohibited Employment. Consultant will not employ any regular employee of City while this Agreement is in effect. 6.14. Order of Precedence. In the event of an inconsistency or conflict in this Agreement and any of the attached Exhibits or Attachments, the terms set forth in this Agreement shall prevail. 6.15. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.16. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.17. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.18. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.19 Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.20. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No 8 EXHIBIT B waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.21. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement, based upon the substantial benefit of the bargain for any party is materially impaired, which determination as made by the presiding court or arbitrator of competent jurisdiction shall be binding, then both parties agree to substitute such provision(s) through good faith negotiations. 6.22. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. 6.23. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. 6.24 Damages. The Parties agree to waive any rights to incidental or consequential and punitive damages arising out of performance under this Agreement whether the torts or contracts and in law or in equity. /// /// 9 EXHIBIT B AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP) IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF SAN BERNARDINO, CONSULTANT A Municipal Corporation AEI-CASC CONSULTING By Charles E. McNeely, City Manager Signature Name and Title Approved as to form: James F. Penman, City Attorney By ATTACHMENT "1" TO EXHIBIT B f 1 AE - rCASC C O N S U L T I N G i March 26, 2009 I City of San Bernardino Development Services Department Michael W. Grubbs, P.E. 'I 300 North "D" Street San Bernardino, CA 92418 RE: PROPOSAL FOR PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES : Dear Mr. Grubbs: l AEI-CASC Engineering, Inc. (dba AEI-CASC Consulting) is pleased to submit our Statement of Qualifications to offer On-Call Civil Engineering Design and Project Management Services to the City of San Bernardino's Public Works Department. We believe the assembled project team has the highest quality of experience and expertise that will offer the City the best quality project in the least amount of time at a reasonable cost. The project team possesses the expertise San Bernardino demands. In particular, AEI-CASC offers you the following: Relevant Company and Personnel Experience and Qualifications: • We have extensive experience in providing Roadway, Drainage, Stormwater Quality, Sewer& Water design services. We have contracted with various municipal agencies in the past 15 years and have developed an excellent reputation for providing practical r solutions to complex engineering issues. ■ • Our designated Design Project Manager, Steve Hosford, has been in responsible charge of more than fifty capital improvement projects in the Inland Empire and the key team members have been primary contributors on Public Works improvement projects since joining the firm. • The assembled team of qualified subconsultants is made of firms that specialize in the field of work and are core members of multiple AEI-CASC Public Works Teams. The comprehensive team has been assembled with the ability to address all facets of work listed in the City's Request for Proposal. • AEI-CASC understands that resources are limited and will approach Project Management Services with the interests and needs of the City as a priority. In this capacity, AEI-CASC essentially functions as an extension of City staff. Ability to Perform: • Proximity - Our office is located five miles from City Hall. Scheduling of meetings can I be relatively spontaneous and travel time and deliveries are quick. J Quality Assurance - AEI-CASC's proven approach to Quality Assurance has resulted in successful delivery and construction of many Capital Improvement Projects for j multiple clients in Southern California. • Staffing Availability - As one of the largest engineering firms in the Inland Empire, AEI-CASC possesses the availability to arrange manpower and resources to meet or exceed project delivery schedules '/ [ i_ v,li tiiEFKVirJ i'I , ;I i ' ‘i ,- i,2 , t "1 1023 North Hollywood Way, Suite 102 • Burbank CA 91505 • 818.841.8013 , 818.841.9004 FAX i • Commitment - The Company's principals are committed to continue to provide the necessary personnel and financial resources for the successful delivery of services in a timely and cost conscious manner. Previous San Bernardino Experience: • The Design Project Manager's experience with the City of San Bernardino reaches as far back as the early 1990's. Since joining the firm over nine years ago, he has managed pavement reconstruction projects of seven streets, conducted the Ramp Configuration Alignment Study of the I-215 improvements for SANBAG, and managed Plan Checking services for two years. �' • AEI-CASC has also served as auxiliary support staff by providing On-Call Drafting Services a few years ago and recently provided WQMP Review services for the Public Works Department. 1 • The primary subconsultants all have experience with the City of San Bernardino which also includes assisting AEI-CASC during the Plan Review Services contract. Il AEI-CASC has read the Draft Agreement for Professional Civil Engineering Design Services and will execute the Agreement if offered a contract by the City and is able to meet the insurance requirements contained therein. AEI-CASC has read the RFP and has incorporated all I requirements of said RFP into our proposal. I/ We are confident you will find our project team to be very capable of performing a variety of challenging work required for General Civil Engineering services. More importantly, AEI-CASC looks forward to working with you and maintaining a long lasting, mutually beneficial and professional relationship. You may contact Steve Hosford or me if you have any questions. i Sincerely, AEI-CASC CONSULTING I Richard J. Sidor, P.E. Principal-In-Charge AEI-CASC Consulting Email: rs dorio,aei_casc.com Enclosures I i R 1 I] , AEI CASC PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO COMPANY OVERVIEW Established in 1993 to provide professional engineering, surveying, and construction management to public agencies and the building industry, AEI-CASC is a corporation registered in California. that has grown from a single office in Riverside to five offices serving Southern California. Since 1998, AEI- CASC has been ranked by the Inland Empire Business Press as one of the top five Inland Empire civil la engineering firms (based on local area gross revenues). Our entrepreneurial spirit and commitment to innovation are unique in the Civil Engineering industry, allowing us to keep costs competitive while offering superior services. I i SERVICES ■ AEI-CASC's Civil/Environmental Engineering Division provides a variety of services to our Public Agency Partners. fl • Transportation: AEI-CASC understands that agencies are challenged with the development and maintenance of a transportation network that provides safe travel routes, aesthetically pleasing community corridors, and efficient access to its businesses. AEI-CASC understands these challenges and brings exceptional design and management services to our public agency partners for Neighborhood Beautification, Traffic Safety, Pavement Rehabilitation, Street Improvements, and Highway Design projects. I Drainage/Flood Control: The AEI-CASC drainage engineering team provides an extensive array of flood control services including Regional Master Drainage Plans, Flood Plain Management & Processing Debris Production and Sediment Transport Analysis, Detention and Debris Basins, Regional Facility Design, and Resource Agency Permit/Design Support. • Field and Office Surveying: The AEI-CASC Survey & Mapping Division provides a wide range of 1 field and office surveying services to facilitate projects through all phases. From right-of-way I mapping to initial monument surveys; from topographic mapping to legal descriptions; from construction staking and as-built surveys. AEI-CASC is dedicated to providing highly skilled field crews with strong project management and state-of-the-art equipment to deliver efficient and successful projects. • Municipal Plan Checking Services: AEI-CASC works closely with our public agency clients providing seamless plan checking support services. Our experienced reviewers understand the need to provide thorough reviews as well as efficient turn-around time. • Water and Air Quality: AEI-CASC unites theory with practice in guiding government agencies, private developers, and contractors through the regulatory requirements of the National Pollutant Discharge Elimination System (NPDES) permits. Services include: Document Preparation and Plan Checking Services, Storm Water Program Management, Program Development Assistance, Annual Reports, Expert Witness/Litigation Support, Best Management Practices Design, and Storm Water Sampling. • Planning Services: From vision through implementation, AEI-CASC's Planning division provides comprehensive community planning, design and entitlement services to cities, counties, developers, private organizations and land owners. • Water and Wastewater: AEI-CASC has prepared plans for hundreds of miles of sewer and water improvements. We take pride in combining engineering expertise, with a creative spirit, to provide our clients with innovative, cost-effective, and time-sensitive solutions. We work closely with our clients early in the project to reduce delays during final design and construction stages. • Construction Management: AEI-CASC's highly qualified Construction Managers, Engineers, and Inspectors work as a team with our public agency clients utilizing extensive project controls to manage vital issues of cost, time, quality, technology and communication. i I _ �y iti AEI CASC , 1)11( )1 Ecri CONSULTING 11X. I'F1ZIFiNC11. lt CITY OF SAN BERNARDINO, CALIFORNIA il Highland Avenue, Waterman Avenue, & Foxcroft Way FOXCROFT WAY STREET IMPROVEMENT PLAN Pavement Rehabilitation H 1 AEI-CASC recently prepared PS&E for the rehabilitation of six streets totaling tf� approximately 4,600 linear feet and over 240,000 square feet of Highland Avenue, between Waterman Avenue and Sierra Way, Waterman Avenue, between 9th Street liand Base Line Street, and Foxcroft Way, between Commercial Driver and Heritage Lane. Preparation of Final Engineering Plans and Specifications included milling and overlay of asphalt rubber hot mix, pavement removal and reconstruction in selected / ,t,;:: areas, and replacement striping. 1 I i 4 ` Client Reference: Key Personnel: Ronald C. Blymiller Steve Hosford. P.E. - Project Manager Civil Engineering Associate Ceazar Aguilar, P.E. - QC Coordinator I City of San Bernardino Aric Torreyson, P.E. - Drainage Engineer 1 j 300 North "D"Street Rick Furlong, P.L.S. - Project Surveyor San Bernardino, CA 92418 � ,. t 4 (Now at Coachella Valley Water District) (760) 398-2651 11 e - lam.Li.01 I CITY OF SAN BERNARDINO CALIFORNIA University Parkway, Base Line Street, Little Mountain Avenue and 48th Street Pavement Rehabilitation _; z AEI-CASC prepared final PS&E for the rehabilitation of three streets totaling Iapproximately 4,500 linear feet and over 310,000 square feet of University Parkway, between Northpark Boulevard and Sierra Way, Base Line Street, between California Street and Medical Center Drive, and Little Mountain Avenue and 48th Street -------- intersection. Preparation of final Engineering Plans and Specifications included milling and overlay of asphalt rubber hot mix, pavement removal and reconstruction of — University Parkway and Little Mountain Avenue, and replacement striping. ii li Client Reference: Key Personnel: li i' , Ronald C. Blymiller Steve Hosford. P.E. - Project Manager I. Civil Engineering Associate Ceazar Aguilar, P.E. - QC Coordinator City of San Bernardino Aric Torreyson, P.E. - Drainage Engineer TYPICAL CROSS SECTION 300 North "D"Street wvtRSItvPANKWAr Rick Furlong, P.L.S. - Project Surveyor - .. San Bernardino, CA 92418 (909) 384-5154 (Now at Coachella Valley Water District) (760) 398-2651 2 I N 1'IZ O I 1LI, 1 AEI ;CASC C O N S U L T I N G N i;4 0 1 � I I IIZ I h ( 14., - , CITY OF SAN BERNARDINO, CALIFORNIA qpilm I Sixth Street Pavement Rehabilitation This recently completed AEI-CASC y p project involved the preparation of final r Iengineering plans for the milling and overlay of asphalt rubber hot mix, pavement removal and replacement of select areas, reconstruction of several improvements, and replacement striping. The project also included cross section survey from "E" Street to Arrowhead Avenue and utility research. In an effort to save time and minimize the contract budget, details and electronic files were used from a previous City paving Project. The impressive performance on this project recently led to the award of the pavement rehabilitation of six more streets on an aggressive schedule. Client Reference: Key Personnel: a P. • Ronald C. Blymiller Steve Hosford. P.E. - Project Manager , Civil Engineering Associate - 4, f 9 9 Ceazar Aguilar, P.E. - QC Coordinator 4 i ' City of San Bernardino Aric Torreyson, P.E. - Drainage Engineer 300 North "D"Street Rick Furlong, A t rlong, P.L.S. - Project Surveyor San Bernardino, CA 92418 Jess Becerra, L.S.I.T. - Mapping , ° ''"-� r: (Now at Coachella Valley Water District) Aping Analyst (760) 398-2651 1 CITY OF SAN BERNARDINO, CALIFORNIA I :41,tif' 111 I Plan Review and WQMP Plan Checking Services , f AEI-CASC was under contract with the City of San Bernardino to provide Plan Review -: j services for the Development Services Department as well as Water Quality Management Plan (WQMP) Plan Checking. Plan Reviews consisted of Grading, Erosion Control, Precise Grading, Retaining Walls, Street Improvements, Sewer Improvements, Street Light Plans, Storm Drain Plans and review of Hydrology/ Hydraulic reports and Traffic Studies. Tract Maps, Lot Line Adjustments and other Mapping Review was performed under the direction of a Licensed Land Surveyor. AEI- CASC was also responsible for reviewing and approving WQMPs submitted to the City � � ^yr 4A of San Bernardino in accordance with the "San Bernardino County Stormwater• Program-Model Water Quality Management Plan Guidance," revised June 09, 2005 ,"' 'and approved by the Santa Ana Regional Water Quality Control Board (Guidance `Document as well as the re uirements and .; �.q preferences adopted by the City in response to provisions in the area-wide municipal NPDES storm water permit 1 4 4 ?::*1114: ,, a 1 Client Reference: Key Personnel• - ..City of San Bernardino Steve Hosford. P.E. Project Manager Jennifer Shepardson Ceazar Aguilar, P.E. - QC Coordinator NPDES Coordinator Aric Torreyson, P.E. - Drainage Engineer , 300 North "D" Street Bill Addington, P.L.S., P.E. - Mapping Lead " �. � "ti San Bernardino, CA 92418« Jess Becerra, L.S.I.T. - Mapping Analyst (909) 384-5154 Jeff Endicott, P.E.—NPDES Compliance . Ruel Ituralde, P.E.—Project Engineer Mr. Lynn Parker, P.E. Vlk City Engineer (909) 384-5110 • 3 i _ __�...„- 1'R\ / J F C 1 r ►AEI C A S C pli X / L. , CC O N S U LT I N G LIRII \ I,yr, i tia �,_ '74 ma -1.1 1 ioi i 4' .. 4 "1,,154,`47.7 . CITY OF FONTANA, CALIFORNIA ,i Interim Lytle Creek Road and ......4....k. , : ; Duncan Canyon Road Widening Lr I AEI-CASC recently completed the preparation of PS&E for the interim realignment of ' approximately 2,700 feet of Lytle Creek Road and reconstruction of 1,600 feet of - ,' ' w Duncan Canyon Road. The project included pavement transition from the end limits 3 of the Duncan Canyon freeway interchange improvements to the two lane intersection at Citrus Avenue. The roadway transition was designed to be compatible with future ultimate improvements on the north side of Duncan Canyon Road. The design was performed based on the assumption that these roadway improvements t will be constructed prior to the freeway interchange improvements. Separate storm drain plans were prepared to join downstream drainage improvements for the Interchange project. f 1,`' Lytle Creek road The L y project included coordination with the San Bernardino County .- � Flood Control District concerning the roadway alignment serving as a flood control levee/berm to the existing Hawker-Crawford Channel. The City of Fontana was pleased and impressed with the design work that the AEI- CASC's project team provided on this project. The City's project manager, Mr. Nawar, I,. complimented Mr. Hosford and Mr. Torreyson on a job well done! }•: 1 Client Reference: ' City of Fontana ,,�? 1. : �r Mr. Steve Nawar Senior Engineer P Engineering Department City of Fontana (909) 350-6523 Project Team: Steve Hosford, P.E.—Project Manager '< Ruel Ituralde, P.E.—Project Engineer " .� - ' Aric Torreyson, P.E.—Drainage Lead Jess Becerra, L.S.I.T.—Mapping Assistance Bill Addington, P.E., P.L.S.—Mapping Lead Rick Furlong, P.L.S.—Survey Manager it et I _ 4 ri AEI rCASC 1. I v , C O N S U L T I N G .> ;,� , t d 1'.�1 �:�1'.IZ I Ii. ► � 1'. kithl ,7:`, 10 44 j CITY OF LOMA LINDA, CALIFORNIA 1 ' Street Rehabilitation Engineering Services As an efficient approach for the City of Loma Linda to meet the pavement , t t - management demands of its aging infrastructure, AEI-CASC is preparing plans and providing engineering services under the direction of the City Engineer on an on- ,1- ; `4 ''l>< going basis providing mapping and plan preparation for pavement removal, cold milling, various pavement overlays and heater-remixes, curb and gutter improvements, and replacement striping. Projects to date include: • University Avenue from Barton Road to Campus Street & Campus Street from Barton Road to Alamitos Street • Barton Road from west of Mayberry to San Timoteo Canyon Rd, New Jersey x 1 I 44 Street from Barton Road to north of Orange Street, and Orange Avenue from $ 1 New Jersey to California Street ¶ i • Spade Drive from Rosewood to Sun, Sun Avenue from Mountain View to west of _gift 'i. Spade, and Rosewood Drive from Mountain View to west of Spade • Huron Street from Lawton to Poplar, Orange Grove Street from Tulip to Lawton, Shepardson Drive from Mound to east of Poplar, and La Mar Road from Mound to U L `4 Richmont. • i Ohio Street Sewer & Water Improvements from Redlands Boulevard to Seamont 1 Drive. ' • Richardson Street and Loma Linda Vista Street Improvement and Striping Plans. . • Benton Street Storm Drain—a Portion of Tract 1517. !W. • Van Leuven Street from west of Orange Grove to east of Poplar Street, Street Improvement and Striping Plans. • Orange Grove Street and Academy Street Water and Sewer Improvement Plans. • Client Reference: . 1 City of Loma Linda :-- i Mr. Jarb Thaipeir, P.E. 1. K 25541 Barton Road.' 1 Loma Linda, CA 92354 , (909) 799-4401 Key Personnel: i Ceazar Aguilar, P.E., Project Manager , , I Aric Torreyson, P.E., Project Engineer ' Steve Hosford, P.E., Roadway Engineer Rick Furlong, P.L.S., Project Surveyor i 7 5 li ......-.--- — A E I AcL' c iiiiw ,, PIZ( )114.(711 .4 ��;� ; EXPURIENC.,' E �, ,;. Al , , •.J CITY OF YUCAIPA, CALIFORNIA (_ .ri Y !I as t� Yucaipa Boulevard Widening ( 11th St.-5th St. ) :• i! I AEI-CASC was a leading participant in one of the City of Yucaipa's largest development projects. Chapman Heights bordered the north side of Yucaipa 1 ; ; °' I, Boulevard from 11th Street to 7th Street consisting of a combination of residential '�` .°-; *,. ° housing, a golf course, and a major retail center. ` To accommodate the city's growth, Yucaipa Boulevard needed to be improved to become the City's main thoroughfare. The AEI-CASC project team prepared an - alignment study to provide for future widening to the south side and prepared design I. for four phases of improvements. While two phases, from 11th Street to 7th Street ' 1 11 r� 0 (one mile) were part of the private development, the separate City contracts of 7th ,. Street to 5th Street PS&E (half mile) and preliminary engineering from 13th Street to + -- I - 11th Street was completed in 2005. Improvements include the total reconstruction of kr` ,a. .., the north side of Yucaipa Boulevard with three lane west bound lanes, raised median, A' ` � = curb, gutter, and sidewalk. r AEI-CASC surveyors performed design surveys in support of widening the north side of Yucaipa Boulevard to provide an additional lane of traffic with curb and gutter, raised medians, on-site and off-site drainage improvements, crossing of Wilson Creek Channel, traffic signals, utility relocations and reclaimed water lines. i gClient Reference: .. City of Yucaipa - Paul Nagengast, City Engineer from 1998 to 2003 I (now at the City of Half Moon Bay) - - Ray Casey, City Engineer from 2003 to 2008 (Yucaipa City Manager) (909) 797-2489 ext 253 14: i_ -1 Project Team: Steve Hosford. P.E. - Project Manager Ceazar Aguilar, P.E. - QC Coordinator Aric Torreyson, P.E. - Drainage Engineer Rick Furlong, P.L.S. - Project Surveyor ', , Jess Becerra, L.S.I.T. - Mapping Analyst ! „ 444 " j {t - A^ v� C r t 1 li 0( 6 r1 I""` 1'1OiV 'k1 1 r1, AJ ?cc .a +;� _ - LX 1)1'� , 41 ] ,. to z., CITY OF RIALTO, CALIFORNIA ill Pepper Avenue Street Extension Prior to the construction of the I-210 Freeway through Rialto, the north-south arterial of Pepper Avenue fell short of reaching Highland Avenue by approximately 4,000 linear feet. The I-210 Freeway, constructed along the south side of Highland Avenue will be constructed with a full diamond interchange to serve Pepper Avenue. The "`'"" future extension of Pepper Avenue, south of the freeway will bisect environmentally sensitive habitat. Under an agreement between a developer of the site and the City of Rialto, AEI-CASC , I completed the Plans, Specifications, and Cost Estimate for the construction of Pepper l'� Avenue from its currently northerly terminus, north of Winchester Street to the I-210 � ?` Freeway interchange. 1 Improvements included the design of a new arterial, signing and striping g 9 9 p� g plans, and storm drain and culvert design. To accommodate the future development in the area, -e ,r, the plans also included the design of a back-bone Sewer system for the City and a Domestic Water system for West Valley Water District. Client References: City of Rialto f�k6n � 4 Derek Weiske, City Engineer ' J. 150 South Palm Avenue ENTRANCE c' Rialto, CA 92376 (909) 820-2531 Pepper Street Investments, LLC f,. Everett Hughes of Hughes Homes, Inc ;' (626) 852-7616 IKey Personnel: Steve Hosford, P.E.—Project Manager Ruel Ituralde, P.E.—Project Engineer Aric Torreyson, P.E.—Drainage Lead Mark Swanson, P.E.—Project Engineer +1 Rick Furlong, P.L.S.—Survey Lead I . ��E 1 P • r t 7 r il -.�- —,._ .. 1)R( )1 AEICASC CONSULTING III .A,�` -4 ,_ I',X ! ItIZIh��T�� 11, i ,V IV: i;0.;; CITY OF SAN BERNARDINO, CALIFORNIA .. On-Call Drafting Support I. In 2004 and 2005, AEI-CASC provided On-Call Drafting Services to the City of San f� >> H Bernardino. In that time, AEI-CASC prepared drawings for the following Capital Improvement Projects: , + YI • Access Ramps and Sidewalk Improvements for Baseline Avenue, Arrowhead Avenue, D Street, E Street, I Street, Highland, and Mountain Avenue • Kendall Drive Street Improvements from Bailey Canyon Court to Wagon Wheel II - . '* Road ili • Street and Sewer Improvements for Victoria Avenue, Cooley Drive, Richardson .,O li Street, and Cooley Avenue • 18th Street Widening from Waterman Avenue to 240 feet west. �'* Client Reference: Key Personnel: -iiii MS Ronald C. Blymiller Steve Hosford. P.E. - Project Manager Civil Engineering Associate Ceazar Aguilar, P.E. - QC Coordinator City of San Bernardino Aric Torreyson, P.E. - Drainage Engineer 300 North "D"Street San Bernardino, CA 92418 (Now at Coachella Valley Water District) - r (760) 398-2651 CITY OF TUSTIN, CA I c Y SWPPP Preparation/Inspection of Municipal Facilities AEI-CASC staff provided the City of Tustin expert services in NPDES inspections for municipal facilities, including their water department yard and pumping stations, corporate maintenance yard, parks, and others. The facility inspection findings were documented in a SWPPP. The SWPPP identified BMPs for the different types of "" facilities inspected. The water department yard and the corporate yard stored materials and wastes, had parking areas, maintenance areas, and cleaning areas for 1.y vehicles and equipment. AEI-CASC staff assisted the City with plan and specification writing for best management practices (BMPs) for the Legacy project. AEI-CASC 1 developed multi-media training modules for the City Maintenance Staff and Construction Inspectors. The courses included the federal, state and local regulations ,,r and storm water pollution prevention requirements, water pollution control BMPs, maintenance and repair of BMPs, inspection techniques, and documentation. Client Reference: Key Personnel: 1 City of Tustin Rick Sidor, P.E. - Principal-in-Charge ( ■ 1 Keith Linker/Rick Yee Jeff Endicott, P.E. - Project Manager ->-..n�-�- Storm Water Coordinator 300 Centennial Way Tustin, CA 92780 — • .,,_1!y, „ (714) 573-3175 ' '' i 8 1 A E I 111). ., iii% [...,1 131Z( )JF,Crl: CONSULTING t , LX131' ltILNCI' i' ► 'N or r. CITY OF RIALTO, CALIFORNIA r Rialto Channel and Merrill Avenue ;� ., AEI-CASC is currently under contract with the San Bernardino County Flood Control '' i_ District (SBCFCD) to prepare a preliminary and final PS&E for the second segment of Cr.4 ,,r _` % ' /1% .,, i this channel project. It extends from Merrill Avenue to Etiwanda Avenue. Prior to the ., . ultimate design, AEI-CASC evaluated the existing unimproved channel section and `— — _. prepared several alternatives for the upgrading of the facility. Several upgrading alternatives were investigated. The preferred alternative consists of concrete-lined trapezoidal channel and underground RCB. It crosses several major roadways and + :° SCRRA/BNSF railroad. Project coordination involves various utility companies, `, Caltrans, and SCRRA/BNSF. 1 In addition, during the 2004\2005 Winter storm events, flood damage closed the 2ND 4 Street and Rosewood intersections with Cactus Avenue. This became an important s issue, since emergency crews, fire and paramedics could not meet adequate response times to serve this City of Rialto subdivision. AEI-CASC at the request of the City of "' Rialto and SBCFCD prepared emergency improvement plans to quickly restore service of these critical roadways connections. The improvements include ultimate crossing design and roadway improvements to protect the roadway from future flooding events. • Client Reference: �;,*, ` I ISan Bernardino County Flood Control District ! Jim Borcuk (retired 2/27/09) 825 E. 3rd Street San Bernardino, CA 92408 (909) 387-7965 Project Key Personnel: "emu. Ceazar Aguilar, P.E.—Principal in Charge Aric Torreyson, P.E.—Project Manager Steve Hosford, P.E.—Project Engineer Ruel Ituralde, P.E.—Project Engineer / tr Barbara Sherman, P.E.—Project Engineer Jess Becerra, L.S.I.T.—Mapping Lead i ' Rick Furlong, P.L.S.—Survey Lead 4 P • 1 ji 9 j _ _......... - 7 ,-,--s--_:-. Li A!ENJ rA CONSULTING id; to ,, :,,1 - EX1'EJRZIIAcl ,� : a• , e !! SAN BERNARDINO COUNTY, CALIFORNIA P l Rock Springs Road Emergency Opening Severe flooding in January 2005 destroyed Rock Springs Road crossing the Mojave River. The roadway serves as a low-flow style crossing supported by eight CMP i culverts which allow the river flow during smaller storms to pass through the road. i With Rock Springs Road washed away, the nearest crossing is four miles downstream from Rock Springs, causing lengthy detours for residents. With emergency funding, the San Bernardino County DPW selected AEI-CASC to prepare PS&E within four weeks. AEI-CASC prepared the Plans, Specifications, and Construction Cost Estimate for over 800 feet of new reinforced concrete roadway with _ concrete slope protection and three celled 14'W by 5'H box culverts crossing over the # ". :. Mojave River within the demanding timeframe and within the County's estimated w.'c�* ". construction budget. = , . , , , At - The Rock Springs Road improvements over the Mojave River were designed to allow river flow to pass through the culverts during small storms and to flow over the armored road during heavy storms. This project received an Honorable Mention Award by the local branch of the American Society of Civil Engineers for Outstanding Civil Engineering Project of the Year 2005/2006. 1 Client Reference: 1 San Bernardino County ;t Mr. Mike Truett Public Works Engineer --------------- '" , `! 825 East Third Street ASCE . San Bernardino, CA 92415 909 387-7975 I,r ' ` c,.. n � ) HONORABLE MENTION �' �' OUTSTANDING CIVIL ENGINE @RING Key Personnel: I'RI»El'r or lIE YEAR Ceazar Aguilar, P.E.—Principal—in-Charge Steve Hosford, P.E.—Project Manager EMI RGF.NCV CONS ROCK NI'RINGS ROAD.Al' Aric Torreyson, P.E.—Project Engineer IIIE NI(IJAVI RIVER I Presented to .:) AI?I - CASC' as V IRRINxAIF71'11F1'VII LNONE IRS SAN III R'ARI)'l) RIVERSIDE(lX.NHL,'1IK',M II ) '00S ;0116 t 0 . r . "1:s.. . 1. - .' OF J, 1 10 f r 41104 1 AEI C A S C r :. , _ T E C O N S U LT I N G : , , F 1 ,� 1�LI(I14. � I, , , ,' 1111" o\ 4 il SAN BERNARDINO COUNTY, CALIFORNIA I Etiwanda Creek Channel Improvement Project *51174,.4 * : The Etiwanda Creek Channel project extends from the existing culvert under the I-10 " '"" freeway to 24th Street. This project is a part of the San Sevaine Creek Water Project. s '• p ,i, "41 1 The mainline 100-year design flow rate is 8,770 ft3/sec. The concrete rectangular channel varies in size from a base width of 24 to 26 feet wide and depth of 10 to 11 feet. The improvement plans was processed through SBCFCD and the State Division 3 Safety of Dams. The environmental permits were processed through the respective regulatory agencies: U.S. Army Corps of Engineers (ACOE) 404 permit including the U.S. Fish and Wildlife Service, California Department of Fish and Game (CDFG) I Streambed Alteration Agreement, and Regional Water Quality Control Board (RWQCB) 401 Certification. .. Client Reference: Key Personnel: �"� " San Bernardino County Ceazar Aguilar, P.E. - Principal-in-Charge Flood Control District SBCFCD)) Aric Torreyson, P.E. - Project Manager � `^1 4 Bill Collins J. _ V!' 825 E. 3rd Street, 1 San Bernardino, CA 92408 (909) 387-7983 A � I v SAN BERNARDINO ASSOCIATED GOVERNMENTS Interstate 215, Segment 1 if The project involved the design of eight new freeway lanes (6 mixed flow, plus 2 ■ project extends approximately • • HOV . The 1 p 1 pproximately 1,800 meters from Rialto Avenue and ends at 9th Street in the City of San Bernardino. It is AEI-CASC's sole responsibility on this project to provide preliminary engineering services in order to develop geometric base maps (preliminary layout), profiles, right-of-way requirements, construction ; i-� 0- staging/traffic handling, construction cost estimate and project documentation. The " project involves the complete reconstruction of the existing 5th Street interchange and r - . r'I; partial reconstruction of the 2nd Street interchange, while constructing freeway lanes at along a new corridor alignment. The goal of the design was to establish a viable i project, which provided an interim solution to inefficient freeway operations and work ^ . °' iwithin the future corridor project. .. Some of the key issues resolved were to maintain existing freeway and local traffic ' - ! - during construction, salvage, not reconstruct, certain bridges, reduce right-of-way "�` i impacts and the reconstruction of a bridge over railroads. Client Reference: Key Personnel: '',, �' ,x&-4 � - San Bernardino Associated Governments Steve Hosford. P.E. - Project Manager 4 ,1' ,-,..*,,.',,it.,.:, Chuck Wisdom, Route Manager Ceazar Aguilar, P.E. - QC Coordinator iY v,' t _, , 472 N. Arrowhead Ave. Aric Torreyson, P.E. - Drainage Engineer °"" " San Bernardino, CA 92410 (909) 889-8611 „> - •.- 4 . .:.f, : 11 AEI 'C A J C PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO REFERENCES t CITY OF FONTANA PALMDALE WATER DISTRICT Mr. Steve Nawar/ Mr. Don Gilbertson Mr. Randy Hill, P.E. Engineering Department General Manager 8353 Sierra Avenue 2029 E. Avenue Q Fontana, Ca 92335 Palmdale, CA 93550 (909) 350-6523 (661) 947-4111 Ext. 117 CITY OF LOMA LINDA CALTRANS (DISTRICT 8) Mr. Jarb Thaipeir, P.E. Martin Tatera 25541 Barton Road 247 West Third Street L Loma Linda, CA 92354 San Bernardino, CA 92402 (909) 799-4401 (909) 383-4142 CITY OF REDLANDS Tom Fujiwara Assistant Public Works Director 3 35 Cajon Street, Suite 222 Redlands, CA 92373 (909) 798-7655 SAN BERNARDINO COUNTY FLOOD CONTROL DISTRICT Jim Borcuk/ Muhammad Ali Chief of Design 825 East Third Street San Bernardino, CA 92415-0835 (909) 387-7995 INLAND EMPIRE UTILITIES AGENCY rEliza Jane Whitman (former Project Manager of IEUA) 6075 Kimball Ave Chino, CA 91710 (626) 440-3702 CITY OF MORENO VALLEY Mr. Larry Gonzales, P.E. Senior Engineer 14177 Frederick Street Moreno Valley, CA 92552 (951) 413-3136 RIVERSIDE COUNTY FLOOD CONTROL DISTRICT Don Delgadillo v Senior Engineer 1995 Market Street Riverside, CA 92501 (909) 955-1200 CITY OF YORBA LINDA Matt Bennett Associate Civil Engineer Public Works Department 4845 Casa Loma Avenue Yorba Linda, CA 92885-8714 714) 961-7171 You may also call lim Smith, who is the former Director of the Public Works Department for the City of Yorba Linda. Mr. Smith is now the Director of Public Works Department for the City of Indio; (760) 399-2537. 12 I a w Z w > cc 1 i oCC < f` OwCC a CC Z m a Q i w w Z a g o I w � Q dd gar b W Z w u_ Z �L a` �5. E g rn 4 8 a V 1.7- CD 0 .1 g Q` '�a $ (3 o w E i Luz O z ix o mot, E- m- 6 6. D -4 ,_ z ;f['mss > ,`t y 7g1,d -L7.1° E lo'4 121 'SI 1— 0 Y V p-� p J ma W 2a ! L JJ U U .-. J J Q N U 1- O J -wi tI i a a 2 ra U DI a. OZ 0 ` pp U p ` LLl W• Q0 pa a' -'10 ¢ O; a a a� U gs c8 2• c ui O �,, E �z jj p -t 4 U _t ro E 2-41 M = p Y L 3 o« z D p S c, a d o m a � A" & J C H E N p L C a 2 1 N W Q I CyC G cr tp Al /r .. a4 ,..� g [a n a�ry ° ui c a I a2 2 - - "- ' ro _ 2 '— 3 p r w w u E & o mn o oN c o Cr g S Y U U: F: a J z J E J � a J E I a ra 7 ^ d2 °I3g ' > W f al 0 i i , .a ff H 0 q;J Q ,rl I a a Q a s a rI _a ■ w r o a E c ` _z 9 � W E 3 I . U O Q 7-,,d Q 7 p - y l V 3 I, . cJ m O Q " a cii IULJ ct Q z W Z 2 2I W OW L a >I _1 az' c Z & I, 1 zt �� a V W li W,,; I fci _ L-z Z a a 0 o 0 0 Qu 0 LI +IA►. PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN i AE I 'C ASC AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G II CITY OF SAN BERNARDINO PROJECT TEAM STAFF CAPACITY AND AVAILABILITY , The following table shows the names of the key personnel, their proposed role, current assignment ment volume, level of commitment to that assignment, and availability for the City of San Bernardino. To I iassure staff is available throughout the duration of the City's contract, the accumulation of hours of each team member for each task is prepared and their commitment on a weekly basis in prepared based on the project schedule. Any potential over allocation of resources is identified in the Project Management stage and addressed proactively by reallocating staff or other resources such as implementing AEI-CASC's support staff available at times of peak demand. CURRENT LEVEL OF COMMITMENT NAME PROJECT ROLE ASSIGNMENT CURRENT TO PROJECT AVAILABILITY COMMITMENT Steve Hosford Project Manager 5 projects 70% 30% 100% Steven Rogers P.M. Services Manager 1 project 50% 30% 100% Rick Sidor Principal-In-Charge 4 projects 50% 25% 100% Li Al Ceazar Aguilar Quality Assurance 5 projects 75% 25% 100% Bill Addington Quality Control 1 project 50% 25% 100% Ruel Ituralde Roadway Task 4 projects 75% 25% 100% Leader Barbara Utility Task 3 projects 75% 25% 100% Sherman Leader i Aric Torreyson Drainage Task Leader 6 projects 75% 25% 100% Jeff Endicott NPDES Compliance 5 projects 75% 25% 100% Tom Nievez Environmental Clearance 2 projects 70% 10% 100% Rick Furlong Survey Supervisor 2 projects 75% 25% 100% Jess Becerra Mapping Analyst 2 projects 75% 25% 100% Mark Swanson Design Support 2 projects 70% 30% 100% David Cooke Construction 2 projects 60% 40% 100% IManagement AEI-CASC has over 40 engineering support staff members (Design Engineers, Designers, & CADD Operators) available to assist the project team. 1'3 i A 'C ASC PUBLIC WOR AND PROJECTV EI MANAGEMENT SERVICES C O N S U L T I N G ri CITY OF SAN BERNARDINO STEVE HOSFORD, P.E. Project Manager EDUCATION: B.S./1983/ il Civil Engineering/ Mr. Hosford has extensive experience in the field of transportation and California State roadway design. His experience encompasses transportation projects of Polytechnic university/ various types, sizes and scope. Pomona Mr. Hosford has: 1993 & 1994 I Certificates in Supervision & • Over 18 years of project management experience and 26 years of Management Chaffey College II roadway design experience. Rancho Cucamonga, CA • Successfully managed the 4 project experience listed in this proposal. • Served as AEI-CASC's project manager in more than 25 roadway PROFESSIONAL projects in the last 10 years. REGISTRA71ONS/ 1 Actively participated in ASCE as executive officer and general member. AFFILIATIONS: • 1987/California As AEI-CASC's Transportation Department Project Manager, Mr. Hosford is Professional Engineer responsible for the overseeing and preparation of engineering studies, civil • American Society of 3 design, and the preparation of final plans and specifications for a variety of Civil Engineers transportation and municipal projects. Having responsible charge of almost ▪ American Public Works 40 street improvement projects in Southern California, Mr. Hosford has a Association working knowledge of Caltrans and various cities design code standards. 1 RELEVANT EXPERIENCE • Highland Avenue, Waterman Avenue and Foxcroft Way Pavement Rehabilitation, San Bernardino, CA • University Parkway, Base Line Street and Little Mountain/48th Street Pavement Reconstruction and Overlay, San Bernardino, CA • Sixth Street Pavement Rehabilitation, City of San Bernardino • Plan Review Services, City of San Bernardino • On Call Drafting Support, City of Yucaipa • Interim Lytle Creek Road and Duncan Canyon Road Widening, Fontana, CA • Street Rehabilitation, Various Streets, City of Loma Linda, CA • Yucaipa Boulevard Widening, 11th Street-5th Street, City of Yucaipa, CA • Rock Springs Road Emergency Opening, Apple Valley Area, San Bernardino County, CA • Pepper Avenue Extension, City of Rialto, CA • San Pedro Area Alleys, Los Angeles County Department of Public Works, CA 1 • Heacock Street and Frederick Street, City of Moreno Valley, CA I • Armstrong Road/Sierra Avenue Beautification, Riverside County Economic Development Agency, CA • Day Street Reconstruction and Storm Drain Line G-G Project, Moreno Valley, CA • Apache Trail I-10 Interchange, Cabazon, CA • Central Avenue Widening, Riverside, CA • Street Improvement Program (SIP) for Five Streets, City of Moreno Valley, CA • Corona Drain Line 46 Project, City of Corona, CA • Tyler Street Widening, Riverside, CA • Tract 29425 and Off-Site Facilities, Harmony Grove - City of Perris & Riverside County, CA • Jefferson Avenue Pavement Reconstruction, Phase II, City of Temecula, CA • Home Gardens Beautification, Phase II—Riverside County Economic Development Agency, CA 14 f A 'C AS C PUBLIC WOR AND PROJECT MANAGVI EI MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO is STEVEN ROGERS, P.E. Project Management Services Manager EDUCATION: B.S./1984/Civil Engineering Mr. Rogers has over 24 Univer.E.), Bucknell g years of public and private municipal University engineering experience in the planning, design and construction of transportation, capital improvement and development projects for local Land Surveying Office agencies in Southern California. Wide ranging public sector expertise Practice Certificate, includes supervision of full-service land development section for University of California, municipality as a public employee and more recently as a consultant. Riverside (1991). Mr. Rogers is experienced with regional transportation and Local Agency Resident infrastructure project and program management involving multi-agency Engineer Academy, coordination during the planning (preliminary engineering), design and University of California construction phases for highway-rail grade separation, and Extension, Institute of infrastructure master planning projects. He is also experienced in Transportation Studies (ITS) administration and procurement and oversight of consultant design and (1995). construction contracts and in the preparation of funding/cooperative agreements for municipal public works projects and programs. PROFESSIONAL REGISTRATIONS/ RELEVANT EXPERIENCE AFFILIATIONS: 11 CA Professional Civil Engineer tt 44924 (1989) As a Consultant Civil Engineer for the Cities of Moreno Valley, Diamond Bar, Rialto, Chino Hills, Barstow and the Riverside County Flood Control Land Surveying Office f f and Water Conservation District (RCFC & WCD) Mr. Rogers was Practice Certificate involved in the review, processing and coordination of private land development projects and in capital improvement project management. Local Residency Engineer City of Moreno Valley Academy y y projects include: C Caltrans Local Assistance Perris Boulevard Widening (Design): City Project Manager Procedures Certificate administering and overseeing the consultant design contract for an estimated $8.5 million dollar street improvement project. The project includes preparation of a Project Report per City of Moreno Valley standards for TUMF funded projects at the 35% Completion stage. The project includes street, storm j drainage and traffic signal improvements, as well as considerable right of way acquisition, and utility coordination. Lasselle Street Widening (Design): City Project Manager administering and overseeing the consultant design contract for an estimated $10 million dollar street improvement project. The project includes street, storm drain and traffic signal improvements, as well as right of way acquisition, "high risk" utility relocation, and special geotechnical and environmental considerations. Graham Street Bridge Crossing SR-60 (Planning): Preformed QA/QC for RFP prepared by MER for projected $53 million highway bridge and approach ramps per Caltrans design standards. The Caltrans approval process will include a Project Study Report (PSR). Project Report (PR), Preliminary Engineering and Environmental Documentation (PE/ED), Right of way acquisition and utility clearance, and ultimately the Design Plans, Specifications and Estimate. I-215/ Cactus Avenue Interchange PSR (Planning): City Project Manager initial site walk with Caltrans, PSR Consultant, environmental sub-consultants, and March Air Reserve Base (MARB) representatives to preliminary scope the level of environmental documentation that will be necessary based on the anticipated project impacts and mitigation measures for the project alternatives. The projected $58 million interchange reconstruction will also involve the BNSF Railroad crossing and 1 Cactus Avenue local street, traffic signal, and MARB access coordination. 1 1 +�►. PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN A E I TC ASC AND PROJECT MANAGEMENT SERVICES ■ C O N S U L T I N G CITY OF SAN BERNARDINO RICK SIDOR, P.E. EDUCATION: I Principal-in-Charge B.S./ Civil Engineering University of Southern California Mr. Richard Sidor is a Principal of AEI-CASC. He oversees the I company's Quality Assurance Program and administrative department. PROFESSIONAL He also oversees the company's Water Quality Division. Mr. Sidor's REGISTRATIONS/ • Pro design experience has included a broad spectrum of land development AR FE Professional ii and public works projects ranging from master-planned residential Engineer/1987/California/ communities to capital improvement projects. Mr. Sidor has extensive 42966 experience in various civil engineering applications including roadway, • Professional grading, hydrology/hydraulics, utility design, cost estimates, and Engineer/1993/Nevada feasibility studies. • Professional Engineer/1996/Utah • Mr. Sidor has over 18 years of project management experience and • Certified Professional in 24 years of civil engineering experience. Erosion and Sediment • Mr. Sidor has served as AEI-CASC's Project Manager and Principal- Control (CPESC ,x2090) in-Charge on more than 40 public works projects in the last 14 • American Society of Civil years. Engineers (ASCE) • He has provided training in storm water quality to various agencies • International Erosion and consulting firms. Control Association (IECA) • He has also presented lectures on project management and • American Public Works consulting business practices. Association (APWA) • Coalition for Adequate School Housing Member Storm Water Subcommittee (CASH) • California Storm Water, Quality Association (CASQA) Construction Phase II Subcommittee g CEAZAR AGUILAR, P.E. Quality Assurance As principal of AEI-CASC, Mr. Aguilar is responsible for overseeing and EDUCATION: managing the transportation, drainage, storm water quality, surveying BS/1984 /Civil Engineering, and mapping departments. He is also involved in the financial Cal Poly Pomona management and professional development of the firm. His philosophy of professional practice, which employs personalized service to each PROFESSIONAL client, forms one of the foundations upon which AEI-CASC is built. Mr. RFGtSTRArIONS/ Aguilar's unique approach and personal attention to clients' needs have AFFILIATIONS: helped him establish a reputation for the highest of professional • 1987/Professional standards. Engineer/California/41679 • American Society of Civil Mr. Aguilar has extensive experience in the field of transportation, hydrology, hydraulics, drainage design, and storm water quality. His Engineers, CELSOC,LSOC, ACEC • Asian American Architects and Engineers experience encompasses public works projects of various types, sizes and scope. Over the past 10 years, Mr. Aguilar has served as Quality Assurance Manager in over 28 public works projects. He is responsible for defining the level of quality that is required and how it will be achieved. He makes sure that AEI- CASC's design processes are correct and that quality control is being properly provided on every Iproject. Mr. Aguilar is also responsible for monitoring compliance with our quality control requirements I to ensure strict adherence to our firm-wide QC program. Mr. Aguilar's responsibilities as QA Manager include the following: • Ensures that the all appropriate technical requirements are incorporated into the project. • Ensures that the project meets the Client's contract requirements. • Ensures that the project is constructible. 1A E I 'C AS C PUBLIC WOR K A S ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES CONSULTING CITY OF SAN BERNARDINO RUEL ITURALDE, P.E. Roadway Task Leader EDUCATION: 8S/1980/Civil Engineering/ University of California/Los Mr. Ituralde has more than 23 years of civil engineering design, Angeles detailed engineering and project management experience. His professional experience includes extensive work in transportation and BS/1982/Environmental and public works projects where he has participated in various capacities in Sanitary Engineering planning, feasibility studies, detailed engineering, value engineering Certificate in Engineering and construction management. Management for Construction/1987 Mr. Ituralde's recent 10 years of professional experience involves extensive public works and rail transportation projects. He worked as a PROFESSIONAL Senior Civil Engineer on two of the largest rail transportation projects in REGISTRATIONS/ the United States: The Los Angeles County Metropolitan Transportation AFFILIATIONS. • Authority rail transportation project and the Alameda Corridor 1994/Professional Transportation Authority freight rail corridor project. In the past 41/2 Engineer/California/51580 • years, Mr. Ituralde has been involved in public works projects for the American Society of Civil City of Industry, California. He is currently the Project Manager for the Engineers (ASCE) proposed Industry Business Center, a 600 acre commercial and • Society of American industrial land development with a project development cost of Military Engineers (SAME) approximately $90 million. • consulting Engineers and ( Land Surveyors of Il He also worked for a civil/surveying consulting company in California for California (CELSOC) more than 5 years before co-founding Uniplan Engineering, Inc. where • The Asian American he served as the engineering manager and also acted as project Architects/Engineers manager of assigned projects. His engineering responsibilities included Association (AAa/e) • setting up and maintaining CADD production system, project progress Filipino American Society monitoring, meeting with clients/owners, QA/QC submittals and of Architects and Engineers deliverables. His marketing duties included sourcing of upcoming (FASAE) projects, evaluating request for proposal/qualification, preparing proposals and making final presentations. RELEVANT EXPERIENCE • Plan Review Services, City of San Bernardino • Interim Lytle Creek Road and Duncan Canyon Road Widening, Fontana, CA • Street Rehabilitation, Various Streets, City of Loma Linda, CA • Pepper Avenue Extension, City of Rialto, CA • Heacock Street and Frederick Street, City of Moreno Valley, CA • Armstrong Road/Sierra Avenue Beautification, Riverside County Economic Development Agency, CA • Day Street Reconstruction and Storm Drain Line G-G Project, Moreno Valley, CA • Street Improvement Program (SIP) for Five Streets- City of Moreno Valley, CA • Industry Business Center, City of Industry, CA • City and Redevelopment Agency Capital Improvement Projects, City of Industry, CA • North Hollywood Station and Crossover, Metro Rail Red Line Project, Los Angeles, CA • Channel Gateway Mixed Use Development, Marina Del Rey, CA • Yard and Shop Facilities Project, Pasadena Light Rail Transit, Los Angeles, CA • California State Prison at Riverside County (Riverside II) at Blythe, CA • Red Line Subway Project and Pasadena Blue Line Light Rail Project, Los Angeles, CA • Route 110/91 HOV Park and Ride Project, California Department of Transportation, Gardena, CA 17 S ON-CALL CIIL ENGINEERING DESIGN AE I �C A S C PUBLIC WORKAND PROJECTVMANAGEMENT SERVICES j C O N S U L T I N G CITY OF SAN BERNARDINO ARIC TORREYSON, P.E. Drainage Task Leader EDUCATION: BS/2000/Civil Engineering, Environmental/Cal State Mr. Torreyson is an accomplished professional engineer in the field of Polytechnic University/ hydrology, hydraulics, floodplain, debris production, sediment Pomona transport, storm water quality, drainage design and value engineering. He has provided hydrology studies and drainage design on over 20 PROFESSIONAL + flood control projects. He is very knowledgeable in the use of hydrology AFFILIATIONS: computer programs for Riverside County, San Bernardino County, 2004/Professional 2004/Professional Engrneer/ Orange County, and Los Angeles County. Mr. Torreyson is also an California/66068 xpert in the use of several hydraulic programs such as WSPG, NEC- ]�; RAS, HEC-6, HEC-18, SAM, and Haestad. He is versed in the use of the latest AutoCAD program. He has been with AEI-CASC since March 2000, right after graduating from Cal Poly University. ilPROFESSIONAL HISTORY II • Plan Review Services, City of San Bernardino, CA • Highland Avenue, Waterman Avenue and Foxcroft Way Pavement Rehabilitation, San Bernardino, CA ( ■ University Parkway, Base Line Street and Little Mountain/48th Street Pavement Reconstruction and Overlay, San Bernardino, CA • Interim Lytle Creek Road and Duncan Canyon Road Widening, Fontana, CA • Yucaipa Boulevard Widening, 11th Street-5th Street, City of Yucaipa, CA • Rock Springs Road Emergency Opening, Apple Valley Area, San Bernardino County, CA • Pepper Avenue Extension, City of Rialto, CA • Heacock Street and Frederick Street, City of Moreno Valley, CA • Armstrong Road/Sierra Avenue Beautification, Riverside County Economic Development Agency, CA • Day Street Reconstruction and Storm Drain Line G-G Project, Moreno Valley, CA • Lytle Creek Floodplain Study for the I-210 Project, San Bernardino County, CA • Central Avenue and Tyler Street Improvements, City of Riverside, CA • MSDP Line B Project, City of Fontana, CA • MSDP Line A Project, City of Fontana, CA • White House Canyon Levee Rehabilitation Project, City of Desert Hot Springs, CA • Rich Detention Basin Emergency project, City of Fontana, CA • Corona Drain Line 46 Project, City of Corona, Riverside County, CA • Etiwanda Creek Channel, City of Rancho Cucamonga, San Bernardino County, CA • Hawker Crawford Channel and Rich Basin Debris Project, Coyote Canyon, City of Fontana, CA it • Church Street Storm Drain Project, City of Redlands, CA • Drainage Plan and BMP PS & E Project, City of Chino, CA i • Line B-5 project, City of Garden Grove, CA • Various Drainage and Detention Basin Project, City of Yorba Linda, CA • Benson Avenue Storm Drain Project, City of Upland, CA • Santa Ana River Floodplain Study, Bernardino County, CA 1R A EI +AI► PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN rC A J C AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO BARBARA SHERMAN, P.E. Utility Task Leader EDUCATION: BS/1989/Civil Engineering/ California State Polytechnic Ms. Sherman is an accomplished civil engineer with over 20 years of University/Pomona iii experience in the public and private sectors. She has extensive design experience in the areas of sewer, water, street and storm drain design. 8S/1984/Biology/University She has provided design coordination with multiple utility agencies and of California/Riverside railroad companies. PROFESSIONAL i REGISTRATIONS/ RELEVANT EXPERIENCE AFFILIATIONS: 1995/Professional Engineer/ • Heacock Street and Frederick Street, City of Moreno Valley, CA California/54609 • Interim Lytle Creek Road and Duncan Canyon Road Widening, Fontana, CA 1 • Tract 30992 - Prestigious Hills, Riverside County, CA • Newport Commons Business Park, Riverside County, CA • Pacific Gateway Cargo Center - Ontario International Airport • Tract 31892, Public Water and Sewer Mains, Riverside County, CA • Ivy Springs Business Park, Private Onsite Water and Sewer Mains, Murrieta, CA • Jefferson Business Park, Public Offsite and Private Onsite Water and Sewer Mains, Murrieta, CA • Barton Vineyard Apartments Private Onsite Water and Sewerlines, Loma Linda, CA 11 • Tract Map No. 14759 in the City of Rancho Cucamonga, CA • Commercial Center (Parcel 2 of Parcel Map 15346) in the City of Rancho Cucamonga, CA . • Apartment Complex (Parcels 1 and 2 of PM 15536) in the City of Rancho Cucamonga, CA • Commercial Center (Parcel 9 of PM 15350) in the City of Rancho Cucamonga, CA • Commercial Center (Parcel 4 of PM 14647) in the City of Rancho Cucamonga, CA I ill JEFF ENDICOTT, P.E. NPDES Compliance EDUCATION: F' BS/Environmental Resources Engineering/Humboldt State Mr. Endicott has over 26 years of engineering experience, 18 years as a University consultant focusing on water resources and the development of stormwater quality management PROFESSIONAL q y g programs for the private and public REGISTRATIONS! sectors. Prior to his consulting profession, he worked with the USDA AFFILIATIONS: Soil Conservation Service and the City of Redlands. Drawing upon his Professional Civil Engineer -- government and consulting experiences, he has succeeded to produce California -- 40658 practicable solutions to complex environmental problems. Professional Civil Engineer - Nevada - 13503 Mr. Endicott is currently serving as a Director for the California Diplomat Environmental Stormwater Quality Association. He is a Board Certified Environmental Engineer 04-20040 Engineer by the American Academy of Environmental Engineers and is a California Stormwater Quality Registered Professional Civil Engineer in California and Nevada. He is a Association - Director (2003, member of the American Public Works Association, and the California 2004-2005, 2006-2007, Stormwater Quality Association. 2008-2009), Executive Program Coordinator (2004, Mr. Endicott served as the project manager for development of the 2005), Secretary of the California Stormwater Quality Association's, "California Stormwater Corporation (2003 & 2007). Quality Best Management Practice Handbooks." In addition to managing )1 the development of the four-volume set of handbooks, he was a key American Society of Civil author of the New Development - Redevelopment Handbook and the and Riverside San C untnardino and Counties key technical advisor on the Construction Handbook. He served as a Branch - President (1993-94) technical advisor for the Bay Area Stormwater Management Agencies Association's book, "Start at the Source," and was the technical director Inland Empire Council of for the companion document, "Using Start at the Source to Comply with Engineers and Scientists - New Development Requirements for Stormwater Quality Protection." President (1995-1996), ASCE Representative (1991-1996). 10 PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN AEI rC ASC AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO i DAVID COOKE Construction Management EDUCATION: Certificate Program- Construction Management Mr. Cooke has over 35 years experience in the Land Development, University of Irvine, CA Infrastructure Construction and the Building Industry. This extensive experience was gained from both the Master Land Developers and Inspection and Management E General Engineering Contractors. He has served as a Project Program Superintendent, Construction Manager, Project Manager as well as the Orange Coast College, CA Principle of a union general engineering construction company. Certificate Program- Land Mr. Cooke has been involved with the Project Management of Master use Environmental Planned Communities from working through the Resource Agencies, Planning University of Riverside, CA City and County staffs, Planning Commissions, to obtaining entitlement approvals. He has provided oversight and direction for the Civil and Business Administration 3 Mechanical Engineering, Landscape and Golf Course Architecture Woodbury University, Los through the submittal and plan approval process, while developing the Angeles, CA consultant and construction scopes of work, the bidding and contract awards, followed with the project-construction management of mass AWARDS re ional and local public infrastructure improvements, BIA 2004 Project Manager of I grading, 9 p p , public the Year Award roads, reservoirs, master flood control as well as public parks, and golf courses with the accompanying building structures and amenities. PROFESSIONAL REGISTRATIONS/ [1 RELEVANT EXPERIENCE AFFILIATIONS: A-General Engineering • City Park/Public Collector Road/Supporting Infrastructure, City of and Haz Mat 1 Yucaipa, CA B-General Building • Planning, Design, and Construction Management for Water Storage Reservoirs, Yucaipa Valley Water District, CA 1 Wilson Creek and Gateway Wash, San Bernardino County Flood Control District, CA • Tri Level Historical Mixed Use Building, City of San Clemente, CA • 1,000 Acre Citrus Tree Clearing, City of Corona, CA • Installation of Underground Backbone and Infrastructure Improvements, City of Ontario, CA • Installation of Southern California Edison structures and conduit distribution systems, City of Agoura, CA • 140 Terraced Lot Sub Division and Recreational Center, City of San Marcos, CA 1 I I -)n AEI 'C A S C PUBLIC WORKAND PROJECTVMANAGEMENT SERVICES r C O N S U L T I N G CITY OF SAN BERNARDINO i MARK SWANSON, P.E. Design Support EDUCATION: BS/2004/Civil Engineering/ Mr. Swanson has provided design and calculations support in over 10 Cal Poly Pomona I transportation and drainage projects in the last five years. He is 2007/Construction experienced and knowledgeable in providing coordinate geometric Manag ement Certificate/Cal calculations, designing horizontal and vertical alignments, and in the Poly Pomona overall use of Land Desktop software. Additionally, he is knowledgeable in the use of various hydrology and hydraulic computer programs for AS/2001/Engineering/ San Bernardino County, Riverside County, Orange County and Los Fullerton College i Angeles County. PROFESSIONAL ` RELEVANT EXPERIENCE REGISTRATION/ A FF ILI AT IONS: Apache Trail/I-10 Interchange Runabout Project, Cabazon, Cagioraci0 Engineer/ • California, 200H Riverside County, CA Registration No. 72332 • Day Street Reconstruction and Storm Drain Line G-G Project, City of Moreno Valley, CA Member of the ASCE since • Heacock Street and Frederick Street Improvements Project, City of 2001 Moreno Valley, CA • Armstrong Road/Sierra Avenue Beautification Project, Riverside County, CA • MSDP Line A Project, City of Fontana, CA • Yucaipa Boulevard Widening Project, from 11th Street to 5th Street, City of Yucaipa, CA • Church Street Storm Drain Project, City of Redlands, CA 1 TOM NIEVEZ Environmental Clearance EDUCATION: ' B.S./Urban and Regional Mr. Nievez has 30 years of practical and comprehensive experience in the Planning/California State planning and land development industry. Having worked in both public and Polytechnic University, private sectors, including development consulting firms and builders, he Pomona utilizes his working knowledge of the practical functions of each to achieve YEARS OF EXPERIENCE: preferred client objectives, while establishing and maintaining professional 30+ years working relationships with staff at all levels. Preparation of numerous Environmental Assessments and Initial Studies involving private PROFESSIONAL development projects ranging in scope from a single residence to REGISTRATIONS/ Conditional Use Permit/Site Plans to multi-land use Specific Plans, resulting AFFILIATIONS: in Determinations of Negative Declaration, Mitigated Negative Declaration, Building Industry Association Focused Environmental Impact Report and full Environmental Impact (BIA) Baldy View Chapter, Report. Mr. Nievez has prepared and processed various CEQA documents Board of Directors e for numerous Cities in Southern California. Building Industry Association RELEVANT EXPERIENCE (BIA) Riverside Chapter American Planning e • City of San Bernardino—Norton Air Force Base Re-Use Plan Association (APA) 1 • County of San Bernardino—Telecommunications Ordinance • City of Diamond Bar—Telecommunications Ordinance • City of San Jacinto—CEQA Assistance • City of Rancho Cucamonga—Wilson Creek EIR • City of Hemet—McSweeny Specific Plan, EIR, Annexation and Tentative Tract Maps • City of Rancho Cucamonga—Wilson Avenue, EIR • County of Riverside—Domenigoni-Barton Properties Specific Plan No. 310 and EIR No. 421 • County of Riverside—Cantalena Specific Plan • City of Moreno Valley—Reconstruction and Storm Drain Line G-G Project, Moreno Valley, CA .1 r PUBLIC WORK AE I rC ASC AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO i RICK FURLONG, P.L.S. Survey Supervisor PROFESSIONAL REGISTRATIONS/ AFFILIATIONS: Richard Furlong is the Survey and Mapping Manager for AEI-CASC. He Professional Land Surveyor/ L - is an accomplished professional surveyor with over 25 years of California/8422 surveying experience in Southern California. Mr. Furlong is a registered I professional land surveyor in California. Completed Local 12 Apprenticeship and Party Chief Program at Rancho Mr. Furlong has a broad survey background including design surveys, Santiago College I construction staking, hydrographic, topographic mapping, boundary Lsurveys, parcel mapping, records of survey, and cadastral surveys. He has served as project manager for various design and construction projects and on-call surveying services for the public and private sectors. He is very knowledgeable with the surveying and mapping 1 standards of the various municipal agencies and Caltrans. Mr. Furlong's extensive work for a variety of public agencies and private owners gives him insight into conditions that may affect scheduling, costs, and contractual procedures. The broad range of Mr. Furlong's experience gives him the ability to solve problems by drawing on a wide variety of successful and proven solutions. Mr. Furlong has a history of providing proactive management on his projects. He takes pride in employing a personalized service to each and every client, which helps him develop a reputation of the highest quality and professional standards. Mr. Furlong will serve as surveying and mapping manager on this contract with the City of Palmdale. He will be responsible for overseeing the field crews, reviewing the work of the crews and office personnel, coordinating the field and office work with surveyors, aerial mapping consultant and City staff, solving problems, implementing safety procedures, conducting meetings, preparing correspondences, reviewing and monitoring the project schedule, cost and budget, and preparing 11 invoices. He successfully managed the surveying and mapping element of the following municipal and public works projects: RELEVANT EXPERIENCE • University Parkway, Base Line Street and Little Mountain/48th Street Pavement Reconstruction and Overlay, San Bernardino, CA • Sixth Street Pavement Rehabilitation, City of San Bernardino • Interim Lytle Creek Road and Duncan Canyon Road Widening, Fontana, CA • Street Rehabilitation, Various Streets, City of Loma Linda, CA • Yucaipa Boulevard Widening, 11th Street-5th Street, City of Yucaipa, CA • Rock Springs Road Emergency Opening, Apple Valley Area, San Bernardino County, CA • Pepper Avenue Extension, City of Rialto, CA • Heacock Street and Frederick Street, City of Moreno Valley, CA i • Armstrong Road/Sierra Avenue Beautification, Riverside County Economic Development Agency, CA 1 • Day Street Reconstruction and Storm Drain Line G-G Project, Moreno Valley, CA • Topographic Survey of Hacienda Road (West Road to Hacienda Park and Canada Sombre ' Road to 1,000' north), City of La Habra Heights, CA • Los Angeles Unified School District, Bond BB Pavement Projects, CA • Armstrong Road Beautification, Riverside County EDA, CA • Magnolia Avenue, Corona, CA • Central Avenue Widening, Riverside, CA • Corona Drain Line 46 Project, City of Corona, CA • Los Angeles Unified School District, Bond BB Pavement Projects, CA • ALTA School Site Survey, Santa Ana Unified School District, CA 77 i AEI 'C A S C PUBLIC WORK AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO BILL ADDINGTON, P.L.S., P.E. Quality Control EDUCATION: Map Check: University of California Mr. Addington provides technical support for the transportation, survey Riverside and mapping departments. Mr. Addington has 38 years of Civil Engineering and Surveying/Mapping experience in the Inland Empire. University of California Los Angeles Since joining AEI-CASC, Mr. Addington has served as Quality Control Coordinator in over 16 public works projects. His team's responsibilities Cal State University Long include independent review of technical design and calculations at the Beach I( various plan submittal milestones using AEI-CASC's standard QC plan. San Bernardino Valley College 1 Riverside Community College RELEVANT EXPERIENCE PROFESSIONAL 3 Day Street Reconstruction and Storm Drain Line G-G Project, REGIS FRA FIONS/ Moreno Valley, CA AFFILIATIONS: CA Civil Engineering No • Heacock Street and Frederick Street, City of Moreno Valley, CA 26008 • Interim Lytle Creek Road and Duncan Canyon Road Widening, CA Land Surveying No. 3821 Fontana, CA • Map Check Support Nevada Land Surveying No. p pport Services, City of Redlands, CA 3695 (inactive) • Map Check Support Services, City of San Bernardino, CA • Apache Trail & I-10 Interchange, Cabazon, Riverside County, CA • Home Gardens, Magnolia Avenue, Riverside County, CA • Armstrong Road/Sierra Avenue, Riverside County, CA a II JESS BECERRA, L.S.I.T. Mapping Analyst EDUCATION: Ma pp 9 Y 1980-1983 California State University at Los Angeles Mr. Becerra is a Mapping Manager with over twenty-three years of mapping experience. Mr. Becerra is responsible for overseeing and PROFESSIONAL coordinating all REGISTRATION: g projects within the mapping department. He is also 1999/Land Surveyor-in- - responsible for reviewing Title Reports and relevant documents, Training CAeZL005987 Boundary Analysis, writing legal descriptions, and all mapping projects (Tract Map, Parcel Map, Lot Line Adjustments, ALTA, Record of Survey and Plan Checking Services). RELEVANT EXPERIENCE • Yucaipa Boulevard Widening, 11th Street-5th Street, City of Yucaipa, CA • Day Street Reconstruction and Storm Drain Line G-G Project, Moreno Valley, CA • Heacock Street and Frederick Street, City of Moreno Valley, CA i • Interim Lytle Creek Road and Duncan Canyon Road Widening, Fontana, CA • Map Check Support Services, City of Redlands, CA • Map Check Support Services, City of San Bernardino, CA • Apache Trail & I-10 Interchange, Cabazon, Riverside County, CA • Home Gardens, Magnolia Avenue, Riverside County, CA • Armstrong Road/Sierra Avenue, Riverside County, CA 23 AEI 'C A PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN r C O N S U L T I N G CITY OF SAN BERNARDINO 1 MICHELLE FURLONG Project Administrator Ms. Furlong oversees the general operations of the company in an effort to guarantee streamlined, 1. cost efficient processes and procedures while maintaining quality control specific to the administrative and accounting efforts. She is also in charge of the human resources department. fMs. Furlong reviews and addresses contract issues and coordinates with clients on any issues related to contracts, billing, and reports. Ms. Furlong prepares and provides weekly financial report to AEI-CASC's principals. !S . RACHEL CRISLIP Project Coordinator Ms. Crislip works in the drainage and transportation department and serves as the department's sole 1 resource for administrative support. This includes invoice processing, proofreading and editing documents, monitoring adherence to contract terms, and preparation of a variety of records, reports, jand correspondence. Additional responsibilities include: create job work folders and cost files, initiate project set up, manage correspondence to and from owner, subcontractors and staff, and facilitate travel needs and set up for local labor. Ms. Crislip participates in various meetings and presentations and gathers data to assist management in making administrative and operational decisions; prepares a variety of records, reports, and r4 correspondence. She also performs accounts receivable functions and coordinates the issuing purchase orders for equipment and material. Ms. Crislip locates/tracks shipments pertaining to projects and prepares packages/correspondence to be shipped via courier or mail. Ms. Crislip is the administrative contact for clients seeking information regarding drainage and transportation projects. 1 1 i 1 t 1 ?a Ir AEI '�,► PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN 7C A J C AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO GLEN PEDERSEN, P.E. Traffic Engineerin EDUCATION: Engineering BS/1989/Civil Engineering, TI"dfl,;[DOl"tatiOfl & Energy '3011.A-ions, Inc. ) California State Polytechnic University/Pomona ,, Mr. Pedersen is the Vice-President of Transportation & Energy Solutions (TES), Inc., and responsible for design and oversight for all public PROFESSIONAL REGISTRATIONS/ I' works projects undertaken by TES. These projects have included AFFILIATIONS: various local projects involving design and implementation of traditional Professional Engineer/ traffic control devices and Intelligent Transportation Systems (ITS), on- California/51762 call design and traffic engineering services, and plan checking transportation related plans, specifications and estimates. Mr. Pedersen (- has over 19 years of traffic/transportation/ITS experience. In the area of transportation engineering, Mr. Pedersen has managed many traffic projects that have included the design of new and modified traffic signals; signing/striping; roadway, interchange and tree lighting; communications including twisted pair and fiber optics; traffic control including staging and detours; and off/on-site parking. He has prepared traffic plans in support of several Caltrans interchange and encroachment permit projects including the I-10/Apache Interchange (Cabazon), I-10/ Archibald Urban Interchange (Ontario), and SR-60/Haven Avenue (Ontario). Mr. Pedersen has made key contributions to many local ITS projects including the design of fiber optic communications, detection, and DMS for the downtown Burbank Parking Management System (most recent), and similar projects that included CCTV, video detection, DMS, fiber optics and twisted pair, for the Cities of Burbank, Pomona, Palmdale, Anaheim, Santa Ana, Buena Park, Bakersfield, Glendale, OCTA (Mission Viejo), Caltrans, Nevada DOT, Arizona DOT, Florida and Virginia. His roles on these projects have included project management, technical advisor, quality control, design, special provisions, estimates, preparation of design guidelines, and technology assessments. Currently, Mr. Pedersen is serving as the TES project manager for modification of 18 traffic signals and ■ related communications in the City of Long Beach; traffic plans associated with widening of Box Springs ■ Road and Ironwood Avenue in the City of Moreno Valley; traffic signal modifications on Valley Boulevard for LA County; and signing/striping, traffic signal, fiber optic interconnect, traffic control, and ./ CCTV for widening of Tierra Subida in Palmdale. Mr. Pedersen recently prepared bike lane and fiber optic communications for Victory Boulevard in Burbank; traffic control and signing/striping plans for two roadway reconstruction projects in the City of Moreno Valley; plan checking for the City of Azusa, off-site striping, signage, and street lighting for a parking structure project at California State University at Northridge; and 5 traffic signals designs for Westminster. Mr. Pedersen is actively involved in the Institute of Transportation Engineers (ITE) and the Orange County Traffic Engineering Council (OCTEC). For the ITE Southern California Section, Mr. Pedersen served the Section as President for 2004-05 and is the current Past, Past President. Past positions with ITE include Vice President, Secretary/ Treasurer, Scribe and Student Liaison, as well as President and Vice President for the Cal Poly Pomona student chapter. He also serves as a volunteer on the La Habra 1 Heights Public Works Committee. I RELEVANT EXPERIENCE • Day Street Reconstruction Project, Moreno Valley, CA • Palmdale Medical Center Project, Palmdale, CA • Haven Avenue Trunk Sewer Traffic Handling Plans, Rancho Cucamonga, CA • San Fernando Road ITS Project, Burbank, CA 25 AEI 'C ASC PUBLIC WORK AND PROJECT MANAGIEMENT SERVICES C O N S U L T I N G II CITY OF SAN BERNARDINO DOUG GROVE, RLA, LEED—AP Landscape Architect EDUCATION: P HA Landscape Architects-planners, Inc.) es/1985/Landscape Architecture/ Fl. Cal State Polytechnic Mr. Grove is a Principal Landscape Architect and LEED Accredited University, Pomona Professional with RHA LANDSCAPE ARCHITECTS-PLANNERS, INC. He 1 1 graduated from California State Polytechnic University, Pomona in 1985 ACTIVE R[ctsrRArloN: and holds a Bachelor of Science degree in Landscape Architecture. He 1987/Landscape has more than twenty years experience as a professional Landscape Architect/2799/State of Architect. He brings to the firm a wide range of experience in the public California f- works sector having been personally involved in the design and project ir management of hundreds of park projects as well as housing development, streetscape, institutional and commercial projects As a 3 professional Landscape Architect, Mr. Grove has established his ability to work efficiently and professionally throughout all aspects of project development. His extensive experience has included management and design of projects from preliminary phases to construction documents, and coordination and observation of project installation. He has been responsible for coordinating public 11 meetings, design development, and approval on numerous public works projects as well as following through with obtaining all other necessary approvals needed for final drawing completion. Representative projects include: IRELEVANT EXPERIENCE Park and Recreation Needs Assessments j • Ladera Ranch Needs Assessment/Park and Recreation Master Plan - Ladera Ranch • San Jacinto Park and Recreation Master Plan - City of San Jacinto Community and Sports Parks I • Rancho Jurupa Park - RV Park, Water Play & Miniature Golf, County of Riverside • Moreno Valley Community Park - Soccer Field Renovations (synthetic turf), City of Moreno Valley • Harveston Community Park, City of Temecula • Lancaster Youth Ball Fields (13 fields), City of Lancaster • James Gilley Park, City of Lancaster • Citrus Community Park, City of Corona • White Park, City of Riverside • John Anson Ford Renovation, City of Bell Gardens • Hunter Community Park, City of Riverside • Reid Park Expansion, City of Riverside • Domenic Massari Park, City of Palmdale • Whit Carter Park, City of Lancaster • Orange Terrace Community Park, City of Riverside • Reyes-Adobe, City of Agoura Hills • Shadow Mountain Park, City of Moreno Valley 1 • South Davis Playfields, City of Davis 26 AEI 'V C A S C PUBLIC WORKAND PROJECT V MANAGEMENT SERVICES r C O N S U L T I N G CITY OF SAN BERNARDINO DAVID BLACK, RLA Landscape Architect BS/1999/Landscape I (RHA Landscape Archiiects-Planners, Inc. ) Architecture/ Cal State Polytechnic Mr. Black is a Project Manager and Licensed Landscape Architect with university, Pomona RHA LANDSCAPE ARCHITECTS-PLANNERS, INC. He graduated from 1 California State Polytechnic University, Pomona, and holds a Bachelor of FEE Es/ REC;ISTRnTIONS/ i Science degree in Landscape Architecture. He has more than 10 years ArF,rrnrror,s: of landscape design and construction experience. As a professional 2009/Landscape Landscape Architect, Mr. Black has established his ability to work Architect/5509/State of j efficiently and professionally throughout all aspects of project Cahfor nia development. His experience has included management and design of projects from preliminary phases to construction documents, and Contractor License CA coordination and observation of project installation. He has been 78982,1(C27) responsible for coordinating meetings with clients and governing 1Li agencies, overseeing project budget preparation, design development and approval on numerous projects as well as following through with obtaining all other necessary Iapprovals needed for final drawing completion. RELEVANT EXPERIENCE Community and Sports Parks • Rancho Jurupa Park - RV Park, Water Play &Miniature Golf, County of Riverside • Moreno Valley Community Park - Soccer Field Renovations (synthetic turf), City of Moreno Valley • Harveston Community Park, City of Temecula • Lancaster Youth Ball Fields (13 fields), City of Lancaster 1 • James Gilley Park, City of Lancaster I • Hunter Community Park, City of Riverside • Reid Park Expansion, City of Riverside • Whit Carter Park, City of Lancaster • Orange Terrace Community Park, City of Riverside • Reyes-Adobe, City of Agoura Hills il • Shadow Mountain Park, City of Moreno Valley • Live Oak Park Renovation, City of Temple City Neighborhood Parks • Stagecoach Park, City of Corona • San Antonio Park, City of Upland • Jameson Park, City of Corona • Pikes Peak Park, City of Norco 1 27 AEI rC ASC PUBLIC WORK AND PROJECT MANAGIEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO JAMES CORN Lead Electrical Engineer JCA Electrical Engineering and Consulting) Mr. Corns is the Project Manager for a majority of the projects. His duties include meetings, site visits, design of Electrical Construction documents and construction support. He also over sees all office activities and reviews all projects. RUBEN GUTIERREZ Electrical Engineer JCA Electrical Engineering and Consulting) Mr. Gutierrez is an Electrical Engineer in the firm. Mr. Gutierrez duties include all specialty projects of complex nature, review of all Electrical Construction documents, wet stamp and sign drawings with certified California Professional Engineering License. JCA COMPANY EXPERIENCE • ESRI Building Two, Redlands, CA • Redlands Medical Office Building, Redlands, CA • The Rock Church, San Bernardino, CA • El Camino Real Park, Orange, CA • The Grove Community Church, Riverside, CA • Jack Bulick Sports Complex, Fontana, CA • Fontana Skate Park, Fontana, CA • Ingalls Park, Moreno Horse Arena, Norco, CA • Porterville Sports Complex, Porterville, CA • Yucaipa Park, Yucaipa, CA • Jet Propulsion Laboratories Perimeter Security Lighting and Security, Pasadena, CA • George Patton Park, Indio, CA • Iris Landing Condos Site Lighting, Moreno Valley, CA • Rockcliffe Condos Site Lighting, Moreno Valley, CA • Moreno Valley Community Park Sports Park, Moreno Valley, CA • San Sevaine River Trail Pathway Lighting, Fontana, CA • Bill Martin Community Park, Fontana, CA • Center Street Park Sports Park, Victorville, CA • Hook Park Sports Park, Victorville, CA • Eva Dell Park Sports Park, Victorville, CA • Colton Middle School Soccer Field Sports Lighting, Colton, CA • Corona Street Improvement Project, Corona, CA • Amar and Azusa Boulevard Streetscape, Covina, CA • Los Banos Junior High School, Los Banos, CA • Jurupa Education Center, Jurupa, CA • Multiple Compress Natural Gas Stations, California / Texas/ Gene Autry Trail Business Center, Palm Springs, CA • Naval Weapons Base Firing Bay, China Lake, CA • Pollywog Park, Manhattan Beach, CA • Union Pacific Railroad Trail, Fullerton, CA • Chaffey College Campus ADA upgrade, Upland, CA • Marna O'Brien Sports Park, Wildomar, CA • Mance Buchanon Sports Park, Oceanside, CA • Ruben Ayala Sports Park, Chino Hills, CA 28 ri 1. AEI VC ASC PUBLIC WORK AND PROJECT VMANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO I : MARK THOMAS BLUMER Project Architect (LEED-AP) EDUCATION: Bachelor of Arts with a major r (Crane ArchiLectural ( oup) in Architecture University of California at I'' Following his graduation from U.C. Berkeley, Mr. Blumer entered the Berkeley employment of Belair-Crane Design Group, where he was responsible for design work and construction document preparation. PROFESSIONAL REGISTRATIONS/ AFFILIATIONS: Mr. Blumer has been with the firm of Crane Architectural Group since Registered Architect, State of its inception. There, his duties have encompassed the spectrum of California I architectural practice, bringing projects form initial design to the final !` construction document phase. These projects have ranged from single LEED Accredited Professional and multi-family residential projects, to commercial, governmental and (AP) religious projects, as well as historic preservation projects. Former Chairman, City of RELEVANT EXPERIENCE Fullerton Redevelopment Design Review Committee • Downey Skate Park &Tennis Center Facility - Downey, CA Former Commissioner, City of La Habra Planning • Stanton Community Center- Stanton, CA Commission • Peppertree & magnolia Park, Restroom & Shade Structure Former Member, City of Fullerton Bicycle-Users Sub- • Lucerne Valley Senior Center- Lucerne, CA Committee • McCambridge Park, Tennis Center - City of Burbank • McPherson park, Sports Complex - City of Orange II • Hope International University, Gymnasium/Student Center • Raintree Community Center- Vista, CA • Frontier Community Center- La Mirada, CA • Tustin Senior Center- Tustin, Ca • Wildwood Community Center- Vista, Ca • Sleepy Hollow Community Center- Pasadena, CA • City of Covina, Teen Center 1 I 29 A EI +*�►. PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN pC ASC AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO riJohn Leuer, G•E•, R•C•E• Geotechnical EDUCATION: 1979, Cal State University (LOP Geotechnical) at Northridge BS il Mr. Leuer will be the project manager. He will be the principal in charge PROFESSIONAL Registered California REGISTRATION Registered Calfornia of assessing the project goals and establishing and implementing the Geotechnical and Civil r, procedures to obtain these goals. Mr. Leuer will act as the lead contact Engineer :: for interactions with the City of Moreno Valley and the project engineers. Mr. Leuer has over 26 years of professional experience in PROFESSIONAL AFFILIATIONS the geotechnical and civil engineering field. In this time, Mr. Leuer has American Society of j developed an extensive knowledge of the many geotechnical Civil Engineers 1. considerations involved in construction in the southern California area. Mr. Leuer is highly experienced in all aspects of soil and foundation National Groundwater Association engineering for a wide variety of projects ranging from multi-story commercial and industrial structures to several thousand acre planned community developments. Mr. Leuer has substantial experience coordinating projects for many City, County, and State agencies as well as in the public sector, gaining a reputation for being responsive to clients needs while providing strong technical expertise. RELEVANT EXPERIENCE Orange Show Road Extension, City of San Bernardino, CA: Project Manager for the preparation of construction drawings and specifications for the design of a 2-mile-long major arterial roadway extension that included full roadway improvements with a median island, two major reinforced concrete box girder bridge structures across the Santa Ana River and the East Twin Creek Channel, Santa Ana River channelization improvements, a railroad crossing, traffic signalization, storm drains, water main improvements, and right-of-way engineering. 11 Various Pavement Rehabilitation Projects, CA: As lead engineer, Mr. Leuer has conducted I pavement structural section component analysis on numerous pavement rehabilitation projects within the cities of Moreno Valley, Garden Grove, Yorba Linda, Lake Elsinore, San Jacinto, Apple Valley, and Victorville. The purpose of these evaluations was to determine the existing structural sections and the subgrade soil strength properties within the subject roadway segments. The existing structural section data and subgrade strength properties were then used to evaluate the subject segments for new structural section design and/or asphalt concrete overlay/inlay requirements. The information 1 presented within the report was intended to provide an information database for the development of plans and specifications for rehabilitation of the subject roadway segments. Oceanside to San Diego Commuter Rail Project, San Diego County, CA: Chief Civil Engineer and Task Manager for the design of a 43-mile North San Diego County Transit Development Board commuter rail system. This included several new second main track and siding improvements, the design of four commuter real stations with associated infrastructure improvements, shop and maintenance facilities along with approximately 10,000 feet of yard and storage tracks. The project included major drainage and grading aspects plus coordination with many local agencies along the Iroute. La Sierra Commuter Rail Station, City of Riverside, CA: Project Manager for the site planning, I final contract drawings and specifications. The station developed for the Riverside County Transportation Commission included two passenger platforms with shelters, off-site street improvements, site access road, 350-car parking lot, storm drain improvements, water and utility improvements, site lighting, landscape and irrigation, grading, right of way engineering, surveys and legal descriptions for property acquisition. 30 i AEI 'C/�S PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN C AND PROJECT MANAGEMENT SERVICES IC O N S U L T I N G CITY OF SAN BERNARDINO EFREN ABRATIQUE, P.E. • Utility Potholing EDUCATION:BS/1975/Civil Engineering/ (SafeProbe, Inc, ) University of the East/ Manila/Philippines/ Efren Abratique has over 26 years of practical experience in civil engineering, utility survey, utility engineering and transportation. He Transportation/California Graduate Study in has managed underground utilities survey using electronic detection State University/Long ersity/Long Be I, g g y g State University/Long Beach 1. and vacuum technology extraction to positively identify underground utilities for major operational Airports such as Los Angeles International Municipal Parking & and John Wayne Airports. He had successfully completed large Management/1982/ underground utility survey in other operational facilities such as University of California/ railroad, major highways and freeways. Berkeley RELEVANT EXPERIENCE PROFESSIONAL REC,ISTRA IIONS/ AFrIL IAIIONS: Chinatown Areal Structure, CA: Managed the underground utilities American Society of Civil survey portion of this $22 million project. The Chinatown Arial Structure Engineers is a design-build project to construct a 2,766 areal guide-way that connects to the train platform at Union Station and runs along Vignes to Institute of Transportation Main Street where it curves north at Alameda and crosses Bruno and Engineers College Streets and ends just north of the future site of Chinatown :-:: Station. Underground utility survey was undertaken in heavy traffic Consulting engineers and condition in the Chinatown area and closely coordinated with multiple Land Surveyor of California- stakeholders. P Executive Board Member Filipino American Society of CALTRANS Districts 1, 2, 4, 5, 6, 7, 8, 10 and 12, CA: On-call Architect & Engineers - utility survey services for various Caltrans districts ongoing services Board Member involving work on Freeway and major highway conditions. 1 I Aroyo Seco Light Rail-PBL, CA: Pasadena Blue Line Authority— Provided coordination of existing utilities, interference of utilities, and managed all office and field pothole operations. Day Street Improvements Project Report, CA: City of Moreno Valley - As a subconsultant to AEI- CASC Consulting, performed 20+ utility potholes for the preliminary engineering of Day Street from Cottonwood to Alessandro in Moreno Valley. INuevo Road and Dunlap Drive Street Improvements, CA: City of Perris - As a subconsultant to AEI-CASC Consulting, SafeProbe performed approximately 20 utility potholes for the design of street improvements, and underground utilities to support a major residential development. Apache Trail & I-10 Interchange in Cabazon, CA: As a subconsultant to AEI-CASC Consulting, SafeProbe performed utility potholing to locate underground facilities for the design of relocated On and Off Ramps and interchange improvements. This project required an encroachment permit. 1 ' Corona Drain Line 46, Sixth Street, Corona, CA: As a subconsultant to AEI-CASC Constulting, SafeProbe performed utility potholing along several miles of storm drain alignment for Riverside County Flood Control District. Rialto Channel, City of Rialto, CA: As a subconsultant to AEI-CASC Consulting, SafeProbe performed utility potholing at street and railroad crossings for channel improvements at the street intersections for San Bernardino County Flood Control District. 31 A EI ''�► PUBLIC WORKS ON-CALL I V V C A J C AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO i ri RICH HERMAN Architectural Services EDUCATION: BS/Civil Engineering/1983/ (Howard Pal"Sell CDITIO,if1y) University of Nevada I 4 Rich Herman has over 25 years of structural design experience with REGISTRATION/AITIL TAT-IONS: Howard Parsell Company which specializes in commercial and industrial 1986 State of California Civil r i building design including architecture, planning, structural and civil Engineer engineering. In additional to his design experience, he has extensive 1990 State of California experience in earthquake and fire damage investigation. Structural Engineer RELEVANT EXPERIENCE Structural Engineers tr Association of California • San Bernardino County American Society of Civil 21 • Yorba Linda Water District Engineers • Metropolitan Water District American Concrete Institute • Orange County Water District Post-Tension Institute I • Irvine Ranch Water District • City of Ontario • City of Irvine • City of Los Angeles • City of Artesia • City of Mission Viejo • Orange County s • Kern County I • Los Angeles County • United States Navy • Barstow College • Brea School District • Huntington Beach School District • Southern California Edison 1 i I '�►► PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN AEI pr C A S C AND PROJECT MANAGEMENT SERVICES i, C O N S U L T I N G CITY OF SAN BERNARDINO li LOWELL WITHEM Aerial Photography & Mapping EDUCATION: Aerial Photography and (L1W Photograrrimerric Services) Controlled Mosaics/1946 1 Prior to forming LIW Photogrammetric Consultants, Mr. Withem was PROFESSIONAL founder and President of Pictorial Sciences, Inc. for over 30 years. During RECIT RA rTDNS/ AFFILIATIONS: that time he performed and supervised all phases of aerial photography, 1988/Certified photo/repro laboratory, aerotriangulation, and photogrammetric mapping, Photogrammetrist (ASPRS) both analog and digital. 1 Included during those years he supervised numerous projects with a wide Consultant variety of scales and (A accuracies including many projects for CalTrans, the U.S. Corps of Engineers, City of Los Angeles, County of Los Angeles, and over 100 private engineering firms. ilMr. Withem has authored several papers given at the annual national conferences of the American Society for Photogrammetry and Remote Sensing (ASPRS) beginning with an article published in the society's magazine in 1965 on aerial photography from a helicopter. Another recent paper given was on experiences with two projects requiring close range photogrammetry. Duncan Crowl has recently joined the firm as an Associate. Mr. Crowl comes to us after 13 years experience as Technical Representative for Intergraph Corporation. He has set up Intergraph systems and software for both governmental and private agencies through the years, and is expert on all hardware and software of the ImageStation photogrammetric series as well as Microstation. RELEVANT EXPERIENCE Pepper Avenue, City of Rialto, CA: LIW provided nearly 1 mile of aerial photography and mapping for new roadway design for AEI-CASC Consulting in the City of Rialto. a I Day Street, City of Moreno Valley, CA: LIW provided aerial topography for 1/2 mile of Day Street in the City of Moreno Valley for AEI-CASC Consulting. Yucaipa Boulevard, City of Yucaipa, CA: LIW provided approximately 1 mile of aerial photography and mapping in the City of Yucaipa for AEI-CASC Consulting. Master Plan of Drainage Update, City of Upland, CA: LIW recently provided aerial mapping services to AEI-CASC Engineering for updating the Master Plan of Drainage covering areas between the County line to the west and the central part of the city including outfalls of the San Antonio Dam and County detention basins. Line B-5 Storm Drain, City of Garden Grove, CA: LIW provided aerial mapping to AEI-CASC Engineering for the development of construction plans for 12,000 linear feet of new master storm drain through the City of Garden Grove. 1 IBig Bear Orthophoto Mapping, CA: This project performed for AEI-CASC Engineering was a 1'=200' orthophoto with 2' contours superimposed. The project covered the whole City of Big Bear. 1 Knott Street Orthophoto & Mapping, CA: This project done for Southland Engineering was a complete digital map with all plan and I' contours at 1" =40' plus and orthophoto overlay. Arrowhead Ranch Orthophoto Mapping, AZ: This project done for PSA in Phoenix, Arizona, was DTM mapping of 17 quarter sections in Prescott, .Arizona. The DTM mapping was done at 1"=100' producing data for making color orthophotos of each of the 16 quarter sections. Our cost $27,000.00. University of Judaism, Bel Air, CA: This project performed for MSL Engineering in San Dimas was a complete 1"=40' digital map with all plan, I' contours, and a digital orthophoto overlay. Our cost $2,350.00. 33 A EI ''�► PUBLIC WORKS ON-CALL CIVIL ENGINEERING rC ASC AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO PROJECT UNDERSTANDING AND QA/QC MEASURES PROJECT APPROACH 1. STREET IMPROVEMENTS a. Pavement Rehabilitation & Reconstruction: 7 Though a routine application of Slurry Seals is the most effective method of preventative street maintenance, it does not require extensive L preparation of project plans. Often visual inspection of worn, buckled, and cracked f:,0 ' pavement can help determine the extent of r necessary pavement rehabilitation. Minor repair may be made by grinding the surface and to,., 0 i NI 0 b... I providing an AC Overlay. This method does not necessarily require design of street profiles. Severe "alligator" cracking is often a sign of base material failure requiring pavement Removal and Reconstruction. A Geotechnical Investigation of the condition of the existing pavement, with determination of the soil's R-Value can lead to suggested reconstruction approaches. The project team will focus on assisting Fontana find economic solutions to ilpavement reconstruction or rehabilitations. b. Street Widening: San Bernardino's infrastructure periodically needs to be improved to meet the demands of a growing City. Increasing capacity by adding lanes, or widening a street to fill in gaps often requires more engineering than simply extending the existing street cross fall II to the new curb and gutter or edge of pavement. Meeting common design standards when joining existing improvements sometimes results in additional reconstruction and innovative approaches to design solutions. Street Widening includes design profiles, and can often involve environmental clearance and preparation of right of way documents for acquisition or for various easements. c. Roadway Realignment and Extension: These larger projects typically include environmental clearance, right of way acquisition and easements, alignment studies, traffic analysis, and a thorough development of the design plans, and profiles. d. Neighborhood Beautification: To encourage economic development, older, more rustic neighborhoods receive essentially a parkway make-over. Improvements may include the construction of curb and gutter, sidewalk, landscaped parkways, decorative safety lighting. These projects generally also include a variety of street improvements. 2. STORM DRAIN IMPROVEMENTS a. Hydrology and Hydraulic Studies: Determining the need for new storm drain systems, the pipe sizes, and other preliminary characteristics is typically performed during the preliminary engineering phase of the project. b. Storm Drain Plan and Profile: Designs for underground conduits and open channels are prepared in plan and profile drawings in accordance with agency standards including design of catch basins, laterals, and any debris basins or other details, they include identifying and ■ coordinating utility conflicts, and providing hydraulic data, and interfacing with street improvements. A EI �* PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN rC ASC AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO c. Storm Water Quality: AEI-CASC is available to prepare the Notice of Intent (NOI) and Storm f Water Pollution Prevention Plan (SWPPP) in accordance with the requirements outlined in the State Water Resource Control Board's permitting procedures. 3. TRAFFIC ENGINEERING SERVICES Traffic Improvements: Most street improvement projects include traffic elements such as geometric analysis, signing/striping, loop replacement, traffic signal and timing plans, roadway lighting, communications, and ITS deployment. In addition, it is advantageous for projects with long term closures on busy streets to include preparation of engineered traffic control and detour plans with the upfront engineering work. Depending on project specifics, preliminary engineering could include level of service (LOS) analysis, midblock analysis, traffic signal warrant analysis, left-turn or protected permissive left-turn phasing study, queue analysis to determine minimum I pocket lengths, and conceptual geometric plans. 4. SURVEY SERVICES [1.1 a. Research City and County records for existing survey control. All existing survey control within the project area I shall be shown and referenced on any necessary Record of Survey or Corner Record Survey and the topographic strip maps. _ b. Conduct field survey work to establish ground control based — \ on city and county benchmarks, and State Plane Coordinates as measured off found street centerline monuments, and `' ; 1 provided X and Y coordinates and Z elevations. For street �,' centerlines where monuments cannot be located, provide a topographic with appropriate annotations. � map P t, Iii • Measure and provide the rim and invert elevations of sewer and storm drain manholes, ■ and storm drain inlets with the project area. • Measure and provide the rim and invert elevations of sewer and storm drain manholes, and storm drain inlets with the project area. • Perform a topographic survey of all existing features within the limits of the project area obscured from the aerial mapping by existing trees, heavy ground foliage, or man made canopies. 5. PARK PROJECTS There are many landscape architects that can provide • comprehensive design services on standard site development projects. However, the development of public parks can be a completely separate issue. There are many factors that need to be considered when preparing documents for the construction of , a public park, whether it is new construction or the rehabilitation � / 1 or expansion of an existing facility. RHA has completed over 200 .� Il 1 park designs in its thirty year history and Doug Grove, , IV Principal-in-Charge, has personally completed the design of over 50 parks over the past twenty-three years throughout the State .,5k ,; , of California. g. Keeping informed on the latest technological advances in the park development industry and meeting with irrigation manufacturer representatives on a regular 1 basis to remain aware of the best types of irrigation equipment to utilize that can save the Agency water and maintenance costs as well as play equipment and site furnishing manufacturers. r AE I rC A S C PUBLIC WORK AND PROJECT VMANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO I ff 6. NPDES COMPLIANCE I Typical street improvement projects will need to incorporate permanent, post-construction water quality protection r provisions. The requirements for these provisions emanate E from three sources: the post-construction provisions of the State's General Permit for discharges of storm water f F associated with construction activities; the City's Water Quality Management Plan (WQMP) requirements; and the t:: 4 40,` conditions that the Regional Board will likely include in the ..y� 401 Water Quality Certification required for the project. ( Some of the receiving waters in the City of San Bernardino _dame have been designated by the State Water Resources Control Board as being impaired by pathogens. Because roadways are "- I a common source of pathogens, the project will need to ------- �''. implement an effective combination of site design, source x control, and treatment control measures that are of medium ---""�-- s to high effectiveness for reducing pathogens in runoff from the project. Furthermore, streets and roads are also sources of heavy metals, nutrients, pesticides, organic compounds, sediments, trash, debris, oxygen demanding substances, oil, i,i and grease in storm water, thus the project will need to NIN ••rr ;;oviliv ., include provisions to address these pollutants: however, because these pollutants are not impairing receiving waters, the level of controls to be incorporated into the project can be less intensive than the controls i - incorporated for pathogens. In the end, the controls incorporated into the project for pathogens are usually very effective at addressing the less critical pollutants. Post-construction pollution control will be addressed by integrating water quality protective best 1 management practices (BMPs) into the project design and operation plans. To accomplish this Iintegration, the following procedures may be followed: • Identify potential Project Pollutants • Identify pollutants causing stress in receiving waters. • Identify Pollutants of Concern for the project. This includes project pollutants that are the same as pollutants impairing receiving waters. • Identify candidate BMPs, including site design, source controls, and treatment controls to address Pollutants of Concern and Project Pollutants. Pollutants of Concern must be addressed via BMPs that are considered to be of medium or high effectiveness. • Meet with the City to discuss BMP options for the project. • Prepare and submit a Preliminary Water Quality Management Plan (P-WQMP) for the project. The purpose of the P-WQMP is to document BMP recommendations for approval by the City. i • Prepare BMP designs and specifications and incorporate them into the project drawings and bid documents. • Prepare and submit a Final Water Quality Management Plan (F-WQMP) for approval by the City. The F-WQMP documents the water quality protection measures incorporated into the project. 0 The result will be an F-WQMP that documents the water quality protection provisions included in the project design and operation plan. ♦. PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN AEI P C A J AND PROJECT MANAGEMENT SERVICES I^I C O N S U L T I N G CITY OF SAN BERNARDINO ' 7. PROJECT MANAGEMENT SERVICES AND PROJECT MANAGEMENT DUTIES With the City desiring management services that may commonly be provided by City Staff, the following list of Typical and Potential Project I _ Management Duties for a typical Capital is Improvements Project has been listed r+ a distinguishing the various P.M. responsibilities :. associated with the Design element of the project t .` and the special PM services being offered in this s r Statement of Qualifications. 0, _ a. Typical Design Project Manager Duties: • Prepare and maintain a project schedule identifying the critical path for expeditious project completion. • Conduct and attend design kick-off meeting with all stakeholders. • Schedule and conduct project Development Team (PDT) meetings and other necessary meetings; prepare agendas and minutes; and distribute to all applicable entities (not just 1 attendees) within five (5) working days. • Provide progress reports at a minimum Bi- Weekly basis. • Facilitate, coordinate and oversee the ongoing daily actions required to completely provide the full level of intended services and ensure that the project meets all applicable Federal, State and local requirements. A • Ensure that all appropriate Utility Correspondence letters and e-mails communication, Icorrespondence, and reports are completed on an ongoing basis in a timely manner to the satisfaction of the City. jb. Potential P.M. Services Manager Duties • If requested, attend and be prepared to present the project to City Council as required. • Provide information for City Staff to prepare staff reports to City Council for authorization of agreements, amendments, Closed Session action items, etc. • Coordinate with City Staff to aid with the preparation of inter-agency agreements on behalf of the City. • Coordinate with funding agencies and prepare reports, updates, funding reports, and grant applications as necessary for project funding. • Provide information for City Staff to prepare annual Capital Improvement Program (CIP) budget update. • Compose requests for Proposals (RFP), Notices Inviting Proposals (NIP) and Scopes of Services to retain other related design services, services of specialty Consultants/ i Contractors needed during construction, such as Design Review, Surveying, Inspection, 1 Geotechnical, Material Testing, etc.; coordinate and schedule these services; and review proposals as necessary. The City processes and releases these proposals. , • Report directly to the City Engineer and act as a liaison between the City and all project stakeholders in order to accomplish the full project services intended by the City. 37 '#► A EI 'C ASC PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES i s C O N S U L T I N G CITY OF SAN BERNARDINO • Oversee an independent and timely In-House plan check review, at 35% plans, 65%, 95%, 100% and Final PS&E packages. • Ensure that all appropriate communication, correspondence, and reports are completed on F an ongoing basis in a timely manner to the satisfaction of the City. 1y Federal, State and local correspondence. IFederal, State and local documentation required for the project. Necessary communication and reports to the funding agencies. I • Coordinate and ensure that all stakeholders and City Divisions and Departments complete plan check of all appropriate project documents. 1 c. Potential Shared Project Management Duties: • If requested, attend public meetings as necessary. • Compose all correspondences to keep the project on schedule. • Maintain all project files in accordance with the City boiler format or as otherwise directed by the City Engineer. • Oversee and ensure that all measures of the specific project's scope of services are completed in a timely and professional manner with an emphasis on providing the City with a high quality project. • Coordinate and ensure that updates necessary as a result of plan check review are communicated and incorporated. METHODOLOGY 1. DESIGN STANDARDS The City of San Bernardino Standard Drawings will be the primary design standards for the proposed roadway, storm drain, and sewer improvements. The City currently uses Caltrans standards for ADA accessible curb ramps. Caltrans Standards may be used for various traffic signal related designs while other non-City standard details such as APWA may be used if referenced and included in the Bid Package. The City's Public Works Design Policies and Procedures are followed during the developmental process of the projects to establish design criteria. Specifications typically follow the latest edition of the "Greenbook" Standard Specifications for Public Works Construction, and the State of California Standards are used for various Traffic items. Park and Landscape specifications customarily follow the C.S.I. format. 2. PROJECT IMPROVEMENT PLANS 9 The description below demonstrates our understanding of typical Street Improvement, Storm jDrain, and Landscape Design Services that could be provided to the City of San Bernardino with an understanding of the product delivery you may receive. a. Project Title Sheet: Provides the Project Title, Vicinity Map, sheet index, general notes 1 and other information in conformance with standard format. b. Typical Section & Detail Sheet: Includes the typical street construction sections and any variations of reconstruction or rehabilitation approaches. Non-standard construction details are included, and typically a comprehensive set of construction notes are included on this sheet. 38 1 AEI 'C ASC PUBLIC WORKS AN PROJECT ENGINEERING SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO 1 c. Street Improvement Plan and Profile: With the critical need to match existing improvements, experience has shown that 1' = 20' plans are beneficial to cleanly identify the removal and demolition items and the construction work on one drawing. Plans with minor existing improvements can be prepared at 1"=40'. d. Signing and Striping Plans: Will be prepared as 40 scale, double tier sheets. Signing and striping plans will identify striping detail type, lane widths, pocket lengths, existing and proposed roadway signage, and curb treatments. 11 e. Drainage Improvement Plans: 40-scale plan and profile sheets show the existing topography, limits of work, construction notes, right-of-way, utilities, and other general il design elements. Drainage details will be provided for drainage details such as connection, abandonment, headwall details, grading, etc. f. Traffic Signal Modification Plans: Will be prepared as a 20 scale sheet for Palm/Pierson to implement the traffic signal equipment needed to support the all pedestrian phase. In addition, corner modifications will require relocation or replacement of existing equipment. The City may want to include aesthetic features for the traffic signal such as decorative or il color coated poles, street name signs, etc. Design and placement of traffic signal equipment will also need to factor in sight distance issues created by the new streetscape and elevated ring structure. If the Gateway intersections are included in this project, the Vortex Specific Plan identifies the need for traffic signals at each intersection. g. Construction Traffic Control Plans: Will be prepared as 40 Scale sheets with one or two tiers per sheet as appropriate to properly convey the design. Traffic control plans will identify staging and phasing for work in the traveled way, including work areas, buffers, temporary striping, and appropriate traffic control devices. h. Hardscape Construction for Parks Plans: Identify and delineate the project site 7 furnishings by model, style, color and size. Calculations for special manufactured fixtures are provided by a Structural Engineer. The placement of site furnishings, hardscape, sign walls, seat walls and other items as determined will be defined by the construction layout plan. i. Landscape Construction for Parks Details: Whenever applicable and or available we will utilize City standard details. Many product manufacturers will work with the City and project design team to customize standard products for the project. Whenever possible we will work with these manufacturers to develop custom/standard products for the project. j. Planting Plans and Details:The planting plan will emphasize the use of water wise drought tolerant trees, shrubs, groundcovers and vines. We will endeavor to build upon and enhance the existing planting schemes. The planting plan and plant legend will identify the plant type, botanic name and common name, container size placement and or spacing and installation method. I k. Irrigation Plans and Details: The Irrigation Plan will define water wise irrigation design and equipment including water distribution devices, valves, lines, controllers, water meters, backflow prevention devices and all components necessary to operate the 1 irrigation systems. Details will be in concurrence with the City of San Bernardino's standards; we will provide additional detailing if necessary. We will prepare the various required water use estimate calculations, peak demand calculations, watering window calculations and pressure loss calculations as required. I I. Lighting and Electrical Plans: Lighting Design Layout is prepared including the electrical system required to control the park lighting system. Also, an overall photometric plan is provided. '1 Q li AEI ''�► PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN rC AS C AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO c 3. WORK PLAN FLOW CHART ■ AEI-CASC is providing this typical project flow chart to demonstrate our understanding of the methodology of Capital Improvement Projects similar to those which may be included in the City's i On-Call roster and to show the logical sequence of events within the major phases that need to occur to achieve a successful project delivery. ill PHASE ONE—PRELIMINARY ENGINEERING 1] g Kick—Off Studies 35%Plans a p„ • Kick-Off Meeting • Traffic&Lane Configura- tions Preferred Alternative Q • Research • Conceptual Layout • Utility Investigation • Alignment Alternatives • Construction Cost Estimate • Survey&Mapping • Hydrology/Hydraulics • Utility Impacts — • Geotechnical Investigations • Right of Way Requirements • City Approval it • Environmental Initial Studies I Ii PHASE TWO—DESIGN ENGINEERING I Draft 65%PSG E 90%Complete PS&E Final&Approved d P58eE 'I • Legal Descriptions&Plats • Thorough Plan Check • 100%PS&E II • Utility Potholing • Complete Bid—Ready Plans • City Approval • Draft Plans-All Sheets • Constructability Review • Final Utility Notice • Technical Specifications • R/W Appraisals(Others) • Signed Mylars — • Update Cost Estimate • NPDES Compliance • Signed Bid Package • 2nd Utility Notification • Technical Provisions • Funding Approval • In-House Quality Review • Utility Coordination • R/W Acquisitions(Others) I ' Z x`ot'`,' PHASI:THREE-POST DESXGM SUPPOII µ. • 1 Ar rortlsement lb Bidding. , 17 ��. 1., ; & dem . 7 • Yd O •-t.' I 4 I ;k 41-,i.}, lob(W l • Maintain Bidders Log t i P fi^. •k. Retention Reteese , x 1 I • • RFYs e&Issue Addenda • Construe**Sbi W • Ply , : f • Pre-Bid Meeting(it needed)] • Periodic SitsVialtV .0 : .,.. Planting.Werra • Bid.Recommendation. • ,Review ShopDrawwingp. x Inspection' ; '°' I :. t • Review Progre s Payments • Reimbursement' •. Monitor grog ' ,;° Requirements, • R . ' Respond to Questioris1E.0.` ...: . a an I �' 'A►. PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN AEI PC ASC AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO I Start-Up - After contracts signatures are made yet before the Notice to Proceed, the Project Man- agement Plan is developed along with any updates to the project schedule. Phase One - Preliminary Engineering - Preliminary Engineering begins following the NTP. The pre-design concepts are explored and design parameters are established through investigations and research resulting in the identification of preferred designs and alternatives presented to the City and other stake holders. Issues and options can be investigated and resolved before pursuing further into the design engineering phase. If necessary, changes to the scope can be refined before proceeding with the design. • Kick-Off- Up-front tasks are conducted following the Kick-Off Meeting. These tasks serve to establish the foundation for the Studies. 3 • Studies - Based on knowledge obtained from initial investigations and development of the Base Map, the needs, opportunities, and constraints of the project objective can come into view. • 35% Plans - Like a Project Report, the impacts due to the proposed project are defined. The City can become aware and address the issues before they reach the Design Engineering Phase. Phase Two - Design Engineering - The Plans, Specifications, and Cost Estimate are created in this phase. The development of the PS&E is divided into subtasks submittals at the 65% completion level, and 90% completion level, followed by the approval of the PS&E package. • 65% Complete Level- All items of work are included in the plans. Some non-standard details I may be incomplete. The plans are checked in-house for errors and serve as the first progress plan review for the City. • 90% Complete Level- The PS&E is considered complete and ready for bid. Any remaining I design issues are resolved and the construction package is expected to be ready for approval. IWith Environmental Clearance, Right of Way acquisition services begin. • Final (Screen Check) - The final submittal and review prior to submitting signed Mylar plans and electronic files of the specifications. Final Utility coordination takes place so that all reloca- tions do not impact the construction tasks. Phase Three - Post Design Services - Includes Bidding and Construction Assistance, certain ad- ministration and field services and other Construction Management duties as needed by the City. As a matter of quality assurance, the AEI-CASC Engineering design team is available to answer questions regarding the interpretation of the plans during the bidding phase. • Advertising and Bidding - If requested, advertise the project and maintain the list of bid hold- .; ers. Attend a preconstruction meeting if applicable, and respond in writing to requests for clarifi- cation to interpret the drawings or specifications. If requested, the team will review the bids and make a recommendation based on the bidding requirements. • Construction - Construction Management services can include any tasks the City needs includ- ing providing the Material Testing and Staking Support, monitoring progress, frequent site visits, Shop Drawing Review, invoice review, and change order processing. If necessary, the AEI-CASC 1 Team will provide inspection. 1 • Project Close Out - Linked to Construction Management, the final administrative and field ob- servation tasks needed to close up a project are conducted following the contractor's completion of construction. i 71 1 41 A EI '�► PUBLIC WORKS ON-CALL CIVIL ENGINEERING DESIGN VC A J C AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO Ft 11/ PROJECT MANAGEMENT AND CONTROLS 1. PROJECT MANAGEMENT APPROACH: Mr. Hosford, our designated Project Manager, will provide project plan- I ning, technical supervision, direction, and project control. • Project Planning: Mr. Hosford will provide project planning, which will include development of a (1) Pro- ject Management Plan and (2) Engineering Design Criteria and Study Objectives manual. The Project Man- agement plan is a document that describes HOW the project will be MANAGED while the engineering design criteria and study objectives manual is a guideline of HOW the project will be PERFORMED. • Technical Supervision: Mr. Hosford will be directly involved in all technical aspects and decisions of the project. • Direction: After the project is planned, scheduled and budgeted, Mr. Hosford will direct and coordinate the completion of activities of team members, sub-consultants, and City staff. [1 • Project Control: Mr. Hosford will exercise control over the flow of work being accomplished including tech- nical quality, budget, and client satisfaction. Mr. Hosford will conduct the project kick-off meeting with City staff to formally introduce the project team members to the City, review and discuss data exchange, project work plan and schedule, project issues and opportunities, project communication, QC procedures, and other issues and information relevant to the project. Additionally, Mr. Hosford will schedule progress review meetings at critical work progress points. Work in progress products will be presented as ' appropriate and issues requiring action/decisions by others will be presented, discussed, and resolved. Mr. Hosford will be responsible for inviting stake-holders and team members, scheduling and chairing the meeting, providing agenda and meeting minutes including the tracking of action items. Mr. Steven Rogers, serving the City in the capacity of Project Management Services Lead, will participate in the Design Project Management tasks from the perspective of the City's best interests by providing input to keep special requirements on track. On the other hand, serving as an extension of the City staff, Mr. Rogers 1 will take the lead management role when regarding specialized developmental and coordination issues such II as agreements, amendments, reports, applications, and with funding and reimbursement requirements. Mr. Rick Sidor, Principal-in-Charge and co-owner of AEI-CASC, will conduct the initial project manager's meeting (internal meeting), provide guidance for the activities of our project manager, maintain continuing contact with the City throughout the duration of the project, and maintain familiarity with major aspects of the project, and fill in for the PM as necessary. He will sign all legal documents on behalf of AEI-CASC. 2. PROJECT CONTROL AND PROJECT SCHEDULE: AEI-CASC will administer the project in a manner that will en- sure it is accurate and has a timely completion. An integral part of our Project Control is the establishment of a close line of communication with City staff and with each key member of the project team. The AEI-CASC team will conduct weekly in-house meetings to review the status and progress of the project. Our project manager, Mr. Hosford with assistance from Steven Rogers, will track project budget, cost, and schedule by using a proprietary management computer program called "Deltek" which will allow our staff to electronically input timesheets daily and will provide our project managers with "real time" cost data and budget information. Use of this important Project Control tool will provide Mr. Hosford with the ability to keep the project on track. Mr. Hosford will prepare a detailed CPM schedule showing the various project tasks and their respective time duration. Effective use of this project schedule will allow him to identify resource requirements, individual time schedules, and enhance communication among the team members. 3. QUALITY CONTROL / QUALITY ASSURANCE PLAN: Quality control inherently starts with the qualifications and experience of the key personnel. The quality control plan is initiated at the staff/engineer/designer level and progresses up. Each engineer/designer is required to check their work for completeness and accuracy. Mr. Steve Hosford, our Project Manager, will oversee all work, and using our in-house QC procedures and sound engineering judgment based upon experience, will continue to monitor and periodically review that work. In addition to the ongoing project reviews and checks, review meetings will be conducted by Mr. Hosford as well as Steven Rogers and the overall team at milestones during the plan formulation process to allow input and provide discussion of alternatives or issues. These regular review meetings will be attended by the entire design team. Goals for the following period will be established at each review meeting, which will guide the technical design process. Poten- tial problems with alternative solutions or outcome will be quickly identified. Mr. Bill Addington, will provide the independent QC check and constructability review for the project. Mr. Hosford will be responsible for reviewing all submittals prior to agency review. Mr. Ceazar Aguilar, another co-owner of the firm and who is not closely in- volved on this project, will perform Quality Assurance to make sure that project quality procedures are imple- mented by the team. ATTACHMENT "2" TO EXHIBIT B AEI 'C A S C PUBLIC WORKS AND PROJECT MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO MARCH 26,2009 PROJECT TEAM HOURLY RATES OVERVIEW The table below indicates the hourly rate schedule for each of the AEI-CASC Engineering Team members. The available rates for the major sub consultants are attached separately. By way of clarification, you can see the classification listed in the table below and as listed in our Hourly Fee Rate Schedule do not necessarily correlate to the project roles assigned for the City. Further, to gain an understanding of the potential fees for the project, please note that significant portions of the design projects are allocated to support team members such as Designers and CADD Drafters, not listed below. NAME PROJECT ROLE PROJECT TITLE ACCORDING RATE TO HOURLY RATE SCHEDULE Steve Hosford Project Manager Project Manager $141.00 Steven Rogers P.M. Services Manager Project Manager $141.00 Rick Sidor Principal-In-Charge Principal $180.00 Ceazar Aguilar Quality Assurance Principal $180.00 Bill Addington Quality Control Senior Project Engineer $113.00 Ruel Ituralde Roadway Task Leader Assistant Project Manager $122.00 Barbara Sherman Utility Task Leader Assistant Project Manager $122.00 Aric Torreyson Drainage Task Leader Assistant Project Manager $122.00 Jeff Endicott NPDES Compliance Engineering Director $149.00 Tom Nievez Environmental Clearance Planning Director $143.00 Rick Furlong Survey Supervisor Project Manager $141.00 Jess Becerra Mapping Analyst Mapping Project Manager $141.00 Mark Swanson Design Support Senior Project Engineer $122.00 David Cooke Construction Management Resident Engineer $132.00 AEI-CASC ENGINEERING HOURLY FEE RATE SCHEDULE January 1,2009 The following rates shall apply to services provided on a time-and-material basis. Rates reflected are hourly. General Construction Management President/Principal $180.00 Resident Engineer $132.00 Clerical/Miscellaneous Office Work $65.00 Assistant Resident Engineer $122.00 Senior Field Inspector $104.00 Civil Field Inspector I $89.00 Engineering Director $149.00 Field Inspector 2 $98.00 Senior Project Manager/Project Manager $141.00 Assistant Project Manager/Senior Project Engineer $122.00 Planning Senior Designer/Project Engineer/Calculator $113.00 Planning Director $143.00 Design Engineer/Designer $108.00 Project Manager $130.00 CADD Designer $99.00 Senior Planner $122.00 Senior CADD Drafter $92.00 Planner $108.00 CADD Drafter $70.00 Assistant Planner $93.00 Water Oualitv Services Survey Engineering Director $149.00 Three Person Survey/GPS Crew $263.00 Senior Project Manager/Project Manager $141.00 Two Person Survey/GPS Crew $237.00 Assistant Project Manager/Senior Project Engineer $122.00 One Person Survey/GPS Crew $206.00 Project Engineer $115.00 Senior Project Manager/Project Manager $141.00 Scientist $108.00 Survey Analyst $113.00 Senior Field Inspector $104.00 Environmental Analyst I $89.00 Other Environmental Analyst II $98.00 Litigation Consultant/Expert Witness $363.00 Field Inspector I $89.00 Computer Time $33.00 Field Inspector II $98.00 Two Person Sampling Crew $194.00 REIMBURSABLE EXPENSES The following expenses will be billed at cost plus 15%: Reproduction Services: Includes blueprinting, copying, printing and plotting. In-house plots will be billed at$6.00 per sheet for each client set and for a final in-house review set. The client is welcome to contract directly with an outside reprographic firm for those services not provided in-house. • Rental Equipment and Fees: Any equipment rental and any fees advanced by our firm including plan check and filing fees. • Commercial Delivery Services: Including Express Mail, Federal Express,UPS and independent courier services. In-House Pick-Up and Delivery Services: These services provided by our firm will be reimbursed at $44.00 per hour. In addition,mileage will be billed at$.66 per mile with no markup. • Travel Expenses: Mileage to and from the job site will be billed at a rate of$.66 per mile with no markup and travel time for survey crews will be billed at$90.00 per hour,per man,each-way. Airfare will be billed at cost plus 15%. • Per Diem: Per diem for overnight stays will be billed at$134 per day, per man. • Waiver of Subrogation: If the client requires a Waiver of Subrogation for Workman's Compensation Insurance, the client will be required to pay the additional insurance premium for this request. The approximate amount for the waiver is$250.00. NOTE: Invoicing will be submitted on a monthly,progressive cycle. . . AEI 'C A S C PUBLIC WORKS AND PROJECT CIVIL MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO SUBCONSULTANT RATE SCHEDULES AEI 'C A S C PUBLIC WORK AND PROJECT V MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO L A N D S C A P E. AR (' IIIIlC' "1' ti' PLANNERS, INC. RATE SCHEDULE Senior Principal $190.00 per hour Principal Landscape Architect/Principal Planner 50.00 per hour Associate Landscape Architect/Associate Planner 130.00 per hour Landscape Architect/Project Manager/Senior Designer 95.00 per hour Designer II/CAD Operator II/Project Captain 85.00 per hour Designer/CAD Operator/Administrative Personnel 75.00 per hour Clerical/Professional Staff 65.00 per hour REIMBURSABLE ITEMS FOR ADDITIONAL SERVICES Reimbursable items such as the cost of blueprinting, graphic reproduction, FAX and plotting, at our direct cost plus 15%. Auto travel will be charged at $0.585 per mile. Where we are able to utilize direct billing to established Owner accounts the "plus 15%" is not applicable. OVERTIME REQUESTS It is RHA's responsibility to schedule the project's completion under normal conditions without the use of the staff on an overtime basis. If the owner adjusts the deadline or requests that work be completed earlier than originally scheduled and thus requires overtime, the fees shall be adjusted to cover the increased costs incurred by RHA. The hourly rates for overtime will be one and oneDhalf (11/2) times the hourly rates above. TERMS AND CONDITIONS OF PAYMENT We will bill on a monthly basis in proportion to the time spent on the project to date. All billing statements are due within 15 days of Engineers receipt of payment from client. Interest will be charged at the rate of 11/2% per month on the past due balance thirty days and over. RHA shall have the right to stop work should accounts become past due. AEI 'C ASC PUBLIC WORKAND PROJECTVMAN GIEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO Transportation & Energy Solutions, Inc. RATE SCHEDULE The following are the rates for the various personnel categories as shown below: Senior Engineer $120/hour Glen Pedersen, P.E. Nathaniel Behura, MS, MBA Transportation Engineer $95/hour Chad Martinell Analyst $65/hour Eddie Hsu Ehab Elias The above rates will be in effect for the duration of the project. Rates include indirect expenses. Di- rect expenses and sub-consultants, if any, will be subject to a 10% mark-up. Mileage will be billed at $0.48/mile. Categories and rates for new staff will be as negotiated should the need arise. SAFE P, . RATE SCHEDULE Principal $165.00 Project Manager $151.25 Sr. Project Engineer $110.00 Project Engineer $ 96.25 Engineer $ 74.25 CADD Tech $ 68.75 Administrative Assistant $ 49.50 Potholing Up to 6 feet $800.00 per hole (minimum of 4 PH) Beyond 6 feet $180.00 per feet Traffic Control $1,200.00 per day Electronic Sweeping $90.00 per location or $1,500.00 per day Coordination with other agencies, and utility owners and USA Dig Alert to be charge in Per Hour basis $75.00 per hour AEI 'C A S C PUBLIC WORKS AND PROJECT CIVIL MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO LOR RATE SCHEDULE All costs for Geotechnical Engineering, Geological, and Environmental Services are based on the site and investigative parameters requested. The hourly personnel charges and laboratory test unit rates are as follows: Personnel Charges-Hourly Principal Engineer $200.00 Project Engineer/Geologist $125.00 Staff Engineer/Geologist $104.00 Soil Technician (Field or Laboratory) $70.00 Soil Technician (Prevailing Wage) $90.00 Traffic Control (Prevailing Wage) $80.00 Drafting $60.00 Clerical $50.00 Laboratory Testing Charges - Unit Costs Moisture Content $10.00 Moisture/Unit Weight (Ring) $16.00 Sieve Analysis (Soil) $65.00 Sieve Analysis (Aggregate) $85.00 Sand Equivalent $50.00 Sand Equivalent - QC $100.00 #200 Sieve Wash $40.00 Mechanical Analysis $140.00 Atterberg Limits $140.00 Proctor(4") $140.00 Proctor(6" or Cal-216) $160.00 Consolidation $130.00 Expansion Index $120.00 Direct Shear $180.00 R-Value $230.00 Permeability $350.00 Concrete Cylinder Compressive Strength $20.00 Soluble Sulfate $60.00 Chemical Tests By Quote Asphalt Concrete Density &Stability/Rubberized $180.00/$230.00 Asphalt Concrete Density/Rubberized $110.00/$160.00 Asphalt Concrete Theoretical Maximum Density $120.00 Asphalt Concrete Stability/Rubberized $140.00/$190.00 Asphalt Extraction &Gradation $200.00 LA Rattler By Quote Reimbursable Expenses Outside services performed by others and direct costs expended on the client's behalf are charged at cost plus twenty percent. These expenses include rental of drill rigs, bulldozers, backhoes, travel and subsistence, permits, reproduction costs, etc. Travel Time Travel time required to provide professional or technical services will be charged at the appropriate hourly rates. Mileage, truck and standard equipment charges are included in the hourly technician fee. Overtime An overtime rate of 1.5 times the standard rate will be used for time in excess of 8 hours per day and Saturdays. An overtime rate of 2.0 times the standard rate will be added for work on Sundays, official company holidays, and on all work in excess of 12 hours per day. Prepayments A retainer of fifty percent of the total fee is required for all field studies. The balance of the fee must be paid at the time the report is released to the client. Billing Billings will be provided periodically and will be classified by fee categories set forth above or as given by proposal. Terms of Payment Invoices rendered for professional services are due upon presentation. A service charge of 1.5 percent, per month, may be charged on accounts not paid within thirty days to cover additional processing and carrying costs. Any attorney's fees or other costs incurred in collecting any delinquent account will be paid by the client. AEI 'C ASC PUBLIC WORKS ON-CALL AND PROJECTVMAN AG DESIGN ERVICES C O N S U L T I N G CITY OF SAN BERNARDINO ZJ PTv!/ Photog :unmrtric Consultants, Inc. RATE SCHEDULE Aerial Photoaraohv • Mobilization $500.00 • Emergency Mobilization (Weekends, Holidays) $900.00 • Mileage (beyond 100 mile radius of Riverside Airport) $4.00/ mile • Per Flight line $25.00 • Per Black and White Exposure (Processed Film Only) $30.00 • Per Color Exposure (Processed Film Only $40.00 • Contact Prints Black and White $5.00 ea • Contact Prints Color $7.50 ea • Digital Scanning (Required for Map Compilation) • 15um Pixel Black and White $30.00 ea • 15um Pixel Color $45.00 ea Digital Mau Compilation • Digital Aerotriangulation $60.00 Per Stereo Model • Digital Map Compilation (Plan, Topo, DTM) $60.00 Per Hour • Map Editing / Completion $45.00 Per Hour Orthoohoto Compilation Orthophoto Rectification Per Photo Required • Black and White $250.00 ea • Color $325.00 ea • Mosaicking and Processing into final form $45.00 Per Hour • Note: Our orthophoto system requires mapping data and external orientation data from our system. All the above includes delivery of mapping data in either AutoCad or Microstation format, either English or Metric format, on CD media. Digital photos or orthophotos can be delivered in GeoTiff or Esri formats on either CD or DVD formats. A EI 'CAS PUBLIC WORKS AND PROJECT CIVIL MANAGEMENT SERVICES C O N S U L T I N G CITY OF SAN BERNARDINO JCA ELECTRICAL ENGINEERING AND CONSULTING RATE SCHEDULE For the purposes of hourly services and/or revisions for the basic services, the Consultant shall invoice the Client at the following rates: Project Engineer/Manager $200.00 /Hr. Designer $160.00 /Hr. Drafting/CADD $145.00 /Hr. Clerical/Deliver/Accounting $130.00 /Hr. The hourly rates shall be adjusted annually based on increases in product cost, the cost of living and fuel prices. Final site visit review and final electrical punch off list—$500.00 CRANE ARCHITECTURAL GROUP RATE SCHEDULE Principal Architect $180.00 /Hr. Staff Architect $150.00 /Hr. Project Designer $120.00 /Hr. Project Manager $95.00 /Hr. CADD Draftsman $75.00 /Hr. Draftsman $65.00 /Hr. Clerical $42.00 /Hr. Mileage Rate $00.46 /Mi. HOWARD PARSELL COMPANY RATE SCHEDULE Principal Engineer $200.00 /Hr. Structural Engineer $150.00 /Hr. Civil Engineer $110.00 /Hr. Architect $110.00 /Hr. Graphic Designer $85.00 /Hr. Senior Draftsman $95.00 /Hr. Junior Draftsman $85.00. /Hr. Secretarial/Clerical $55.00 /Hr. ATTACHMENT "3" TO EXHIBIT B AE I rCASC ENGINEERING July 7, 2009 Mr. Mike Grubbs CITY OF SAN BERNARDINO 300 N. D Street San Bernardino, CA 92418 Re: City requested reduction for On-Call Civil Engineering and Project Management Services Dear Mr. Grubbs, We have received your request for AEI-CASC to participate in the City Manager's 5% discount program for the referenced project. As stated during our interview, we are well aware of the current financial challenges facing businesses and government agencies. We have cut our budgets by over 60% in order to survive this recession and most of our staff have reduced their hours by a minimum of 20%. We are also cognizant of our valued relationship with the City of San Bernardino and in good faith will offer the City a temporary 5% rate reduction. We request that this reduction be in place for one (1) year and that economic conditions be reviewed August 1, 2010 and every 6 months thereafter so that our standard pricing may be restored once the economy improves. We appreciate being selected to perform the work on this contract and look forward to more stable and prosperous times. Sincerely, AEI-CASC CONSULTING Richard J. Sidor, P.E. Principal CIVIL ENGINEERING PLANNING SURVEYING ENVIRONMENTAL ENGINEERING 937 South Via Lata, Suite 500 • Colton, CA 91314 s 909.783.0101 s 909.783.0108 FAX www.aei-casc.com EXHIBIT C AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP) THIS AGREEMENT is made and entered into this day of 2009 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("City"), and DAVID EVANS AND ASSOCIATES, INC. ("Consultant"). WITNESSETH : A. WHEREAS, City proposes to have Consultant perform the On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) described herein below; and B. WHEREAS, Consultant represents that it has that degree of specialized expertise contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and C. WHEREAS, City and Consultant desire to contract for specific services in connection with the project described below(the "Project") and desire to set forth their rights, duties and liabilities in connection with the services to be performed; and D. WHEREAS, no official or employee of City has a financial interest, within the provisions of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONSULTANT 1.1. Scope of Services. Consultant shall provide On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) to City in accordance with Attachment 1, Consultant's proposal dated March 26, 2009, attached and incorporated herein. 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's performance of this Agreement. 1.3. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws 1 _ EXHIBIT C including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above-mentioned laws, which may be incurred by reason of Consultant's performance under this Agreement. 1.4. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other category protected by law, except as permitted pursuant to Section 12940 of the Government Code. Violation of this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. 1.5 Non-Exclusive Agreement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of City. 1.7. Business License: The Consultant shall obtain and maintain a valid City Business Registration Certificate during the term of this Agreement. 1.8. Duty of Loyalty/Conflict of Interest: The Consultant understands and agrees that as the City's Consultant for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP), Consultant shall maintain fiduciary duty and a duty of loyalty to the City in performing Consultant's obligations under this Agreement. Consultant, in performing its obligations under this Agreement, is governed by California's conflict of interest laws, Government Code Section 87100 et seq., and Title 2, California Code of Regulations Section 18700 et seq. 1.8.1 Prior to performing any services to City under this Agreement, Consultant shall provide the Development Services Department a written list of the Assessor Parcel Numbers and general location or address of any and all real property located in the City of San Bernardino in which Consultant has any ownership interest, or which is the location of any pending project that is a source of income for Consultant. Consultant shall keep this list current on a monthly basis during the entire term of this Agreement. 1.8.2 Consultant shall not work on any task that is related to any real property that is located within 500 feet of any parcel in which Consultant has any ownership interest or 2 EXHIBIT C which is the location of any pending project that is a source of income for Consultant. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Over the term of this Agreement, Consultant shall be paid for such services in accordance with the schedule of rates marked Attachment 2 and dated March 26, 2009, discounted 5% as indicated in Attachment 3, both of which are attached and incorporated herein, subject to an aggregate limit of $1,000,000 in payment for work performed by all consultants for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP). City shall distribute work among its consultants in a manner that best meets the needs of the City. City makes no guarantee to Consultant regarding the amount and/or the dollar value of the work assigned to Consultant. 2.2. Additional Services. Consultant shall not receive compensation for any services provided outside the scope of services specified in the Response unless the City or its Project Manager for this Project, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. Consultant may submit invoices to City's Project Manager for approval on a progress basis, but no more often than monthly. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each invoice shall describe in detail, the services performed and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City or its Project Manager for inspection and/or audit at mutually convenient times for a period of three(3) years from the Effective Date. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. The obligation to perform the professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Effective Date of this Agreement. Said services shall be performed in strict compliance with the Project Schedule issued by the City's Project Manager. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the 3 EXHIBIT C reasonable control of a party. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the date approved by the City Manager and continue through June 30, 2010, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. An administrative extension of one additional year may be authorized, subject to the prior written agreement of both parties. 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing written notice to Consultant. The termination of this Agreement shall be deemed effective upon receipt of the notice of termination. In the event of such termination, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated as to the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents pertaining to the services contemplated herein whether delivered to the City or in the possession of the Consultant. 4.4 Documents. In the event of termination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City within ten (10) days of delivery of termination notice to Consultant, at no cost to City. Any use of uncompleted documents without specific written authorization from Consultant shall be at City's sole risk and without liability or legal expense to Consultant. 5.0. INSURANCE 5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, independent contractors, personal injury with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. 4 EXHIBIT C (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. (c) Workers' compensation insurance as required by the State of California. (d) Professional errors and omissions ("E&O") liability insurance with policy limits of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. Consultant shall obtain and maintain, said E&O liability insurance during the life of this Agreement and for three years after completion of the work hereunder. 5.2. Endorsements. The comprehensive general liability insurance policy shall contain or be endorsed to contain the following provisions: (a) Additional insureds: "The City of San Bernardino and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice: "Said policy shall not terminate, nor shall it be cancelled, nor the coverage reduced, until thirty(30) days after written notice is given to City." (c) Other insurance: "Any other insurance maintained by the City of San Bernardino shall be excess and not contributing with the insurance provided by this policy." 5.3. Certificates of Insurance. Consultant shall provide to City certificates of insurance showing the insurance coverages and required endorsements described above, in a form and content approved by City,prior to performing any services under this Agreement. 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in this Agreement, or the extent to which Consultant may be held responsible for payments of damages to persons or property. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. r, 5 EXHIBIT C 6.2. Representatives. The Director of Development Services or her designee shall be the representative of City for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the City, called for by this Agreement, except as otherwise expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Project Managers. City shall designate a Project Manager to work directly with Consultant in the performance of this Agreement. Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant's Project Manager shall attend and assist in all coordination meetings called by City. 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: IF TO CITY: Mr. Jeffrey K. Rupp, P.E. Valerie C. Ross David Evans &Associate, Inc. Director of Development Services 4200 Concours Drive, Suite 200 300 North"D" Street Ontario, CA 91764 San Bernardino, Ca 92418 Tel: 909-481-5750 Tel: 909-384-5357 Fax: 909-481-5757 Fax: 909-384-5080 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this contract on behalf of the City shall be considered as "attorneys' fees" for the purposes of this paragraph. 6.6. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. 6 EXHIBIT C 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term of this Agreement. 6.8 Indemnification and Hold Harmless. Consultant shall protect, defend, indemnify and hold harmless City and its elected and appointed officials, officers, and employees from any and all claims, liabilities, expenses, including attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not by way of limitation, all civil claims or workers' compensation claims, arising out of or in any way connected with the intentional or negligent acts, errors or omissions of Consultant, its employees, agents or subconsultants in the performance of this Agreement. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall secure, at his expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 6.10 Ownership of Documents. All findings, reports, documents, information and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subconsultants in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. 6.11 Public Records Act Disclosure. Consultant has been advised and is aware that all reports, documents, information and data including, but not limited to, computer tapes, discs or files furnished or prepared by Consultant, or any of its subconsultants, and provided to City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et. seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in the California Government Code Section 6254.7, and of which Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it 7 EXHIBIT C that is designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure is deemed to be required by law or by order of the Court. 6.12. Responsibility for Errors. Consultant shall be responsible for its work and results under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Consultant occurs, then Consultant shall, at no cost to City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 6.13. Prohibited Employment. Consultant will not employ any regular employee of City while this Agreement is in effect. 6.14. Order of Precedence. In the event of an inconsistency or conflict in this Agreement and any of the attached Exhibits or Attachments, the terms set forth in this Agreement shall prevail. 6.15. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.16. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.17. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.18. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.19 Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.20. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No 8 EXHIBIT C waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.21. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement, based upon the substantial benefit of the bargain for any party is materially impaired, which determination as made by the presiding court or arbitrator of competent jurisdiction shall be binding, then both parties agree to substitute such provision(s) through good faith negotiations. 6.22. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. 6.23. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. 6.24 Damages. The Parties agree to waive any rights to incidental or consequential and punitive damages arising out of performance under this Agreement whether the torts or contracts and in law or in equity. /// /// 9 EXHIBIT C AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM(CIP) IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF SAN BERNARDINO, CONSULTANT A Municipal Corporation DAVID EVANS AND ASSOCIATES, INC. By Charles E. McNeely, City Manager Signature Name and Title Approved as to form: James F. Penman, City Attorney By 10 (3 (3 =0 a ATTACHMENT "1" TO EXHIBIT C (3 0 f 3 - c r v L>r.; March 26, 2009 Mr. Michael Grubbs, P.E., Project Manager City of San Bernardino Development Services Department (3 300 North "D" Street San Bernardino, California 92418-001 1 (3 Subject: Proposal to Provide Professional Civil Engineering Services for On-Call Engineering and Project Management Services for the Capital Improvement Program Dear Mr. Grubbs: () In response to your request for qualifications David Evans and Associates, Inc. (DEA) is pleased to offer our statement of qualifications for General Civil Engineering Services for your review. Founded in 1976 in Portland Oregon, DEA is a multi-disciplinary engineering consulting firm providing consulting services to both public and ( private sector clients through out the Western Region of the United States and specifically in Southern California. ( DEA currently has four offices in Southern California offices staffed by over 120 employees. Our offices are (. centrally located in Irvine, Ontario, Pasadena, and San Diego. We offer comprehensive consulting services consisting of civil and water resources engineering, G.P.S. and conventional surveying, landscape architecture, 3 land use and master planning, environmental services, and right-of-way engineering services, to a variety of public agencies and private clients throughout the United States. DEA is a large organization with 20 offices '3 staffed by over 850 professionals and technicians. Our project team will be led by Mr. Jeffrey K. Rupp, P.E., who has more than 25 years of experience in managing 1_) the design and construction of multiple capital improvement projects throughout San Bernardino County and ( Southern California. DEA will provide civil engineering, structural engineering, landscape architecture, survey, permitting, environmental and construction management with our in-house staff located primarily out of our Ontario office. In addition we will utilize both KOA Corporation and JCA Engineering, Inc. to provide traffic ,.� engineering and electrical lighting design, respectively. Founded on the principle of service, our multi-discipline staff is committed to providing high quality design in a cost effective and efficient manner. DEA maintains strong relationships with our clients and we are organized around a system that makes one professional staff member the central contact for each client. This provides 3 open communication and quick solutions to any challenges that may arise during a project. 3 Over the past few years, DEA engineers, surveyors, landscape architects, and planners have been involved in 3 numerous projects for municipalities, developers, and architects throughout California. Our current efforts are focused on the land development, transportation, water resources/environmental planning and energy markets. We currently have several on-call contracts with multiple agencies thorough out Southern California, including but not limited to; the City of Los Angeles, the County of San Bernardino, the City of Pasadena, the City of Chino Hills, the City of Temecula, the County of Los Angeles, and the City/County/Port of San Diego to name a few. We trust the information provided will illustrate why the DEA team is the right team for this contract. If you have any questions regarding our experience, personnel, etc., please do not hesitate to contact us. Our project manager can be contacted via telephone at (909) 481-5750 or email at jkr@deainc.com Sincerely, DAVID EV NS AND ASSOCIATES, INC. 0I ) ifV1/ Jeffrey K. Rupp, P.E. Project Manager 4200 Concours Drive,Suite 200,Ontario,California 91764 909 481 5750 fax 909.481.5757 -. YYY � Proposal to Provide Professional Civil Engineering Services '', for On-Call Civil Engineering and Project Management 1 Services for the Capital Improvement Program i 4 i I Prepared for , 'r1 (:�' Al ft 3 City of San Bernardino . , Development Services Department Attention: Mr. Michael Grubbs, P.E., Project Manager t . , 300 North "D" Street r. 11'.' San Bernardino, California 92418-0001 L... 909. 384.5179 . Prepared by David Evans and Associates, Inc. "° Y nx3�* 4200 Concours, Suite 200 1 Ontario, California 91764 " 22222 Wr _. Contact: Mr. Jeffrey K. Rupp, P.E., Vice President :,-. - r ri w 909.418.5750 , a rr; s=- { r.ikr@deainc.com _ � ' :_ ;,,`—� � . i 5 Other Southern California Offices: Irvine, Pasadena and San Diego ,,I March 26, 2009 :,.,,. K d .1 r.1 OP Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Bernar1 ino Project Management Services for the Capital Improvement Program D D Y11 TABLE OF CONTENTS Section 1 Statement of Qualifications Section 2 Professional Staff 4 Section 3 Staff Availability Section 4 Ability to Perform Scope of Services Section 5 Required Statements and Additional Information . • • M t x� - 4 { ... ITV OF Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and San Bernarl ino Project Management Services for the Capital Improvement Program ,, ..,,,,,,, iril ' 1=01=1 i 5 �. SECTION 1 - STATEMENT OF QUALIFICATIONS 'rf { Since 1976, David Evans and Associates, Inc. (DEA)has been providing multi-disciplinary engineering -.) services to clients in the public and private sectors, including: ` • Civil Engineering • Landscape Architecture • Structural Engineering • Environmental Sciences • Transportation • Natural Resource Management Planning/Engineering/Design • GIS Mapping • Right of Way Acquisition • Urban Design and Development I Surveying Conventional Surve X g Land Planning ` • GPS Surveying Quality Management DEA has a firm-wide quality management(QM)program. To maintain a consistently high level of 4. quality, DEA: . • designates a professional staff member as central contact for each client to ensure that the client's needs are met. ,'i, • organizes QM committees in each office to identify issues,develop recommendations,and ;t implement solutions. Commitment to Technology ;• DEA is committed to using the most powerful,advanced graphics and mapping systems, including: • AutoCAD • ARC/INFO GIS • Bently Microstation • GPS 1 • Intergraph InRoads • LISCADD Financial Information DEA is a corporation organized under the laws of the state of Oregon. From its inception on April I, 1976, DEA has grown to include 250 stockholders.Current financing in addition to stockholder equity consists of accounts receivable from Bank of the West,222 SW Columbia, Suite 1200,Portland, Oregon 97201. DEA's contact is Richard Pickwick,(503)294-6312. For 2008, DEA's business volume reached$183.8 million. :• Insurance Coverage Limits Comprehensive General Liability $2,000,000 ii ii Automobile Liability $1,000,000 Workmen's Comprehensive Insurance/Employer's Liability $1,000,000 Professional Liability Insurance $5,000,000 Insurance Company Names Agent and Phone Number Continental Casualty Insurance Bruce Oleszczek -' Kemper National (503)306-2809 ,- DEA Statistics: • Over 850 personnel in 20 offices • Located in California,Arizona, Colorado, Idaho, New York,Oregon, and Washington .- No.78, ENR(Engineering NewsRecora)Top 500 Design Firms • No.47, ENR Top 100 "Pure Designers"in the nation , '1' • Founding member of GDA(Global Design Alliance), a national consortium of prominent U.S. i architecture and engineering firms as -,T,• op 1 Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Bernarl'no Project Management Services for the Capital Improvement Program tIUY Sustainability DEA/LMA's Founder and Chairman of the Board, David Evans, P.E., P.L.S., says, "If we are to be , stewards of our environment, we must understand sustainability and build sustainable practices into our internal office operations and our external service offerings `These are words that DEA staff members live by daily. When designing a new project, DEA/LMA staff members look at ways to use sustainable design. Some 1 of the common principles they look for are materials that provide a low impact on society;energy efficiency;quality and durability–items that last long and function better; reuse and recycleability; and renewability. A DEA/LMA is a LEED Accredited firm that has LEED Accredited Professionals. Our organization chart provided with this submittal shows the individuals who hold LEED credentials. DEA/LMA 0 1 has also designed a number of projects with are considered LEED certified. These include: la 1 • Sokol Blosser Winery Barrel Storage Facility,Dundee, Oregon (LEED Silver Rating) 6 1. 1' • Tacoma Police Sector Station,Tacoma,Washington(LEED Gold Rating) • Tacoma Police Station/Maintenance Facility,Tacoma,Washington (LEED Gold Rating) 04, DEA/LNA currently practices waste prevention. Recyclable materials are collected in 11 DEA/LMA offices. Nine offices purchase paper and other office products with recycled content. Double- sided copying and printing are being used in some offices—I2 offices have duplex units on all their copy machines and 85%of DEA/LMA staff surveyed said they double-side when • ,4 photocopying. 75%reuse office paper before recycling it. DEA/LMA also practices energy conservation and supports renewable energy generation. 94%of a DEA staff surveyed turn off their computer when they leave the office and 85%turn off lights when they leave a room. DEA/LMA recently purchased renewable energy from the Bonneville Environmental Foundation for 6%of its total energy use company-wide. To expand implementation of sustainability practices, DEA/LMA is launching sustainability committees in . P its offices.Several offices have sustainability champions who are helping DEA/LMA"walk the talk." In addition, DEA/LMA uses the paper"Environment" for all our letterhead,envelopes, covers, and tabs. Environment is certified by the Forest Stewardship Council(FSC)and is made with 20%FSC certified virgin fiber and 80%post-consumer waste fiber. It has a neutral pH, is archival,and is acid free. General marketing materials use a paper called Deja Vu. It has 10%hemp/flax, 50%post- consumerwaste,20%pre-consumer waste,and 20%responsibly harvested wood fiber. For our brochures we use a paper product called Reincarnation/New leaf, which has 100%recycled and 50% post-consumer waste content,as well as being processed using a chlorine free method. Along with using recycled paper, corporate communications prints all marketing pieces with soy-based inks.All //'r':: marketing materials we create are recyclable, with the exception of any laminated pieces. ' /--- stewardship David Evans and Associates Inc. ° 4 7.- ■ rY OF Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and Sat Bernal.'i'no Project Management Services for the Capital Improvement Program ` D OO 9?i� YYY 1 . Project Experience DEA has immense experience in providing consulting services in Southern California for water resource projects. Below are projects which represent our ability to provide you with our services. On-Call Engineering Services, Chino Hills, California t! DEA is currently under contract with the City of Chino Hills for general civil engineering services. As `,� i part of the on-call DEA was responsible for the preparation of roadway widening and improvements along the existing Peyton Drive through the City of Chino Hills. This $14 million,2.5-mile roadway improvement project involved the preparation of preliminary engineering drawings and reports to i support the environmental documentation for the project. The project also involved the ( construction of a new triple 14 by 9 concrete culvert. In addition, DEA also provided engineering services for the development of street improvements to upgrade the City's older Los Serranos neighborhood infrastructure to meet ADA requirements. DEA provided the Plans, Specifications 6 Estimates(PS&E) for the implementation of sidewalks,ADA curb ramps,retaining walls,concrete curb and gutter, and concrete curb returns for a 1.5 mile portion of a City arterial street. DEA also t i provided PS&E for the development of pedestrian transit landing zones in compliance with ADA standards and coordinated with the local transit provider to identify the design vehicle and configuration of the landing zones at 4 locations within the Los Serranos neighborhood. ° On-Call Engineering Services, Fontana, California DEA has been working to improve several vital transportation corridors throughout the City of t Fontana for the last five(5)years. As part of an on-call contract, DEA engineers have performed civil and traffic engineering,design survey,construction staking and construction administration . services. DEA engineers have worked closely with city project managers as well as the City Engineer and Traffic Engineer to ensure that all designed facilities were completed in accordance with city standards and planned future developments. This project is ongoing and, due to our successful performance, ; w 4 DEA engineers are already discussing future transportation improvements to r. - ' _ come. ' "` "�, ) Coachella Valley Water District, On-Call Services, Coachella, California '°' DEA was under contract with the Coachella Valley Water District to provide { '4 land surveying,design engineering and CAD drafting services on three projects. These projects consisted of Cathedral Canyon/Dinah Shore sewer project which : , includes plan and profile design of a 10 inch diameter sewer. The second project involved surveying,designing and drafting of three water main projects in Rancho Mirage and one water main project in Sky Valley. Project number three involved providing k. drafting services for standard specifications for the construction of a sanitary sewer system. On-Call Engineering Services; Bureau of Engineering, Los Angeles, California DEA has been under contract with the City of Los Angeles for over 10 years(due to repeatedly qualifying in the RFP process)to provide civil engineering services for the City's Bureau of Engineering Department, Streets Division. During this time DEA has worked with the city on numerous projects which include but is not limited to:street widening,storm drain design, hydrology and hydraulic studies,structural design and seismic retrofitting of existing bridges and over all improvement to the streets within the City of Los Angeles. 4.. On-Call General Civil Engineering Services,Community Redevelopment Agency of Los Angeles, Los Angeles, California '' DEA is currently under contract with the Community Redevelopment Agency of Los Angeles(CRALA) . to provide on-call civil engineering services. The services to be provided on this contract consist of, but are not limited to: conceptual designs and final designs, calculations, reports and studies, agency coordination and permitting, utility research and coordination, right-of-way engineering, plan and «, . it profile drawing preparation and construction over sight. Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and Sao Bernardino Project Management Services for the Capital Improvement Program '' YYY Los Angeles County, As-Needed Surveying and Right of Way Engineering Services, Los Angeles County, California From 2002-2007, DEA provided a variety of surveying and right of way engineering services for the 't1 county of Los Angeles, Department of Public Works on two contracts. Services provided by DEA 0 ''.,1•'' during this time involved design surveys for street rehabilitation projects, right of way engineering i services, and design surveys at detention and court facilities. On-Call Engineering Services, Department of Beaches and Harbors, County of Los Angeles, • . California David Evans and Associates, Inc. (DEA) has an on-call contract with the County of Los Angeles, Department of Beaches and Harbors. The contract was originally awarded in 2003 and just renewed for another 3 years in 2008. The on-call contract is for highly specialized projects that the County of Los Angeles requires the services of an outside consultant team with management and technical skills who have successfully accomplish the similar required project tasks. A sample project is the 4114 1 Marina del Rey Beach Water Quality Project where DEA engineers worked closely with the Beaches a and Harbors planning staff to develop storm drain and submerged water circulator improvement plans for the swim beach located at Basin "D".The project will help alleviate storm water pollution at the swim beach by diverting parking lot run-off to a basin where body contact is prohibited and installing circulators to help disperse sediment and pollutants within the basin. DEA has completed several other projects under this contract. °, Levee Certification, San Bernardino County, California DEA is currently providing surveying services to the County of San Bernardino for their Levee I Certification program. The County has two contracts for this program,one with the Army Corps of r '1 Engineers. DEA is providing surveying services for both contracts;working with both the Army Corps of Engineers on one contract and with HDR, who was awarded the other contract. Metropolitan Water District, Survey, Mapping, and Related Services Contract, Southern California DEA is currently under contract with the Metropolitan Water District of Southern California to provide land surveying,mapping and related services throughout Southern California. This 3-year contract involves boundary services,control surveys, construction surveying(including large diameter pipelines and tunnels), potholing,right of way and title mapping,data management and distribution,mapping reviews for compliance with requirements, and various programming and application development techniques. Storm Water Pollution Prevention Plans, Southern California 'F DEA has prepared numerous storm water pollution prevention plans(SWPPP) for projects , throughout Southern California. DEA has developed many innovative techniques to treat storm }` water and has outlined them in the SWPPPs. In preparing SWPPPs, DEA typically recommends a ,.1 combination of both structural and non-structural best management practices(BMPs)be implemented to improve storm water quality. Some structural BMPs include:extended detention basins, drain inlet inserts, infiltration basins and trenches, media filters, multi-chambered treatment trains, biofiltration swales and strips, wet basins,and constructed wetland systems, etc. Some non- ' `Y, ' structural BMPs include: public education/participation, land use planning/management, vehicle and equipment handling and disposal, building and grounds maintenance, storm drain system signs, illicit connection prevention, leaking sanitary sewer control, illegal dumping control, non- ' stormwater discharges, street cleaning,catch basin cleaning,detention/infiltration device 'r w ", : n : , maintenance,vegetation controls,pest management and lawn/vegetation maintenance, „ �! landscaping, pesticide/fertilizer use,etc. 17.....,- ■ ci rY U! Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Bernar1 ino Project Management Services for the Capital Improvement Program ( `.4 C •A YYY ■ i 1 3' Street and Del Rosa Avenue, San Bernardino, California DEA is currently providing construction management services and survey staking for 3`d Street and `' Del Rosa Avenue for the IVDA. The street is a designated major arterial as laid forth by the City of I San Bernardino General Plan Circulation Element.The project will provide an additional travel lane l in each direction, along with curb and gutter, sidewalks, street lighting, and provisions for median treatments. In addition,environmental and right-of-way assessments are part of the project. Verdemont Community Center, San Bernardino, California ' .-4 DEA's architecture team is developing the program and schematic design for the long envisioned Community Center in North San Bernardino Verdemont Area.The Mayor and City Council members Aenvisioned a building that will support the activities of the community, but would also be an example of environmental sustainability: 'The city's first LEED certified building.' DEA stressed that er ro P P orientation and the use of passive design strategies would allow the city to take advantage of i minimal cost elements:daylighting,shading, water-harvesting,cool and green roofs,and green walls. Renewable energy generation from the abundant sun using photovoltaic's(PV)technologies, and wind energy opportunities available on site has an initial first cost however could provide free energy for the facility and potential surplus energy"back to the grid".The committee explored the M=; initial building program, schematic floor plan and architectural alternatives, and confirmed a "i preliminary statement of probable cost. DEA conducted a series of neighborhood meetings to define the project,and solicited ideas,comments, and document the activities desired by the residents. DEA then prepared a consensus plan incorporating the community's ideas and presented it to the community for concurrence. The community highly desired that the facility be a living example of I r Ii, imi __...4 111 . 1 -4 111 II l_ t "' t i - j sustainable design and learning environment.The final master plan and exhibits presented the site `I plan, floor plans, building elevations,construction sections,and 3D model for approvals by the Park l and Recreation and Planning Commissions,and City Council. Design Development and Construction Documents will be completed in the fall of 2008. ,x Tippecanoe Street Improvements, San Bernardino, California DEA is currently providing construction management services and survey staking for Tippecanoe Avenue for the IVDA. The street is a designated major arterial as laid forth by the City of San Bernardino General Plan Circulation Element.The project will provide an additional travel lane in each direction,along with curb and gutter,sidewalks, street lighting, and provisions for median treatments. In addition,environmental and right-of-way assessments are part of the project. , • Oak Glen Creek at Wilson Creek, Yucaipa, California DEA civil engineers and landscape architects prepared conceptual plans for the detention/desilting basin at Wilson i Creek in the City of Yucaipa. Wilson Creek and Oak Glen Creek _ -- ; originate in the San Bernardino Mountains and flow in a �. • _t. southwesterly direction through the city of Yucaipa. In an r ••-; r 4f effort to reduce the threat of flooding, the City has obtained '' '* % 'A 4 Federal funding to develop a flood control project that would "`�';' achieve significant goals such as:groundwater recharge, habitat - _ §r ; preservation, non-point source pollution control, water A .. • ' amenities ' NF �.,N,<<ti„public awareness. The conceptual plan indicates a series of *--,• . detention basins throughout the 48 acre site that provides flood protection,while creating i rt .1. Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Sal Bernar1 ino Project Management Services for the Capital Improvement Program r. s . 0 e 0 recreational opportunities for the community. The DEA team worked closely with the biologists to identify critical habitat areas while developing appropriate strategies for mitigation. The project will • " provide a successful solution at filtering urban runoff through a natural wetland habitat while minimizing pollutant loadings. Wildwood Creek, Yucaipa, California r" The DEA team consisting of civil engineers, landscape architects, environmental planners and _.. biologists worked closely to develop a conceptual plan 5` i...34*.,.. .:..c . for Wildwood Creek in the City of Yucaipa that would `° -a provide long-range flood protection in an area suitable I `. for the implementation of recreational amenities. The . :, r �• team developed several suitable and creative concepts 4...z- k f.T I., for flood protection, several of which included ballfields, �( °77.,t • ' ,;-41°''x,:, soccer fields, a parking area, picnic areas,and t interpretive outdoor spaces. Similar in nature to the ""' ti F conceptual plans developed by DEA for the Wilson Creek f DETENTION DESILTENGWO! © site, the goals remained the same: Groundwater "\I XII DW]ODEKEEK_ , r PRELIMINARYCONCEPTUALDESIGN-SCHEMEC * recharge, habitat preservation,non-point source 4 4 pollution control, water filtration; and the implementation of recreational amenities to assist in public awareness. 41 - The conceptual plan indicates a series of detention basins and bioretention swales throughout the 19 ` acre site that provides flood protection, while creating recreational opportunities for the community. Multi-purpose trails, ball fields, picnic areas, informational signage, and a parking area have been identified as first priorities for construction once the detention basins have been addressed. The DEA team worked closely with the biologists to identify critical habitat areas while developing appropriate strategies for mitigation. The project will provide a successful solution at balancing flood control measures with that of providing much-needed sports fields and recreational open space. ',-4 Los Angeles County Headquarters Parking Lot Program Report, Los Angeles County, Alhambra,California „, , In January2000, the Los Angeles Regional LOS ANGELES COUNTY Water Quality Control Board approved the DEPARTMENT OF PUBLIC WORKS V, y ....W. -_ Standard Urban Stormwater Mitigation Plan i'' f (SUSMP)for Los Angeles County and 85 +..� participating cities within the County. The P P g 2:- P' "~ , 1'3 SUSMP was developed in compliance with the Los Angeles County Urban Runoff and •'t`•'• °°k stormwater National Pollutant Discharge a Elimination System (NPDES) Permit and - ■ ` . seeks to reduce stormwater pollution from ,, new non point sources. The SUSMP o�crPTI,,LSlrrai.aN includes best management practices(BMPs) THE ALHAMBRA HEADQUARTERS PARKING LOT RETROFIT PROJECT III-- that must be included into s ecified •- A DEMONSTRATION OF THE STORMWATER BEST MANAGEMENT PRACTICES P categories of new development and a ; redevelopment projects, as well as other recommended BMPs for various projects. The County chose `'# '-� its own headquarters as the site for a Demonstration Project In September 2000, LACDPW engineers ` ''. , and landscape architects participated in a design charrette that led to alternative solutions in the use 14 x,1 � . of BMPs at the County's parking lot. Subsequently, the County wanted to develop a conceptual site ', plan for the parking lot and identified a number of design parameters for the Demonstration Project. '''' In realizing the interrelated functions of stormwater drainage with water use,energy use,waste .:`' - disposal, air pollution, and flood control, the scope of the Demonstration Project has expanded to h include all aspects of watershed management. The County hired DEA to build upon the outcome of i,•r or Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and ` Sal Bernar ino Project Management Services for the Capital Improvement Program r;. 0 t the design charrette and needs assessment for the development of the Conceptual Site Plan and Program for the Demonstration Project.The Program and Conceptual Site Plan for the .`' Demonstration Project is expected to serve as the basis for a proposed site plan and redesign of the parking lot. . GC3- Major Entertainment Studio Site Development, Glendale, California,On-going DEA is providing civil engineering services on this project for a high-profile entertainment client. Y The project involves the redevelopment of an existing 120-acre site in the City of Glendale. The I` 4 development of this site is estimated to take between 15 to 20 years to complete and will be done in a I2-phase process. The project is requiring straight-forward planning and the design of infrastructure ,1 to facilitate various design alternatives. Infrastructure involved in this process includes storm drain systems, telecommunications, water systems,sewer systems, road improvements, and utility 4' location surveys. 4 Cherry Avenue Street and Storm Drain Improvement Plans, Fontana, California 1 DEA recently completed plans for the street and storm drain improvement plans for Cherry Avenue for the City of Fontana. DEA engineers worked closely with the `'w ,<A city engineering and traffic staff to develop street widening and infrastructure plans along approximately 4 miles of roadway � " within the city. The project involved replacing several storm drain (` - laterals and catch basins at two different intersections to allow `'" --,----w e ' roadway widening and increasing curb return radii. DEA - engineers performed extensive utility research for the new I �....� - improvements and alignment/ROW analysis adjacent to the city of Rancho Cucamonga boundary. Initially, DEA provided the County with a complete design survey and base mapping for the entire project site. '` Ranchero Road Grade Separation and Storm Drain System, Hesperia, California DEA prepared final plans and specifications for a 1.5-mile portion of Ranchero Road at the crossing of the AT&SF Railroad and Antelope Wash. For the project, DEA '" - determined the location of the railroad crossing and how ,�- it would affect the location of Ranchero Road to the east :::7---,":"-- *.. and west of the crossing. Work tasks included mapping .P � r topography, identifying utilities,and locating property : = -- � , - lines and section corners for 8.5 miles of Ranchero Road •, A from 1-15 on the west to"1"Street on the east. - - " , --tom ..aii'' DEA established horizontal and vertical control at Adobe, Juniper, Cedar, Calo, and Cajon Peaks,and used GPS surveying techniques to establish 55 locations i-' and set state plane coordinates to these points. After establishing ground control, DEA coordinated the flight and development of the mapping for the 8.5 miles of roadway. DEA was then able to ; prepare alternative alignments, limits of construction, and earthwork quantities in a cost-effective manner. DEA prepared five alternative alignments: two overpasses and three underpasses. These alignments were presented to the Hesperia City Council at four community meetings. The Council '. - • authorized DEA to proceed with the preparation of final plans,specifications, special provisions, right-of-way documentation, hydrologic analysis,and the engineer's cost estimate. Extensive :° t '. coordination between DEA, local utility companies,and AT£SF Railroad was necessary to successfully complete the project. The project required the design of more than 73,000 lineal feet of ,-k _. storm drain ranging in size from 36 to 66 inches reinforced concrete pipe as well as four 10'x 10'and .;z-2 2,,,.::;.:°., ;t.. one 12' x 12'concrete box culverts. The storm drain location was impacted by underground ,=: , utilities/substructures such as bridge footings,piles and utilities within the railroad right-of-way. . Irir , .I This project was originally completed in 1994,however, the city of Hesperia has revitalized this project to bring it up to current standards and specifications. DEA is currently coordinating with • i., BNSF Railroad to modify the bridge design plans and bring them to current standards. "ITV oP Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San blur ino Project Management Services for the Capital Improvement Program r ., sa O IP ik .. Roripaugh Ranch, San Bernardino County, California DEA was commissioned to provide civil engineering for all major infrastructure improvements, planning, and subdivision design for this master-planned community. Based on the .0 i eA, -.. 3 Specific Plan,and working in a team ..,—.4: .... • , environment with multiple specialty consultants, DEA created the base sheet ., " documents, boundary mapping, and > _ ., , - engineering data All documents were m :- , provided in digital files to the other team - members for ease of use The project site = i ; ,' consists of 788 acres,and will have 2,058 residential units. The project required the planning and alignment of two arterial roads on and off site,and the coordination with two adjacent development projects. Major utility infrastructure including sewer and water facilities, coordinate improvements with regional Metropolitan Water District transmission facilities,gas and ii r electrical, master drainage facilities,and significant environmental mitigation programming. DEA also prepared and processed a parcel map on 640 acres for the purpose of financing,and to convey • environmentally sensitive areas for habitat preservation. As part of the project, DEA provided preliminary construction cost estimates. Additionally, DEA prepared the master tentative tract map to be consistent with the phasing of infrastructure improvements. On-Call Landscape Architectural Services, San Bernardino County, California DEA is currently providing on-call landscape architectural services for a multi-year contract with the County of San Bernardino Special Districts division. DEA has provided park master planning and design services for numerous San Bernardino County parks and facilities. Kessler Park, San Bernardino County, California ' DEA's design team, in conjunction with the City of Fontana and the County of San Bernardino, provided a conceptual master plan for the joint renovation and expansion of the existing .d ,. wz :.e.. a -`.aa - aa.. ;a0;a;, v ee.e lt pOe ,....,..a `y 7 t ..: •, ,,_,,,• i- ._ , : :i • e.i. a e iz 044 0, 1:• ,. i . - • • •c 3 gay 1,4 7 •:` KESSLER PARK-MASTER SITE PLAN-COUNTY OF SAN BERNARDINO ; neighborhood park and equestrian center. Placing an emphasis upon both active and passive ,,.', •' recreation that may be accessed by a broad spectrum of ages and abilities, the master plan proposes -' p= the renovation of little league and soccer fields,equestrian center, tot lot, picnic areas, parking, and : accessibility to the community center. The proposed expansion incorporates the adjacent capped 'r.4 landfill to provide new soccerifootball fields on synthetic turf, parking,additional tot lots, picnic areas, enhanced trail system and views,as well as an expanded maintenance and concessions °� facility. The DEA team provided final construction drawings including a new irrigation system that arir I addresses natural turf play areas as well as providing irrigation equipment and techniques suitable c c `- for the new synthetic fields. 1 rrc=r Proposal to Provide Professional Civil Engineering Servi,.es for Cn Call Civil Engineering and Sao Bernarl ino Project Management Services for the Capital Improvement Program 4 Q ( `4 0 jj Phelan Park, San Bernardino County, California DEA's team of engineers, surveyors, and landscape architects .' 3 w provided plans, specifications, and construction cost estimates for San Bernardino County's new pocket park facility in Phelan. The.. it, y obi ! ` �# 2.I-acre park included a children's playground, basketball court, ,,, °:: ; skate park, restroom facility,decomposed granite walkways, and • I --- picnic areas. The planting design consists of a unique desert• - ,,mi a palette and the open field areas consist of a decomposed granite ,.A m ak i .lido•!• and native soil mix. The irrigation system consists of an automatic , p►!&.pa!k,,,„, 4 t.2 -�■g.a;in system with drip irrigation for desert accent plantings. i p g Sunburst Park, San Bernardino County, California ': 1 t DEA provided park planning and construction document services for the county of San Bernardino. w The park improvements consist of an interactive water play area,and a modular skate park area. The splash pad area is approximately 550 sq. ft. with eight aboveground features.The modular skate area ;, included 8'high perimeter fencing with 13 modular skate panels. r South San Fernando Streetscape Enhancements, Burbank, California , DEA provided project management and design services for the 4ii-- • , > „,,,,„?,1-„,,,,!„, ,. final plans on South San Fernando Boulevard. This newly $ 2 f ..x- , 3” revitalized commercial corridor includes streetscape w t...enhancements such as street trees, benches,decorative '� ' hardscape,ornamental lighting, medians and traffic calming �0 • ' measures. Three distinctively different designs were 1' S presented for review and consideration by the community. ____.4••••••••••',MK New, high density residential development is also under consideration by the community redevelopment agency and h. . I therefore, mixed uses will require the careful consideration of the entire design team. Freedom Park, Palm Desert, California DEA provided conceptual, final design and construction administration services for a new 23-acre park in the City of .' ` Palm Desert.This "Award Winning"park includes three lighted : � ;,:;4• 6 ball fields,one soccer field, two lighted sand volleyball courts, "" �' two lighted tennis courts,a skateboard area, a plaza and stage tr r: ,, , ' area, two playground areas,a third play area with a fog fountain,picnic shelters, a restroom/concession building and �ti. ,, '� _^� additional restroom building.Ten star shaped stations located -- -- around the park memorialize our rights as American citizens. Y 4.' Open space landscaping, includes desert plant life appropriate for the low desert. SR 73 Corridor Enhancement Master Plan, Aliso Viejo, California DEA provided landscape architecture and transportation enhancement planning to the City of Aliso Viejo for the SR73 Corridor Study. Working closely with the Toll Road Authority, Caltrans and City staff, DEA teamed with Nuvis s, . Landscape Architects and Hunt Design to provide conceptual and '" '`' design development plans for landscape beautification,gateway _-,x 5 } . . . " '' and monumentation signage, bridge enhancements,and Art in i s i .--ic ' Yom' ?';`°'`' Public Places. The plan includes goals such as establishing a ';... ; " f._. .or. �_ ,.. "Sense of Arrival"into Aliso Viejo and Public/ Private partnerships for project implementation. Highway funding was 7 "' addressed to provide long range planning, while photo > , I inventories assisted the project team during the early planning stages. Opportunities and constraints :ITS' OF Froposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Bernar1 ino Project Management Services for the Capital Improvement Program ' ClOQ were addressed and included topics such as reinforcing the business core and the need for distinction, respectively. The project allowed the R . team to explore opportunities for reinforcing the City's desire for Aliso ,181 1 Viejo to be known as"A Great Place to Live, Work and Play". DEA - .0 worked closely with Caltrans District 12 on the development of signage >a 0 i utilizing the State's Gateway Program. .'. KOA PROJECT EXPERIENCE Victoria Avenue Improvement Project, San Bernardino, California As member of a larger team, KOA Corporation is providing traffic engineering and signal design • services for this project.The improvements were needed on Victoria Avenue due to the construction 0 t of a Bingo and Casino constructed by the San Manuel Band of Serrano Mission Indians.Two new traffic signals were proposed and designed for this project. Specifications and construction costs were also completed as a part of an overall bid package. KOA was also responsible as traffic consultant for completing the traffic report to study impacts at three intersections on Victoria Avenue for existing and projected traffic conditions. Reference: Mr.Robert Eisenbeisz,Traffic Engineer,City of San Bernardino, Department of Public Works,300 North D Street,San Bernardino,CA 92418,(909)684-5203 Traffic Signal Design Services for Tippecanoe Avenue and Orange Show Road, San Bernardino, California t. KOA Corporation provided traffic engineering services for this project.Two new traffic signal installations and one signal modification was prepared for Tippecanoe Avenue and Orange Show Road in the City of San Bernardino due to developments adjacent to the intersections. KOA was responsible for preparation of traffic signal plans,specifications,and engineering cost estimates. Reference: Robert Eisenbeisz,Traffic Engineer,City of San Bernardino,(909)630-8003 P Strategic Plan for Relieving Traffic Congestion and Signal Synchronization in the City of Rancho . Cucamonga, California KOA was selected by the City to address multiple areas of concern related to traffic operations and 7* safety in the city.The project consisted of three parts: Part 1. Traffic Signal System Study.The Traffic Signal System Study included an inventory of all of the City's existing traffic signal controllers and signal interconnects equipment. KOA t ., prepared a map of all existing and programmed underground signal interconnect conduit, determined how many on-street master controllers will be needed at build out,and recommend locations for these controllers. KOA examined the City's existing Econolite Aries �.4 monitoring system, and made recommendations for the City's future needs. KOA recommended an interconnect method for each existing and future traffic signal, i.e., Fiber IV' optic,copper wire, wireless, or telephone. KOA recommended the combination of signals into coordination systems. KOA evaluated the appropriateness and cost effectiveness of 0 underground conduit, wireless or telephone interconnect methods for use in the City j; Part 2. Strategic Plan of Traffic Congestion.This part of the scope was further divided into . , three categories. In the first category KOA updated the existing safe route to school (SR2S) - ,`. map for the City. This included 22 elementary schools, 9 junior high schools and 4 High `'; Schools. The maps included each school's boundary for walking and busing. KOA 11,4: ; recommended a policy for school crossing guards, stop sign protected school crossings, and signalized school crossings. KOA examined traffic congestion and pedestrian safety around ';1„ schools, and recommend relevant traffic safety practices. In the second category KOA 71112:'> -' - examined the intrusion of parked cars from schools, parks, and apartment complexes into residential neighborhoods, and recommended appropriate mitigation practices. KOA '..■awn..• Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engireenng and San Bernardino Project Management Services for the Capital Improvement Program ov uuu, 4 discussed the pros and cons of parking permit programs. In the third category KOA developed f traffic calming strategies for the City. KOA examined speeding traffic on residential streets, r ; and recommended appropriate traffic calming practices. KOA created a Neighborhood Traffic Management Program "NTMP Toolbox"of traffic calming devices and methods to assist the City,which included the creation of a training manual, handbook, logo, and traffic calming design alternatives.The final report will be provided in electronic format and posted on the City's web page. Part 3. Red Hill Traffic Study.The residents of the Red Hill area of g"�`u" Rancho Cucamonga had expressed concern about cut-through traffic •' '1- °< using Alta Cuesta and Red Hill Country Club Drive as a short cut to get from Base Line Road to Foothill Boulevard. KOA studied the traffic •• situation in the Red Hill area and worked with the City staff in • would be %4 developing traffic calming strategies in the community. Meetings were held with select group of community leaders which were . followed up with a formal presentation to the community. KOA ry prepared PowerPoint presentations including various traffic calming '� ,, measures for which the City obtained consensus from the community. ` "•' !oi 3, Reference: Mr.Jon Gillespie,P.E.City Traffic Engineer,City of Rancho Cucamonga ;„ .r' - ( s 10500 Civic Center Dr. P.O. Box 807,Rancho Cucamonga,CA 91730,(909)477-2750 Ext k` 4051. • ¢ Reche Vista Drive Realignment: Heacock Street to 200 feet north of the City Limits, Moreno t Valley, California 4 t : v .`,. :"N ,i,,,..‘„ Based upon traffic projections and the existing and future land Ij �` �' i \ I ` '' use, the City of Moreno Valley(City) has expressed the desire to ' : ' 1`,s`,-, i., `,tir d ..'"—' f.. z9`y. r •-•! .,,� i �„, �.. . �` realign Reche Vista Drive from the intersection of Perris — , ��t. f., ; Boulevard/Heacock Street to 200 feet north of the city limits of 4 '. ' - the City of Moreno Valley. For this federally-funded project, the , •>,� ., • . �` ` # . .. City has recently selected KOA to complete the NEPA/CEQA ' ` documentation, Right of Way Appraisal and acquisition along ' t `y . ,'mot i+; ,, with study of alignments and preparation of Plans,• Specifications and Estimate.The stretch of Reche Vista Drive to ,, '.:1' ..,°v, be realigned is included in the Federal Route System and the .� -. Comprehensive Transportation Plan (CTP)network;Reche Vista ' .• , ; _, Drive is classified by the City's General Plan as an arterial i .A.' I .,;..a n - highway.The Project is included in the CETAP as an alternative route in the San Bernardino County—Moreno Valley Corridor.The Riverside County Transportation I Commission has included the project in their RTIP/TIP.The ultimate project will consist of a five lane section with curb/gutter and sidewalk and a raised median. However, the project is planned to be 1 constructed in two phases wherein the first phase only the outside lanes will be constructed, followed up with construction of inside lanes and the median.The intersections will be built to ultimate lane configuration in phase I. As a prime consultant, KOA has formed a team and is responsible for the complete scope of work including, but not limited to, environmental clearance, ' '.,- A right of way acquisition, and completion of the PS&E documents. • „. Reference: Mr. Khaki Bazmi, P.E.Senior Engineer, Public Works Department, City of Moreno Valley, 14177 e: Frederick Street, Moreno Valley, CA 92552, (951)413-3130. '..f:' a' Fontana Civic Center Parking Study, Fontana, California � r KOA Corporation prepared a parking needs assessment for the City of Fontana as part of their Civic ' Center Master Plan update.The study included the quantification of existing parking demand and utilization as well as future parking needs for the expanded Civic Center. KOA worked with the City's k architect and various municipal departments as part of the on-going planning effort. A key element ITY OF Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and San Bernari In0 Project Management Services for the Capital Improvement Program S . YA O 1 ,., of this analysis was the development of a parking demand assessment and needs analysis for the new library, which will be expanded from local branch status(8,430 square feet) to regional facility status at 105,000 vs. II iReference:Owner:City of Fontana,8353 Sierra Avenue, Fontana,CA 92335, (909)350-7600 phone,(909)350- 7697 fax, Ray Bragg,Community Redevelopment Director, (909)350-7697.Client: RNL Design, 800 Wilshire 0 i Boulevard#400, Los Angeles,CA 90017,(213)955-9775 phone,(213)955-9885 fax. ill 1 Preparation of Plans, Specifications and Estimate for Road Improvements, Thermal, California • KOA was selected by the Riverside County Economic Development Agency to provide professional IP engineering services for improving the general road conditions in the Town of Thermal. The project consists of improvement of 4'it 4'E 0 about 5 miles of road throughout the Town vicinity and requires 1 at EP road widening,drainage improvements, streetscape, and traffic `1 ��' �"� �- 1 signal design. The roadways are proposed to be widened to the classification identified in the County's Circulation Plan. Major •ajri►,; �I■ �� it 3 improvements include Airport Road that will be widened for a °' " length of about 2.8 miles from existing 2 lanes to a 7-Lane Urban Arterial Section with curb&gutter, and sidewalk.The project will include major consideration and design of a closed drainage � ,• system.This type of widening requires additional property acquisition so the project includes writing of the legal descriptions,etc.The project would also E require under grounding of power and transmission lines through the Airport Road Corridor. Architecturally and aesthetically pleasing bus stops are also being planned to address the transit needs of the community.Obtaining the community consensus for the proposed improvements is one • of the most important tasks of this project.A PS&E package will be completed for this project,and KOA will also provide construction inspection services. One of the key aspects of the project includes constructing curb and gutter and rehabilitation of streets within the Town of Thermal.This required adjustment of driveway profile and consideration of drainage flow so that ponding does not occur within the private parcels.This project went through the normal CEQA Categorical Exemption 1 process. Reference: Mr.Joaquin Tijerina,Project Manager, Economic Development Agency(FDA)of Riverside County, 44-199 Monroe Street,Suite B, Indio,CA 92201,(760)863-2552. Yucaipa Boulevard Widening Project,Traffic Signal Design, Yucaipa, California KOA is providing Traffic Signal Design Services as a sub-consultant to Huitt Zollars.This project is located in a highly urban area of the city with a large volume of traffic traveling along the corridor s during peak periods.The project consists of improvements to about 3,500 feet of the roadway between . 12th Street and 15th Street,and requires road widening,drainage improvements,and traffic signal 5 design.There will be one additional lane added along both sides of the street. Bicycle lanes are also being added for two directions. KOA Corporation was responsible for traffic engineering and signal design services for two intersections. Traffic signal modification plans and traffic interconnection plans are needed to accommodate the change of intersection geometry due to street widening. KOA Corporation had conducted field reviews to identify the conditions of existing traffic signal equipment R ; and the possibility of utilizing,as much as possible, the signal hardware to save traffic signal construction costs for this project. Specifications and detailed engineers estimate were also completed as a part of an overall bid package. - Reference: Mr. Peter Bernard, P.E., Project Manager,Huitt Zollars,Westlake Village,CA,(805)418-1802. t 71: Traffic Signal and Interconnect Design, Rancho Cucamonga, California g* KOA Corporation was selected by the City of Rancho Cucamonga to provide design services and complete PS&E package for the following intersections: • Hermosa Avenue/Church Street ITV OP Proposal to Provide Professu;nal Civil Engineering Services for On-Call Civil Engineering and Sae!kw ino Project Management Services for the Capital Improvement Program 0 • Banyan Street/Banyan Fire Station • Foothill Boulevard/Malachite Avenue r • Terra Vista Parkway West/Church Street • Modify Signal Design at: 1 • Carnelian Street/Highland Avenue • Haven Avenue/Lemon Avenue v • Traffic Signal Interconnect at: • Haven Avenue:From Banyan Avenue to Baseline Road ' The project design services included intersection modifications at a couple of locations,construction of ADA Ramps,and signing and striping.At one of the intersections,coordination with the business owner was required for their access needs. Reference: Mr.Jon Gillespie,P.E.,Project Manager,City of Rancho Cucamonga, 10500 Civic Center Dr.,Rancho Cucamonga,CA 91729,(909)470-2740 Ext.4051. 2> , Three Intersections and 'C' Street Improvements, Colton, California (' ` , KOA is under contract to provide design services to the City of Colton for three intersections.The ', design includes improving the intersections to comply with ADA standards and signalizing the following three intersections: N • La Cadena Drive/Rancho Avenue • Agua Mansa Road/Rancho Avenue • Colton Cement Plant Road/Rancho Avenue Additionally, 'C'Street will be widened to connect the previously widened sections at both ends.This will be needed for the south side of the street serving the eastbound traffic.The project requires I constructing new sidewalks and improving the driveway access to local properties.Right of way will be ' , required on this project including coordination with property owners. s Reference: Mr.Victor Ortiz,Engineering Manager,City of Colton,Corporate Yard,160 S.10th St.,Colton,CA 92324, (909)370-5065. SR-14 Reversible HOV Lane Feasibility Study and Preliminary Engineering, Los Angeles County, California 1 ,- KOA completed a feasibility study and preliminary engineering report for LACMTA and Caltrans to examine t, \ the potential of constructing reversible High Occupancy --`"°` Vehicle(HOV) lanes on the 40-mile long SR 14 corridor j---`-----------_,-/ between 1-5 and Palmdale.The project sought to maximize -'' the capacity of the SR-14 while minimizing the need for ..-..' ,_ additional right-of-way and associated construction costs. �I This project reviewed the feasibility, costs, and available f . funding mechanisms for two alternatives between the 1-5 r ` and Avenue Pin the City of Palmdale:(I)Conversion of the existing HOV lane pairs into an AM/PM reversible µ operation;(2)Construction of a third HOV lane to �; ultimately convert to a 3-reversible HOV lane operation. The preliminary engineering addressed issues identified by Caltrans, including the safety and efficiency of the reversible HOV lane operation :.,,-- ..1,,,' :,:.: with transit and mix-flow traffic,and examined accessibility to and from the reversible HOV lanes �' along the entire SR-14 corridor. Estimated construction cost for the improvement is $800 million.•''" Reference:Mr. Brian Lin, Project Manager, Los Angeles County Metropolitan Transportation Authority, (213) 1117.i.F.- '• 922-3036. I I Y OF Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and Saa Bernar1 ino Protect Management Services for the Capital Improvement Program t r7r,, 0*';.. ff. . k JCA ENGINEERING INC., 4:.- SELECTED PROJECT EXPERIENCE: • The Grove Community Church, Riverside,Ca. `, • Jack Bulick Sports Complex, Fontana, Ca. • Fontana Skate Park, Fontana, Ca. • Ingalls Park, Moreno Horse Arena, Norco, Ca. • Porterville Sports Complex, Porterville, Ca. • Yucaipa Park, Yucaipa, Ca. • Jet Propulsion Laboratories Perimeter Security Lighting and Security, Pasadena, Ca. • • The Rock Church, San Bernardino,Ca. • George Patton Park, Indio, Ca. • Iris Landing Condos, Moreno Valley, Ca. • Rockcliffe Condos, Moreno Valley, Ca. • Moreno Valley Community Park Sports Park, Moreno Valley, Ca. • San Sevaine River Trail Pathway Lighting,Fontana, Ca. _ • Thomas River Elementary, Riverside, Ca. lit • Bill Martin Community Park, Fontana,Ca. • Center Street Park Sports Park,Victorville, Ca. • • Hook Park Sports Park,Victorville, Ca. 0 • Eva Dell Park Sports Park,Victorville,Ca. • Colton Middle School Soccer Field Sports Lighting, Colton, Ca. A • Corona Street Improvement Project, Corona, Ca. • Amar and Azusa Boulevard Streetscape, Covina,Ca. • California Baptist College Music Building, Riverside,Ca. • Hyatt Elementary Fire Alarm and Intercom Replacement, Riverside, Ca. • Castleview Elementary Fire Alarm and Intercom Replacement, Riverside, Ca. • RUSD District Power, Fire Alarm and Intercom Study all sites, Riverside, Ca. • County Sheriff's Station,Victorville, Ca. • Youth Center, City of Cerritos,Ca. • Senior Center, City of Montebello,Ca. • Los Banos Junior High School, Los Banos,Ca. • Central Elementary Library and Science Building, Rancho Cucamonga,Ca. • Jurupa Education Center,Jurupa, Ca. • ESRI Building Two, Redlands, Ca. • American Building Supplies, Ontario, Ca. • Four Sites of Fire Alarm Replacement, Rialto, Ca. • Oakridge Private School, County of Orange, Ca. Corona Main Street Remodel, Corona, Ca. ' • Multiple Compress Natural Gas Stations, California/Texas 4 • Gene Autry Trail Business Center, Palm Springs, Ca. • Redlands Medical Office Building, Redlands, Ca. • Naval Weapons Base Firing Bay, China Lake, Ca. • Pollywog Park, Manhattan Beach, Ca. 1,4,- • Union Pacific Railroad Trail, Fullerton, Ca. • Chaffey College Campus ADA upgrade, Upland,Ca. • Niagara Bottling Industrial Warehouse, Ontario, Ca. ; • T.A.Truck Stop West and East,Ontario, Ca. r • Portable Classroom Installation, Riverside, Orange,Coachella,Jurupa, Montebello, El Monte, a f ,4 Cupertino, Ca. sY ITT OF Proposal to Prcvide Professional Civil Engineering Services for On-Call Civil Engineering and Sae Bernarlino Project Management Services for the Capital Improvement Program. f j st 'a, Scope of Services with Project Experience Matrix -4 On the following page you will find a matrix of the services shown in the RFP by the city across the top and a list of representative DEA and our subconsultant projects listed along the side. The matrix . demonstrates that the DEA team has the depth of experience to meet all of the services as described 4 in the RFP. Below you will find our references for these representative projects. 'i I r i DEA References s Mr.Michael Raihle Mr.Michael Popegracz County of San Bernardino-Department of Public Works City of Hesperia 825 East Third Street,Room 145,San Bernardino,CA 92415- 15776 Main Street,Hesperia,CA 92345 `, 0835 (760)947-1000 1 (909)387-8145 (> Mr.Ray Casey Mr.Julio Castillo City of Yucaipa Metropolitan Water District ("; 34272 Yucaipa Boulevard,Yucaipa,CA 92399 700 North Moreno Avenue,La Verne,CA 9175o (909)797-2489 (909)392-2590 Mr.Joe Cook Mr.Steven Chen,P.E.,Senior Civil Engineer Coachella Valley Water District Street Improvement Group ...4 P.O.Box io58,Coachella,CA 92236 City of Los Angeles,Dept.of Public Works,Bureau of (760)398-2651 Engineering 1149 South Broadway,Suite 810 ' Los Angeles,CA 90015-2213 Ms.Anne Dutrey Ms.Donna Yep City of Chino Hills,Engineering Department Los Angeles Community Redevelopment Agency 14000 City Center Drive,Chino Hills,CA 91709 354 South Spring Street,Suite 800,Los Angeles,California I. (909)364-2770 90013 (213)977-1600 Mr.Chuck Peer,P.L.S. Mr.Hugo Acevedo 1. County of Los Angeles Los Angeles County,Department of Public Works 900 S.Fremont Avenue,Alhambra,CA 91803 900 South Fremont Avenue,Alhambra,California 91803 ,' (626)458-5144 (626)458-7396 Ms.Janis Steele Mr.Aurelio Aguirre City of Palm Desert Riverside County Economic Development Agency 73-510 Fred Waring Drive,Palm Desert,CA 92260 1325 Spruce Street,Suite 400,Riverside,CA 92507 (760)776-6423 (951)955-6682 Mr.Bill Emmett Mr.Greg Bacon ,; City of Burbank County of San Bernardino,Special Districts 275 E.Olive Avenue,Burbank,CA 91510 157 West Fifth Street,San Bernardino,CA 92415 (818)238-5180 (909)387-6076 Mr.Angel Fuertes t City of Aliso Viejo €- 12 Journey,Suite 100,Aliso Viejo,CA 92656 4 (949)425-2531 ,'t+, 'off s ; ,, 4, :at v ITY OF 1 Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Saw Bernar�lno Project Management Services for the Capital Improvement Program .-W.. �: 11 O t, PRAJEgT , 1 ow„ Construction Traff .'4:' Electrical, tat Management Engineering; Engineering Lighting) 1 s;, i o s 1 s Y c O a > a v a a 4--- J v a O v N C N t ti .. , V1 -, N N w v Z O O TT; N N U C C_rD On_Call Engineering Services,Chino Hilts,CA 4 U • 000U-0 On-Call Engineering Services,Fontana,CA 4) .--..-.-- `3 On-Call Engineering and Survey Services* Coachella Valley Water District,Cl . .. 11111111■.IIUI.■■ LOn-Cali Engineering Services,Los Angeles,CA MIN-■■-■-- I) Ion-Call Engineering Services,CRALA,CA 4 E® • ■■-■- As-Needed Surveying and Right of Way Engineering Services,,County of Los Angeles,CA . 4 .■■..■.■. t Angel q Engineering Services,County of Cod 0 Vial . 111211111111111 Angeles,CA On-Call Engineering Services,Dept of Beaches 13 rand Harbors,Los Angeles„County,CAT- EMI ������ [Levee Certifications San emardno County CA .-_..-.-- MtAtl ,Survey Mapping and Related Servicesi r 3 O`rt-Salt Contract,Southern California IIIII■..■.■■ SWPPP,Southern California iiuii $t:and Del Rosa,Street improvements,San IIIIII IRIII VI rnardino,CA, staking,[Tippecanoe Construction Mgt and Survey Ill” IIIIIIIIIIIIIIII ,� Staking;San Bernardino,CAl 1rdemont Community Center,Sail Bernardino, N .■■..■.■■ Wilkort and WtldWood Creeks,Yucaipa,CA" U- • ■■-■-1111 diem,Ave..t Street and Storm[gain improvement 111111 1111111111111111 Kant,Fontana*CAi Roripaugh Ranch,*San Bernardino County*CA 4 ■- • ■■-■.. 3 3 [ osAngeles County Head uarters Parking tolr 1. 4 Program Report Aihambra4 CAS ' 1 g ' .■■..■.■■ L,G4 Prooect,Confidential Client*Glenda CA .'.: 4 .-■-■■-■-- �atn Slse Hee i$1 A ePi'ration ad5tor ,b:ii 4 .■■..■.■■ �n i raX rvcedg .`" IIIIIIIIIIIIII I t enardi Kessler Parll San Bernardino County,CA ' 4 ■--■■-O j[ 3 L r„arok s�c arm;C .. :: 4 •� EMMEN= Sunburst Park Sari iterna tt41 eau:rttpl, ,;r 4 Elm 11111111111110111311011 mtrac itentrartda ee1at Eti4ancerten* ■..■.■E1.■ � eictl�ir"arli��3t�E�ies �. l ' =WI ' ::41 Service Recognition Awards Over the past few years, DEA has been awarded several recognition awards from various associations. Shown below are just a handful of awards DEA has received. a '. lik DEA Awards/Commendations re': National Awards ' ^'4,7 0."777 , '` '7.-473!7 ;`,+. 7 :777 '''"'7.xr�rv!'k*., ry.,+:+`mc3,.q..g 777,---77,--7—!..----777.77-17,, 7. a '1-10 HDS Surve ing American Consulting E9meers Council 'National Recojpition Award 2007 Pftramid Lake WWII Vintage Ordnance Recover Secretaryof the Armm:_ , .„,_ . _. .jnvironmental Award :...•...,...„-1.,. 2006 Pyramid Lake WWII Vintage Ordnance Recover 1 Secretaryof the Defense Award for Environmental Remediation 2006 Sea-Tac Bagwell3D Laser Scanning,:,_,.q. - - • lAmerican CansultfntEngineem Counci v r „ ..;2.-'--- Ngtfor Sllyer Award: .. _. y A 20( Eagle Creek Emergency Bridge Repair #American Public Works Association Project of the Year 2003 I-405 Corridor P . attr,; .. -. :... - American C., Win .): •41:Leefa.C• U =:` 1 :-:. p`• Netfrntal'G"ptd •art , .. .. .-_ ._ ._ 200 rlir Portland Airport MAX American Public Works Association Project of the Year 2002 1--405 CorridorProjraer. tNatlonai Association of Environmental Professionals✓ •" 4President's National Environmental Excellence Award .' ;-200 Main Street Handbook American Planning Association OutstandintPlannmiAward for a Program 2001 1, Sanluan Submarine Cable Comdor Study . AnterleanCansu ltitentliteeraCouncil: -s ?'"' HonorAivatf -; �j4 ° " ° °200' '- `Gould Su erfund Site }American Consultin Engineers Council :Award of Excellence 1999 Charleston Slough '` ' !,American Public W Association, `7. ''';' , ' Projectof the 'eats: ' `' _ . _ r 199 40-Mile Loop ;American Society of Landscape Architects I Honor Award/Merit Award 1999j rrRegion�gal Awards I.tf .-� .d,. 4 3-" * . ` rx�rv.. ..° -t r a'°?^ wr, ,yna,.r smrn--1 : ^ ^:w.^,F..,77 ,.77„7 1;? q" ,, s.17 .': 'z". 7" 'I-10 HDS Surve 'n' ;Civil En•ineers and Land Surve ors of California Honors Award 2007 41 Mission Viejo Slope Repair,: Civil Engineers and Land Surveyors iirta1i ornia z} estAward 200/ Ev McLoughlin Boulevard American Consultin neineers Council (Honors Award 2007 Broadway Bridge Rehabilitation ; American eorsultingEngtneersCoundU ', "a. tProjectoftheYeai' , . .200 SR 190,Death Valley Emergency Repair iCivil Engineers and Land Surveyors of California Merit Award 2006 ` ' State Route 2S - urvey Civil Engineers and land SutJveyortr of California. k=`' �"' MerttAwartE'* 200 40 lAgua Fria Watercourse Master Plan ;Valley Forward Association .Award of Merit i Freedom Park, Palm Desert C'PRS Award Winner 2008 a.., . ; . ,,,,Ait, .'7,., "-...,4114,•:. '':"'-'r ..771E'llia07,..„ 1, 04.s .._,--___—__-1, i, ,_.,, ,,,,,..::...., ..,t;.,v . , , P. - rr-i It - # 1 °. + S" a� r "� , I { "RI' --.......-r! -: -:,.!■, b..ti 1,11 itt .. "I •mow°^° ; - - 5%:" !:—.''1-' ?Y� M s .; -il . kr A Parks bring a community together, they can inspire and motivate, but in the case of Freedom Park, we are also reminded of the privilege of freedom. Ir1 0P Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and Sae Bernar ine Project Management Services for the Capital Improvement Program rfft= I SECTION 2 — PROFESSIONAL STAFF a " � DEA has assembled a qualified project team based on the anticipated needs of this contract.The DEA y' I team members assigned have the experience and capabilities to provide the City of San Bernardino with quality engineering services.The DEA team has a proven ability to respond quickly and .1 effectively to your needs with staff available for projects as shown in the matrix provided in i Section 3. We feel our current experience and our commitment to the City will allow us to provide you with the best possible services. DEA's key staff is shown in the organization chart below. They are supported by over 100 professional staff in the Southern California Region. Resumes for the key team members can be found in this section of this proposal. ..t = ,, City of San Bernardino Michael Grubbs, P.E. I i Berle in Development Services Department Project Manage;- DA/QC. ( Jeffrey K.Rupp,P.E. Rob Bathke,P.E. ( David Evans and Associates,Inc. (DEA) DEA Civil EngIneerfn j r.: oitunsonettinr, r t Structural Engineering; i Perrnitttr Survevt ( fit' Water Resources y ii Utility Coordinatioq { .1 i Robert Vasquez,P.L.S. Gabriel Rodriguez,P.E. f Wagner Hawthorne,P.E. Gemot Komar,P.E. Tomas Molina,P E. Lisa Henstridge,P.L.S. Kirk Shimek Liuzong Zhu,P.E.,PhD Vincent Sobash,P.E. Rob Bathke,P E. Ryan Versteeg,P.L.S. Tomas Molina,P.E. DEA DEA DEA DEA DEA g Landscape Architecture r Construction Management Environments Traffic Engineering Electrical Engineering Kim S.Rhodes,L.A.3867 Mu i b Ahmed,P.E. 5 Martin Phillips,P.E. Ryan Birdseye J -,, Chris Giannini,L.A.287 Rock Mille,PE.,P.TOE. Jim Corns - Almabeth Anderson,L.A 4985 Alexia Stevens Josephine Alido,A.LC_P. a9 5 � Ming Guan,E I T Ruben Gutierrez I DEA DEA DEA KOA Corporation CA Engineering,Inc. t• Project Management Jeffrey K. Rupp, P.E. - Mr. Rupp is an engineering leader with DEA and project manager for this on- call contract. His experience includes engineering design and hydrology; design and analysis for parks; storm drain projects;street;sewer;water;and grading plans; underground utility structures; right-of-way projects; railroad track layout;environmental assessments;surveys;construction management; and a variety of large multi-discipline projects. I c , Rob Bathke, P.E. Mr. Bathke is a civil engineer at DEA with over 23 years of various engineering z '41-11. experience. He is the designated quality assurance/quality control manager for the Southern California region. He will bring his years of experience to bear on the final work product for this contract. In •I addition, his other responsibilities include project management,project engineering,and design for .~ 41 street improvements, infrastructure improvements,and storm drain improvements for public works, ,,Ir. 4, residential,and commercial projects. I ry OF Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering arid San Bernarl Ino Protect Management Services for the Capital Improvement Program ffni • ; Other Primary Project Team Members Gabriel Rodriguez, P.E. —Mr. Rodriguez is an associate and project manager at DEA with 12 years of civil engineering experience. Some of his duties include the management and design of storm drain and flood control facilities,hydrologic and hydraulic analysis,street improvements, infrastructure improvements,water a quality management,and residential and commercial development. Mr. Rodriguez is experienced in a variety i of hydrologic and hydraulic software including HEC-RAS, Flowmaster,WSPG,and Civil D. 40 . Tomas Molina, P.E. - Mr.Molina has over 32 years of civil engineering experience including more than 15 years managing all phases of civil engineering projects such as highways,utilities and infrastructure ,rt work for land development, transportation,ports,airports,theme parks and resort facilities.As project manager for numerous infrastructure projects for both the public and private sectors,he has a thorough understanding of managing projects from concept through construction for site developments and ' ;} special expertise in projects in heavily congested urban areas. Mr. Molina has experience on fast-track 40 projects achieving quality designs within budgets and on time.His responsibilities include directing the r preparation of tentative maps, tract and parcel maps,drainage plans,grading and street It .... improvements for subdivision projects,and the preparation of plans,specifications and estimates for public works projects. ° S Kirk Shimek- Mr. Shimek is a designer with DEA. He has over 32 years of civil engineering design experience in commercial, industrial, residential and various other land development projects. He has extensive experience in the utilization of Microstation/Inroads and AutoCAD. He has been 0 responsible for designing street improvements, water systems,sewer systems,and storm drains. He S has also been involved in the design of signing and striping plans,grading plans and paving plans. Additionally, Mr. Shimek has experience in the coordination with agencies,staff and principals. He has supervised staff production teams,schedules, and quality control. Wagner Hawthorne, P.E. - Mr. Hawthorne is a civil engineer with DEA who has over 17 years I ;.,. experience in the field. His experience includes hydrology report and storm drain design as well as modeling of water supply,stormwater and wastewater systems. He is experienced in a wide variety of computer software packages including WSPGW,HEC-RAS, HEC-HMS,WMS, SWMM,H2ONet, Haestad Methods Hydraulics and Hydrology, and the Civil Design hydrology package. Mr. Hawthorne has also been involved in the construction management and supervision of water supply, stormwater,and wastewater collection systems. Liuzong Zhu, P.E., PhD -Dr.Zhou is a professional civil engineer with DEA. His experience includes r engineering design and hydrology/hydraulic studies;as well as designing many storm drain systems and 4 water quality control systems. In addition,he has designed waterlines,sewerlines and has conducted hydraulic analyses for water distribution systems. Dr. Zhou has experience in using civil engineering software such as,AutoCAD,CivilD,WSPG,HEC-RAS,HEC-2 and Flowmaster. k_ Vincent Sobash, P.E. - Mr. Sobash has over 32 years of experience in the design and analysis of a broad range of structures. His experience includes the design of many equestrian riding and agricultural structures, retrofit of various public use facilities, served as discipline lead on a variety of on-call structural analysis and design projects for California State agencies, including CCA,as well as project manager and lead plan checker for the U.S. Navy. Gernot Komar, P.E. - Mr. Komar has over 18 years of experience in all phases of design,analysis, and ,)'',5..t. erection of complex bridge structures. This has involved major bridge projects all over the world, requiring in-depth knowledge and understanding of international design codes. He is an expert user of RM-2000 and has been involved in its development and improvement for many years. Prior to #' . joining DEA, Mr. Komar worked with developers of the RM software, TDV(Heinz Pircher and ' partners) in Graz,Austria. cry OP Proposal to Provide Professional Civil Engineering Services for Cn-Call Civil Engineering and Sao BernarI IN Project Management Services for the Capital Improvement Program r. , ,, YYY 4 Lisa Henstridge, P.L.S. - Ms. Henstridge will serve as the field task leader on this contract. She is a a survey discipline leader for DEA's Ontario office. She is also a project manager, project surveyor, and 1 geodesist with DEA. As a specialist in geodesy, GPS and survey data management, her responsibilities include network adjustments; field to finish data management utilizing various CAD platforms;analysis of survey data;preparation of land title descriptions and exhibits;right-of-way engineering;and the preparation of maps, title documents, reports, and project exhibits. x Robert Vasquez, P.L.S. - Mr. Vasquez has over 22 years of experience in the field of land surveying. He started his career in land surveying with the Orange County Surveyors Office where he worked for over 17 years before taking a position with the San Bernardino County Surveyor's Office. Mr. _1 Vasquez's background is well versed in all types of field and office survey functions. His experience with the direct supervision for the review and preparation of subdivision maps,jurisdictional boundary changes, land adjustments, legal description documents and exhibits, field surveying and boundary survey mapping gives him an excellent background for the requirements and procedures ' required for this proposal. Mr.Vasquez is also very familiar with the outline and requirements pursuant to the Subdivision Map Act(Government Code)as well as the Professional Land Surveyor's Act(Business 6 Professions Code). Ryan Versteeg, P.L.S.—Mr.Versteeg will serve as the office task leader for this contract. He is a professional land surveyor with DEA who has over 12 years of experience in this field. He has worked on large projects,directing the work of others in the transportation and subdivision market sector. His experience includes boundary and easement calculations,ALTA surveys,design surveys, records of survey, field data processing and right of way engineering. He has been responsible for writing legal descriptions and providing drafting assistance on various exhibits. His computer software knowledge includes StarNet, Microstation, Bentley Inroads,and AutoCAD and other COGO software. ".{ Kim S. Rhodes, L.A. - Ms. Rhodes is a California registered landscape architect,client manager,and j vice president with DEA. For the past 24 years, she has been responsible for landscape architectural design and management on numerous projects, including design and planning for parks, streetscapes,trails, hotels, sports facilities, schools,commercial, residential,and industrial 1 developments. She manages large, multi-disciplinary projects including on-call services contracts a for San Bernardino County, Caltrans District 8, City of Pasadena, County and City of San Diego,and a. City of Los Angeles; to name a few. Chris Giannini, L.A. - Mr. Giannini is a California registered landscape architect and project manager with DEA. He has been involved in landscape architecture for 15 years and has been responsible for landscape architectural design, management and construction observation on numerous projects, including design and planning for parks, sports facilities,streetscapes,commercial, industrial, retail facilities, developer housing, apartment housing,private residential,and memorial developments. He has been involved in the design of numerous Southern California parks,streetscapes and downtown revitalization projects, and currently manages the City of Lake Elsinore on-call plan checking contract. Almabeth Anderson, L.A. - Ms.Anderson has experience in urban design, streetscape and park projects, and other related public work improvement projects. For the past II years, she has coordinated with public agencies and various other disciplines involved in the design process. She has experience with community advisory groups, regulatory agencies, and other mixed audiences, in a'rt which she has organized consensus-building activities. She has performed several duties ranging `4. from the conceptual design to design development, through completion of construction documents. ` '`` Martin Phillips, P.E. -Mr. Phillips is a civil engineer and construction manager with DEA. He has 21 years of experience working for Caltrans on highway and mass transit construction and design <.wG." ' . projects. Overall, Mr. Phillips has 29 years of experience in the areas of design,construction - k management and administration of major municipal roadway and highway projects, to name just a -,TV ()P Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and 'Sal Bernarl ino Project Management Services for the Capital Improvement Program iff few. Presently, Mr. Phillips is in charge of the construction management services in Southern ' , 4',1 California. His responsibilities include developing business relationships with existing and potential clients as well as other consultant companies to facilitate the continuing pursuit of new work. ` Alexia Stevens - Ms. Stevens is a construction project manager with DEA. She has 18 years of experience working in the capacities of engineering technician, and field inspector. Throughout her 18 year career in the public works industry, Ms. Stevens has been at the fore front of innovation and pro-activeness in whatever projects she has been involved in. Ryan Birdseye- Mr. Birdseye has over 19 years of environmental planning experience working with both public and private sector clients. Mr. Birdseye is proficient in environmental review and 44, document preparation in compliance with NEPA and CEQA,project management, resources 0 -;. management, public presentations,and agency coordination. Mr. Birdseye has wide-ranging experience in the preparation of Environmental Impact Reports(EIRs), Negative Declarations, ,'' Environmental Impact Statements(EISs),and technical reports.Added to Ryan's wealth of experience is his ability to work directly with public interest groups to discern and evaluate potential 0 public concerns. Jospehine Alido,A.I.C.P. -Ms.Alido is an environmental project manager with over 20 years of experience in public policy and environmental planning. She has been responsible for the preparation of environmental documents in compliance with NEPA and CEQA, including Initial Studies, Environmental Assessments,and Environmental Impact Reports for private developments • «.,,, and public policy documents. She has also been involved in the update of general plans,housing f,� elements, and land use elements,as well as in the preparation of zoning ordinances. In addition, she has prepared zoning/general plan consistency analyses,water management plans, parking studies, and public participation plans. SUBCONSULTANTS .'" KOA Coporation Founded in 1987, KOA provides planning and engineering consulting services to public and private sector clients, specializing in traffic engineering, transportation planning and street and roadway design. Our professional staff of registered Civil and Traffic Engineers is located throughout California with offices in Monterey Park,Ontario, San Diego,Orange County,and Oakland. KOA has been involved in many of the largest public works and transit planning projects in California. Jim Corns and Associates Engineering (JCA) Jim Corns and Associates Engineering Inc.(JCA) is dedicated to provide efficiently innovative architectural lighting design services,and state-of-the-art electrical engineering. Projects successfully completed within the last year represent total construction values exceeding thirty million dollars.Those projects encompassed new and renovated educational facilities, efficient public works facilities, religious facilities,active and passive recreational sites,sports complexes, arenas and streetscapes for community revitalization.The principals of this growing design firm offer . more than 65 combined years of experience in electrical systems engineering. 0' The firm is a certified small business firm and has complete general liability, workman compensation, -45, automotive and errors/omissions Insurance coverage in the sum of one million dollars. JCA offers comprehensive experience in government, public works, parks, religious, business, -,, " ; , institutional and educational facilities electrical system requirements and construction. In addition r Y q J CA provides design ex rovides desi n ertise in fire alarm, electronic communications, intrusion alarm and video p 'Vie° ,� distribution systems. JCA also offers a large amount of experience in lighting design and distribution '' , for streetscapes, sports parks, median improvements, passive parks, tract housing entries and .4...,, •, 1 condominium site lighting. err nF Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and San Bernarl ino Project Management Services for the Capital Improvement Program 9. ff of ' EFFREY K Education J RUPP, P.E. B.S.,Civil Engineering,1982, DEA-Vice President/Project Manager California State Polytechnic University,Pomona Mr.Rupp is an engineering leader with DEA. His experience includes engineering design i and hydrology;as well as construction management,design and analysis for parks,storm Registration drain projects,street,sewer,water,and grading plans,underground utility structures, Professional Civil Engineer, right-of-way projects,railroad track layout,environmental assessments,surveys and a California( 42868),1987 variety of large multi-discipline projects.Listed below are water resources related Professional Memberships projects. California Council of Civil Engineers and Land Surveyors Representative Experience: Building Industry Association ' Society of American Military Third Street and Del Rosa Avenue,San Bernardino,California Engineers On behalf of the city of San Bernardino,Mr.Rupp served as project manager and was responsible for providing construction documents for street widening improvements for Years with DEA 3'd Street and Del Rosa Avenue within the San Bernardino International Trade Center 24(1985) ? adjacent to the San Bernardino Airport. This project included widening the south side of Years with Other Firms I.,r' 3rd Street and the westerly side of Del Rosa to provide additional traffic lanes. DEA 4 engineers coordinated the design with IVDA staff and Kinder Morgan personnel to (''' • identify the required irrigation modifications,street lighting,and special roadway Publications 1 construction requirements necessary for the constructing over the existing JP-4 fuel line. "Water Management in a Desert DEA used the City survey data to determine the proposed cross-sections and complete Park"with Rhodes,Land and the final construction documents. Water,May/June 1993. "Palm Desert,California-A Sens( Kessler Park,San Bernardino,California of Oasis",Landscape Architect Mr.Rupp was the civil engineering project manager for DEA's design team,who and Specifier News,March 1993 provided a conceptual master plan for the joint renovation and expansion of the "New Park is a Jewel in the existing neighborhood park and equestrian center for the City of Fontana and San Desert",Public works,July 1993 Bernardino County. Placing an emphasis upon both active and passive recreation that a may be accessed by a broad spectrum of ages and abilities,the master plan proposes the renovation of little league and soccer fields,equestrian center,tot lot,picnic areas,parking,and accessibility to the community center. The proposed expansion incorporates the adjacent capped landfill to provide new soccer/football fields on synthetic turf,parking,additional tot lots,picnic areas,enhanced trail system and views,as well as an expanded maintenance and concessions facility. The DEA team provided final construction drawings including a new irrigation system that addresses natural turf play areas as well as providing irrigation equipment and techniques suitable for the new synthetic fields. Cherry Avenue Street and Storm Drain Improvement Plans,Fontana,California Mr. Rupp was the project manager for the recently completed plans for the street and storm drain '` improvements for Cherry Avenue for the City of Fontana. DEA engineers worked closely with the city engineering and traffic staff to develop street widening and infrastructure plans along approximately 4 miles of roadway within the city. The project involved replacing several storm drain laterals and catch basins at two different intersections to allow roadway widening and increasing curb return radii. DEA engineers performed extensive utility research for the new improvements and alignment/ROW analysis adjacent to the city of '` Rancho Cucamonga boundary. Initially, DEA provided the County with a complete design survey and base mapping for the entire project site. Fontana On-Call Engineering Services, Fontana, California As project manager, Mr. Rupp has been working on several projects including vital transportation corridors ?; < throughout the City of Fontana for the last few years. As part of an on-call contract,staff under his supervision f .., ,• have performed civil and traffic engineering,design survey,construction staking and construction ' 15 "i> administration services. DEA engineers have worked closely with city project managers as well as the City Engineer and Traffic Engineer to ensure that all designed facilities were completed in accordance with city standards and planned future developments. This contact is ongoing and,due to our successful performance, DEA continues to work with the City of Fontana. 1 ,TY OP Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and Sal Bernarlino Project Management Services for the Capital Improvement Program if W Wilson Creek Watershed Basin,Yucaipa, California As project manager, Mr. Rupp is working closely with the City of Yucaipa on the conceptual design of the ':::1 detention/desilting basins. Project goals and objectives include sediment control,groundwater recharge, flood control, habitat preservation, the balancing of enhanced natural habitats,and provisions for recreational n 4 use including nature trails to assist in public awareness. Wilson Creek will remain passive in nature with multi- use trails,educational kiosks, minimal parking,wetland restoration areas,and scenic observation points. Both functional aspects of flood control and the aesthetic components associated with trail design will be depicted 4 in the overall master plan. Los Angeles County Road Consultant Program, Los Angeles County, California Mr.Rupp served as project manager on this contract which involves providing engineering and surveying services to the County of Los Angeles.The projects involved a variety of services including resurfacing, reconstruction and widening of various roadways in Los Angeles County.One of these projects consisted of Eastman Avenue,et al,which involved refurbishing 19 streets that intersect Eastman Avenue. DEA also 6 provided roadway improvement services for Avenue I,Avenue K and Avenue L in Palmdale,and 54th Street and >j Williams Avenue in Compton.DEA has completed or is in the process of completed approximately 10 projects under this contract. Los Angeles County Headquarters Parking Lot Program Report,Alhambra, California ,; Mr.Rupp served as project manager on this project which originally began in January 2000 when the Los f Angeles Regional Water Quality Control Board approved the Standard Urban Stormwater Mitigation Plan ;; (SUSMP)for Los Angeles County and 85 participating cities within the County. The SUSMP was developed in compliance with the Los Angeles County Urban Runoff and Stormwater National Pollutant Discharge Elimination System(NPDES)Permit and seeks to reduce stormwater pollution from new non-point sources. Fz The SUSMP includes best management practices(BMPs)that must be included into specified categories of new ,1 development and redevelopment projects,as well as other recommended BMPs for various projects. The • . . ".:; County chose its own headquarters as the site for a Demonstration Project.LACDPW engineers and landscape architects participated in a design charrette that led to alternative solutions in the use of BMPs at the County's parking lot. Subsequently,the County wanted to develop a conceptual site plan for the parking lot and 6 ' -o identified a number of design parameters for the Demonstration Project. In realizing the interrelated functions of stormwater drainage with water use,energy use,waste disposal,air pollution,and flood control, the scope of the Demonstration Project has expanded to include all aspects of watershed management. The County hired DEA to build upon the outcome of the design charrette and needs assessment for the development of the ,4 Conceptual Site Plan and Program for the Demonstration Project.The Program and Conceptual Site Plan for the Demonstration Project is expected to serve as the basis for a proposed site plan and redesign of the parking ,; lot. Roripaugh Ranch Infrastructure and Surveying Services,Temecula, California As project manager,Mr.Rupp provided major infrastructure services on this 800-acre master planned x• community in the city of Temecula. The project,when complete,will provide the community with over 2,200 new homes,parks,schools,and open space. DEA is providing a variety of services to the client consisting of - j street improvements,water improvements,sewer improvements,drainage improvements,street lighting,and wall improvements. ' / AT&SF Coordination,Ranchero Road Grade Separation,Hesperia,California As project engineer,Mr.Rupp coordinated with Santa Fe Railroad for this major grade separation project. The - project included eight miles of preliminary road design as well as bridge design and GPS surveying. 1 GC3, Major Entertainment Studio Site Development Project, Glendale, California �. As project manager, Mr.Rupp is providing civil engineering services on this project for a high-profile 0 entertainment client. The project involves the redevelopment of an existing 120-acre site in the city of r eri' Glendale. The development of this site is estimated to take between 15 to 20 years to complete and will be done � j 4 ." in a I2-phase process. The project is requiring straight-forward planning and the design of infrastructure to x} facilitate various design alternatives. Infrastructure involved in this process includes storm drain systems, .; O telecommunications,water systems,sewer systems,road improvements,and utility location surveys. "" ;,,"1.,. .,:x.- City of California San Jacinto Master Drainage Study Analysis and Drainage Assessment Districts,San Jacinto, " Mr. Rupp analyzed the hydrology and hydraulics of the City of San Jacinto's Master Drainage Plan,and worked i closely with the City in preparing drainage assessment districts within the City by use of the Mello-Roos Community Facilities Act. I,V OP Proposal to Provide Professional Civil Engineering Servir es for On-Call Civil Engineering and Sao Bernari ino Project Management Services for the Capital Improvement Program —__ .;.+ b. 6 ff D. ROBERT BATHKE, P.E. Education ' A.S.,Architectural Drafting, 1981,Mt. DEA-Associate, Professional Civil Engineer San Antonio College B.S.,Civil Engineering,1985,Norther, Mr. Bathke is an associate and civil engineer at DEA with over 24 years of various Arizona University engineering experience. His responsibilities include project management,project engineering,and design for street improvements,infrastructure improvements,and Registration storm drain improvements for public works,residential,and commercial projects.For Professional Civil Engineer,Californi ' 1 the past ii years,Mr.Bathke has also been responsible for leading the quality control (481381,1991 and quality assurance efforts of the Southern California offices. Years with DEA Representative Experience: 19(1990) Years with Other Firms Ranchero Road Grade Separation, Hesperia,California 5 Mr. Bathke is serving as project manger for the preparation of final plans and I specifications for a 15-mile portion of Ranchero Road,which includes a grade- separated crossing at the BNSF Railroad and roadway embankment in the Antelope Valley Wash. Extensive coordination with permitting agencies, local utility companies,and the BNSF Railroad is necessary in the ot; ii execution of the project,and Mr. Bathke has been instrumental in agency coordination with the CPUC, RWOCB and San Bernardino County Flood Control. The project also requires the design of more than 7,300 lineal feet of (; storm drain ranging in size from 36 to 78 inches of reinforced concrete pipe as well as four 10'x 10'and one 12'x (,'; w 12'concrete box culverts. ' Marina Del Rey Waterline, Los Angeles County, California .. " Mr.Bathke is serving as project engineer,providing design services for this project that involved a proposed 16" water main for the Marina Del Rey area. DEA is working with the County of Los Angeles, Department of Public Works Waterworks Department,to provide civil engineering and surveying design services on this waterline project. The project involves replacing an existing 14"water main with a 20,000 lineal feet of new t6"CMLErC water main. DEA engineers are performing extensive utility research for the new waterline and alignment/ROW analysis adjacent to the City of L.A.boundary. Initially, DEA provided the County with a complete design survey and aerial base mapping for the entire project site. 4 Miles Avenue Waterline,Indian Wells,California Mr.Bathke served as project engineer,on this project which involved the design of an i8"ductile iron waterline in Miles Avenue from the new bridge construction to the existing CVWD well site. The total length of waterline designed is approximately i,ioo-If. Frank Sinatra Drive/Highway to Waterline, Rancho Mirage, California • Mr. Bathke served as project engineer,responsible for providing design services for the design of an 18-inch ., waterline along Frank Sinatra Drive and continuing on to Highway lit. The new line traversed the Whitewater • River Channel and was jack and bored beneath the highway. . t Plant Engineering,General Dynamics, Pomona,California • As a design engineer for General Dynamics,Mr. Bathke performed calculations and prepared plans and specifications for competitive bid. His duties included cost estimating for plant parking areas and roadways, s, asphalt concrete pavement and base design,subgrade soil compaction, layout and site design,and rough and t. finish grading. Mr. Bathke performed hydrologic studies and subsequent design work for surface and conduit flows to mitigate rainfall run-off problem areas throughout this 15o-acre site. Mr. Bathke's position was that of 4 one of two civil engineers in the facilities department while at General Dynamics from 1985 to 1990 during significant expansion of two Southern California facilities. Mr. Bathke was involved in design and field engineering in support of construction for the following: ' w `' • Structural mezzanine and equipment platforms s‘.ii::,.. *` • Potable water, process piping,and industrial waste pipelines • Sanitary sewer piping and appurtenances �: • Storm drain and drainage improvements ''` ', ,;. • Site grading,paving,and horizontal survey control I ry . Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Sae Bernarl ino Project Management Services for the Capital Improvement Program ,� =if .P +t 0 GABRIEL N. RODRIGUEZ, P.E. Education 0 ,4 DEA—Associate/ Professional Civil Engineer B.s.,Civil Engineering,California Polytechnic Pomona,2001 f 0 i Mr. Rodriguez is an associate and project manager at DEA with 12 years of civil Registration engineering experience. Some of his duties include the management and design of Professional Civil Engineer, 0 storm drain and flood control facilities,hydrologic and hydraulic analysis,street California(#69948),2006 0 improvements, infrastructure improvements,water quality management,and Years with DEA I residential and commercial development. Mr. Rodriguez is experienced in a variety 8(2001) 0 :o of hydrologic and hydraulic software including HEC-RAS, Flowmaster, WSPG,and ., CivilD. Years with Other Firms 0 4 f Representative Experience: 1 111 1 Wilson Creek,Yucaipa,California 0 As design engineer,Mr.Rodriguez assisted with the civil engineering efforts and along with DEA landscape ,4 architects,prepared conceptual plans for the detention/desilting basin at Wilson Creek in the City of Yucaipa. Wilson Creek and Oak Glen Creek originate in the San Bernardino Mountains and flow in a southwesterly direction 1 through the city of Yucaipa. In an effort to reduce the threat of flooding,the City has obtained Federal funding to develop a flood control project that would achieve significant goals such as: Groundwater recharge,habitat , y preservation,non-point source pollution control,water filtration;while providing recreational amenities to assist -, in public awareness. Wildwood Creek,Yucaipa,California As design engineer,Mr.Rodriguez assisted the civil engineering team,and along with,landscape architects, 0 environmental planners and biologists worked closely to develop a conceptual plan for Wildwood Creek in the city of Yucaipa that would provide long-range flood protection in an area suitable for the implementation of recreational amenities. Similar in nature to the conceptual plans developed by DEA for the Wilson Creek site,the goals remained the same:Groundwater recharge,habitat preservation,non-point source pollution control,water filtration;and the implementation of recreational amenities to assist in public awareness. •, Roripaugh Ranch,Temecula,California Mr.Rodriguez served as project engineer on this 800-acre master planned community in the city of Temecula. He is provided street improvement design for the Butterfield Road extension between Rancho California Road and Murrieta Hot Springs Road. This new 2.5 mile stretch of modified arterial is located on the city of Temecula and County of Riverside Boundary. Coordination between the two agencies was critical in order to determine a typical street section,improvement details and storm drain maintenance. The project,when complete,will provide 2,200 residents with access to Interstates 15 and 215. Marina Beach Storm Water Quality Project,Marina del Rey,California Mr.Rodriguez is currently serving as project engineerfor this project in the city of Marina del Rey. He is responsible for the oversight and the preparation of storm water quality improvements as well as for approximately 3,000 linear feet of storm drain improvements. ' Palomar Street and Bryant Street Improvements,Wildomar,California " Mr. Rodriguez served as project manager for the Palomar Street and Bryant Street storm drain project. The project consisted of approximately 1,500—If of half width improvements on Palomar Street and 600-If of pavement rehabilitation on Bryant Street. The project also included 2,000-If of 30"storm drain. `, Palomar Street and Sewer Improvements,Wildomar,California 4) ''?".1'. Mr. Rodriguez is currently serving as project manager on this project in the Wildomar area of Riverside County. : s This project includes 1,000-If of street widening and pavement rehabilitation and 2,000—If of sewer mainline ,f . design. This project is nearing plan approval and will be out for bid in the next two months. ii Bryant Street Storm Drain and Street Improvements,Wildomar, California . On behalf of Riverside County EDA,Mr.Rodriguez served as project manager and was responsible for the oversight " of the storm drain and street improvement design. The project included 4,400—If of 30-inch storm drain pipe and ..4" `:! 1,100—If of street improvements. Community involvement was critical in gaining storm drain easement rights from 1 individual home owners. ITV OF Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Sal Bernarlino Project Management Services for the Capital Improvement Program r =WI r KIRK F. SHIMEK Education i f..4 California Polytechnic College, DEA- Civil Designer Pomona,California,1980 ( a San Bernardino Valley College, •" Mr.Shimek is a designer with DEA. He has over 32 years of civil engineering design 1982 ( i experience in commercial, industrial,residential and various other land development Chaffey College,Alta Loma, projects. He has extensive experience in the utilization of Microstation/lnroads and California,1977 (? „ AutoCAD. He has been responsible for designing street improvements,water (` „v- systems,sewer systems,and storm drains. He has also been involved in the design of Years with DEA signing and striping plans,grading plans and paving plans. Additionally, Mr.Shimek 5(1998) has experience in the coordination with agencies,staff and principals. He has supervised staff production teams,schedules,and quality control. Years with Other Firms i 27 Representative Experience: . Las Haciendas Park, Hesperia,California .. Mr.Shimek served as project designer for this 4 acre park which includes two play areas,a basketball court,a picnic shelter,barbecues,picnic tables, parking,a restroom facility and a trail connection to the greenbelt/paseo that bisects the project. His responsibilities included grading,drainage inlets and storm drain, paving of parking lot,striping,curb and gutter,sidewalk placement, playground grading and drainage aspects and complete as-built plans. Mr.Shimek coordinated with the landscape architect and the agency and provided QA/QC for the plans and final submittal to the City as well as providing plan check. Joshua Ridge,Victorville,California Mr.Shimek is the project designer responsible for the design or grading,drainage,storm drain,hydrology, streets,sewer,water,signing and striping,calculations of earthwork quantities,horizontal control, lot lines, i easements and setback lines. Duties also include coordination with Agencies regarding plan check comments, design issues and submittals as well as construction coordination with contractors and inspectors,QA/QC for plans,staff supervision and over sight of production deadlines and critical paths. Upon completion of construction Mr.Shimek compiles as-built data and plans for submittal. 1 West Creek Phases 2&3,Victorville,California t Mr.Shimek is the project designer responsible for the design or grading,drainage,storm drain,hydrology, ( '4 streets,sewer,water,signing and striping,calculations of earthwork quantities,horizontal control, lot lines, easements and setback lines. Duties also include coordination with Agencies regarding plan check comments, .. design issues and submittals as well as construction coordination with contractors and inspectors,QA/QC for plans,staff supervision and over sight of production deadlines and critical paths. Upon completion of construction Mr.Shimek compiles as-built data and plans for submittal. ABC7 Broadcasting Facility, Glendale,California As project designer, Mr.Shimek provided a variety of civil engineering services for the development of the 150,000 square foot television and broadcast facility for ABC7. The project consisted of approximately eight acres of previously developed land,and involved demolition of four existing buildings and realignment of Circle Seven Drive. In addition to the 150,000 square foot television and broadcast facility,the project involved associated transmission facilities and parking areas. Roripaugh Ranch,Temecula,California Mr.Shimek served as project designer on this 800-acre master planned community project in the city of Temecula. The project provides the community with over 2,200 new homes,parks,schools and open space. Mr.Shimek is assisting in the design of street improvements,water improvements,sewer improvements, grading and drainage improvements,and wall improvements. SR 210, Segment 2&3, Ranch Cucamonga, California f On behalf of SANBAG, Mr.Shimek served as project designer. He was responsible for providing sewer, water .x and storm drain relocation for the Cucamonga Valley Water District and the City of Rancho Cucamonga. ' r : California Speedway, Fontana, California + r Mr.Shimek served as project designer on this project which involved the design of new speedway in Fontana. ¢ t, He was responsible for designing the storm drain system and hydraulics, the grading for the administration e.:',"; :v building,and the grading design of the Banana Basin detention basin improvements. " Ontario Convention Center, Ontario, California . `- As project designer, Mr.Shimek was responsible for the design of the street improvements for the development 1 of a new convention center in Ontario. He was also involved in the design of the striping plans,storm drain, hydraulics,and horizontal control. ITV of` Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Saa Bernari no Project Management Services for the Capital Improvement Program ■ D DC 1 WAGNER D. HAWTHORNE, P.E. Education . DEA- Professional Civil Engineer B S Civil Engineering,Londrina State University,Brazil,1991 • "^ HzoNetTraining,MWH, Mr. Hawthorne is a civil engineer with DEA who has over 18 years experience in the Pasadena,2002 0 field. His experience includes hydrology report and storm drain design as well as Stormwater Management Plan { modeling of water supply,stormwater and wastewater systems. He is experienced in Development,2002 !�` 9 a wide variety of computer software packages including WSPGW, HEC-RAS, HEC- Digital Cartography and GIS, WMS,SWMM, HzoNet, Haestad Methods Hydraulics and Hydrology, Design 4. y y gy,and the Civil Desi nand Construction of Design hydrology package. Mr.Hawthorne has also been involved in the construction g Pavements,PINI Professional management and supervision of water supply,stormwater,and wastewater collection Development,1999 • systems. Registration • j Representative Experience: Professional Engineer, • ; California(C68574),2005 SANDAG On-Call Engineering Services, San Diego, California • On behalf of SANDAG/MTS,Mr. Hawthorne worked on the design and preparation of Years with DEA 1 construction plans for a series of drainage improvements to the Trolley Orange Line, 4(2005) ill. ,i between Palm Ave and Hill St,in the City of El Cajon.The tasks include design of Years with Other Firms drainage ditches,storm drain and a drainage inlet. 14 , ? SANDAG On-Call Engineering Services, San Diego,California On behalf of SANDAG/MTS,Mr.Hawthorne worked on a Drainage Study to identify problems and propose • solutions for the Trolley Orange Line,between Palm Ave and Hill St,in the City of El Cajon. • Resort Villages of Tesoro, Palm Springs,California On behalf of the Century Vintage Homes, Mr.Hawthorne worked on the Preliminary Hydrology Report for the II Resort Villages of Tesoro Project. Ranchero Road,Hesperia, California °; As a design engineer,Mr. Hawthorne worked on the revision of the hydrology report and storm drain and catch 1 basins design for the Ranchero Road Grade Separation Project.This task consisted in revising and existing Hydrology Report done in 1992,comparing results to the Hesperia Master Plan of Drainage,and analyzing existing and proposed drainage facilities. f Sunnymead Boulevard, Moreno Valley,California As a Design Engineer, Mr. Hawthorne worked on the revision of the hydrology report for the Sunnymead Boulevard Beautification Project.This hydrology report will serve as a Master Plan of Drainage for future improvements along Sunnymead Boulevard. New Model Colony, Ontario,California Mr.Hawthorne served as a design engineer on this project and was responsible for preparing a preliminary r, hydrology report and storm drain layout for the specific plan of the New Model Colony. rI Glen Avon Senior Apartments, Riverside County,California On behalf of the Riverside County Economic Development Agency, Mr. Hawthorne prepared a preliminary hydrology report for the Senior Apartments of Glen Avon Project. Timber Creek Design Capacity Analysis Report, San Bernardino County,California 1° On behalf of the Inland Valley Development Agency, Mr. Hawthorne prepared a design capacity analysis report for Timber Creek Channel. .,, Pellisier Ranch, Colton, California f • Mr. Hawthorne served as a design engineer on this project and was responsible for preparing a preliminary y✓A drainage analysis and storm drain layout for the Pellisier Ranch Specific Plan in the City of Colton. M gym. 1 -i rY oP Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Sao Bernarl fob Project Management Services for the Capital Improvement Program r C C + f j LIUZONG ZHOU, P.E., PhD Education ; DEA—Professional Engineer Ph.D., Soil Physics, 2002, Louisiana State University, Baton Rouge, Louisiana t Dr.Zhou is a professional civil engineer with DEA. His experience includes engineering design and hydrology/hydraulic studies;as well as designing many storm drain systems B.S., Civil Engineering, 1990, and water quality control systems. In addition,he has designed waterlines,sewerlines Tsinghua University, Beijing, and has conducted hydraulic analyses for water distribution systems. Dr.Zhou has China `, experience in using civil engineering software such as,AutoCAD,CivilD,WSPG,HEC-RAS, HEC-2 and Flowmaster. Registration Professional Civil Engineer, , Representative Experience: California(#71504), 2007, expires 12/31/09 Lasselle Sports Park,Moreno Valley,California Years Dr.Zhou provided engineering services for Lasselle Sports Park,a 10-acre sports park in (2007) with DEA p p 2(2007) :. the City of Moreno Valley. He assisted with the grading,drainage and street improvement design plans. The sports park has sports fields,a running track,picnic Years with Other Firms areas,playgrounds,and a restroom/concession building in addition to a four-acre 9 passive"greenbelt"park. One of the most challenging pieces to this park is that an easement owned by the State Department of Water Resources(DWR)transects the sports park site and a portion of the greenbelt where a 120"diameter aqueduct pipeline lies below.Coordination efforts with Eastern Municipal ( Water District,DWR,and the water quality board have required special attention to determine the success of this park design.Streetscapes and integrated pedestrian and equestrian trails were designed throughout the development that terminates at I.5-acre equestrian staging area. North Redlands Heritage Plaza,Redlands,California Dr.Zhou provided engineering design for this project.This large plaza in Redlands was at one time the location of a citrus packing plant. The design for this plaza was created as a multi-use retail and commercial complex. The conceptual plan for this plaza entails displaying some of the"artifacts"from the citrus packing business and .,¢ incorporates educational kiosks to inform visitors about the citrus industry in Redlands. The"mechanics"of this design also include sustainable concepts: the planting areas in the parking lot are bioswales for overland flow remediation,permeable paving will allow percolation into the soil,and the use of structural soils(combined with the permeable paving)will act as a reservoir to retain all water on site as well as provide a healthy root-zone area for trees located in the bioswales. - Weyerhaeuser Lumber Yard Facility Expansion Dr.Zhou was responsible for the preparation of the Water Quality Management Plan(WQMP),and assisted with the grading and hydrology plans for this project. DEA architects provided design development drawings for a new 28,500 s.f.manufacturing and storage building for the fabrication of wood trusses for city design review and planning approval. The building was designed as a concrete'tilt up'structure which incorporated design features of the existing buildings on the site,thus maintaining architectural conformity on the project. As a part of the project,additional parking areas, fire lanes,and ADA access was provided by modifying the layout of existing extensive areas of exterior storage. Iowa Street Industrial Park, Redlands,California Dr.Zhou was part of the design team for this industrial site. The project included 8 buildings. Mr. Hoellerich �;.; ., did much of the grading,drainage and street improvement design.Other design elements included domestic water and firewater design. Y µ. 1 iTy.or Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and Sal Derwin() Project Management Services for the Capital Improvement Program i 43 0 Fr fi ROBERT D. VASQUEZ, P.L.S Education DEA—Survey Project Manager Certificate in Surveying and Mapping,Rancho Santiago College Mr.Vasquez has over 22 years of experience in the field of land surveying. He Project and Business started his career in land surveying with the Orange County Surveyor's Office where Management courses,University he worked for over 17 years before taking a position with the San Bernardino County of California Riverside -, Surveyor's Office. Mr.Vasquez's background is well versed in all types of field and Management Leadership ,,f office survey functions. His experience with the direct supervision for the review Academy,National University and preparation of subdivision maps,jurisdictional boundary changes, land ) adjustments, legal description documents and exhibits, field surveying and Registration boundary survey mapping gives him an excellent background for the requirements 1996,Professional Land ,1 Surveyor,California(7300), 4. and procedures required for this proposal. expires 12/3l/2008 t ',, Representative Experience: Professional Affiliations Riverside/San Bernardino '? Levee Certification Surveying Services, San Bernardino County,California Chapter CLSA— Mr.Vasquez is serving as the surveying quality control manager for the FEMA Levee President Elect(2008) Certification Program in the County of San Bernardino.This project consists of League of California Surveying surveying support for levee certification on over 20 basins and channels throughout Organizations—member(1999 j San Bernardino County by providing the HDR team with precise data for Years with DEA a horizontal/vertical control and topographic surveying. 2(2007) 0 I County Surveyor's Office,County of San Bernardino,California Years with Other Firms Mr.Vasquez provided direct oversight over the field surveying section in the 20 '.j capacity of Survey Division Chief. His role consisted of the overall direction of the , field and office survey support operations for the County.This work involved field surveying for topographic and aerial mapping,road and flood control construction surveying including GPS surveys,horizontal and ', vertical control networks and public lands retracement surveys.In the office support role,Mr.Vasquez directly reviewed and approved all boundary and right of way maps prepared by the staff. He was a member of the Highway Practices Technical Committee where representatives from each department met to discuss and make A recommendations to the Board of Supervisors for street and easement vacations. a i Notable Projects: '' • Ft.Irwin Road Rehab—23 miles Construction Staking,Monumentation and Corner Records preparation. P3 • San Timoteo Canyon Channel—Right of Way Mapping,Record of Survey Preparation and Monumentation • Lytle Creek Development—1,500 residential and commercial units.Final Development Control and Map Review and Approval for Recordation i. . Mr.Vasquez provided direct oversight over the final map and boundary mapping section in the capacity of Supervising Land Surveyor.This section was tasked with the examination,analysis and approval of all tentative and final maps submitted to the county for recordation.These maps and documents were examined pursuant to all state and local laws governing land development and land surveying.This section was also directly r responsible for all maps in substantial compliance with the approved tentative map and its conditions of e� approval set by the county planning department.Mr.Vasquez sat on the Development Review Committee as the survey representative for input on land surveying issues as they applied to the tentative map and A recommendations to the chair for submittal to the Planning Commission.This section was responsible for the ' preparation and examination of all legal descriptions and plat exhibits submitted to the San Bernardino County `i x Local Agency Formation Commission(LAFCo)for approval.These documents were examined and prepared pursuant to all standards and regulations set forth by the California State Board of Equalization for , jurisdictional boundary adjustments. ..,,. County Surveyor's Office,County of Orange, California ' Mr.Vasquez provided direct oversight over the subdivision and boundary map section in the capacity of Senior `d Land Surveyor.This section was tasked with the examination,analysis and approval of all tract and parcel s maps,record of surveys,corner records,certificates of correction,certificates of compliance, lot line A ' adjustments, amending maps,centerline ties notes,and annexations submitted to the county for recordation 01 or indexing.The area of responsibility not only covered maps lying with the unincorporated territory of the County,but all cities lying within the County of Orange. 1 . , • ,TV Or Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and Sal Bernarl in0 Project Management Services for the Capital Improvement Program WC. LISA M. HENSTRIDGE, P.L.S. Education DEA— Professional Land Surveyor Bachelor of Science, 1 Surveying Engineering, f California State University, Ms. Henstridge is a survey discipline leader for DEA. She is also a project manager, Fresno, 1991 project surveyor,and geodesist with DEA. As a specialist in geodesy,GPS and survey Undergraduate Studies, .+ data management,her responsibilities include network adjustments;field to finish Applied Mathematics, " data management utilizing various CAD platforms;analysis of survey data: California State University, 1 preparation of land title descriptions and exhibits;right-of-way engineering;and the Long Beach, 1988 preparation of maps, title documents,reports,and project exhibits.Ms. Henstridge is also responsible for proposal preparation,managing staff resources,coordination, Registration budget and schedule management,and quality control. Professional Land Surveyor, California(7177), 1995, 1 Representative Experience: expires 12/30/09 Professional Affiliations On-Call Surveying and Map Checking Services, San Bernardino County, Women in Transportation ' California Seminars(WTS)—member Ms.Henstridge is serving as project manager for this contract with the county of San California Land Surveyor's _', j Bernardino to provide on-call land surveying services. The services to be provided Association- member on this contract consist of but are not limited to topographic surveying,control surveys,design surveys, field-to-finish mapping,construction surveys,boundary Years with DEA ;1 surveys,GPS surveying,3D laser scanning,right of way engineering and mapping, 4(2005) title searches,ALTA surveys, and special studies.DEA has also providing map Years with Other Firms checking services on survey mapping projects. DEA map checkers are responsible for 16 • reviewing parcel map, tract map,and record of survey submittals for the County. t ▪ Inland Valley Development Agency/San Bernardino International Airport Authority,San Bernardino, California . .t Ms.Henstridge is serving as project manager charge of right-of-way services including boundary surveys and analysis, legal descriptions,design surveys and construction staking. On-Call Surveying and Map Checking Services, Pasadena,California Ms.Henstridge is serving as project manager for this on-call surveying and map checking services contract for or the city's planning and public works departments As a part of this on-call contract, DEA is providing the city `1 with legal descriptions and plats for various historic and redevelopment districts,utility easements and street dedications and vacations,boundary survey calculations for various roadway projects and map and legal description checking. a Fontana Roadway Rehabilitation Services, Fontana, California ;'i Ms.Henstridge is serving as task leader on this contract to improve several vital transportation corridors throughout the city of Fontana. As part of this on-call contract, DEA surveyors have performed design surveys, construction surveys,and monument perpetuation services for roadway rehabilitation projects.This contract I is ongoing and,due to our successful performance, DEA is already discussing future transportation <'I improvements with the City. I WI On-Call Surveying Services, California Department of Water Resources,California Ms. Henstridge served as project surveyor for a multi-year on-call survey contract to provide GPS and conventional surveys for various projects throughout Southern California. Projects included quality control and as built surveys for the construction of a new pipeline and grade verification of an existing 52"water line. w, This project involved detail surveys of the interior of the pipeline and preparation of as built plan and profile maps. :< County of Los Angeles, Department of Public Works, On-Call Right-of-Way Services, Los Angeles County, California Ms.Henstridge served as project manager in charge of right-of-way services including boundary surveys and . ',, analysis, legal descriptions,and field surveys. ■ ITV ,gyp Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Bernarl ine Project Management Services for the Capital Improvement Program ms ' Wcii RYAN VERSTEEG, P.L.S. Education f r B.S., Civil Engineering with DEA— Professional Land Surveyor Option in Surveying . Engineering, California Mr.Versteeg is a professional land surveyor with DEA who has over 12 years of Polytechnic University, experience in this field. He has worked on large projects,directing the work of Pomona, 1997 others,mostly in the transportation market sector. His experience includes .... boundary calculations,easement calculations,ALTA surveys,design surveys, Registrations records of survey, field data processing and right of way engineering. He has been wit Professional Land Surveyor, 0 responsible for writing legal descriptions and providing drafting assistance on California, (7809)2001, "- various exhibits. His computer software knowledge includes StarNet,Microstation, expires 12/31/09 Bentley Inroads,and AutoCAD. Engineer in Training, California, (XE102635), 1997 Representative Experience:P Professional Affiliations California Land Surveyor's I On-Call Surveying and Map Checking Services, Pasadena,California Association, Orange County Mr.Versteeg is serving as project surveyor for this on-call surveying and map Chapter checking services contract for the city's planning and public works departments As a part of this on-call contract, DEA is providing the city with legal descriptions and Years with DEA plats for various historic and redevelopment districts,utility easements and street 3(2006) dedications and vacations,boundary survey calculations for various roadway Years with Other Firms projects and map and legal description review. 9 0 City of Moreno Valley Annual Roadway Resurfacing Program,Moreno Valley, 3 California 4 Mr.Versteeg is serving as a task leader for this contract to provide monument perpetuation and construction staking surveys to the City of Moreno Valley on their annual roadway 1' resurfacing program.DEA staff is responsible for the research of existing monuments,referencing the found . monumentation,and providing pre-construction corner records to the Riverside County Surveyor's office standards. Following construction, DEA is responsible for replacing monuments that have been disturbed or destroyed during the construction. DEA is responsible for re-establishing the monument position with the pre- construction tie notes,set the new monument,and file a post construction corner record with the Riverside .Q County Surveyor's Office. Caltrans District 7, On-Call Surveying and Right-of-Way Engineering Services, Los Angeles and Ventura Counties, California Mr.Versteeg is serving as office surveys task leader for this on-call contract for Caltrans District 7. He is •'S responsible for boundary analysis,oversight of field surveying for boundary analysis,QA/QC for eight records of survey of existing right of way conditions for portions of LA-105, LA-105/405 Interchange,LA-5,LA-10,VEN- 126. 1-215 HOV Lanes from Nuevo Road to the I-15, Riverside County,California Mr.Versteeg is responsible for the preparation of record right of way mapping and oversight of field crews for this I9-mile Project Report and Environmental Document(PR/ED). Survey services include design level aerial mapping,centerline and right of way mapping,and supplemental topographic surveys. DEA is also coordinating with Caltrans to establish horizontal and vertical corridor control for all future construction projects along the project route. The project involves the design of an additional lane in each direction from Nuevo Road in Perris to the I-15 in Murrieta. i..-K Caltrans District 8,Contract 08A1288, On Call Land Surveying Services, San Bernardino County, California Ct Mr.Versteeg served as office surveys task leader for this on-call contract for Caltrans District 8. Some of the services performed on this contract includes topographic mapping,3D HDS scanning surveys,records of ' ` survey,and field survey staff augmentation on various projects in the San Bernardino County areas.Surveying ' services were performed on the SR330, 1-15, 1-215,SR60,SRI8,SR74,SR2,SR79,SR38, SRI'',SR40, and the SR7I to . 11 name a few. ITY oP Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Sal Bernar inn Project Management Services for the Capital Improvement Program :: o 00 1lUU ' :- KIM S. RHODES, L.A., 3867 Education DEA-Vice President/Landscape Architect B.S. Landscape Architecture, 4. 1985, California State Ms. Rhodes is a California registered landscape architect,client manager,and vice Polytechnic University, Pomona ;.• president with DEA. For the past 24 years,she has been responsible for landscape 7 architectural design and management on numerous projects,including design and Registration ~ ' 1 planning for parks,streetscapes, trails,hotels,sports facilities,schools, Registered Landscape Architect, ;# commercial,residential,and industrial developments. She manages large, multi California, (3867), 1993 disciplinary projects including on-call services contracts for San Bernardino County, Caltrans District 8,City of Pasadena,County and City of San Diego, and Professional Memberships I City of Los Angeles;to name a few. American Society of Landscape Architects California Parks and Recreation , Representative Experience: Society National Park and Recreation On-Call Services,San Bernardino County, California Association -; Ms.Rhodes is currently providing client management services for a multi-year landscape architectural on-call services contract with the County of San Years with DEA E 1 Bernardino Special Districts division. DEA has provided park master planning and 23 (1986) design services for numerous San Bernardino County parks and facilities. ( ' Years with Other Firms t'"'; : South San Fernando Boulevard Streetscape Enhancements, Burbank, 1 California r " Project manager, Kim Rhodes and DEA landscape architects provided project management and design services l for the final plans on South San Fernando Boulevard.This commercial corridor was upgraded to include streetscape enhancements such as street trees,benches,decorative hardscape,ornamental lighting,medians and traffic calming measures.Three distinctively different designs were presented for review and consideration by the community.New,high density residential development is also under consideration by the community redevelopment agency and therefore,mixed uses will require the careful consideration of the entire design team. Caltrans District 8,On Call Landscape Architectural Services,San Bernardino and Riverside Counties, California Ms.Rhodes served as project manager for this$1.1 million dollar on-call contract with District 8. She coordinated with Caltrans landscape architects on a daily basis to ensure project scheduling,prioritization of tasks,subconsultant deliverables,specification data,cost estimating criteria,design modifications,and invoicing. She was responsible for the dissemination of project specific data and budgeting within the Caltrans WBS structure. She guided the DEA team of landscape architects,designers,specification writers,cost estimators,and Microstation production staff to ensure compliance with the goals of the Task Order and criteria set forth by Caltrans. Ms. Rhodes was responsible for the continual update of project status reports as required by Caltrans contracting division. She was the primary point of contact between all project subconsultants and worked closely with them to ensure compliance with the project criteria. Gibson/Mariposa Park,El Monte, California As principal-in-charge,Ms. Rhodes worked with Amigos de Los Rios,an environmental and community activist , group providing design assistance, project coordination,and preparation of construction documents. The park ,e was themed after butterflies;creating exciting opportunities to integrate unique design elements into the park.• The monument sign resembled a large caterpillar, the shade canopies were shaped like large butterflies,and a community stage was modeled after a caterpillar-eaten leaf. Plantings were designed for the butterfly habitat, using only California native plant material. DEA also assisted in developing"green"strategies,such as the use of permeable pavers in parking areas,on-site leach fields under the turf to drain run-off,and recycled materials for picnic tables,benches and trash receptacles a , Ruben S.Ayala Park Expansion Project, Chino, California `. • .,,' t Ms.Rhodes served as principal-in-charge for the 68-acre expansion of Ruben S.Ayala Park in Chino. In •; ''` r: addition,she served as QA/QC manager for the project while guiding the direction of DEA's staff as they • ` provided the City with conceptual and final design services. The park features four tennis courts, four basketball half courts,and nine soccer fields.Additionally,a championship synthetic turf field for soccer and • NT .,,- ` - football will be provided;boasting covered stadium seating for over 300 spectators.Colorful tile mosaics and h water misters were just some of the amenities proposed for incorporation into the 68 acre park development. v ., !ry ,,p Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Sao Bernar1Ino Project Management Services for the Capital Improvement Program 0 0 4,, A 100'diameter circular play area with an adjacent brick seat wall, is custom designed,with areas for children ages 2-5,and a separate area for ages 5-12. Cathedral City 1-10/Date Palm Drive Corridor Enhancement, Cathedral City,California ° I Under the direction of project manager Kim Rhodes, DEA provided landscape architecture and master planning services to the city of Cathedral City to develop aesthetic designs for bridge enhancements and interchange F. improvements at the I-10 Freeway/Date Palm Drive interchange. Ms. Rhodes worked closely with City staff and the City Arts Commission. DEA developed a design to create a readily identifiable"Gateway"to the City. At the =t preliminary stage, DEA developed 3 potential themes:"Cathedralesque", to evoke a sense of the forms and W" colors experienced in a cathedral;"Environmental",drawing upon the unique plant life in the desert to create _; iconography;and"Spirit of the Desert", using color and a sense of movement to define the esoteric nature of the desert. The"Cathedralesque"theme was selected,and DEA used form,texture,color and lighting to further x develop the concept to provide a unique experience at the interchange. 110 I SR 73 Transportation Corridor Enhancement Master Plan(T.C.E.M.P),Aliso Viejo, California As project manager, Ms. Rhodes worked with the city of Aliso Viejo on the development of the SR 73 Transportation Corridor Enhancement Master Plan. This document focuses on some of the following:data collection and multi-agency coordination,an"art in public places"program,plant palette development, preparation of maintenance guidelines,and a comprehensive corridor enhancement master plan. The plan . 4 addresses study characterizations,visioning,inventories,analysis,corridor schematics, landscape treatments, gateway elements, intersection sequencing,goals and objectives,a 10-year capital improvement program and funding options. • '' IP Mission Boulevard,Glen Avon Revitalization Project, Glen Avon, California Ms.Rhodes provided project management and design services for the conceptual and final designs on this downtown revitalization and street improvement project covering nearly 3 miles of Mission Boulevard.The DEA project team of landscape architects and civil engineers evaluated existing conditions in this mixed-use • area to determine the desired ultimate right-of-way.Goals of the project team included improving a four-lane roadway, incorporating a landscaped median throughout the downtown area,designing new curbs,sidewalks and street trees throughout the project,and developing a central core area with streetscape enhancements 1 such as decorative paving,site furnishings,gateways, lighting and intersection improvements. Marna O'Brien,Heritage,Windsong, and Perret Park Improvements,Wildomar, California Ms.Rhodes along with a team of DEA landscape architects,engineers and surveyors are working with the county of Riverside Economic Development Agency on four park improvement projects throughout the rural Wildomar area. These existing neighborhood parks,which range in size from 2 acres to 12 acres include: Marna O'Brien Park,Perret Park(adjacent to Lake Elsinore), Heritage Park and Windsong Park. Amenities include ballfields,basketball courts,children's playgrounds,restrooms,parking,boat launch area,picnic areas, . walking paths,and signage. Preliminary planning is currently on-going and community workshops will provide valuable input for all final design efforts. U -, On-Call Landscape Architectural Plan Checking Services,Various Cities,California °" Ms. Rhodes currently serves as principal-in-charge for the City of Anaheim, Lake Elsinore,Chino,Chino Hills, and San Gabriel for on-going plan checking services. These contracts include landscape architecture plan .:1..,.. review and compliance with the city landscape guidelines and/or any specific plan criteria. ,¥ Claremont Corporate Yard, Claremont, California ' Ms. Rhodes and her team worked closely with the City to provide unusual and distinctive plantings that have 13 become the signature of the City. This four-acre site is situated to take full advantage of the mountain vista to the north. Trees were chosen for seasonal change,and varieties included Red Oaks and Crabapple trees. ,,r Shrubs will provide a year-round show of color. Boulders will be moved from a nearby site within the City to d:. 'r y create the effect of the building and landscaping rising out of the natural surface while still being a part of it. „ ;_ i Ms. Rhodes worked with City staff and advisory commissions to develop the projects. ft was approved by four commissions without conditions. ` . fr t° i UW . .'.... q Y 1 .Irr t,P Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and Sao BernarI ino Project Management Services for the Capital Improvement Program Q. 0 CHRIS GIANNINI, L.A. 4287 DEA- Landscape Architect/Project Manager Education B.S. Landscape 4 Mr.Giannini is a California registered landscape architect and project manager with Architecture, 1993, DEA. He has been involved in landscape architecture for 15 years and has been California State Polytechnic r., § responsible for landscape architectural design, management and construction University, Pomona observation on numerous projects,including design and planning for parks,sports Registration facilities,streetscapes,commercial,industrial,retail facilities,developer housing, Registered Landscape apartment housing, private residential,and memorial developments. He has been Architect, California, (4287), involved in the design of numerous Southern California parks,streetscapes and 1999 downtown revitalization projects,and currently manages the City of Lake Elsinore on-call plan checking contract. Professional Memberships ` American Society of Representative Experience: Landscape Architects Freedom Park, Palm Desert,California Years with DEA 4 As landscape architect and project lead, Mr.Giannini managed and directed the 6(2002) s',: I design efforts for this 23-acre sports park from conceptual drawings through Years with Other Firms construction drawings and into construction realization. This"award-winning"park g l offers three softball fields, three basketball courts, two volleyball courts,one soccer (4 r field,a staging or entertainment plaza with colorful shade canopies,restroom building,concessions building,a dog park,picnic shelters and barbeque areas two covered play areas,a fog fountain play area, and walking path. The overall theme of the park is one of patriotism,honoring various figures and events of American ., history that have made an impact on the freedom we appreciate in this country. The walking path has several star shaped memorial stations detailing these historical figures or events. These stations will be a collaborative -; effort between DEA,the city of Palm Desert and local artists. Sixth and Main Street Improvements and Renovation,Corona, California As landscape architect and project lead,Mr.Giannini worked closely with the City of Corona to begin a `''' redevelopment effort that will ultimately revitalize the downtown area of the City. The intersection of Sixth Street and Main Street is the center of the City's original downtown district. The scope of work included nearly a mile of improvements along Sixth Street and nearly half a mile along Main Street. Historical research has proven to be very important in this effort to connect the future with the significant past here at the City's original epicenter. Years of development have resulted in restricted right of way areas and have limited fs: opportunities for pedestrian access and use areas. Architectural styles have varied creating a mismatched street scene that lacks the continuity and sense of place that the City desires. Downtown is to be a destination place and this project seeks to create the master planned framing and construction documents that will `=.1 provide just such a place. } ,'K Temescal Valley Park, Riverside County,California Mr.Giannini is currently leading the landscape architecture team on a 27-acre sports park for Riverside County EDA in western Riverside County. The park site will include two softball fields,four soccer fields,basketball courts,a tennis court,two play areas,a dog park,a skateboarding area,walking trails, picnic shelters,restroom , _ and concessions area,and a trail connection to regional hiking and equestrian trails. Park amenities were discussed at community meetings where they were prioritized according to the needs of the local community. a_ In addition to meeting the needs of the community, the park will also consider sustainable design practices ,..t- -44 such as the use of reclaimed water,bio-swales for storm water treatment,and recycled materials for site furnishings. a' Robert Ovrom Park, Burbank, California As landscape architect and manager, Mr.Giannini worked on a mixed use site in the city of Burbank that i rl, r includes a community center and urban park. The community center will also serve as a center for continuing Y P Y g *' education and is a major part of this site development. This small urban space and the many uses it provides is x ' . the site's greatest design challenge. DEA engineers designed a parking garage under the building which makes i i it possible to provide more uses for the park site. The park includes a basketball court,play areas, picnic shelters,picnic tables,open turf area,restroom building and an informal,passive,garden area. Overall the site design is one of contemporary styling which provides spaces for public art and murals on the exterior wall of 7471!, -=w ' - an adjacent building. 1 -ITY OP Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and Sal Bernarl ino Project Management Services for the Capital Improvement Program ... ..., ::::::, ,-,ff. ALMABETH ANDERSON, L.A. 4985 B.S. Landscape Architecture, DEA - Landscape Architect 1997, University of Nevada, Ms.Anderson has experience in urban design,streetscape and park projects,and Las Vegas i other related public work improvement projects. For the past I I years,she has Registrations it coordinated with public agencies and various other disciplines involved in the design Registered Landscape w ' ' process.She has experience with community advisory groups, regulatory agencies, Architect, California (4985), and other mixed audiences, in which she has organized consensus-building activities. 2004 ..1 She has performed several duties ranging from the conceptual design to design 4. .. C' development, through completion of construction documents. Years with DEA : 4(2004) ,•.,1 Representative Experience: al , Years with Other Firms Kessler Park, County of San Bernardino, California 7 t Kessler Park is part of a 45-acre master plan in San Bernardino County, in both the City of Fontana and in the unincorporated census-designated area known as Bloomington. Working with the County and the City,DEA developed a cohesive sports park complex and an expansion to the existing amenities. The park will be carried out in four phases. Completed Phase I was the installation of a new tot lot, constructed on the north east corner of the site,providing universal access to all users. Phase 11 includes converting an unused tennis court to a modular skate park and a basketball court;a more suitable activity to the neighboring residents. In the upcoming Phase III,existing ball field sizes will be increased to allow for older age leagues. Ms.Anderson served as lead designer. 0 .' Ruben Ayala Park,Chino, California Ms.Anderson assisted with the conceptual, final design,and construction services for Ruben Ayala Park in Chino. The park will feature four tennis courts, four basketball half courts,and nine soccer fields.Additionally, • a synthetic turf field for soccer and football will be provided;boasting covered stadium seating for over 300 ".. spectators.Colorful tile mosaics and water misters are just some of the amenities proposed for incorporation into the 68 acre park development.A 100'diameter circular play area,with an adjacent brick seat wall,is custom designed,with areas for children ages 2-5,and a separate area for ages 5-12.The children's play area is >} located between two picnic shelters,accommodating groups of up to 40 guests. :a On-Call Landscape Architectural Services, Pasadena, California By providing and extension of staff services to the City of Pasadena under this on-call contract„Ms.Anderson has assisted City staff in the preparation of construction documents for various projects,ranging from park renovations to streetscape improvements.Ms.Anderson has also provided presentation boards and illustrative materials to facilitate in community meetings and presentations. El Camino Real Park Renovation, Orange,California The El Camino Real Park Project is currently under construction. Ms.Anderson's role included assistance in project administration and preparation of construction plans. Her tasks included attendance at regularly scheduled meetings,site visits,and coordination of sub consultants.She has also been involved in the coordination and implementation of the local governing agency's requirements.The project includes softball ° field renovation, addition of a batting cage and bullpens,shaded dugouts,new picnic areas and benches. Existing buildings will be restored to meet current building codes,and two new buildings will be added to the k",;„ site.New softball fields, sport courts,and security walkway lighting will also be part of the renovation. I-10/8th Street Interchange Beautification, Banning,California . .41 In an effort to create a "gateway”identity and draw public interest, the City of Banning contracted with DEA to s -4 prepare a feasibility study and preliminary design options combined with "before and after"photographic fT ` i'. simulations at several key interchanges along the 1-10 corridor.As lead landscape architect,Ms.Anderson is j working closely with the City,Caltrans and DEA team members in the preparation of final planting and � " irrigation plans.This process will require input from Caltrans District 8. r. ., 'ITV CIF Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Bernariino Project Management Services for the Capital Improvement Program D OO YYY 3 ALEXIA STEVENS Education '' DEA - Construction Project Manager/Inspector B.S., Political Science, 1987, San Diego State `� University { Ms.Stevens is a construction project manager with DEA. She has 18 years of experience working for the City of Chula Vista in the capacities of engineering Years with DEA technician,and field inspector. Ms.Stevens'experience includes but is not limited to, Less than 1 (2008) construction management, inspection and administration of major municipal roadway and highway projects,water and drainage design and land development Years with Other Firms construction inspection and shopping center infrastructure construction oversight. 18 I Throughout her 18 year career in the public works industry,Ms.Stevens has been at the fore front of innovation and pro-activeness in whatever projects she has been involved in. „' Representative Experience: ' Olympic Parkway/I-805 Interchange, Chula Vista,California 'Al As a Public Works Inspector 11,Ms.Stevens was responsible for the oversight of the project funding sources as f' ` well as assisting in the writing and revising of all project change orders. In addition, Ms.Stevens provided ' asphalt concrete and other structural section inspections as needed by the Senior Public Works Inspector supervising the field construction activities of the work on the Olympic Parkway/I-805 Interchange project. The Resident Engineer relied on her to provide technical support when there were critical RFIs and subsequent construction change orders that needed discussion and interpretation. Ms.Stevens was also responsible for t assisting the Resident Engineer in tracking the cost,scope,and schedule of the field work. Continued ( monitoring of the work was necessary to help the field staff keep the project on track throughout the contract time period. In addition to these responsibilities,Ms.Stevens worked closely with Caltrans staff and local utility companies throughout the duration of the project. West and East of Second Avenue, North of H Street,Chula Vista,California Ms.Stevens'role on this drainage improvement project was that of inspector. She was responsible for the '4, oversight of all of the infrastructure improvements in the field.Among other duties performed were:utility coordination and public relations,drafting contract change orders,keeping quantity spreadsheets to track the project's resources,write daily project report diaries as well as perform all of the field inspection for the iproject improvements on a regular basis to name just a few. Tobias Drive Project, Chula Vista,California Ms.Stevens was the assistant resident engineer on this project in Chula Vista. She was responsibly in charge of an assessment district project that involved maintaining line item quantities on all affected properties,public relations,sewer and storm drain improvements,concrete improvements and street reconstruction. She was also involved in relocation of existing improvements to property right-of-way and/or new improvements. Ms. Stevens was responsible for providing support for all RFI's and all construction change orders as well as assisting in keeping the project on time and within budget. n First Avenue and H Street Emergency Storm Drain Project, Chula Vista,California Ms.Stevens was the inspector on this project. She was responsible for the inspection of the installation of the cast-in-place box culvert, the sewer main and water line relocation and also the total street reconstruction in this area. A major part of Ms.Stevens time was spent on constant coordination with the local utilities and also N with the local public relations and traffic control. A.` :4' Y,, 1 •I fY OF Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Sal Bernarl ino Project Management Services for the Capital Improvement Program k�''4'-'x ff. RYAN BIRDSEYE Education i� DEA -Senior Project Manager B.S., Geography, 1987, University of Oregon a - .i Eugene, Oregon ; Mr. Birdseye has over 19 years of environmental planning experience working with M.S. Urban Planning, 1991 • " both public and private sector clients.Mr. Birdseye is proficient in environmental University of Oregon, 40 i review and document preparation in compliance with NEPA and CEQA, project Eugene, Oregon management, resources management,public presentations,and agency coordination. Mr. Birdseye has wide-ranging experience in the preparation of Professional Affiliations Environmental Impact Reports(EIRs),Negative Declarations, Environmental Impact LEAD San Diego, Graduate, Statements(EISs), and technical reports.Added to Ryan's wealth of experience is his Class of 2004 a , ability to work directly with public interest groups to discern and evaluate potential public concerns. Association of Environmental Professionals(AEP) :4 Representative Experience: Toastmasters International— Sunnymead Boulevard Revitalization Project, Moreno Valley,California Advanced Toastmaster Gold Mr. Birdseye is overseeing the environmental clearance through Caltrans and FHWA Certification, Club Officer, for the proposed improvements on Sunnymead Boulevard. Project components will 2005-2006 Area 7 Governor include an entry"arch"which spans the entry to Sunnymead Boulevard,medians, enhanced concrete pavement and cross walk,site furnishings and seating areas,a Years with DEA trf Y4, banner program,and new landscaping. DEA is providing survey,design,landscaping 4(2004) and environmental services to the City,with Mr. Birdseye responsible for the environmental documentation and clearance. Years with Other Firms 15 '- Southeast Bristol Street Widening Project,County of Orange,California Mr.Birdseye is managing the preparation of environmental documentation required for the proposed widening of Bristol Street in the unincorporated area of the County of Orange. , • Santa Clara River Comprehensive Monitoring Plan,Ventura County Watershed Management District Mr. Birdseye served as principal in charge overseeing preparation of a comprehensive monitoring plan for the Santa Clara River in Ventura and Los Angeles Counties. Redwood City Costco Wholesale Project, Redwood City, California Mr.Birdseye managed preparation of an EIR for the proposed expansion of the Costco Wholesale warehouse located in Redwood City. The Redwood City Costco Wholesale project involves the demolition of an existing Costco Wholesale store with 121,400 square feet of retail warehouse building and the construction of a new 148,663 square foot retail warehouse structure.The proposal would create an additional 27,267 square feet of building floor area. Bautista Canyon Road Widening, Riverside County Department of Transportation Mr. Birdseye served as project manager for preparation of EIR/EIS evaluating environmental impacts associated with the proposed widening and paving of a 13.2 km segment of Bautista Canyon Road in unincorporated Riverside County. "'" Scott Road Improvement Project, Riverside County Department of Transportation �� ,'' Mr. Birdseye served as project manager for preparation of the IS/EA for proposed improvements to a 4-mile ,' segment of Scott Road in Riverside County. „i;,-:, California High Speed Rail Authority Phase I CEQA Review, Los Angeles to San Diego Corridor, California Mr. Birdseye served as project manager for the Phase I environmental review element of the alternatives analysis for the proposed high-speed rail corridor between Los Angeles'Union Station and downtown San • .i' f� -.. Diego. ` ' - La Crescenta Library Expansion IS/EA, La Crescenta, California , Mr. Birdseye served as principal in charge of an Initial Study/Mitigated Negative Declaration and HUD EA for x fi the proposed construction of a new library facility located in La Crescenta, in unincorporated Los Angeles County. The project involved the acquisition of two parcels which neighbor the existing library site and : s : construction of a 14,000 square foot facility with 56 parking stalls. A Phase I, Phase II and remediation work 1 was performed at one of the acquired parcels as it was being used as an automotive repair shop. n V op Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Beroar ino Project Management Services for the Capital Improvement Program :* '�� =WI j JOSEPHINE ALIDO, AICP Education DEA Environmental Planner Master of Urban and Regiona Planning, 1988, University of Southern California Ms.Alido is an environmental project manager with over 20 years of experience in r.. public policy and environmental planning. She has been responsible for the B.S., Architecture, 1983, ' preparation of environmental documents in compliance with NEPA and CEQA, University of the Philippines including Initial Studies,Environmental Assessments,and Environmental Impact K. Reports for private developments and public policy documents. She has also been Certifications -.4 involved in the update of general plans,housing elements,and land use elements,as American Institute of Certified well as in the preparation of zoning ordinances. In addition,she has prepared Planners(AICP) `' i zoning/general plan consistency analyses,water management plans,parking studies, and public participation plans. Professional Affiliations American Planning Representative Experience: Association(APA) Years with DEA San Bernardino International Trade Center Specific Plan Amendment, San 16(1990-95 and 1998- Bernardino, California present) Ms.Alido is currently working on the Amendment of the San Bernardino International Trade Center Specific Plan to accommodate the development of Years with Other Firms industrial uses near the San Bernardino International Airport. This amendment is a 4 -1 second in a series that started with the Stater Brothers Corporate Headquarters and ' Central Warehouse Facility on Tippecanoe Avenue. The first amendment would include changes to the land use districts and development capacity of the Specific Plan area,in order to accommodate the proposed 2.3 million square feet of development and the needed land swap between the San Bernardino Airport Authority and the Inland Valley Development Agency to assemble to site for the project. The second amendment included the additional of other lands into the Specific Plan area,change in r' ; development intensity,updates to the information in the Specific Plan as they relate to the existing developments and improvements on the site,and clean up of the text and graphics in the Specific Plan. Student Apartment Complex,California State University San Bernardino(CSUSB), San Bernardino, California Ms.Alido prepared an Initial Study and Addendum to the Master Plan Revision EIR for the construction of a student housing facility on the CSUSB campus. The Student Apartment Complex included a 600-bed complex in "-- nine separate structures,with four to six apartment suites in each structure. This apartment complex would be utilized by existing and future students at CSUSB, as anticipated by the University's recently adopted Campus Master Plan. The Initial Study evaluated the potential impacts of the apartment complex,in relation to the impacts discussed in the EIR for the Campus Master Plan Revision. Jurupa Avenue Street Improvement Project and Annexation EIR, Fontana, California Ms.Alido is currently managing this roadway and annexation project. The proposed Jurupa Avenue Street 4 Improvement would affect an approximately 5.8-mile segment of Jurupa Avenue extending from Etiwanda Avenue on the west to Tamarind Avenue on the east, in the southern section of the City of Fontana.To improve the circulation in South Fontana and to implement the circulation goals of the City, the project proposes to improve Jurupa Avenue to a six-lane Major Highway from Etiwanda Avenue to Sierra Avenue and to a four-lane Primary Highway from Sierra Avenue to Tamarind Avenue. This will provide a consistent street cross section throughout the limits of the project.As part of the project,approximately 327 acres of County land along the north side of Jurupa Avenue, between Mulberry and Almond Avenues and between Catawba and Sierra == Avenues would be subject to annexation proceedings. The EIR for the project will analyze the impacts of the ., proposed street widening, infrastructure improvements, and buildout of the annexation areas. f r r Sewer Master Plan Update Initial Study, Fontana, California - Ms.Alido completed the Initial Study for the City's Sewer Master Plan Update, including improvements to the 7z „" existing sewer system serving the City. The proposed update re-evaluates the sewer service needs of the City ,a, . ".. and identifies the needed sewer system infrastructure and facilities to meet the demand for sewer services,as w°4 n, now expected in undeveloped and underdeveloped areas of the City, in accordance with the Fontana General "' ' 4 Plan. The Sewer Master Plan also estimates the sewer connection fee needed to fund these improvements. Impacts addressed included traffic and circulation, noise, air quality,and public services,along with potential — ,;i impacts associated with sewer line crossings at drainage channels,railroad tracks,and freeways. 'ITy 0P{ Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Bernar inn Project Management Services for the Capital Improvement Program 3.. • ii • 7 MUJIB AHMED, P.E. Education II KOA CORPORATION - Principal Engineer/Task Manager Ms, Transportation Engineering, Oregon State University(1978) For over 30 years,Mr.Ahmed he has been involved in a variety of BS, Civil Engineering, NED multidisciplinary transportation engineering projects including design and Engineering College, Karachi, Pakista 0 improvement of rural and urban interchanges, freeways,roadways, (1974) arterials,and intersections. His projects have included feasibility studies 0 3 and environmental documents,design reports,and final construction PS£E. Certifications . Some of his recent projects include: Professional Engineer(Civil) California, #68467 • A. Representative Experience Professional Engineer,WA, OR, ID, Strategic Plan for Relieving Traffic Congestion and Signal NV, UT, AK, FL Synchronization in the City of Rancho Cucamonga,California KOA was selected by the City to address multiple areas of concern related to Affiliations traffic operations and safety in the city.Mujib is serving as the project Institute of Transportation p y y' g p Engineers, Fellow Member manger.The project consisted of making an inventory of the City's existing American Public Works Association, ,CA traffic signal and signal interconnect equipment,making recommendations Member for the City's future signal interconnect system,preparing Safe Route to School(SR2S)Maps,and making recommendations for traffic calming practices suitable for use in the City of Rancho Cucamonga.The project also included a study of traffic conditions in the Red Hill area.The study : included a written report,2 public meetings and one presentation to the City Council.The scope included the preparation of all presentation materials needed for the public presentations Thermal Area Street Improvements,Riverside County,California .0 KOA is working with Riverside County EDA to design a total of 5 miles of street improvement in the Thermal a ' area. The project includes widening Airport Boulevard to accommodate future traffic growth. The KOA team provides survey,hydraulic and hydrology studies,roadway and drainage engineering design,traffic a 4 engineering design,and landscaping and irrigation. KOA will be responsible for completing the final plans, 4 specifications and estimate for this project. KOA is also contracted to assist EDA in the Ad and Award D construction management and inspection phase. Victoria Avenue Improvement Project for the City of San Bernardino,California r f Mr.Ahmed is the Task Manager for this project which requires traffic engineering and signal design services. The improvements are needed on Victoria Avenue due to the recent construction of a casino constructed by the San Manuel Band of Serrano Mission Indians. KOA was responsible for completing the traffic report to study impacts at three intersections on Victoria Avenue for existing and projected traffic conditions. Two new traffic signals were proposed and designed for this project. Specifications and construction costs were also completed as a part of an overall bid package. i Interstate 15/Ontario Avenue Improvements, Corona,California KOA was selected by the City to make improvements to Ontario Avenue at the 1-I5 Interchange. Mujib is serving ' as the project manager.The project required the addition of new lanes in each direction by constructing ...,•,- tieback walls on both sides of the undercrossing. KOA will prepare a PSR per Caltrans District 8 requirements. f It is anticipated that this project can be completed as a PEER and not require a full blown PSR document. T.Y. Lin will provide the tieback wall design to accommodate additional lanes on Ontario Avenue. Y; Citywide On-Call Engineering Services for Capital Improvement Projects, Big Bear Lake, California Mr.Ahmed is serving as a Program Manager for this on-call contract for which KOA has been retained by the City to provide engineering services for a variety of transportation, traffic,roadway,and drainage improvements for the next three years. Mr.Ahmed addresses the needs for the tasks that are sent to KOA from the City,and he allocates appropriate resources for each task assignment. He is also serving as the Project ;;• Manager for some of the task assignments, including providing completion of the Citywide Transportation Plan ,; .tea. and 150 ft. long Riffenburgh Channel Improvement,and Traffic Speed Study Update. Mr.Ahmed also advised _, - . the City on a number of small access control and intersection safety issues. ,eJ ry or Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and San Bernarl loo Project Management Services for the Capital Improvement Program Q 4Y 7.9 ,_ ROCK MILLER, P.E., P.T.O.E. Education KOA CORPORATION- Senior Traffic Engineer M.S. Civil Engineering, UC Davis (1976) ,1 Mr.Rock Miller is a Vice President/Principal Engineer for KOA Corporation. B.S. Civil Engineering, UC Davis A Mr.Miller is a registered Traffic and Civil Engineer in the State of California (1973) and has over 30 years of traffic planning,design,and operations experience. j As the former City Traffic Engineer for Costa Mesa and staff Traffic Engineer Certifications with the County of Orange,he is thoroughly familiar with the latest Professional Engineer(Traffic) capabilities and requirements available and expected from cities and California, #1139 municipal governments. For the past 18 years, Mr.Miller has been a Professional Engineer(Civil) consultant at the senior or principal level in the field of traffic engineering. California#29493 He is nationally recognized as an expert in pedestrian safety and circulation Professional Traffic Operations Eng #205 design. Mr.Miller has been responsible for completion of a wide variety of unique transportation projects,including an extensive array of services in Affiliations support of street improvement. He is also expert in signing and striping, Fellow, Institute of Transportation ` street lighting,work site traffic control,impact analysis,and the design of Engineers street and highway improvements. Mr.Miller is well regarded for his ability Institute of Transportation Engineers, to apply strong fundamental traffic engineering knowledge to custom District 6, Intl Director(2004-6) If situations. Institute of Transportation Engineers, District 6, President(2000-2001) , Representative Experience Institute of Transportation Engineers, Section President(1990-1991) is 3'd Street and Del Rosa Avenue Traffic Engineering Design Services, San City Traffic Engineers Association, I : Bernardino,CA- Principal in Charge President(1986) Mr.Miller oversaw PSGE for widening of the existing streets and relocation Orange County Traffic Engineering of infrastructure both above and below ground on 3'd Street, Del Rosa,and Council, Chairman (1982-1983) 1. Art Townsend. The project was coordinated with the City of San Bernardino, 1VDA and an engineering consultant.Mr.Miller prepared the modification of an existing traffic signal at the ' intersection of 3rd Street and Del Rosa;signing 6 striping along the south side of 3'd Street from 1,800 feet west of Del Rosa to Del Rosa;the westerly side of Del Rosa from 3rd Street to Art Townsend;and the street lighting on I both 3`d Street and along Del Rosa. ry . S Institute of Transportation Engineers, District 6, International Director(2004-6) 'a Mr.Miller completed 5 years of service to the Institute of Transportation Engineers District 6 Board,serving 13 Western States,and served as the District President in 2000-2001. . Instructor—University of California, Institute for Transportation Studies Mr.Rock Miller is retained by the University of California, Institute of Transportation Studies, to conduct two classes that are presented several times each year throughout California. He is the lecturer for topics including Highway Capacity, Level of Service Analysis for highways and intersections,Intelligent Transportation Systems, and the Manual of Uniform Traffic Control Devices. f. Traffic Engineering Design for an Industrial Park Development, Redlands,CA-Principal in Charge Mr.Miller provided PS6E for four intersections in the city of Redlands in conjunction with a proposed industrial park development. His work included design of new traffic signal installation plans for Alabama Street/Park Avenue and Alabama Street,'Citrus Avenue;signing 6 striping for Park Avenue from Alabama Street to Kansas Street;Alabama Street from Park Avenue to Citrus Avenue; Kansas Street from Park Avenue to 685 feet east of Park Avenue;and two proposed interior streets. a_ Traffic Engineering Design Services for 4 Intersections, Redlands, CA- Principal in Charge Mr. Miller oversaw the PS6E for four intersections in the city of Redlands. The design work included new traffic ik signals for Mountain View Avenue at Lugonia Avenue, Mountain View Avenue at San Bernardino Avenue,and to , ' modification of the existing traffic signals at California Street and San Bernardino Avenue and at California t <. Street and Lugonia Avenue. The PS6E also included signing 6 striping for the new traffic signal installations. Y,. . 4� w ', , k , k •1 I Y'OP Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering end Sal Bernar ino Project Management Services for the Capital Improvement Program E- ouuU , MING GUAN, EIT KOA CORPORATION- Associate Design Engineer Education B.S., Civil Engineering, y As part of the KOA team, Ms.Guan has worked on a number of roadway and Cal Poly Pomona, 2006 0 l traffic engineering study projects.Ms.Guan is an integral part of many KOA Certifications projects which have involved traffic engineering design for roadway Engineer in Training, California improvements, traffic signal designs, ramp metering,signing and striping,and (#124120), 2005 traffic control plans.She is skilled in the use of AUTOCAD for roadway design. Affiliations Representative Experience Tau Beta Pi National Engineering 4 Honor Society Traffic Signal Design Services for Tippecanoe Avenue and Orange Show American Society of Civil Engineers Road, San Bernardino, California (ASCE) Ms.Guan assisted the project manager in preparation of traffic signal plans '` and signing£striping plans for these three intersections. KOA provided traffic engineering services for this project. Two new traffic signal installations and one signal modification needed to be prepared for Tippecanoe Avenue and Orange Show Road in the city of San Bernardino due to the developments adjacent to the 0 intersections. Victoria Avenue Improvement Project,City of San Bernardino,California Ms.Guan served as the lead design engineer and provided traffic engineering and signal design services for this project.The improvements were needed on Victoria Avenue due to the construction of a Bingo and Casino 1 constructed by the San Manuel Band of Serrano Mission Indians.Two new traffic signals were proposed and ,t designed for this project. Specifications and construction costs were also completed as a part of an overall bid package. ,5 Preparation of Plans, Specifications and Estimate for Road Improvements in the Town of Thermal, t Economic Development Agency(EDA)for the County of Riverside,California Ms.Guan worked as a design engineer for this major roadway improvement project in Eastern Coachella Valley and the Town of Thermal. KOA was retained by Riverside County EDA to provide engineering services for improving the general road conditions in the area. The project consisted of traffic study improvements to about 5 miles of road throughout the town vicinity,and required drainage studies and improvement, streetscape,and traffic signal design. . Traffic Signal Design at Vista Chino Parkway(SRI II)and Cerritos Road, City of Palm Springs, California Ms.Guan served as the lead engineer for this project and was responsible for the design plans,specifications and cost estimates. KOA provided professional traffic engineering services for this project.The scope of work included completion of traffic signal installation plans and water pollution control program document. KOA was also responsible for obtaining a Caltrans encroachment permit. Multiple Traffic Signals and One Bus Stop Platform Project in City of Colton, California KOA was recently selected by the City of Colton to provide engineering services for street safety improvements at the following locations in the city of Colton: ' � Traffic Signal Design at <:.; • Site#I La Cadena Drive' Rancho Avenue v • Site#2 Agua Mansa Road/Rancho Avenue • Site#3 Colton Cement Plant Road/ Rancho Avenue V. M Ms.Guan is responsible for preparing design plans, specifications,and estimates for the project. a y;4 1 I r OF Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Bernarl ino Project Management Services for the Capital Improvement Program d" oa uuu JIM CORNS JCA Engineering, Inc. - Electrician • JCA has been dedicated to providing efficiently innovative architectural lighting design services and state of the art electrical engineering. The principal of the firm offers more than 20 years of experience. Projects successfully completed within the last year represent total construction values exceeding forty million dollars, encompassing new and renovated educational facilities,efficient public works facilities,active and passive recreational sites,and streetscapes for community revitalization. Mr.Corns is a project manager whose duties ;4 include meetings,site visits,design of electrical construction documents and construction support. Representative Experience: • Cypress Avenue Trail,Chino,California • Ingalls Park,Moreno Horse Arena,Norco,California • Porterville Sports Complex, Porterville,California • Yucaipa Park,Yucaipa,California • Yucca Valley Park and Ride,Yucca Valley,California • Pollywog Park, Manhattan Beach,California • Bill Martin Community Park, Fontana,California • Eva Dell Park Sports Park,Victorville,California • Colton Middle School Soccer Field Sports Lighting,Colton,California • IDF Power for Four Sites— RUSD,Riverside,California • County Sheriffs Station,Victorville,California • Youth Center,City of Cerritos,California • Senior Center,City of Montebello,California • Los Banos Junior High School, Los Banos,California • Central Elementary Library and Science Building, Rancho Cucamonga,California • Jurupa Education Center,Jurupa,California • ESRI Building Two, Redlands, California 1 ."4" rry r,r Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and • San Bernar ino Project Management Services for the Capital Improvement Program iY O SECTION 3- STAFF AVAILABILITY DEA recognizes that there are times when schedules must be accelerated,which require additional planning, cooperation,and effort. With our current civil workload,we have the ability to immediately start projects under this contract and to adhere to the schedule of each project. Below you will find a matrix of our listed professional staff and their current work load and availability to work for the City on this On-Call contract. §. Team Member Name.,. . Current Projects Time on othet Availability fat projects this contracE- Jeffrey K.Rupp,P.E. Studio Development Project-High Profile 30% 70% Entertainment Company .. Miscellaneous CIP's for City of Los Angeles 411 . Rob Bathke,P.E. Ranchero Road Grade Separation 60% 40% SB County Retaining Walls '41 r: Gabriel Rodriguez,P.E. RICO-Multiple Street,Sewer and Storm 70% 30% Drain Projects. CTEM-Multiple Flood Plain Analysis • Projects .� , Tomas Molina,P.E. Studio Development Project-High Profile 60% 40% Entertainment Company MP ' Kirk Shimek Ranchero Road Grade Separation 50% 50% I-15 Utility Corridor Project Wager Hawthorne,P.E. Studio Development Project-High Profile 70% 30% Entertainment Company CTEM3-Hydrology Study Liuzong Zhu,P.E.,PhD RCTC-1-215/74 Storm Drain 70% 30% Hydrology/Hydraulics Gernot Komar,P.E. SANDAG Multiple Task Orders 80% 20% Vincent Sobash,P.E. Del Mar Race Track Roof Project 70% 30% SANDAG Multiple Task Orders Bob Vasquez,P.L.S. MWD Water Projects 30% 70% 1 San Bernardino Levees 4 Riverside Power Project Arantine Hills,RCTC Ryan Versteeg,P.L.S. Pasadena Map Checking 55% 45% • MWD Water Projects .,' Lisa Henstridge,P.L.S. I-15 Widening 40% 60% 1-215 Widening I-215/SR74 Interchange 1-10 @ Tippecanoe Kim S.Rhodes,L.A. Caltrans D8 On-Call 60% 40% La Quinta Medians SunLine Transit Chris Giannini,L.A. Hunter Hobby Park 60% 40% Mission Springs Park Ovrom Park �,. b, Almabeth Anderson,L.A. El Camino Real Park 50% 50% = Pasadena On-Call Contract ' Caltrans D8 On-Call Contract Martin Phillips,P.E. RCTC I-215/SR74 Interchange 70% 30% a, ,�t SANDAG-Multiple Task Orders Alexia Stevens SANDAG-Multiple Task Orders 20% 80% .° i. Ryan Birdseye Environmental Documents-Confidential 50% 50% `; ' — Solar Client ' 4-4' Loma Hills/Pelisser Ranch Josephine Alido,A.I.C.P. Guasti Plaza 75% 25% La Loma Hills/Pelisser Ranch ;1 1 ITY OF Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Bernar ino Project Management Services for the Capital Improvement Program ff. SECTION 4- ABILITY TO PERFORM SCOPE OF SERVICES Understanding of Project Objectives ':4 The City of San Bernardino is soliciting statements of qualifications from qualified consultants to provide professional civil engineering services for on-call civil engineering design and project management services for the capital improvement program. DEA will provide in-house services consisting of general 4 civil engineering,water resources engineering, structural engineering,permitting and utility coordination,surveying, landscape architecture,and construction management. In addition, through our sub-consultants we will provide both traffic engineering and electrical engineering. DEA is familiar with providing on-call services for capital improvement projects as we have provided these services for numerous cities throughout Southern California. In addition,we have provided our services for numerous projects in the City of San Bernardino. Some of these include:street and landscape improvements for 3`d Street and Del Rosa Avenue,construction management and staking services for Tippecanoe DEFINITION AND SCOPING -f, Avenue, the Specific Plan and EIR for the Verdemont OF TASK ORDER(s) area,plans for the Verdemont Community Center, and many others. €�, Submit Cost Task Order Process DEA's success in delivering consistent,efficient,and quality products is built on its foundation of Negotiate assembling the right staff of professionals, communicating the needs of the client and focusing the team's resources and tools on meeting those needs. ExecuteT.O' Execute r. ee teT.0' DEA has executed a number of on-call contracts with a number of public agencies. The flowchart figure, shown here,illustrates our multiple task order delivery ° process. It begins with the cost proposal stage,goes 1 through the final delivery stage,and concludes with the close out of the task order. Upon preparation of a draft task order,Mr.Rupp will meet with the City of San Bernardino to define the task order in terms of - .. ,:= Quality Control purpose,goals,roles and responsibilities. At that time a task leader and team members will be assigned based Deliverables on the specific areas of expertise required for the task. A cost proposal will be developed defining level of efforts,schedule and work plan. This will be submitted °' to the City for review and negotiation. Upon approval of the task order, the team will have a kickoff meeting with City staff members.This will focus the team in delivering a consistent,efficient and quality product. Project instructions will be discussed and ;i distributed to all team members. Project instructions will include: ' • Project directory • Communication plan • Directives to staff • Schedules,WBS codes,and budgets } g • CAD standards Y'Q " ! • Design survey criteria(topo codes, project control,etc.) `= • Deliverables ¢fA • Filing system instructions for both electronic and hard copies ex1 • QC plan r`. M The work plans for the task(s)will be executed from both the management and technical aspects. If a change ,I occurs during the execution process—either from the City, project team or a third party—Mr. Rupp will work directly with City staff to identify and address the potential impact of the change in a timely manner.Any ► impact to the level of effort will be documented,and work efforts will be modified as appropriate. Task close I l'Y CIF Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Sat Bernar inn Project Mana g ement Services for the Ca p ital Im provement Program 4 9 .:1 rffi out process will confirm that all required products have been delivered within the quality control system and create a task order archive for future reference. Archiving will include both hard copy and electronic versions of project files. j 41 , Project Approach f At DEA,project success is our goal. DEA's definition of project success is I)Project completion that meets the project requirements,2)project completion within budget and 3)project completion within schedule. typical . . A work plan is outlined below. 111) 4 Work Plan ., le A Kick-Off Meeting y DEA will meet with City of San Bernardino staff to discuss the scope of services and pertinent details of the project and to receive any additional background data. At the kick-off meeting,the following items will be reviewed:each person's role and level of responsibility discuss project opportunities and constraints,provide a thorough review of the scope of services,objectives,design,maintenance,stakeholders,construction schedule and budget. Project Design Project design will consist of preparing construction documents as necessary to accomplish each project's goals. Construction documents would include improvement plans,reports,specifications and cost estimates and will typically outlined as follows: Research and Data Collection of Existing Information When preparing for a site development or infrastructure project,it is important to locate all existing utility and surrounding improvement information. Utility research can be of the most importance when preparing a design as conflicts and relocations of existing facilities are a determining factor for • decisions made during a particular project. Research of existing facilities is also a very critical factor • during construction,since many change orders during construction are due to conflicts with existing r I utilities and improvements. 1 Topographic Survey Aerial topography and or ground survey will be the two methodologies used to provide topographic information. The particular survey methodology will be determined on a project basis by project basis . based on size,data required and budget. For aerial topography, DEA surveyors will set aerial control targets so that they can be located during flight and used to develop the topographic map. Supplemental ground survey would then be performed in conjunction with the aerial topography to locate above ground appurtenances not shown on the aerial topographic map as well as provide hard {; elevations at join points throughout the project. The topographic information along with right-of-way and utility mapping will be combined for a complete base map for design purposes. Right of Way Engineering/Mapping DEA is highly experienced in and aware of all factors involved in right of way engineering. Our key personnel have experience as employees and/or contractors working for numerous agencies. Our experience with a wide range of transportation agencies, agency requirements and applications,and innovative ideas contributes to our ability to provide our clients with the best possible right of way engineering services. DEA's right of way surveyors are proficient in the services shown below. i. , legal Descriptfort '_ :Q ,:a_ Preparatia> olrkl*isitiot Apprai5ai M' . Interpreting Ma an v" .� Preparation oAW Ma erp '3 ps d Rraw�ngs ° P l �, Understanding the Importance 0V.,-. f, Performing Field Surveying Wort r � ` '" ?E the land Net Relative to the Rigytlf ' * Pteparation of Utility l ati p; a oc do MCI .•, K ofWayd, '-, _ fa_.'� ta, rx 1'.. t, . 1. <,a',.a;i r, , Map Preparation/Compliance DEA has filed many Corner Records, Parcel Maps, Final Maps,and Record of Survey maps with various "" counties and cities in California. DEA has recorded Record of Survey maps for GPS control surveys, ''�!7 ,. '':' cadastral surveys,alignment surveys,and boundary surveys. All maps and documents prepared by •1 ry OF Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and San Bernar1 in Project Management Services for the Capital Improvement Program f , V 0 our staff are reviewed for compliance to all state and local ordinances and as well as all laws pursuant to the Subdivision Map Act and Land Surveyors Act. I Geotechnical Investigation and Report Geotechnical investigation and report will be completed and provided by an approved geotechnical consultant from the City's on-call list. IConceptual/Preliminary Design For a typical City project,DEA will coordinate with the appropriate City department to obtain the 4 latest project requirements. If this is a site development project for the City,DEA will coordinate with the project architect to obtain the latest site plan. DEA will then orientate the site plan to the project boundary and topographic map and check the proposed site plan line work for accuracy. At this point DEA will proceed with the development of preliminary plans which may include preliminary horizontal and vertical design,drainage and utilities. Preliminary hydrologic and hydraulic analysis for proposed drainage facilities would be performed and a draft Standard Urban Storm Water Mitigation Plan (SUSMP)would be prepared,if required,outlining initial post construction best management practices ' (BMP's). Using the preliminary plans and reports,DEA would generate quantities and prepare an (, , opinion of probable construction cost to be compared to the project budget. The cost estimate will assist with value engineering as we move into the construction document stage. Construction Documents Final construction documents will be prepared based on the approved preliminary design. Final construction documents would consist of complete plans,reports,specifications and cost estimate. The final plans will be submitted to the City of San Bernardino for review and approval. Coordination Meetings DEA believes in frequent communication with our clients while providing engineering services. As such we i will be available throughout the project design,will attend scheduled meetings and will coordinate with the City of San Bernardino,governing agencies and other consultants regularly to keep them apprised of project progress. DEA will prepare an agenda for each meeting and be ready to discuss the progress of the I project,any confirmed or potential problems,and other pertinent items. Minutes will be provided of each meeting and copies will be provided within a week of the meeting. Computer Software Capabilities DEA has the ability to provide reports,specifications,and plans in the required format. These include: • AutoCAD Land Development Desktop 2008 • MicroStation V7£V8 • Microsoft Word 2003 • InRoads 2004 • Microsoft Excel 2003 • CAiCE 10 • Microsoft Project 2000 • ArcView 9.2(GIS) • AutoCAD 2008 • Trimble Geomatics Office • AutoCAD Map • Leica Geo Office • StarNet/StarLev 1 Quality Management Plan/Engineering Plan Review 4 The Quality Management Plan/Engineering Plan Review is an implementation strategy that helps achieve with a formal engineering plan review that allows for high quality documents and reports. DEA's drafters use the ,4 process as a guide for information needed on a typical set of plans. Designers use it as a guide in assembling and implementing the project design. The main use of the plan is for the plan review. The process has three parts:Stage I-Design Information Review,where DEA staff checks on the accuracy of the information before 4 -: work begins:Stage II-Fatal Flaw Review where any potential design issues are brought to light:Stage III- : r� Plan Set and Report Review,where review of the plan sheets is given a final check before the product leaves f °ry the office. Below you will find a detailed outline of the Engineering Plan Review process. ', = Y g g P 'tom' �' Stage I - Design Information Review ; . Purpose. Check the accuracy of the information base and determine whether it is acceptable. Information 4"`s `s" that looks questionable should not be used until it is verified. The following steps apply to the review of survey _* - data ITN Op Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering and San Bernarl in Project Management Services for the Capital Improvement Program F 1. OW • All base survey information(topography,contours,closures,benchmarks,etc.)will be reviewed by an independent survey division member in the office and in the field. The person who prepared the 4 calculations will initial all computer plots transmitted from survey to design and then by the person who checked the calculations,with the date of the check. 5 • Upon receipt of the survey data,the design team member will review the data for completeness and accuracy,and verify that the calculations have been checked. Stage II -Fatal Flaw Review Purpose. In the early stages of the project,a fatal flaw review will be implemented to identify relevant issues and potential design problems. This review is intended to be an interactive process between the client manager,project manager,project designer,and the fatal flaw reviewer. AP ;.i The fatal flaw review must answer the following questions: • Has sufficient information been collected to resolve design problems(e.g.surveys,existing records,and 0 regulatory requirements)? Do we have sufficient local knowledge? ' • Have design alternatives been considered? Discussing ideas at weekly discipline meetings is an excellent "' way to consider alternatives. • Is the design sound and workable? Does it fit the existing conditions? Implementation. In the early stages of the project,the client manager or project manager will establish a fatal 0 flaw review date and designate a fatal flaw reviewer. y,, The fatal flaw reviewer will have extensive experience with the type of project to be reviewed. The fatal flaw reviewer will be someone outside the design team. The reviewer will be kept informed of project progress prior to the fatal flaw review. The fatal flaw review is objective. There are two basic considerations in a fatal flaw review: r • Review the design for functional and dysfunctional elements. / • Review the design for flaws in the design concept,which may be the 4 result of insufficient or erroneous information. DEA uses a fatal flaw review form. A completed fatal flaw review form will be kept in the project file. • In the case of a functional design determination,the fatal flaw review form should be noted as such and filed in the project file. The project may then proceed as scheduled. • In the case of a dysfunctional design determination,the discipline leader,client manager,and project manager will review the fatal flaw determination. • If the determination is upheld,the discipline manager should assist the designer in the redesign of the project and establish a schedule for a second review. a • If the determination is not upheld,the discipline manager will document the review and _r recommendations on the fatal flaw review form. The form should then be filed in the project file. :>, Stage III -Plan Set and Report Review ,,, w- Purpose. A"yellow out"review of the plan sheets is the final check before the product leaves the office. ~ Calculations are marked with a yellow pencil to signify that they have been checked and are correct. Actual changes will be made with a red pencil. Comments to the drafter will be made with a green pencil. • Plan set and report review includes math checks,identifying conflicts with other design or report '' elements,and constructability checks. • Plan set and report review will be conducted by someone who has not been directly involved in the " ` design,drafting or authorship. 4 ' `' The"yellow out"copy is filed in the project review file along with the complete and signed Quality Control 111117,:..,,,`.,. `' 1 Checklist. 1 ITV OP Proposal to Provide Professional Civil Engineering Services for On.Call Civil Engineering and San Bernar ino Project Management Services for the Capital Improvement Program , , rlil,, ,,,,t,.0 iff A I Bid Support and Construction Services Bid Support DEA will provide bid support by attending the pre-construction meeting,answering questions `'' regarding the construction documents,and respond any questions that are pertinent to the ', construction documents. DEA will also assist the City of San Bernardino in evaluating bids and ;''` I contractors. 1 Construction Support DEA will provide construction support by attending the pre-construction meeting,regular construction meetings,answering questions regarding the construction documents,and respond to ' any questions that are pertinent to the construction documents as well as providing construction i, support for revisions and/or change orders. As-Built Plans DEA will prepare as-built plans according to the City of San Bernardino criteria,and furnish both ' electronic and Mylar copies of the plans. (' ) f' Project Management Approach ( ,a Project Control System At DEA,we closely monitor project schedules on all projects.In-house project meetings are held on a weekly basis with all project managers. All projects are r identified together with their schedule on a project board. In addition,a workload board is updated weekly identifying all engineers,designers,CAD drafters,etc. The . t board identifies which project or projects each individual will be working on over the next week to 6 months depending on project size and schedule. In addition, DEA utilizes Solomon accounting software to closely track the hours and dollars r expended toward each task on each project. Project reports are provided to project '; -' managers on a weekly basis. Project Management Plan ^ DEA has assembled a qualified project team based on the anticipated project needs. DEA staff assigned to this team has the experience and capabilities to provide the City with superior professional consulting services. Our management structure explains the appropriate chain of command and reporting responsibilities. This organization and structure is very important for the project goals,and us. DEA has a team management approach, which provides flexibility and innovative thinking,while maintaining strict adherence to the project's goals and schedule. At DEA,organization is of the utmost importance,matching each project with the correct resources to ensure that work tasks are carried out on schedule and within budget. The management plan for each project will 1 be adjusted and refined once the project is initiated. DEA's basic elements of project management are: • Assignment of personnel hours • Adjusting the project plan and schedule as required with the input of other senior managers and team members 1 • Communication of individual and subconsultant roles and responsibilities in carrying out the project's goals, and • Obtaining a commitment from the entire team in achieving these goals. Project Management Approach — How DEA will Work the City of San Bernardino PP y o --_- Working with a client on an as-needed basis provides an advantage to the project development process as it s allows an opportunity to work together as a team to define the project and develop the most appropriate ' ` ' course of action. Our approach generally contains two elements—managing the product and managing the :f r',`" process. 1:.', , ,! Managing the Product • To create a quality product,it is imperative that a detailed approach be developed and implemented. The , ir following provides an overview of the approach DEA uses to guide the development of a work product: ITY OP Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering and Sao Beroarl loo Project Management Services for the Capital Improvement Program V.0 =WI • Develop Project Strategy. Under this contract, DEA will work as an extension of the City's staff from the ? early stages of a project to provide suggestions and guidance on how to most efficiently meet the project requirements. As a team,we will review the project obectives,visit the project site(if a ! ,, q P J objectives, p ) appropriate),gather relevant information,and then develop an informed strategy.The strategy is dependent on a number of factors but generally is dictated by the complexity of the project. • Develop a Scope of Work. Once the strategy has been defined, DEA staff will develop a scope of work defining specific tasks to be completed. The scope will identify technical studies to be performed and the general chronology of the process including the production of deliverables and requirements. • Develop Project Schedule. After we define the scope of work,we will develop a project schedule that provides a list of tasks and a timeline for completion. Project schedules are an important tool for 10 i measuring actual versus anticipated progress and help keep the project on track. Schedules are prepared 3 in Microsoft Project and can be e-mailed in PDF format for viewing. • .* ,? • Project Punch List. For more complex projects,we develop a punch list i which is essentially a list of tasks within a task. Punch lists are very 4 detailed lists and are great for keeping track of complex tasks with many i $'" r components that need to be completed within a tight timeframe. .0 • Quality Assurance/Quality Control. Prior to our clients receiving a deliverable,it is reviewed for quality and content by a senior staff person. • We believe quality is our calling card;thus, it is imperative that we provide sound technical analyses in a well written and easy to understand format. Our senior staff has the experience necessary to review the deliverables for accuracy before providing them to our clients. EP 0 , Managing the Process ' ` Just as is it important to manage the product, it is important to manage the process to ensure the team stays on the same page throughout the duration of the project,changes are incorporated where appropriate and that scheduled deadlines are met. The process itself is primarily an exercise in communication: 1 • Ongoing Communication. Even the best made plans change as a project progresses. It is possible that , i the project may change in some way over time as new issues come up. Based on our experience, larger • projects or those that continue for an extended period of time are those where change management becomes most imperative. For the most part,changes can be foreseen and folded into the project schedule or punch list so nothing slips between the cracks. Managing change is most effective when the team is aware of the issue and can respond accordingly. The key to ensuring everyone is aware with frequent and ongoing communication. • Telephone Calls/E-Mail. As the project progresses,the DEA project manager will correspond frequently with the City of San Bernardino to inform and request information. Telephone calls are a quick way to share information. E-mail is also an effective tool for developing an administrative record for the project. '`' "' • Monthly Reports. In addition to phone calls and e-mail, DEA will prepare monthly status reports that will ,” accompany invoices. The status reports provide a summary of the work effort that occurred in the 4_ previous month. These reports accompany the invoices. • Meetings. As requested, DEA will attend meetings with the City of San Bernardino. It is assumed that the 4,;-'„ frequency of the meetings would be dependent upon the complexity of the project or the number of issues } to discuss. Regardless of the frequency, face to face meetings are perhaps the most effective project -' management tool. k a YtA' 4 I r or Proposal to Provide Professional Civil Engineering Services for On Call Civil Engineering arid San Bernar1 ino Project Management Services for the Capital Improvement Program t.4 * OW= ( wsY SECTION 5— REQUIRED STATEMENTS AND ADDITIONAL INFORMATION i DEA currently does not have an office looted within the city limits of the City of San Bernardino. We have done business with the City in the past and have held a business license with the City. A copy of the license is below. We realize it has expired and have applied for renewal so that we will be incompliance and ready to work for the City if awarded this contract. NOT TRANSFERABLE • MUST HAVE A CO AR BACKGROUND- CITY OF SAN BERNARDINO 1• ` BUSINESS REGISTRATION CERTIFICATE w 'D ACCOUNT n,.Bums Rea...lo.Ce liac.dos... door the b memo.of.h.tomes n the h, Other.ppoah by he,Cy • Illeprtments,each to o00Io,..R some may be tammett Tu Cmihre u e.od wR ow venfcron eve the w.iRu.e a.ub[t to a I , NUMBER .=..o.NO,Memo;by the SmeofCaaO.... 919685 RENEWAL The Roomer O•iw a empuaible be lowly retreat Nee ree.o m.,....d.o.Ke R...Y,..as.Met n.t More ropon.T.iry W tamely tombola Ifinep.id•idi b dap of,h.apeman doe drawn.70%penahy.i be lemma i BUSINESS CLASS CONSULTANT(OUTSIDE) EXPIRATION DATE DATE PAID NOTES: 12/31/2008 le 01/28/2008 BUSINESS LOCATION: 4200 CONCOURS STE 200 OWNER,FIRM OR CLIFF SIMENTAL,VP ( ! CORPORATION N'� ._ y! ; BUSINESS NAME DAVID EVANS&ASSOCIATES,INC ,J ^ ATTENTION MAILING ADDRESS 4200 CONCOURS STE 200 • ONTARIO CA, 91764-7976 ( POS I A SPI L US PEA • Pt O. .t I e r,PI OT 1ALD* DEA's risk management staff has reviewed the Draft Agreement for Professional Civil Engineering Design Services and reserves the right to negotiate the agreement upon award. DEA has read the complete RFP and all Addenda thereto and have incorporated all requirements of said RFP and Addenda into our proposal. _P a-1 }:p Ova t i'yk �• t' iy 4. ;"i'- 1 Iry .,p Proposal to Provide Professional Civil Engineering Services for Cn-Call Civil Engineering and Sae Bernar1ino Project Management Services for the Capital Improvement Program 0 ATTACHMENT "2" TO EXHIBIT C MARCH 26,2009 DAVID EVANS <;ND ASSOCIATES Schedule of Hourly Billing Rates Rates Effective through September 30, 2009* Office Staff: Principal $215.00 Project Manager $185.00 Professional Engineer $170.00 Professional Land Surveyor $170.00 Professional Landscape Architect $160.00 Professional Architect $160.00 Professional Planner $160.00 Survey Analyst $150.00 Civil Designer $145.00 Landscape Designer $120.00 Land/Environmental Planner $120.00 CADD Designer $120.00 CADD Drafter $105.00 Clerical $85.00 Note: Authorized overtime will be charged at 1.5 times the above rate. Field Staff: 2-Person Survey Crew $265.00 3-Person Survey Crew $330.00 Note: Per union agreement, there is a 4-, 6-and 8-hour minimum charge for field survey work. Reimbursable Expenses: Client shall pay the costs, plus 15%, for any applicable governmental fees, title company charges, subconsultant fees, outside vendor reproduction costs, in-house reproduction costs, mileage, and delivery or messenger services incurred on Client's behalf. rates snhje( In annual increase jal KOA CORPORATION PLANNiN c -NCi!'JEtP NG Billing Rates for City of San Bernardino On-Call Civil Engineering Design and Project Management Services for the CIP Employee Title Rate President $ 245.00 Principal Engineer $ 225.00 Senior Traffic Engineer $ 185.00 Senior Designer $ 175.00 Senior Transportation Planner $ 155.00 Associate Transportation Engineer $ 115.00 Associate Transportation Planner $ 115.00 Associate Design Engineer $ 110.00 Assistant Engineer $ 95.00 Assistant Planner $ 95.00 Assistant Designer $ 90.00 Technician $ 80.00 Administrative Assistant $ 65.00 Intern $ 55.00 JfEngineering Inc. C2 (..-J Electrical Engineering & Consulting J 8048 Palm Ave. Highland, CA 92346 909.864.0223 Fax 909.864.0280 jcaeng(a earthlink.net Billing Rates For the purposes of hourly services and/or revisions for the basic services,the Consultant shall invoice the Client at the following rates: Project Engineer/Manager $200.00 Designer $ 160.00 Drafting/CADD $ 145.00 Clerical/Delivery/Accounting $ 130.00 These hourly rates shall be adjusted annually based on increases in product cost, the cost of living and fuel prices. Final site visit review and final electrical punch off list $500.00 ATTACHMENT"3" TO EXHIBIT C l� D 0 June 22, 2009 Mr. Michael Grubbs, P.E., Project Manager City of San Bernardino Development Services Department 300 North"D"Street San Bernardino, California 92418-001 Email: Grubbs Mi @sbcity.orq Subject: Rate Discount to Provide Professional Civil Engineering Services for On-Call Engineering and Project Management Services for the Capital Improvement Program Dear Mike, Thank you for your email regarding the On-Call Engineering and Project Management contract. Please let this letter serve as our agreement to a rate discount of 5% through September 30, 2009. On October 1, 2009,our rates will be increasing at which time we will continue to offer the discount on our newly established rates.At this point in time,we only know that our union survey crew rates will increase by approximately 6%. The increase for all other rates has not been developed as of this date, but as soon as they are published we will forward them to you. We look forward to working with you and the City of San Bernardino in the coming months. If you have any questions or require additional information, please do not hesitate to contact me. I can be contacted via telephone at (909) 912-7329 or email at jkr@deainc.com Sincerely, DAVID IVAN AND A CIATES, INC. Jeffrey . Rupp, P.E. Project Manager 42(X)Concours Drive,Suite 2(X),Ontario,Caliliirnia 91764 909.481.5750 fax 909.481.5757 EXHIBIT D AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP) THIS AGREEMENT is made and entered into this day of 2009 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("City"), and LIM &NASCIMENTO ENGINEERING CORPORATION ("Consultant"). WITNESSETH : A. WHEREAS, City proposes to have Consultant perform the On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) described herein below; and B. WHEREAS, Consultant represents that it has that degree of specialized expertise contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and C. WHEREAS, City and Consultant desire to contract for specific services in connection with the project described below(the "Project") and desire to set forth their rights, duties and liabilities in connection with the services to be performed; and D. WHEREAS, no official or employee of City has a financial interest, within the provisions of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONSULTANT 1.1. Scope of Services. Consultant shall provide On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) to City in accordance with Attachment 1, Consultant's proposal dated March 26, 2009, attached and incorporated herein. 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's performance of this Agreement. 1.3. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws 1 EXHIBIT D including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above-mentioned laws, which may be incurred by reason of Consultant's performance under this Agreement. 1.4. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other category protected by law, except as permitted pursuant to Section 12940 of the Government Code. Violation of this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. 1.5 Non-Exclusive Agreement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of City. 1.7. Business License: The Consultant shall obtain and maintain a valid City Business Registration Certificate during the term of this Agreement. 1.8. Duty of Loyalty/Conflict of Interest: The Consultant understands and agrees that as the City's Consultant for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP), Consultant shall maintain fiduciary duty and a duty of loyalty to the City in performing Consultant's obligations under this Agreement. Consultant, in performing its obligations under this Agreement, is governed by California's conflict of interest laws, Government Code Section 87100 et seq., and Title 2, California Code of Regulations Section 18700 et seq. 1.8.1 Prior to performing any services to City under this Agreement, Consultant shall provide the Development Services Department a written list of the Assessor Parcel Numbers and general location or address of any and all real property located in the City of San Bernardino in which Consultant has any ownership interest, or which is the location of any pending project that is a source of income for Consultant. Consultant shall keep this list current on a monthly basis during the entire term of this Agreement. 1.8.2 Consultant shall not work on any task that is related to any real property that is located within 500 feet of any parcel in which Consultant has any ownership interest or 2 EXHIBIT D which is the location of any pending project that is a source of income for Consultant. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Over the term of this Agreement, Consultant shall be paid for such services in accordance with the schedule of rates marked Attachment 2 and dated March 26, 2009, discounted 5% as indicated in Attachment 3, both of which are attached and incorporated herein, subject to an aggregate limit of $1,000,000 in payment for work performed by all consultants for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP). City shall distribute work among its consultants in a manner that best meets the needs of the City. City makes no guarantee to Consultant regarding the amount and/or the dollar value of the work assigned to Consultant. 2.2. Additional Services. Consultant shall not receive compensation for any services provided outside the scope of services specified in the Response unless the City or its Project Manager for this Project, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. Consultant may submit invoices to City's Project Manager for approval on a progress basis, but no more often than monthly. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each invoice shall describe in detail, the services performed and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City or its Project Manager for inspection and/or audit at mutually convenient times for a period of three (3) years from the Effective Date. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. The obligation to perform the professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Effective Date of this Agreement. Said services shall be performed in strict compliance with the Project Schedule issued by the City's Project Manager. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the ;Lill ,,I�,r i? rnt 3 EXHIBIT D reasonable control of a party. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the date approved by the City Manager and continue through June 30, 2010, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. An administrative extension of one additional year may be authorized, subject to the prior written agreement of both parties. 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing written notice to Consultant. The termination of this Agreement shall be deemed effective upon receipt of the notice of termination. In the event of such termination, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated as to the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents pertaining to the services contemplated herein whether delivered to the City or in the possession of the Consultant. 4.4 Documents. In the event of termination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City within ten (10) days of delivery of termination notice to Consultant, at no cost to City. Any use of uncompleted documents without specific written authorization from Consultant shall be at City's sole risk and without liability or legal expense to Consultant. 5.0. INSURANCE 5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, independent contractors, personal injury with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. 4 EXHIBIT D (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. (c) Workers' compensation insurance as required by the State of California. (d) Professional errors and omissions ("E&O") liability insurance with policy limits of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. Consultant shall obtain and maintain, said E&O liability insurance during the life of this Agreement and for three years after completion of the work hereunder. 5.2. Endorsements. The comprehensive general liability insurance policy shall contain or be endorsed to contain the following provisions: (a) Additional insureds: "The City of San Bernardino and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice: "Said policy shall not terminate, nor shall it be cancelled, nor the coverage reduced, until thirty(30) days after written notice is given to City." (c) Other insurance: "Any other insurance maintained by the City of San Bernardino shall be excess and not contributing with the insurance provided by this policy." 5.3. Certificates of Insurance. Consultant shall provide to City certificates of insurance showing the insurance coverages and required endorsements described above, in a form and content approved by City, prior to performing any services under this Agreement. 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in this Agreement, or the extent to which Consultant may be held responsible for payments of damages to persons or property. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. 5 EXHIBIT D 6.2. Representatives. The Director of Development Services or her designee shall be the representative of City for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the City, called for by this Agreement, except as otherwise expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Project Managers. City shall designate a Project Manager to work directly with Consultant in the performance of this Agreement. Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant's Project Manager shall attend and assist in all coordination meetings called by City. 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: IF TO CITY: Mr. William Nascimento, President Valerie C. Ross Lim&Nascimento Engineering Corp. Director of Development Services 1887 Business Center Drive, Suite 6 300 North "D" Street San Bernardino, CA 92408 San Bernardino, Ca 92418 Tel: 909-890-0477 Tel: 909-384-5357 Fax: 909-890-0467 Fax: 909-384-5080 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this contract on behalf of the City shall be considered as "attorneys' fees" for the purposes of this paragraph. 6.6. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. 6 EXHIBIT D 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term of this Agreement. 6.8 Indemnification and Hold Harmless. Consultant shall protect, defend, indemnify and hold harmless City and its elected and appointed officials, officers, and employees from any and all claims, liabilities, expenses, including attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not by way of limitation, all civil claims or workers' compensation claims, arising out of or in any way connected with the intentional or negligent acts, errors or omissions of Consultant, its employees, agents or subconsultants in the performance of this Agreement. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall secure, at his expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 6.10 Ownership of Documents. All findings, reports, documents, information and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subconsultants in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. 6.11 Public Records Act Disclosure. Consultant has been advised and is aware that all reports, documents, information and data including, but not limited to, computer tapes, discs or files furnished or prepared by Consultant, or any of its subconsultants, and provided to City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et. seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in the California Government Code Section 6254.7, and of which Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it 7 EXHIBIT D that is designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure is deemed to be required by law or by order of the Court. 6.12. Responsibility for Errors. Consultant shall be responsible for its work and results under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Consultant occurs, then Consultant shall, at no cost to City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 6.13. Prohibited Employment. Consultant will not employ any regular employee of City while this Agreement is in effect. 6.14. Order of Precedence. In the event of an inconsistency or conflict in this Agreement and any of the attached Exhibits or Attachments, the terms set forth in this Agreement shall prevail. 6.15. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.16. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.17. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.18. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.19 Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.20. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No 8 EXHIBIT D waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.21. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement, based upon the substantial benefit of the bargain for any party is materially impaired, which determination as made by the presiding court or arbitrator of competent jurisdiction shall be binding, then both parties agree to substitute such provision(s) through good faith negotiations. 6.22. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. 6.23. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. 6.24 Damages. The Parties agree to waive any rights to incidental or consequential and punitive damages arising out of performance under this Agreement whether the torts or contracts and in law or in equity. /// /// 9 i EXHIBIT D AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP) IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF SAN BERNARDINO, CONSULTANT A Municipal Corporation LIM & NASCIMENTO ENGINEERING CORPORATION By Charles E. McNeely, City Manager Signature Name and Title Approved as to form: James F. Penman, City Attorney By 10 ' y ATTACHMENT "1" TO EXHIBIT D Cover Letter ¢ f�` 7 v' �. f �'<. �t,- 1}i ?''C ^- IFP17.1- Fa { IN P* COIL ► ti.., • • I L .,Lot 3 3 Lim And Nascimento Engineering Corporation IPN March 26, 2009 City of San Bernardino Development Services Department 300 North"D"Street 1 in San Bernardino,CA 92418-0001 Attention: Mr. Michael Grubbs, P.E., 3 Project Manager Subject: Proposal to Provide Professional Civil Engineering Services for On-Call Civil Engineering ';) Design and Project Management Services for the Capital Improvement Program (CIP) Dear Mr. Grubbs, We sincerely appreciate the invitation by the City of San Bernardino to submit our proposal for "On-Call" Civil Engineering Design and Project Management services. In our 15 year history, we have been serving a broad spectrum of public works clientele in California on transportation infrastructure projects of differing 3 types, magnitudes, and complexities. We are delighted to offer our services for the subject solicitation with a mindfully composed team of firms and a collective commitment of the RIGHT staff, to assist the City in "making it happen." As you know, LAN has had a significant local presence in the City for many years. We are the largest transportation design entity within the City and certainly one of the largest in the Inland Empire. Our San Bernardino operation is our largest presence outside our Lake Forest Headquarters; staffed with over 20 engineers, technicians and CM personnel. Our local office serves our clients/projects in both Counties of San Bernardino and Riverside. We have also recently opened a significant operation in Diamond Bar, from where staff augmentation is readily available if needed. The City's project will be managed/performed from the San ,3 Bernardino office. A copy of our City of San Bernardino Business Registration is appended as an attachment to this transmittal letter. We are a well known entity locally; in fact we see ourselves as a part of the community and not just a firm in 3 town for a fee. One of our Principals based in the local office serves as a Board Member with the Chamber of Commerce. On the projects end, we have served the City, the County, SANBAG and Caltrans District 8 as well as neighboring Cities/Agencies in the Inland Empire and Desert Communities. As the City knows, roadways/highways/bridges and their related infrastructure is the sole specialty of LAN—THAT IS ALL WE DO AND DO VERY WELL. Our projects are full spectrum across the board in type, magnitude and complexity. We do these projects in the differing roles of planning, project development, design and construction management. Our subconsultants for this project are ICF Jones & Stokes (Environmental), LIN Consulting (Electrical/Lighting),and Mayer Surveying(Surveys). All have worked with us before, so we bring to the City a team that"knows each other". All have also done projects for the City and in its immediate environs. .) However, at the end of the day, it is the staff and especially the leadership committed that make the project a success. For this project we are committing a 30 plus years veteran in Edward Ng to "lead the charge". He will be supported by a senior experienced LAN staff; all project managers in their own right. We want this project and consequently have no hesitation committing the staff you will see in our submittal. ) ) 1887 Business Center Drive,Suite 6 Tel:909-890-0477 San Bernardino,CA 92408 Fax:909-890-0467 'aI ) Letter to Mr. Michael W. Grubbs,PE,Project Manager Page 2 of 2 We are excited about this opportunity and would like to highlight several unique benefits LAN brings to the City: Experience: Since our founding in 1994, LAN has been providing roadway/bridge engineering, design and construction management services to public agencies in Inland Empire. Our recent experience delivering more than 30 projects involving roadway and bridges for City of San Bernardino and other agencies in San Bernardino County, gives us a sound understanding of what is required to successfully deliver your project. Commitment: Our commitment to serve our client's needs guides our professional endeavors and results in excellence. Our commitment is fulfilled through effective project management, the excellence of our staff, our responsiveness and flexibility, and by paying attention to every detail. Our proposed Project Manager, Edward Ng, is prepared to do "whatever it takes" to assure the projects is delivered on time and on budget. Flexibility and Responsiveness: We encourage you to contact our past and current clients who will i-3 testify to our flexibility and responsiveness to their projects. As we begin a project, we are known for being flexible and responsive to the changing needs of our clients and the changing needs of the projects we manage. I) Excellence of Our Staff: Not only are the integrity and commitment of our firm important, but just as important are the people we are proposing to deliver your project. We understand that "the people will deliver your project." Hence, we have assembled a team of professionals that have extensive experience with local agencies and delivery of projects involving bridges over railroads. References: We are unmatched in providing responsive services to local agencies. Our approach to project delivery allows us to provide our clients with maximum flexibility in adapting to the changing needs of our clients and their projects. As a testament to our claim, we encourage the City to contact our past and current clients listed in Sections 2 of our proposal. Contact Information: Edward Ng, Project Manager Phone: (909)895-0520 E-mail: Edward.ng a lanengineering.com City's RFP: LAN has read the RFP thereto and has incorporated all requirements of said RFP into our proposal. Insurance: LAN has carefully reviewed the Draft Agreement for Professional Civil Engineering Design Services and we will execute the Agreement if offered a contract by the City and is able to meet or exceed the City's insurance requirements contained therein. We trust the information provided will receive favorable review and afford us the opportunity to continue to be of service to the City. ) Sincerely,/1 Lim&Nbsc ento Engineering ) j. l • iam Nascimento, PE, SE President/Principal-in-Charge ) ) (3 3 CITY OF SAN BERNARDINO RITCIVESS REGISTRATION CERTIFICATE ACCOUN,I, I An Itusute.s.h s xt.m(pmcn to,kxs nw il,e t ju the lello t t,1 I .n r•l tfiig hygirree at tho L t,L,o t lhhee.43.40\!4 by��11Kt Cti ,Irluutnenls.�u.h a fktcktptrcnt xss►cs nw Ite tntu.4ed Ihta(erttfiC.Ale n t'.�ved•nMwt.,KtfkH.4,n that the ietttfK.re n 50KCt t.t NUMBER •.cn;'t fl L,Iw ,,. try the titate u((..JJi,mo `,e tecavm Ord 16711W ear b'1�•b� 'AM HY f.W/. the flustness()vow n,ctpt.nslhk tot tunAy renewal d 29407 ,nl..,nsllwlns h,t turcly pabnscnl 11 not pad wnhm by days..f the exp.-awn 4xe,hown,a1O%porhyltribte blOawtL BUSINESS CLASS: ENGINEER EXPIRATION DATE 1/31/2009 DATE PAID NOTES: 02/29/2008 BUSINESS LOCATION: 1887 BUSINESS CENTER DR#6 OWNER,FIRM OR G J NASCIMENTO CORPORATION ( BUSINESS NAME LIM&NASCIMENTO ENGINEERING CORP () ATTENTION MAILING ADDRESS 12 MAUCHLY STE L IRVINE, CA, 92618-6305 ) 3 3 3 AO ) ) 3) ) ) 3 I AI IIn1\ LJ LCJCJJ CJ •ICJ I I\UI I•.Jnl`I UL,\I,r-II[Ul1IU •.1 I I JVJJU-FJl✓U 1U•J1 J-IJ IUUJJIL I .I... BUSINESS REGISTRATION DELINOUENT NOTICE [ COMPLETE&RETURN WITH SEE INSTRUCTIONS ON tiT o,""-� YOUR PAYMENT TO: 1. REVERSE SIDE OF THIS FORM by_ CITY CLERK,P.O.BOX 1318 C R • . SAN BERNARDINO,CA 92402-OR PLEASE CROSS OUT ANY INCORRECT c ...0'`"•:-. 300 N"D"ST.,2nd FLR. 1 BUSINESS INFORMATION&MAKE "•( .: � SAN D"ST.,2nd BERNARDINO, R.92418 CHANGES DIRECTLY ON THIS FORM (909)384-5302 or(909)384-5035 ( M OF EMPLOYEES OPEN DATE ACCOUNT N CLASS CLASS DESCRIPTION ) 29407 A060 I ENGINEER 15 02/01/1996 EMERGENCY PHONE BUSINESS PHONE -LOCATIO 1887 BUSINESS CENTER DR#6 (909)890-0477 LOCATION EMERGENCY PHONE RETAIL SALES TAX NO. PARTNERS G J NASCIMENTO 014146146 CORP.R NAM oR LIM&NASCIMENTO ENGINEERING CORP 31, BINESS ASSIGNED TO STATE CONTRACTOR NO BUSINESS 2o Em irQ Orive. NAME& P EXPIRATION DATE 4 MAILING ADDRESS Lake Forest , cA qzb 3 0 01/31/2009 tij ADDRESS GROSS RECEIPTS CLASS PROFESSIONAL SERVICES RATE SCHEDULE: REGISTRATION FEE DUE s$2.9 So•8S E LESS THAN$15,000 $60.00 (FROM COLUMN AT LEFT) $ ® $15,000 TO$19,999 $s 02 0 36$ •86 $20,000 TO$25,000 . 00.00^ PENALTY• �O $, 11 ENTER THE TOTAL GROSSRECEIPTS(PRIOR 12 MONTHS)HERE $i I1 44.I'I l"' $S- of I St OTR - EXT.ENF.FEE % $. 2g 5o.8s - FOR EACH$1,000 ABOVE$25,000 MULTIPLY BY$2.50 AND ENTER HERE S PRIOR YEAR ADJUSTMENT $ ADD$100 TO THE CALCULATED AMOUNT ON THE ABOVE LINE AND ENTER THE TOTAL NO.OF VEHICLES, $ ON THE REGISTRATION PEE DUE LINE + /00 NO.OF GAME/VENDING $ 4,-z .9;0•$5, MACHINES_ ) PROCESSING FEE $ 10..00 tir 3 i'e✓M.Qt•4. = 29co.8c i 4' C bit otr+erlry)OTHER 437. ;41X50 7. $. 3,321, 1 TOTAL AMOUNT DUE $ _ '8 "PENALTY FEES: See reverse side for penalty provisions .86. RETURN ENTIRE FORM AND MAKE CHECKS PAYABLE TO: 3 NOTE: CITY OF SAN BERNARDINO FOR CEASED OR SOLD BUSINESSES ONLY: PAYMENT DUE DATE: March 02,2009 ❑ NO LONGER DOING BUSINESS IN SAN BERNARDINO THIS FORM MUST BE COMPLETED AND RETURNED WITH PAYMENT BY THE ABOVE DATE. IF NOT ❑ BUSINESS STATED ABOVE WAS SOLD RECEIVED BY THIS DATE, PAYMENT IS SUBJECT TO DATE CEASED SOLD PENALTY AS STATED ON THE REVERSE OF THIS FORM. NAME,,ADDRESS&PHONE OF NEW OWNER DELINQUENT - YOUR BUSINESS REGISTRATION HAS NOT BEEN RECEIVED AND IS NOW DELINQUENT - A p0% PENALTY MUST NOW BE SUBMITTED ALONG I DECLARE,UNDER THE PENALTY OF PERJURY.THAT THIS FORM WITH YOUR PAYMENT, HAS BEEN EXAMINED BY ME AND TO THE BEST OF MY KNOWLEDGE AND BELIEF IS A TRUE,CORRECT AND COMPLETE STATEMENT OF PACTS. VISA MASTERCARD O AMOUNT OF PAYMENT FORM CANNOT BE ACCEPTED OR PR 9I ESSED WITHOUT SIGNATURE ,44%-e C/vim-�`' 4- DA•IE 3/Z3roq Card Number So SIGNATURE [ PRINT NAME Irene ChinaH --I 1-1—I 1 I--I 1--I I I I I -- CO►IhOi(Br TITLE Validation Cods) I I I Expiration Date Cardholder Signature OFFICE UV ONLY; AMOUNT CKN CASH DATE PROCESSED BY 9 f Fargo Bank, N.A. F ,.� LIM & NASCIMENTO V ENGINEERING CORP California 20 EMPIRE DR. 16-24-1220 3/23/2009 LAKE FOREST, CA 92630 I) (949)768-8888 lii1PAY TO THE City of San Bernardino $ **3,329.71 ORDER OF: Three Thousand Three Hundred Twenty-Nine and 71/100************************************************************ '3 DOLLARS City of San Bernardino City Clerk VOID AFT 90 DAYS PO Box 1318 45/4 ::"A San Bernadino,CA 92402 '. EMO Account#29407 AUT ORIZEO SIGNATURE _ E`. 111'0 294 26II. I: i 2 2000 24 71:09940 19 74 311' r 4LIM&NASCIMENTO ENGINEERING CORP 20 EMPIRE DR. LAKE FOREST,CA 92630 29426 l� City of San Bernardino 3/23/2009 co Date Type Reference Original Amt. Balance Due Discount Payment 3/23/2009 Bill 3,329.71 3,329.71 3,329.71 3 Check Amount 3,329.71 1') I) Checking Account#29407 3,329.71 )LIM&NASCIMENTO ENGINEERING CORP 20 EMPIRE DR. LAKE FOREST, CA 92630 29426 City of San Bernardino 3/23/2009 Date Type Reference Original Amt. Balance Due Discount Payment 3/23/2009 Bill 3,329.71 3,329.71 3,329.71 Check Amount 3,329.71 ) ) ) ) ) ) 3 Checking Account#29407 3,329.71 eODUCT DLT103 USE WITH 9379 ENVELOPE RAPIDFORMS 1-800-257-8354 or www.rapldforms.com PRINTED IN USA A A $ ., I. Section 1 Project Team Background (.3 0 411 11 , • _ _ • 1,77 , • • - ) • • • ) ) • • ) ; ) ; -S ) • s • .; ) 1I • , „-. ) 4irk ) ) f Section 1: Project Team Background r 3 In this section of our submittal, we are providing the City our proposed team of firms for the project, the background of the team members and our collective relevant experience. We want to conclude this paragraph by stating that LAN Engineering and our proposed Project Manager, Edward Ng, are committed to do "whatever it takes" for the successful completion of the project. The Project Team 3 The Project Team is illustrated in Figure 1-1. We stress the term "Project Team" since the success of the project will depend on all entities identified working together in harmony. The LAN team is a component of the project team with LAN in the role of Prime Consultant and the singular entity responsible to the City for all (3 contractual, administrative, managerial and technical matters. We have called on three specialty ,,3 subconsultants to support our work with their specialties. The respective responsibilities of the LAN team members are illustrated in Figure 1-2. We note that our subconsultants are entities that work with us on many of our projects. Consequently, the City is getting a team that"knows each other";a team that can"hit the ground running on day one". f3 Figure 1-1: The Project Team 4,. , l• (1 �i1 • IN CLIENT • O • Other Agencies "-. t ill PRIME CONSULTANT 'X -1,----r-7,- '7""`WV s` v z,-. F"'4.< a s ' '"X7s':'F' Pw a y.; r�r a } � '3 �f ..t,. r x+ •; ..1'..- 3+ fi-° a: r+.G; ih. ;':' C,Asti' 11 SUBCONSULTANTS 1C Jones&Stokes Mayer Surveying LIN Consulting Figure 1-2: LAN Team Member Responsibilities 3 • Project Management • Project Control Jones& • Environmental • Agency Coordination Stokes • Resource Agency • QA/QC Permits • Civil/Roadway Engineering • Utilities • Hydrology/Hydraulics/Drainage/SWPPP • Mapping • Traffic Design/Electrical/Signals Mayer • Surveys • Structures Surveying • ROW Engineering • Encroachment Permits 3 • Project Report • Plans • Specifications LIN • Electrical/Lighting • Estimates Consulting • Other Reports 4 Of N 'y .F i YF I Section 1; Project Team Background Background of the LAN Team Members LAN Engineering. LAN Engineering Corporation is a California Engineering Firm with its professional practice exclusively in the planning, design, and construction management of transportation infrastructure, highways, freeways, roadways, highway bridges, grade separations, railroad bridges, a wide variety of water crossings, and, at times, one-of-a-kind transportation facilities. The firm was founded in 1994 by principals with over 40 years of combined experience. LAN has built a reputation for outstanding design, technological innovation, strong project management, strict cost and schedule control. Today the firm is at the pinnacle of transportation design and construction with regional transportation authorities and local agencies in the state of ` California, and provides services to a wide range of such clientele with a staff of over 190 professionals and technicians. The firm is headquartered in Lake Forest, but also has offices in Anaheim, Diamond Bar, San Diego,Sacramento, Santa Clara,Oakland,and a very significant presence in San Bernardino. i ry In the years since its inception, LAN has consistently devised efficient and cost-conscious solutions to complex roadway/highway, bridge, and grade separation problems. The firm prides itself on providing a ( quality product, and implementing a stringent QA/QC p ro nam. The importance of quality to the firm is 9 reflected by extensive repeat business, with the virtue of client satisfaction as the preeminent priority. More (') details of the firm, in general, are capsulated in Figure 1-3. In our 15 years of existence we have constantly grown in staff size and have remained strong. The testament to the success story of LAN Engineering is the significant(over 85%)volume of"repeat business". This has been possible because: ( • Our policy is to do"whatever it takes"to keep our clients satisfied. • We have a highly competent staff whose experience and capabilities allow them to always "hit the ground running"without"learning curves". • Our clients always"get what they see is committed". AO • Unless beyond our control, we always meet schedule milestones and exercise strict budget control. • We maintain our focus on our core business, which is design and construction management of transportation infrastructure. 3 • We consistently devise efficient and cost effective solutions. Our firm is sound financially. We are in a growing cycle instead of planning office closures. We have no pending litigations against us. WE HAVE NEVER BEEN TERMINATED from a contract. All said— WE WILL DELIVER. The Presence of LAN in San Bernardino County ) The firm's largest presence,outside of its Lake Forest headquarters, is right here in the City of San Bernardino. This presence constitutes one of the largest full-time staffs in the Inland Empire committed to transportation infrastructure projects; and THE largest such staff within the City of San Bernardino. This local office is conveniently and proximately located less than 10 minutes away from the City office, County of San .) Bernardino offices, and Caltrans District 8. Operating from this location is a collective staff of 20 engineers (all levels), technicians, and Construction Management personnel. The staff size is more than adequate enough to serve the needs of the City's project. We consider ourselves, not only as a firm in the City doing business, ) but also as part of the community. Over the years,by virtue of many projects in San Bernardino,we have been an integral part of improving and beautifying the area,and of the enhancement of its transportation mobility. 2 s, ( 10 Section 1: Project Team Background Figure 1-3: LAN Engineering - The Firm Types of California Transportation Projects Project Roles •Widen/Extend/Improve/Realign Roadways • Design Consultant •New Freeways/Highways/Roadways ,'3 i •Modify/Improve/Widen Existing Freeways/Highways •On-Call Consultant 1) •Highway/Railroad,Grade Separations j •Program Manager •Road/Railroad/Water Body Crossings '3 •New Bridges ! •General Engineering Consultant i) •Widen/Extend Existing Bridges 1 •Rehab/Seismic Retrofit of Existing Bridges • Peer Reviewer • HOV Lane Additions •Value Engineering/Analysis a •New Interchanges •Modify/Improve Existing Interchanges •Extension of Client Staff • Drainage/Utility Improvements •Construction Manager ® •Traffic Design/Signalization it •Roadway Lighting/Electrical •Construction Inspection •Hydrology/Hydraulics •Oversight Consultant • Retaining/MSE/Noise Barrier Walls l 10 •Culverts/Other Drainage Structures/Parking Structures •Bridge Independent Checker O State,County and Transportation Agency Clients In City Agency Clients In Southern/Central California Southern/Central California •County of San Bernardino •San Bernardino •Indio ` •County of Orange • Rialto •Temecula 4 •County of Riverside • Fontana •Murrieta •County of Los Angeles • Rancho Cucamonga • •County of Fresno Lake Elsinore •County of San Diego • Upland •Perris 3 # •County of San Luis Obispo • Yucaipa •Palm Desert • Loma Linda •County of Kern •Palmdale • pan Bernardino Associated Governments • Victorville hland •Los Angeles •Orange County Transportation Authority • 6iig •Irvine •Transportation Corridor Agencies •Riverside • Riverside County Transportation Commission • Moreno Valley •Laguna Beach i •San Diego Association of Governments i •Corona •Huntington Beach ) •Caltrans District 6,7, 3, 10,12&DOS j •Banning •Costa Mesa • Inland Valley Development Agency •La Quints •Southern California Regional Rail Authority(Metrolink) •Cathedral City •Lake Forest •Alameda Corridor and Alameda Corridor East I •Coachella •San Diego •North San Diego County Transit District •Indio •Bakersfield •Riverside&San Bernardino County Flood Control Districts !!S •Temecula •Paso Robles ^cote: Green Colored Font Indicates San Bernardino County ) ) ) ) 3 ) ectiort : Project team Background' ' ICF/ Jones & Stokes. In February 2008, ICF International merged with Jones & Stokes Associates, one of the premiere multidisciplinary environmental consulting firms in the western United States. For nearly 40 3 years, Jones & Stokes has supported a broad mix of federal, state, and local government and private-sector clients on infrastructure improvement projects, restoration and planning projects, and compliance with mandated government programs. Jones & Stokes has provided an array of integrated services in ') environmental planning and natural resource management, especially in the transportation, air quality, climate change, water, energy, and natural resources sectors. Together, ICF Jones & Stokes provides, in one firm, truly interdisciplinary experience in transportation, emissions, air quality analysis, climate change, and CEQA, with professionals who frequently work together to provide technical support to state and regional 3 organizations on area and mobile source air pollution issues. ICF Jones & Stokes has worked on numerous transportation projects with the Caltrans. Recently, they were re-selected by Caltrans District 8 to perform environmental on-call services in Riverside and San Bernardino counties. 4 !_IN Consulting. LIN Consulting, a California corporation, specializes in traffic, and electrical engineering. LIN Consulting is a certified disadvantaged business enterprise (DBE), minority business enterprise (MBE), (") and small business enterprise (SBE). LIN Consulting was founded in 1997 based on the principles of providing professional services with best value and quality on time and within budget. Their experienced staffs have actively participated in numerous projects of various types and scales for clients in the public and ' ) private sectors throughout Southern California. With their commitments in providing quality engineering services, the company has been on a steady and controlled growth over the last 12 years. LIN Consulting specializes in all aspects of traffic, civil, and electrical engineering, and has extensive experiences working with State,counties,and cities as well as private owners and developers Mayer Surveying. Mayer Surveying, Inc. provides a full range of survey services to public and private sector clients. We are committed to providing quality products and being responsive to client's schedules. Their office and field resources utilize state-of-the-art technology and equipment to streamline product delivery and minimize client cost. Services include: • Legal Descriptions and • Aerial Mapping&Photos • 3D Construction Models Plans • Design Surveys • Project Monumentation • Document Research • Lot Line Adjustments • ALTA Surveys • Right of Way Engineering • Lot Mergers • FEMA Elevation Certificates &Mapping • GPS Machine Control • Tract Maps,Parcel Maps, • Boundary Analysis and • Construction Surveys Record of Surveys Resolution • Quantity Surveys • Certificate of Compliance • Utility Surveys • Horizontal&Vertical Control • Monitoring Surveys • Topographic Surveys Surveys 1, ) I) ) 4 Section 2 laN Project Experience (1) (11 () 0 • ,4',T**,Y#) - -- - • 3 IFITY • ' ' ' 11111• • • 1 , 111C' • " ) -•• deleV' ) : 04.4 44 - , :..1 't '.;;Ziint`4 ) "4 ••-• 4411.04 • "'""' ) • ) ) 4 1-• ';4f ,1;,` ) ) ) Section 2: Project Experience As was stated earlier, Roadways, Highways and Bridges projects constitute the core competence of LAN. Essentially, for all practical purposes, THAT IS ALL WE DO AND WE DO IT VERY WELL. We do it in the roles/phases of either project development, design, program/project management, or construction management/inspection-and in some instances more than one role on a given project. Over the years we have significantly benefited from the fact that the know-how and performance of one phase/function enhances the know-how and performance of the other phase/function and the ultimate beneficiary is our client and his/her '' project. Our experience is extensive, and we have experienced the full spectrum of project types, magnitudes and complexities-from the simple to the multifaceted to the mega to the landmark/one of a kind. A significant /.1 section of our clientele/projects are in the two Counties of San Bernardino and Riverside. Figure 2-1 and Figure 2-2 respectively in tabular summary form list our clients and their projects in those two Counties. Figure 2-3 similarly lists project/program management assignments. Last, Figure 2-4 summarily illustrates (1) projects performed for SANBAG. Following Figure 2-4, we are providing 11 relevant project experiences (. with project detail and references. Figure 2-1: LAN Clients/Projects within San Bernardino County r City of San Bernardino City of Montciaip ) ;. pF. SANBAG County of San Bernardint' :4a4.,e4 a '4 39 , fi k ti y , _ Caitrans District+ 3 4 City of Fontana of Highiandl • City • , City of China:Hilt ro ) City of Rancho Cucamonga r city of Vct ) Y city Of CitoRfaitow#,":14-.;,' 1 fi CtV'Q 61W4,Liri vii of f i tal CF'elve p g ? � � �� "kepi"� �iric ��. 1 5 (-3 Section 2: Project Experience Figure 2-2: LAN Clients/Projects within Riverside County (3 City of Coachella City of La Quints ( _ar spM "^.a'' r, •Dillon Road RR Grade Sep(PS& ;, •Avenue 52 Bridge Improvement V. . „ ,,, ,: -++•-.; -2.3a+v t-x:+;_,s•. :,•u oi..a.,.:;;•••-e0m:;:.,•.a,;•,, ''.ssuawa,gt,;..yes*-..:s.�tirwx,,14,*...t...:.slat ers; SP.av :;s.,4,0 r3,:aa:+ir.Ydesb: t3 City of Cathedral City City of Indio ,.01-6 $4., ,i',,:ve,,,,bbA,P,..1,.INb .,7Xt”' :4°' ',4"P. -""' » .'i=<,,, x.`-Y"1.2/ "4',4 xv •'9..., •East Palm Canyon Olive Bridge at West •Widening]Rehabing SR-ill from Jeffersottat `, ( CathedratCanyon Channe .= to( 10 including Widening bridge over channel pA ,,f f West Cathedral.CanyOtr Channel adds* - .. ,:re:AU..eW..'w,.+:..q.. x.f.:.:.::{w, .. ,a.."..,,� ..f,.....0 RCTC (;) City of Moreno Valley '. .. �.._,a , �,. « � •.• .. ,, �, .,? I _-- ,.,..,x.-. ..° "'"17", k ,� ,�„ ...' "° •1-215 East Junction Improvement Project . .•,.k;' 0 , .Moreno Beach Dr.at SR-6� •Reche Vista Dr.Realignment, , ® 1, •Ironwood Ave,Reconstruct/Sidewalle,." •Dracacea Ave,Widening/Realignment ,.. City of Banning m Op •Postal Ave.&-Perris BIvv'n , x • .r....;rw.,.,g"V,,a'. .. ,n.g..,wx,,,.,rn 44 M.4'4'.1r.44': 73 •Gentian Aver,Bay.Ave. &Indian 5�t- •Highland Home Road Interchange Alignment Stu .k •Perris Blvd..Widen: ° t� P ng�Ram. to Cactus ' County of Riverside i City of Riverside .-;„ ,,,,,---7,0, 1,..„P „-. ., r„.. .re. , f 5 ,- - Market St.Bridge •Victoria Avenue Bridge '"'; _ •Gilman Spring Road Improvement . : /-' ••3rd Street Grade Separatlorr , r ;'f, y;•`Limonite Avenue HES Rd.Widen/Reatfggrrk) �;, Lovekin Boulevard Improvement* j •. tea ." �h .i- .�� �. � .N ■3 City of Lake Elsinore ;, •Pacific Avenue lmprovementsr L, - •Magnolia Ave. RR Grade Separation 4:3 •1-15/SFR-74 IC Improvements` , •Jurupa Rd,�+Clary St.Grade Separation' ,., ,,,,,,lh,.&t :•.'rY: i,,,...as ea6.:.;we .r ....�...:—"-aa.;.v.-"o.a. e., .�i.FAi..,.`:•wa,.....a.�ea: o..•..,•,...,.r,.d. .air: .:..»...m+�4 d•-A.A•wiuift,-,,Y1rw-x City of Perris a City of Temecula . , - ,.; wre°a•.:• '+-,,,,,,-t.,—+:mow-: .v. .: ...,,,F :nr• 4,. ,»:a .,axw...,... ,�,, ,,.....r�>..-. ..,,,;.»n,,p'∎ig..ys,�.,, a.. ,„ ,>.• •Phatto Ill C}' Street Improvement . x Margarita Road Undercrossing(Pn +PS&E) Yt City of Corona .1 a,....�..1• 4,.:•s, . •�v�.41;: u ... ,�4.,..: - ., City of Murrieta 'i Ffa ador Gan Cite Creek B'ric e- . r. ,,• ., ••, i,:, ,., .3igi: e f 9 Y $.. •Los Ala►nos i2cj./I-21�`IC Irrrpravemenl(Ctvr: •Auto,Center t7riv Grade Separatki ;, s t-215/Lirtnel Lane Crossing(CMS,' 3 . , •McKinley,Avenue RR c raclfs Separatlory ,. •1-215/Clinton Keith IC Improvement(CMi ) 3 3 ) ) 3 2) ) ) w 6 t I4..Section 2: Project Experience: Figure 2-3: LAN Program/Project Management Assignments ( . .-z=::_ .r...t�tast.w,...xs�.:.:?���.n ,..-,rt'�tiazk.... _ ;..:.x, sa 1=� . :, ti 3 � d Caltrans District 8 SANDAG ' .•Program Managemenifar t 16 •On-Can Transportation Servyces for the TransNeI c •Ort-Call i'rogramIF roject Management for apital*' ., , ` Program , Improvement Program-, - ,, ° On Call for Training,Schedule Management�w.- 1,4 n •On-Call Program/Project and Risk Management', ' ,:; Contract Admin,and Process lmprovemenl ,y,,. PCahaMk,-„3 �'° County of San Diego Caltrans District 12 a, A° ._- . -- a, •_.,, ,, , •Program/Project Management for COSCr` `' sneeded CPM SchedulingAnaiysis&Claims: Emergency Projects. SCRRA- Metrolink C) r Caltrans District 10 `, t. Orange County Grade Crossing Safety ! f3 4° •As-needed Program/Project Management Services `,f Enhancement Program. , r() ,1M i's,J*Sa .. .....,,.. ......r. ♦,..5..32Lw,.x.....e_S.-.h .r..,:. »,tk_.-n .... .L to .- b.. .-.r ..x'.u. _ .s .., ,n,,. ., ,5 a..:iax Caltrans District 44 1 { •Program/Project Management Services in HQ and Districts$ 2, 3, 5,809 and I Z, ' ■ .,',4°-(Note=one task ordlta Covered fnultlpte Dlstricts;i z ( ) Figure 2-4: LAN's Projects for SANBAG 1, SR210 Seg 3 �� Support / SR210 ` PSE / SR210 Seg 7 Segment 2 , % (Subcontract) PSE I PSE 1215 BiCounty 115/1215 IC PR LAN Improvements Experience PR/ED With 1215, Seg 1+2 State Str./Univ.Ave Widening Grade PSE S Sep SANBAG (Subcontract) ‘I PSE ,, .!....„ „t:.,../„.,„ ..,,. :rtalme,,,,,,.,..; „ ) segolotiv :,_:,,.,-, i,L44 , oaks c11-1;y0ii, , \ . .. . c14,,,,,..,t , Trimininit .., lc • . . ) , , , - ,,,,,, , _;,,i , in midrands, , . . , .,..,,,• , ,i , , Chu , - rn Design -\ ' . "1 , '- , El CM `' ) i Note:All above projects contain bridge and local roadway improvement components t 7 Ijp 9 Section 2: Project Experiencek 3 Similar Project Experience with the City of San Bernardino Old Waterman Canyon Road Bridge Replacement Client: City of San Bernardino 3 Contact Person/Tel Number: Michael Grubbs; (909)384-5179 ) Completion: On-going Cost: $2.1 million 1 Responsible Work: Project Management,Civil and Bridge Engineering C) LAN Engineering was selected by the City of San = ': 4_.t .. ' Bernardino to provide the engineering design services „,� ,* ,,• " I v y '' � ,. I� for the Waterman Canyon Bridge Replacement. _ - =;,„;:r',,,,' .. " " - t) Project responsibilities include site improvements and -4,, • I. " ? � grading, utility identification and relocation, bridge '�``' _ type selection study and final plans, specifications, and '4,,r- _".._- _ ,•. (,1/ estimates for this bridge replacement. This bridge connects residents living in Waterman Canyon with SR 18 and the City of San Bernardino. LAN `4' Engineering was selected for our innovative approach to satisfying design . - - ..t.''.. . . ' ) requirements while minimizing construction costs,and our ability to handle an ,' 0 -N. 4 ( ) accelerated schedule while minimizing design costs. Our experience with ,NaL, e ;, bridge design, water crossings, Caltrans procedures and knowledge of storm v �� ' " flow requirements gave the City a level of confidence in our ability to manage ' ,cam- �`t v`.. I) and design this bridge replacement project. Elements of the project include: Stormwater Conveyance; Scour Protection and Invert Stabilization; Drainage Facilities Design and Improvements; Utility Relocation and General Civil Design;and Contract Administration k) Mount Vernon Bridge Replacement Client: City of San Bernardino Contact Person/Tel Number: Michael Grubbs;(909)384-5179 Completion: On-going 3 Cost: $20 million Responsible Work: Project Management,Project Report,Civil and Bridge Engineering The bridge structure is a 16-span steel superstructure traversing over the " BNSF Rail Yard. Technical challenges of the project include bridge d { i widening the bridge while maintaining continuous rail operation during ,. M . I�titI M OP/ construction. LAN led a team to complete the environmental documents ;�.. • -,AI and studies necessary to comply with California Environmental Quality „_ ,' . ) Act (CEQA) and National Environmental Policy Act (NEPA) regulations , `- , ',.r ` k as well as Caltrans and FHWA policies and procedures. Studies included a Historic Property Survey Report (HPSR) and Finding of Effect Report (Section 106 Documentation), a Biological Technical Memorandum, a Noise Study, an Initial Site Assessment, a Draft Relocation Impact Study(DRIS), and Section 4(f) Evaluation. LAN is also responsible for coordinating traffic, detour analysis, and is responsible for coordination with BNSF & CPUC. The Environmental studies lead to a Negative Declaration (ND) or Mitigated ND (MND) under CEQA and a Finding of No Significant Impact (FONSI) under NEPA. The appropriate environmental document that would be prepared and processed to obtain :) approval of the MND and FONSI will be an Initial Study/Environmental Assessment. I 8 I, :3 Section 2: Project Experience. . Citywide Bridge Upgrading and Seismic Retrofit Program Client: City of San Bernardino Contact Person/Tel Number: Michael Grubbs; (909)384-5179 Completion: 2002 Cost: $5 million Responsible Work: Project Management,Civil and Bridge Engineering,Construction Mgmt. r The City of San Bernardino owns 10 bridges, four of which are railroad overheads, that were seismic structural retrofit designed by consultants T..._ r working for Caltrans under the Local Agency Seismic Retrofit Program. p The City was given the responsibility to handle all other aspects of the project, including Caltrans local agreements with the railroad companies, .«- civil engineering, and construction management. The City retained LAN to ..,, provide these services. Construction and Maintenance agreements and { permits with Burlington Northern Santa Fe (BNSF), Union Pacific (UPRR), and Metrolink Railroads were 0.9 required. The project was divided into two phases. First phase included bridge seismic retrofit at six locations over San Bernardino County Flood Control Channels and the second phase included bridge seismic retrofit at four locations over Rail Road Bridges and Barrier Rail Project. LAN maintained BMP practices, on a daily basis, on the job site while working on Flood Control Channels and safety practice while working on Rail Road Projects. Since two of the bridges had lead base paint on the structural steel, the contractor had to submit and practice the lead abatement program. The construction process was more challenging than new structures. State Street Extension and Realignment Client: City of San Bernardino 3 Contact Person/Tel Number: Michael Grubbs; (909)384-5179 Completion: On-going 3 Cost: $25 million 3 Responsible Work: Project Management,Civil and Bridge Engineering,Environmental 3 The State Street Project proposes extension of approximately 1.5 miles of . PS.:, roadway to implement a part of the City's General Plan Circulation Element to • °' complete the linkage of State Street at the north and Rancho Avenue at the south to provide a continuous roadway between the I-10 Freeway and the I-215 Freeway to serve the western limits of the City and the surrounding region. This project will provide engineering design and planning for an ultimate roadway that will enhance the area 3 with an arterial roadway with a landscaped median. The project scope will provide for an improvement project that will meet the traffic circulation needs, establish the right-of-way requirements, and implement the foun ultimate project. Environmental studies will lead to a NEPA docudation ment to improvements support the federal consistent funding for with the the project. The bridge structures will be designed to the recently developed LRFD standards. The bridge structure over the East Branch of Lytle Creek will cross over the wide concrete lined channel and spillway. The bridge structure over the main branch of Lytle Creek will be a reinforced concrete box structure designed to LRFD standards. The road alignment will be developed to avoid undue impacts to the various utility transmission facilities, reduce impacts to adjoining residents and businesses,and maximize the retention of existing roadway improvements. 9 I jp Section 2: Protect Experience. Similar Project Experience In the San Bernardino County for other agencies Central Avenue/Palm Meadows Drive Client: IVDA Contact Person/Tel Number: Alex Estrada; (909)382-4100 Completion: 2006 Cost: $4 million Responsible Work: Project Management,Civil and Bridge Engineering,PS&E LAN was retained for the 1.6 mile long street widening of Central Avenue and " Palm Meadows Drive from Valley View Avenue to Mountain View Avenue as a i f) part implementing the Inland Goods Movement Bill. The project will serve the .° i I i lip, properties being developed as part of the redevelopment and reuse of the lands , j�t e'.„LI surrounding Norton Air Force Base. The project has a very aggressive schedule *Y to meet deadlines set by the client for a tenant developing on the site. "` ` Coordination is required for the several projects in the area that will go to ' ; . ze construction concurrent with the Central Avenue Project. A critical consideration in the design was the critical t habitat of the San Bernardino Kangaroo Rat adjacent to approximately half of the project. Improvements include street reconstruction, street widening, curb and gutter, sidewalks, drainage improvements, signing, striping and traffic signals. San Bernardino Metrolink Parking Lot Expansion Client: SANBAG Contact Person/Tel Number: Michael Bair; (909)884-8276 Completion: 2005 ai Cost: $175,000 Responsible Work: Project Management,Civil Engineering and Landscaping LAN was retained by SANBAG to prepare improvement plans for a parking lot expansion to the San Bernardino Metrolink station to solve the problem of overcrowded parking on the existing Metrolink commuter parking lot. The project converted an underutilized storage and traincar maintenance site to a paved parking lot for 149 passenger vehicles. Pedestrian access facilities were provided for convenient access to the Metrolink passenger loading area and the historic restored Santa Fe Depot and San Bernardino Amtrak Station. The design elements included parking lot layout, grading, paving, striping, and fencing. Drainage improvements were constructed and a WQMP was prepared for water pollution controls. Landscape and irrigation was provided to screen the site from the nearby neighboring homes. The site also provided a secured area for the Metrolink Layover Tramcar Service Facility. Access was maintained for the daily maintenance and servicing of the Metrolink passenger traincars on the site adjoining the parking lot. Coordination for the design included SANBAG, Metrolink and the City of San Bernardino. 10 Section 2: Project Experience. r3 Similar On-Call Contract assignments for other agencies Bermuda Dunes Infrastructure Study Client: Riverside County Transportation Dept I Contact Person/Tel Number: Cathy Wampler; (951)955 6803 Completion: 2007 Cost: $10,500,000 Responsible Work: Project Management,Civil Engineering,Project Scoping 3 As part of LAN's On-Call contract with the Riverside County Transportation Department (RCTD), LAN prepared an engineering assessment of street and drainage improvement needs in the Bermuda Dunes area to establish funding and project programming. LAN identified the existing conditions and deficiencies at more than a dozen sites. LAN prepared a scope of the required improvements to meet RCTD standards, estimated construction costs, and prioritized the improvements. () In developing the project list, LAN collected relevant data including existing width,pavement type, horizontal and vertical geometry issues, pavement condition, signs of pavement distress, and the existing physical improvements. Also included were site conditions including driveway connections, access issues, and site ( grading impacting the proposed remediation work or contributing to the known deficiencies. Criteria were established for prioritizing the projects. These.factors included traffic volumes, effects/benefits ) to the local residents, right-of-way, and costs. Engineering analysis was prepared to identify the extent of (3 required improvements. Preliminary costs of the individual site improvements were prepared, a priority list established,and a project report prepared. c3 Wilkinson Street r) Client: Riverside County Transportation Dept Contact Person/Tel Number: Cathy Wampler; (951)955 6803 3 Completion: 2009 Cost: $265,000 ) Responsible Work: Project Management,Civil Engineering,PS&E 3 As part of LAN's On-Call contract with Riverside County and in conjunction with the County's Economic Development Agency(EDA), LAN provided planning and engineering services to provide a new paved road for a rural community. The project site was constrained by rugged terrain, steep slopes and large rock outcroppings. LAN met with property owners to discuss their individual needs and concerns and identified key design issues. LAN developed alignment alternatives and cost estimates for consideration by the County and local residents. Upon selection of a preferred alternative, LAN prepared the plans, specifications and estimates for the proposed improvements. 'l'he improvements included selective removal of rock outcroppings to preserve the character of the terrain and provide sufficient clearance for the new roadway. Access to all properties maintained or provided for. The entry monument and access to the local recreation vehicle park were reconstructed. The project length of the selected alternative was 450 feet and included drainage, grading, utility sleeves,paving,and signing. ) 11 I , Section 2: Project Experience Limonite Avenue HES Road Widening and Realignment Client: Riverside County Transportation Dept 3 Contact Person/Tel Number: Cindi Wachi; (951)955-1863 Completion: 2003 Cost: $560,000 Responsible Work: Project Management,Civil Engineering,PS&E The Limonite Avenue HES Project involved widening,realignment, pavement reconstruction and resurfacing approximately 5,000 feet of roadway. The •°A " ? existing roadway is a two-lane highway with paved shoulders. The project k't> ,; ' ' 41,A7 jar' added a continuous left turn lane to the roadway to reduce rear-end and side impact accidents and facilitate turning movements. The roadway was widened and transitioned to meet the existing roadway to accommodate the additional ` lane. The shoulders were widened and brought up to current highway a '" ( standards where right-of-way was available. An existing structural plate triple .r::- g, '1 culvert used for horse crossing to the Santa Ana Wildlife Area was extended to accommodate the road widening. Pavement markings were placed to identify at-grade horse crossings along the project. A bus stop was relocated and a bus pullout added to enhance bus rider safety and improve through traffic flow. Environmental issues were identified and reviewed to provide the necessary environmental clearances. Construction and noise limits were included in the construction documents to mitigate environmental impacts. The project is funded by State HES funds. SR-17 Guardrail Enchancement +SR-198/19th New Interchange Improvement Client: Caltrans District 6 Contact Person/Tel Number: Ernie Penuna;(951)955-1863 Completion: On-going Cost: TBD Responsible Work: Project Management,Civil Engineering SR 17 Guardrail Enhancement Projects, District 5: These projects propose to construct new guard railing, upgrade and replace existing guard railing posts from wood to steel post and replace existing MBGR with concrete barrier. These projects were initiated by the Caltrans District 5 Office of Traffic Safety to reduce the severity of collisions that occur at the highway within these project's limits. It is anticipated that this project would be funded from the State Highway Operation and Protection Project (SHOPP) under the Collision Reduction Program. The project limits in this portion of State Route 17 in Santa Cruz County is a rural, four- ) lane, scenic,divided,conventional highway that connects the cities of Santa Cruz and San Jose. Because of the mountainous terrain through which this section of State Route 17 passes, addressing existing roadway features that may not meet current roadway design standards, including horizontal curvature and shoulder widths, present challenges. Environmentally, the redwood trees and other trees exist right adjacent to the outside shoulder can be significantly impacted if the design is not properly researched. SR 198/ 19th Ave New Interchange Improvement, District 6: This project proposes to improve traffic continuity on State Route 198 between the State Route 41/198 Separation and 18 %2 Avenue (Vine Street) in the City of Lemoore,in Kings County, and upgrade State Route 198 from an expressway segment to a freeway segment. The construction cost was estimated at $16,795,000 and the right of way and utility relocation cost was estimated at $3,125,000. The preferred alternative includes the conversion of the existing at-grade intersection at State Route 198/ 19th Ave to a partial (half) clover interchange. In addition, auxiliary lanes will be constructed between State Route 41 and 19th Ave. The at-grade access at 18 %2 Ave (Vine Street) will be eliminated and replaced with cul-de-sacs. ) 12 Section 2; Project Experience Caltrans District 8 On-Call Highway Design Client: Caltrans District 8 Contact Person/Tel Number: Jesus Paez; (909)383-4513 Completion: 2002 Cost: $754,000 Responsible Work: Project Management,Civil Engineering,PS&E 3 3 LAN Engineering was retained as the Prime Consultant by Caltrans, District 8 to perform professional and technical highway design engineering services, on an "On-Call" basis, to supplement Project Development efforts on State facilities in Riverside County. Projects and tasks include: -10/Bob Hope Interchange — LAN performed utilities research and F prepared utility location maps for a new split diamond interchange on the I-10 freeway at Bob Hope Drive and Ramon Road in Thousand Palms. 141ida' LAN also prepared utility drawings for the PS&E's. (10 SR-91/Green River Road Interchange—LAN performed utilities research and prepared utility location maps for an interchange replacement project on the SR-91 Freeway at Green River Road in Corona. The scope of work included preparation of utility drawings for the PS&E's. ) Upgrade Existing Guardrail and End Treatments— LAN performed site review and assessment of over 350 MBGR installations on I-10, SR-60, SR-62, SR-78, SR-79, SR-111,and SR-243. Based on site conditions and existing facilities, LAN identified and recommended improvements to upgrade facilities to conform to NCHRP 350 crash test standards. LAN also prepared PS&E's to implement the recommendations. l-215/SR-60 Interchange Improvement Project— LAN prepared plans, specifications, and estimate for the 11 construction of a 4.98 M high, 792 M long masonry block soundwall on concrete barrier. The wall is ) supported on CIDH concrete piles and on a CIP concrete retaining wall on spread footing. SR-79 between Domenigoni Road and Hunter Lane—LAN performed utilities research and prepared utility location maps for 10 miles of highway widening on SR-79, from Domenigoni Parkway to Hunter Lane. The existing two-lane highway will ultimately be widened to six lanes. ) ) ) ) ) ) ) ) 13 I„p, () (..) Section 3 imi 1 Project Organization and Resumes 11 (i• (--) ,3 () () f) 0 (1) 0) () r) , ) .) 110 ,,. ',ii, , 44 igrtS' , l'' •.t4",. ..', ■1 __ lire. ..A , () ,, _ _ ,._ '...,', VP' Tr; 7 7 • • a,. ...4S ......- .., ...... ,. ..) ,... .jr,..'... IIK ,0410- , -t---_, .r - .„ ...... _ rt.--. •,. aile,,, -, .--- ---,.... . . . ) - .4 „,,-", 4:.-•44 4 • „4,'_'.,7,', -',,&„.f -t11--,?, ) "1 „ •41:104.1".' ''tv • ) • ) ) t i 1 .. ' i . ,, 1 ' ' i t 1 i . ",, ,•- '''''• 1 it ) 1 • . , , „.." .,1 i i i ik, 1, 2. ....' •1- ..,,,......-• ng 1 •) 1 0 : 4.". , t, ---....• • ,X, , 4 •,.' l ) ) ,‘ ) :: p,,,f, 44z f, . ,.. : ' .:-,,,;+7 ' :i' "- -;,, ) , ) 5 Section 3: Project Organization and Resume Our proposed organization to perform the project illustrated in Figure 3-1. Our team is ready to pledge all required resources to the City's project,and as such,we have carefully evaluated that should we be selected for I") the City's project there would be no over commitment. In Figure 3-2 we have prepared a table outlining t3 current project commitment and availability of key personnel. Resume of proposed staff follow. c Regarding the organization and staffing, we would like to especially invite attention to the following: t) • Our Project Manager is Edward Ng, PE. He is one of our most senior Project Manager and Civil Engineer and has been successfully delivered numerous capital improvement projects for city agencies (j in Inland Empire. • They key LAN staff are all project managers in their own right. All have worked with Edward on his r) civil engineering projects. • Alicia Colburn is a"real" added value to the project. A former District 8 Environmental Senior, her role at LAN is to oversee the environmental documentation preparation by our subconsultants to make sure they are done "right" the first time and in conformance with Caltrans and Federal requirements, so that approvals are expedited. Figure 3-1: Proposed Organization Chart it I , : . San Berna �ino 3 Principal-in-Charge Legend William Nascimento, PE, SE (23) (xx) I Year of Experience ) 3 Project Manager 3 Edward Ng, PE (35) 3 3 3 Functional Project Team' ) Project Report Signals Environmental/Permits Edward Ng, PE (35) Mahmoud Khodr, TE (25) ICF Jones & Stokes Brian Calvert(13) Civil + Roadway Drainage Paul Lau, PE (26) Nadia D'Parashi-Tigo, PE (30) Electrical/Lighting ) Robert Wong, PE (11) Utilities LIN Consulting(DBE) ) Heng Chow(12) Paul Lau, PE 26 Denwun Lin, PE, TE (28) Nicolas Borrayo (2) ( ) ) Caltrans Coordination Surveys Water Qualitv/SWPPP Alicia Colburn (7) 'Mayer Surveying Nelly Lo, EIT(3) Nisa Hester(8) Randy Mayer, PLS (24) 14 I3 Section 3: Project Organization and Resumes, 3 Figure 3-2: Key Personnel Current Project Commitment and Availability Table O Key Personnel Role' Firms Concurrent Assignments= Ott Current Availability; (%Project Complete)[%Effort by person of his/her available time] Penis Blvd,City of Moreno Valley,PS&E,(30%)[10%] Edward Ng,PE Magnolia Ave RR Grade Sep,Riverside County,PSR(95%) [15%1 Project Manager LAN I-215, Segment 2,SANBAG,PS&E,(95%) [5%] ) Current Availability: 65% I-215 Bi-County, County of San Bernardino,PR(15%)[3%] Central Avenue,IVDA,PS&E(100%)[2%] 1-215 Segment 2, SANBAG,Drainage PS&E,(80%)[10%] Paul Lau,PE East Junction,RCTC,Drainage PS&E,(50%)[15%] )j) Civil+Roadway Lead LAN Penis Blvd,Moreno Valley,PS&E,(50%)[10%] Current Availability: 50% I Ironwood Avenue,Moreno Valley,PS&E,(50%)[10%] On Call Projects,Riverside County,(50%)[5%] Dist 6 On-Call,Caltrans(PR+PS&E 100%)[1%] Waterman Cyn Bridge(PS&E 100%)+25th St.West(PS&E 100%) [1%] 3 Mahmoud Khodr,TE East Palm Canyon,Cathedral City(PS&E 65%) [5%] Signals ; LAN 7th Standard Road,Kern County(Construction Staging 100%) [1%] Current Availability: 65% Arrow Route,City of Rancho Cucamonga(DPR 95%) [7%] j Devore Interchange, SANBAG(DPSR 85%) [10%] 4 60/215 East Jct HOV lanes,RCTC(Design 65%) [10%] I I-15/Duncan Canyon Road,City of Fontana,(PA/ED 70%) [10%] Brian Calvert,AICP ICF I-215/State Route 74,City of Lake Elsinore(PA/ED 20%) [10%] Environmental Lead Jones& V Current Availability: 30% Stokes I-215 Widening Project,Caltrans(PA/ED 40%) [15%] SR-91 Auxiliary Lanes(PA/ED 15%)[10%] University/State Street Grade Separation,(Construction 100%) [1%] SR-41 Caltrans District 6(Design 60%) [15%] Denwun Lin,PE 7th Standard Widening,Kern County(Design 100%) [2%] Electrical/Lighting Lead LIN Current Availability: 50% Westside Parkway,Bakersfield(Design 60%)[5%] I-405/Avalon I/C, Carson(Design 95%) [2%] Office Management[25%] Jurupa Grade Separation(Construction 50%)[20%] Randy Mayer,PLS Mayer River Rd. Bridge Replacement,(Construction 0%) [5%] Surveys Lead :) Current Availability: 50% Surveying; Boundary Survey,SDR Surveying(Mapping 40%) [20%] ) Other Survey project[5%] 15 ) William Nascimento,PE,SE Principal-in-Charge , Education: BS,Civil Engineering, CA State Polytechnic University, CA MSCE/ 1988/Civil Engineering/University of California, Berkeley Professional Registration: Civil Engineer/California,C-44871 ) Structure Engineer/California, S-3836 Years of Experience: 23 years r) i) William Nascimento has dedicated his entire career to project ( 3 management and engineering and has served as Principal-in- Qualifications&Experience Highlights: Charge and Project Manager for all the major civil/bridge design projects ✓ Thorough Knowledge of Caltrans ) undertaken by LAN Engineering. Procedures&Requirements ✓ Ability to manage multiple tasks and Project Manager: 1-215 Bi-County Improvement Project, SANBAG & multiple subconsultants RCTC, Riverside County and San Bernardino, CA. The I-215 Bi-County ✓ Pro-Actively coordinate with City of ( Project consists of widening and reconstructing the existing six-lane San Bernardino to ensure that City's freeway to accommodate the addition of HOV lanes and mixed-flow lanes. needs are met in a timely manner The project includes reconstruction of interchanges, overcrossings, () retaining walls, sound walls, and railroad underpasses to fit the wider freeway design. LAN is the prime engineering consultant, with responsibilities for all engineering design to complete the Project Report. Project Manager:1-215 North Widening/Reconstruction,Segment 1,Rialto Avenue to Ninth Street,SANBAG, San Bernardino,CA The I-215, Segment 1 project consists of widening and reconstructing the existing six-lane freeway to accommodate the addition of HOV and mixed-flow lanes, with an ultimate 10-lane configuration. This includes new overcrossings and widened undercrossings to accommodate the wider freeway design. LAN is a subconsultant with major responsibilities `3 in the areas of stage construction,traffic handling,detours,signs,drainage design,and structures design. Project Manager: 1-10/Cedar Avenue Interchange Project Report,County of San Bernardino,CA 3 LAN was retained by the County of San Bernardino to develop alternatives, write the project report, and provide for environmental clearance for the 1-10/Cedar Avenue project. The project consists of reconstructing of the interchange at Interstate 10 and Cedar Avenue,and the widening of Cedar Avenue between Slover Avenue and Valley Boulevard in 3 the unincorporated community of Bloomington. 3 Project Principal:20th St Extension&Campus Ave Realignment,Larkspur,CA. William was responsible for design of 3800 lineal feet of street to implement the City of Upland master plan for circulation in the northeast quadrant of the city. The new streets will provide access to the future SR-30 Campus Avenue interchange. The alignment and grading were coordinated with the design of the SR-30 project alignment. Coordination with Caltrans was required at the interchange and at the connection to 19th Street. Project Manager/Engineer:Gilman Spring Road Reconstruction,County of Riverside,CA William was responsible for design for realignment,reconstruction and widening of 7,500 feet of roadway. The roadway was realigned to eliminate sight distance deficiencies at high-accident locations, optimize the vertical alignment, and raise the design speed to current standards. Drainage improvements included four major culvert crossings with culverts up to a triple 10-ft x 10-ft reinforced concrete box culverts. ) Project Manager Caltrans District 8 On-Call Services, Riverside County,CA LAN Engineering was retained as the Prime Consultant by Caltrans, District 8 to perform professional and technical highway design engineering services, on an "On-Call" basis, to supplement Project Development efforts on State facilities in Riverside County. Projects and tasks include: I-10/Bob Hope Interchange; SR-91/Green River Road Interchange; Upgrade Existing Guardrail and End Treatments; I-215/SR-60 Interchange Improvement Project; and SR- 1 79 between Domenigoni Road and Hunter Lane. 16 ji Edward Ng;PE Project Manager+Project Report ,3 Education: BS,Civil Engineering,Oregon State University, 1972 Professional Registration: Civil Engineer/California,C-46767 3 Years of Experience: 35 years IANEdward Ng has 35 years of professional civil engineering experience in both government and private consulting Qualifications&Experience Highlights: engineering. His experience includes management and design of ✓ Extensive experience in all facets of the roadways, highways, facilities, drainage systems, water systems, and Civil Engineering Design;including building and retaining wall structures. Edward's experience includes Roadway, Drainage,PR/PSR,etc geometric layouts, report preparation including Project Reports and Engineering experience included new Project Study Reports,preliminary and final design, utility coordination, freeways,interchanges,freeway widening, railroad overheads,and bridge replacement drainage design, structural design, surveying, right-of-way coordination, Very familiar with City of San Bernardino and preparation of plans, specifications, and estimates. His project Project Delivery Process (; experience has included new freeways, interchanges, freeway widening, railroad overheads,and bridge replacement. 111 Project Manager.San Bernardino Railroad Grade Separation Seismic Retrofits,San Bernardino,CA Edward was responsible for developing the project bid package and civil plans for the seismic retrofit of the Rialto Avenue UP, Rialto Ave OH, and 27th Street/BNSF OH structures. Package included roadway improvements, construction staging,cost estimates,and specifications. 3 Project Manager:Central Avenue Improvements,IVDA,San Bernardino County,CA Edward served as the Project Manager and Task Leader for the preliminary engineering, preparation of environmental documents and PS&E for the Central Avenue Project. This project will improve Central Avenue/Palm Meadows Drive from the intersection of Valley View Avenue to the intersection of Mountain View Avenue. The total length of the at project is approximately 1.6 miles. Project Engineer:20th Street Reconstruction, PS&E,Upland,CA Edward was responsible for the civil engineering design for two miles of street overlay, reconstruction, and new street construction. Plans included plan and profiles, and details for reconstruction of pavement, curb and gutter, sidewalks and driveways. Plan drawings also included traffic handling,detours,and pavement delineation. 3 Project Manager.Jasper Street Storm Drain, PS&E,Rancho Cucamonga,CA Edward was responsible for drainage analysis, drainage report and design of 2200 If of 72" storm drain line in Jasper Street and 19th Street. The storm drain was designed to carry city stormwater and freeway runoff across a depressed grade section of the SR-30 freeway. The project also involved relocation and lowering of 8" and 24" water lines and resurfacing of Jasper Street. The storm drain and water lines were constructed at depths of up to 40 feet below grade and between residential homes and narrow residential streets. Design also included hydraulic analysis and designed modifications to an existing outlet/bubbler system to allow the Jasper Street and Carnelian Street storm drain systems to function in accordance with Caltrans design standards. Project Manager Lincoln Avenue Storm Drain, PS&E,Corona,CA Edward was responsible for design management of major storm drainage facility involving over 25,000 feet of drainage line including concrete channel, concrete box, and drainage pipe up to 120" diameter. Unique design tasks on this project included design of three debris basins, a combined park and detention basin, protection of a fiber-optic ductbank,protecting/rerouting several water and irrigation lines and a jacked crossing under a 108" MWD water line. j 17 1 1 Edward Ng, PE Page 2 of 2 t Project Engineer.SR-138 Highway Realignment,San Bernardino County,CA r) Edward was responsible for preparation of roadway, grading, drainage, detours, construction staging, pavement delineation, and signing plans for widening and realignment of SR-138 east of the I-15 freeway. Plans were prepared for realigning and widening the existing two lane winding road to a facility with four lanes and a painted median. The r3 roadway was realigned to meet current highway standards, improve safety, and meet the increased traffic demands from growth in the Hesperia area. The roadway passes through mountainous and rugged terrain that involved significant grading and drainage improvements. The project included provisions for wildlife crossings and off-road vehicle crossings. 3 Project Manager:On-Call Projects, RCTD, Riverside County,CA Edward serves as Project Manager for various road and drainage improvement projects on an On-Call contract for the (1) Riverside County Transportation Department. Consultant services provided for projects are specific for the needs of each project and have included road design, drainage, environmental, geotechnical, traffic signal, and survey services. A partial list of the projects and improvements include: • Gilman Springs Road, Phase 1—Widening and realignment of approximately 6.5 miles of roadway east of (') Moreno Valley,replace and upsize culverts • Gilman Springs Road, Phase 2 -Widening and realignment of approximately 1.5 miles of roadway east of Moreno Valley,replace and upsize culverts,prepare environmental report • Lovekin Blvd- Widening and restriping roadway to improve intersection operation and facilitate agricultural truck movements near Blythe, CA • Limonite Avenue—Widening and realignment of roadway to add continuous left turn lane and add shoulders,extend structural plate culverts and horse crossing. Project was funded by HES safety funds. • SR-79/Benton Road—Traffic signals and intersection widening improvements on State Route 79 north of Murrieta • Lemon Street/Mission Trail—Drainage improvements including local street drainage and master plan flood control channel improvements in Lake Elsinore • Pacific Street—Street widening and realignment in the Rubidoux area. Improvements include addition of a storm drain system and reprofiling the roadway to provide drainage control and prevention of flooding of private properties from street flows. Project Engineer: 1-215 Widening and Reconstruction,Segment 1,San Bernardino,California Edward was responsible for drainage design, NPDES stormwater quality treatment facilities, and signing on the $75 million freeway widening and realignment project. The drainage facilities design includes onsite drainage facilities, as well as a major offsite drainage system with pipe up to 2400mm(96") diameter. The drainage design required coordination with drainage improvements on the two adjoining segments of the I-215 project. The stormwater quality treatment facilities were coordinated with Caltrans' water quality coordinators and included vegetated swales. The storm drainage piping included jacking under railroad tracks and major street crossings and connection to a USACE flood control channel. Reche Canyon Road Corridor PSR, Riverside and San Bernardino Counties,CA Edward was responsible for preliminary engineering,planning and preparation of Project Study Report for nine miles of roadway between the City of Moreno Valley and City of Colton. Reche Canyon Road is major commuter route between Moreno Valley and San Bernardino County cities. The road runs through four different jurisdictions, each with their own standards for roadway, land use, zoning and planning. The residents along the corridor range from 10 acre minimum rural lots to typical suburban housing developments and have differing views of community lifestyles. The terrain ranges from steep rocky terrain to flat valley floor alluvials. 18 Paul Lau,PE Civil+Roadway+Utility(Project Engineer) 3 3 Education: BS,Civil Engineering+MS, Structural Engineering (3 Professional Registration: Civil Engineer/California,C-38388 '") Years of Experience: 26 years IANPaul Lau has over 26 years of professional civil and structural Qualifications&Experience Highlights: engineering experience in both private and government sectors. His experience includes Design and Construction Management of road, ✓ Extensive experience in Capital Improvement Projects drainage, building, utility and bridge projects. The breadth of his ✓ Extensive experience working with local experience includes all aspects of project development process from agencies in San Bernardino feasibility studies, project reports, right-of-way, geometric approval r) drawings, and extensive involvement in final plans, specifications and estimates. Paul has 13 years of experience with the City of Moreno Valley and has successfully completed the design and construction management for many city-street improvement projects, including design of the Indian Street,Webster I Avenue,and Myers Avenue Projects. f', Design Engineer 1-215 Widening and Reconstruction,Segment 1,San Bernardino,CA Design drainage, NPDES stormwater quality treatment facilities and signing on the $75 million freeway widening and realignment project. Prepare hydrology/hydraulic calculations and reports, drainage plans, profiles and details, sign plans,details and quantity sheets for both drainage and sign plans. 3 Design Engineer: 1-215 Widening and Reconstruction,Segment 2(Ninth Street to 1-259),San Bernardino,CA Design Engineer: Design drainage, NPDES stormwater quality treatment facilities and signing on the $75 million freeway widening and realignment project. Prepare hydrology/hydraulic calculations and reports, drainage plans, profiles and details, sign plans,details and quantity sheets for both drainage and sign plans. Project Engineer:Palo Verde Street Storm Drain Design, Montclair,CA Design 5,600 feet of storm drain, drainage laterals extensions including freeway on ramp drainage connections, residential area connections and outlet structure to regional basin. Also design re-connection of the utility brine drainage line. Prepare traffic control plans,hydrology/hydraulic calculations,PS&E. Project Engineer:Ironwood Avenue Pavement Reconstruction and Sidewalk improvements,Moreno Valley,CA Paul designed 2,600 feet of pavement re-profiling and reconstruction to improve to 5 lanes. Highway was funded by Local Assistance Program; project included installing 1,100 feet of sidewalk and reconstructing access ramps and driveway approaches;and preparing traffic control plans and PS&E ) Project Engineer:Mission Trail&Corydon Street Storm Drain Design, Lake Elsinore,CA Design 3,500 feet of concrete channel and storm drain and revise channel design to accommodate developer's request. Prepare hydrology/hydraulic calculations,PS&E. Project Engineer:20th Street Extension and Campus Avenue Realignment, Upland,CA Design 2,500 feet of road extension, sidewalks, storm drain, waterlines, utility relocation, access road and landscaping plans related to the State Route 210 project. Prepare hydrology/hydraulic calculations, PS&E. .) Project Engineer.SR6O/Moreno Beach Drive Traffic Signal and Street Improvements, Moreno Valley,CA Design street pavement widening and temporary traffic signal for freeway on/off ramp. Tasks included layout of street ) improvements,coordinating traffic signal design,encroachment permits application to Caltrans and PS&E. ) 19 I Jr i 3 Robert Wong,PE Civil+Roadway(Project Engineer) Education: B. Eng.,Civil and Structural Engineering(Honor),The University of Hong Kong Professional Registration: Civil Engineer/California,C-64734 10 Years of Experience: 11 iny Computer Skills: AutoCad R14, Auto Desk Land Desktop Development R3/2005, Civil Design Rational Method Hydrology, Hasted Flowmaster v6/2005, Water Surface Pressure Gradient(WSPG). Relevant Project Experience: • I-15/I-215 Interchange Reconfiguration,Devore, SANBAG, San Bernardino County,CA • Ironwood Avenue Street Improvements(Heacock-Perris Street),Moreno Valley,CA • Auto Center Drive/BNSF Grade Separation,Corona,CA • I-215/SR-60 East Junction EW HOV Connectors,Riverside County,CA • Glen Helen Parkway Grade Separation, San Bernardino County,CA • Iowa Street Grade Separation,Riverside,CA • Ketella Smart Street,Anaheim,CA • Storm Drain Master Plan,Chino Hill,CA ) • Indian Detention Basin,Moreno Valley,CA i Heng Chow Civil+Roadway(Design Engineer) 3 Education: BS,Civil Engineering Professional Registration: PE/Malaysia Years of Experience: 12 Heng started his career as a Civil Engineer in Malaysia in 1996. He has dedicated his first 4 years experience 3 in a design office doing infrastructural design and office engineer's works for various private residential and industrial developments. He has design knowledge in road and traffic, drainage, major storm water drainage, water, sewer and structural works. Heng joined a property development company in 2000 as a Project Engineer for infrastructure projects. He gained his early CM experience in monitoring project activities and schedules, utilities coordination, supervising inspectors' daily operations, enforcing QA/QC and safety compliance, preparing monthly progress report, checking progress claim and doing office engineering works. Heng was promoted to the position of Project Manager in 2004 overseeing a new residential land development project. Heng was employed by LAN Engineering in Oct,2008 and is currently working under Edward Ng as Civil Engineer. Relevant Project Experience: • State Street Extension&Improvements, San Bernardino,CA • Perris Blvd Improvement, Moreno Valley,CA • Ironwood Avenue+Heacock Street+Penis Street Improvement, Moreno Valley,CA • Indian Detention Basin,Moreno Valley,CA • I-215/ SR-60 East Junction EW HOV Connectors,RCTC,Riverside County,CA • I-215/Baton Interchange, San Bernardino County,CA 20 ) Nicolas Borrayo Civil+ Roadway(Assistant Engineer) Education: BS,Civil Engineering jp Years of Experience: 2 IAN Design Engineer.State Street Extension &Improvements,San Bernardino,CA.Nicolas generated preliminary alignments for different alternatives Design Engineer. Highway 111, Indio, CA. Nicolas finalizes signing and striping plans, typical sections, and assist with revisions of plan sheets 3 Design Engineer:Auto Center Dr, Corona,CA.Nicolas was responsible for setting up layout, signing, striping, profile, typical sections,drainage plan&profile,and demolition sheets t Assistant Engineer. I-215/SR60 East Junction, Riverside County, CA. Nicolas assisted with drainage plans, and worked on stage construction,traffic handling,and corresponding quantities 3 Design Engineer Perris Blvd, Moreno Valley,CA. Nicolas was responsible for setting up plan and profile,signing and striping,typical section,cross sections,details,and the respective quantities. Also worked on engineer's estimates. ) Design Engineer SR79/Lamb Canyon, Beaumont,CA Nicolas generated preliminary exhibits for different alternatives Design Engineer SR12/Church Rd,Rio Vista,CA Nicolas generated preliminary alignments for different alternatives - Welly 1.0, ER Water Quality/SWPPP(Assistant Engineer) 41 Education: BS,Civil Engineering Professional Registration: EIT Years of Experience: 3 3 lay Design Engineer Ironwood Avenue,City of Moreno Valley, Moreno Valley,CA Nelly designed storm drain systems; designed street horizontal and vertical alignments;and prepared plan and profile sheets. Design Engineer Iowa Avenue,City of Riverside, Riverside,CA Nelly conducted hydrology and hydraulic analyses of existing and proposed conditions;designed storm drain systems to perpetuate existing drainage patterns;and prepared storm drain plan and profile sheets. Design Engineer. Auto Center Drive,Corona,CA Nelly conducted hydrology and hydraulic analyses of existing and proposed conditions; designed storm drain systems to perpetuate existing drainage patterns;and prepared storm drain plan and profile sheets. ) Design Engineer. SR-91 HOV Lane Addition/Freeway Widening,Caitrans District 8,San Bernardino,CA Nelly conducted hydrology analysis for proposed project site; and designed drainage systems to perpetuate existing drainage pattern Design Engineer.Avenue 66 Nelly prepared preliminary roadway alternatives for grade separation 21 1 ) ) Mahmoud Khodr,TE Signals(Sr.Project Engineer) Education: BS,Civil Engineering Professional Registration: Traffic Engineer/California,TR-2065; Civil Engineer/Florida/59018 4) Years of Experience: 25 years IANMahmoud Khodr has more than 25 years of extensive experience in wide variety of civil engineering and roadway design projects, including stage construction, traffic detouring and signing/striping, traffic signal and street lighting projects and traffic impact and circulation studies. He managed several design projects in the Inland Empire„ Riverside and Los Angeles Counties. Before joining LAN Engineering; Mahmoud has managed several 3 PS&E projects and was responsible for civil engineering design projects including bridges and buildings in the City of New York. He was responsible for cost estimates and Construction Inspection and Supervision, Construction Management activities for several projects in southern Florida and New York areas. Mahmoud has over 7 years of 111 Public Works work experience through his employment with the City of Los Angeles, Department of Transportation E (LADOT)and Broward County,Traffic Engineering Division(BCTED)in Florida. t� Project Manager Old Waterman Canyon Bridge,San Bernardino,CA Mahmoud was responsible for the PS&E for the replacement bridge and roadway including roadway design, channel grading and restoration, signing and striping stage construction. He is also preparing construction documents and coordinating the design work and environmental documents with the city the staff. Project Manager: Pepper-Linden Drive,San Bernardino,CA Mahmoud was responsible for the PS&E for the new roadway section of four lanes divided Arterial Street including roadway design, traffic signal design, signing and striping. He also prepared construction documents and coordinated with the city staff during the design period. �) Deputy Project Manager: Highway 111 Widening Project,Indio,CA Mahmoud is responsible for the PS&E for the widening of Hwy 111,from four to six lanes divided Major Arterial Street in the City of Indio including roadway design, traffic signals design, signing and striping, landscaping, drainage, water 1) line, utilities upgrades and bridge widening. The project also includes two-miles of pavement rehabilitation along Hwy 111 in the City of Indio. He is also preparing construction documents and coordinating with the city and other agencies t I staff during the design period. ip Project Manager. 25th Street West,Palmdale,CA Mahmoud is responsible for the PS&E for the new roadway section of four lanes Street including roadway design, signing and striping. He is also preparing project construction documents and coordinating the design work with the city staff. ) Deputy Project Manager: Rancho Vista(Avenue P), Palmdale,CA Mahmoud was responsible for the PS&E for the widening of Rancho Vista Blvd, six lanes divided Major Arterial Street ) in the City of Palmdale including roadway design, traffic signals design, signing and striping and RR on-grade crossing. He is also preparing construction documents and coordinating with the city and other agencies staff during the design period. Project Engineer Avenue 48 Extension, Adams Street, Miles Avenue and Washington Avenue Widening Project, La Quinta,CA PS&E including roadway design, drainage, channel crossing, traffic signals, signing and striping, construction staging and utility coordination. ) Project Manager. Hill Street Transit Avenida,Los Angeles,CA Traffic analysis and preparation of traffic and pedestrian signal plans for 21 locations along Hill Street, downtown Los Angeles. The work included signing and striping plans, median islands and overhead signs for the conversion the street from one-way to two-way operation. Coordinated with LADOT Design and ATSAC Sections, Street Services, Signal Construction and Burea of Street Lighting at the City of Los Angeles. 22 Nadia D' Parashi-TIgo,PE Drainage(Project Engineer) Education: BS,Civil Engineering+MS,Civil Engineering (1) Professional Registration: Civil Engineer/California,C-51422 t Years of Experience: 30 years r IANMebane Rancho, County of Kern. Feasibility studies for transportation, environmental/wetlands, grading, water,sewer and drainage plans. 3 Rancho Santa Fe Springs,County of San Diego.Grading,storm water pollution prevention, hydrology and hydraulics, street design, storm drain and sewer system plans. Westcreek-Tract 52455, County of Los Angeles. Water quality analysis, debris and detention basins,hydrology and hydraulics,street design,storm drains, sewer and water system plans. Beverly Park Estates-Tract 38057 & 33186, City of Los Angeles. Hydrology and hydraulics, street design, storm 0 drains and sewer system plans. Mulholland Estates - Tract 26135, City of Los Angeles. Hydrology and hydraulics, storm drain, retaining wall profiles,street design,sewer and water plans. () Commerce Center II - Tract 49257, 49258 & 49259, City of Santa Fe Springs. Hydrology calculations, grading plans and detention areas,street plans,storm drain and sewer plans. Nisa Hester Caitrans Coordination(Project Engineer) `: Education: BS,Civil Engineering 01141 Years of Experience: 8 r ) 3 liwy Assistant Project Manager: Caltrans District 8 "On-Call" Project Management, (Project No. 08A1151) San Bernardino,CA () Nisa assisted the Project Manager with daily aspects of the project such as monitoring hours charged to the project by Caltrans Staff,monitoring Contractor expenditures,conducted project status meetings and monitored the resulting action items,conducted negotiations for cooperative agreements,updated project schedule and adjunct reports for headquarters, and attended community functions to inform public of projects(active and pending). Other Project Experience: • Perris Blvd Widening, Moreno Valley,CA • I-15/Arrow Route,Rancho Cucamonga,CA • State Street Extension& Improvements,San Bernardino,CA • I-215/SR60 East Junction,Riverside County,CA. • Devore, San Bernardino County,CA ) ) 23 I IF Alicia Colbum Caltrans Coordination(Project Engineer) 3 Education: BA, Environmental Studies,Cal State San Bernardino ` Years of Experience: 7 Alicia Colburn is experienced in environmental analysis (CEQA and NEPA) for a wide range of public agency and Caltrans projects. She has prepared, reviewed, and signed environmental documents (CE/CE, ND/FONSI, EIR/EIS). Prior to her hire as Environmental Manager, she was the Senior Environmental Planner of the Caltrans District 8 Environmental Local Assistance Group. While at Caltrans, she ensured that transportation projects were carried out in accordance with CEQA, NEPA and other environmental laws, regulations, and processes. She coordinated all internal/external reviews, collected, analyzed, and interpreted technical information for inclusion in environmental documents. Specific training that she received while at Caltrans includes, but not limited to: NEPA Delegation Workshop,Federal-Aid Series Overview, Environmental Analysis Intensive,and CEQA—Step by Step. Environmental Manager: Mount Vernon Avenue Bridge Replacement,San Bernardino,CA Alicia is responsible for the management of environmental sub consultants. Specifically, ensuring that environmental t documents are completed on time and provides a quality control/quality assurance prior to submittal to Caltrans. The project is currently in environmental review. Alicia also aided in the preparation of the Request for Authorization for a1. Preliminary Engineering with Caltrans District 8 Local Assistance. Environmental Manager:Auto Center Drive Grade Separation,Corona,CA Alicia is responsible for the management of environmental sub consultants. Specifically, ensuring that environmental documents are completed on time and provides a quality control/quality assurance prior to submittal to Caltrans. Environmental Manager:Boulder Avenue Bridge Replacement, Highland,CA Alicia is responsible for the management of environmental sub consultants. Specifically, ensuring that environmental documents are completed on time and provides a quality control/quality assurance prior to submittal to Caltrans. Lead Environmental Planner(Caltrans):Peyton Drive Widening Project,City of Chino Hills,CA Alicia provided oversight as the Lead Environmental Planner at Caltrans. The environmental document consisted of an Environmental Assessment (EA) with a Section 4(f) De Mimimus evaluation and also included various technical studies. Prior to departure, Alicia was the Caltrans signatory to the Draft Environmental Assessment that was circulated for public review. Lead Environmental Planner(Caltrans):Van Buren Bridge Replacement,County of Riverside,CA Alicia provided oversight as the Lead Environmental Planner at Caltrans. Alicia aided in the delivery of the Draft .) Environmental Assessment, which included various technical studies. In addition, Alicia aided in the delivery of the Biological Opinion and the Multiple Species Habitat Conservation Plan Consistency Finding. Lastly, as Senior Environmental Planner, Ms. Colburn aided in the delivery of the Finding of No Significant Impact (FONSI) that was issued by the Federal Highway Administration. Lead Environmental Planner(Caltrans):Clinton Keith Interchange Reconstruction, Murrieta, CA _) Alicia provided oversight as the Lead Environmental Planner at Caltrans. Alicia coordinated reviews of the technical studies necessary for the Environmental Document. Lead Environmental Planner(Caitrans):Gene Autry Trail Bridge Replacement over UPRR, Palm Springs,CA Alicia provided oversight as the Lead Environmental Planner at Caltrans. Alicia coordinated reviews of the technical studies necessary for the Categorical Exclusion. In addition, Ms. Colburn was signatory to the Categorical Exclusion and aided in the delivery of the signature from the Federal Highway Administration. ) 24 Jr r) Brian Calvert Environmental/Permits(Project Director) f) Education: BA,Geography and Regional Science,The George Washington University, Washington, D.C., 1993 Master of Environmental Planning,Arizona State University,Arizona,2000 E 11 Years of Experience: 13 "1) 'CFones& Brian Calvert has 13 years of experience managing the planning and environmental work associated Stokes with a number of projects. He has prepared environmental documents and reports to meet federal -"`"""""°'-'`—'n' (NEPA)and state(CEQA)regulations,which requires the interpretation and analysis of environmental, -'� social, and cultural data, and the presentation of this information in a clear and concise manner that conforms to established regulations and legislation. 3 Project Manager.Cypress Avenue Overcrossing Project IS/EA and ND/FONSI,City of Fontana,CA The City of Fontana, in cooperation with the County of San Bernardino and Caltrans, is proposing to construct a new Cypress Avenue Overcrossing. The project consists of a new four-lane grade separation on Cypress Avenue across I-10. r' The new overcrossing would extend approximately 0.8 kilometers (0.5 miles) from Valley Boulevard on the north to Slover Avenue on the south. ICF Jones & Stokes is preparing the IS/EA (leading to an ND/FONSI) and supporting technical studies including a draft relocation impact report, historic property survey report, NES, noise report, visual impact assessment report, water quality report, and community impact assessment. For this project the City and ICF ) Jones& Stokes have forged an agreement with Caltrans to use a workshop format for revising the technical studies and environmental document. The team goes through each report/document and makes all of the necessary revisions as a group during the workshop. This process reduces the review/revision cycle significantly as all revisions are made to the satisfaction of each reviewer in real time, eliminating several months of review and revision time compared to the standard way of processing environmental documents through Caltrans, and this also eliminates the potential for misunderstandings. `3 Project Manager: 1-15 Duncan Canyon Interchange Project Study Report/Preliminary Environmental Assessment Report,City of Fontana,CA ICF Jones & Stokes is assisting the City of Fontana with the preparation of a Preliminary Environmental Assessment Report for the I-15/Duncan Canyon Interchange PSR. The proposed project would reconstruct an existing overcrossing of the I-15 freeway in the northern part of the City of Fontana as a full-service interchange. Project Manager and Project Director. 1-15 from 1-215 to the San Bernardino County line IS/EA/MND/FONSI(I-15 Corridor Improvement Project) ICF Jones & Stokes is preparing the environmental document for this project which covers a distance of approximately 43.5 miles, involves improvements and/or widening of 47 bridges and highway crossings and directly involves the cities of Murrieta, Lake Elsinore, Corona,Norco, along with the County of Riverside communities of Wildomar, Sedco Hills, Alberhill, Glen Ivy Hot Springs,El Cerrito,Mira Loma. ) Environmental Project Manager 1-10/Date Palm Drive,Riverside County,CA This project involves the preparation of an IS/EA, to be followed by an ND/FONSI, for reconstruction of the I-10—Date Palm Drive interchange. Brian is completing the environmental documentation. Project Manager and Project Director: 1-215 Median Lanes Widening, Murrieta Hot Springs Road to Scott Road Caltrans in coordination with RCTC proposes to widen I-215 from Murrieta Hot Springs Road to Scott Road in ) Riverside County, California. For the proposed project, the existing facility would be widened from two to three lanes in both the northbound and southbound directions by adding a third mixed flow lane within the median, as well as overlaying the remainder of the existing facility with asphalt concrete pavement within the project limits. The total length of I-215 between the project post mile limits is approximately 7.8 miles. For this project ICF Jones & Stokes is preparing the necessary technical studies and environmental documentation for compliance with NEPA and CEQA, along with relevant Caltrans requirements. 25 0 () ) Denwun Lin, PE,TE Electrical/Lighting(Sr.Project Manager) 3 Education: Master of Architecture, UCLA, 1987 BS,Civil Engineering,NTU,Taiwan, 1978 Professional Registration: Civil Engineer/California,C 46719 Traffic Engineer/California,TR2117 Years of Experience: 28 ,,,IN Consulting,Inc. Denwun Lin has over 28 years of experience in traffic signal, lighting, power design, traffic 3 engineering, transportation study,and traffic handling designs. .- � c•.„r er. .,r c ,w x t K,nrr... `3 Lighting and Power Design: Managed and designed various lighting and power designs for freeways, streets, tunnels, underpasses, bridges, parking lots, park and ride facilities, community and regional parks, sport fields, transportation management centers,bus stations,regional transit hubs,and Metrolink stations. Representative projects include: () • University Grade Separation for SANBAG,City and County of San Bernardino • Monte Vista Grade Separation for SANBAG and City of Montclair • Village"L”Lighting Study and Design,City of Big Bear Lake • Commerce Center Bridge Lighting for Newhall Ranch • Highland and Baseline Bridge Lighting Design for the City of Highland. • Metrolink Station Rehabilitation at five stations for RCTC ) • Montebello/Commerce Regional Transit Center for SCRRA • Anaheim Amtrak/Metrolink Station Electrical Design for SCRRA 3 Cal. State Los Angeles University Metrolink Station for SCRRA ) • Dario Vasquez Park Drainage,Lighting,and Power Design Project,Riverside ) • San Fernando Cesar Chavez Memorial Park Lighting Design • 26th Street Extension Project,City of Vernon I-15/Duncan Canyon Interchange,City of Fontana • I-15/Foothill Blvd,Rancho Cucamonga • SR-60 HOV project for RCTC • SR-79 for RCTC and Caltrans District 8 Traffic and Electrical Engineering: Managed and/or designed various project involved traffic signal, signal 3 interconnect, signal communications, ramp meters, freeway surveillance, fiber optic communication, CCTV, CMS, ramp metering in the Southern California area. Representative projects include: • On-Call Electrical Engineering,Caltrans District 8 • District-wide Fiber Optic System Documentation for Caltrans District 8 • Route 210 ITS design,Segment 2,4,and 7 for SANBAG • 1-10/Riverside Avenue Interchange Improvement Project,City of Rialto 1-15/Lenwood Road Interchange Improvement Project,City of Barstow. • I-15/Mojave Drive Interchange Improvement Project,City of Victorville • SR-41 Improvement Hanford to Armona,City of Lemoore • SR-60 Widening Plan Review,Moreno Valley • SR-74 Widening, 1-15 to Seventh Street,Lake Elsinore and Perris,RCTC • SR-79 Widening for RCTC. • SR-91/57 HOV project for OCTA. • SR-91/Main Street,City of Corona. • SR-91 HOV Harbor Boulevard to I-5,OCTA. 26 Randy Mayer,PLS Surveys(Licensed Land Surveyor) Professional Registration: California Licensed Land Surveyor,No. 7024, February 1994 Years of Experience: 24 ■ AYER M : Randy Mayer is the President of Mayer Surveying, Inc. and will be responsible for all survey r SURVEYING,Inc services provided. Randy is a California Professional Land Surveyor (PLS 7024) and has over 24 years of experience in the surveying field. His breadth and depth of expertise has been developed over 17 years with the California Department of Transportation (Caltrans) and 7 years in the private sector. Mr. Mayer's background in Project Management provides him with a clear understanding of the capital project 3 delivery process from project initiation through completion of construction. Owner,March 2007 to Current Date-Mayer Surveying,Inc,Yucaipa California • Manage all aspects of small business • Property,Topographic,Mapping and Construction Surveys • Legal Documents • Technical Consultant r11 Senior Survey Manager,January 2006 to March 2007-Associated Engineers,Ontario California • Manage project workload and schedules • Technical advisor on survey procedures and equipment application. • Directed staff in map and document preparation conforming to agency standards ■ Client Management Survey Manager,July 2003 to January 2006-Yeager Skanska Construction,Riverside,California • Provided QA/QC surveys and reports on various projects. • Responsible for implementing GPS survey procedures for field personnel and heavy equipment. • Provided mapping surveys for project quantities and material plants. al • Developed 3D models of projects that were utilized by GPS equipment Project Manager,September 2002 to July 2003-AEI-CASC Engineering,Colton,California • Managed projects related to land development Principal Surveyor,September 2001 to September 2002-Smith Surveying Co., Big Bear City,California ■ Managed project workload,preparation of proposals and set field crew schedules for boundary,mapping and construction surveys. • Client management Senior Land Surveyor- Project Manager,1,/00 to 9/01 -Caltrans District 8 Chief Land Surveyor- Project Manager,6/98 to 1,/00 - Caltrans District 8 • Monitored project schedules,workplans and resource needs • Liaison with local agencies and consultants • Participated on statewide Project Management Implementation Teams • Coordinated fieldwork for 12 survey field crews and office personnel. Land Surveyor Supervisor- Crew Chief/Survey Analyst,2/94 to 6/98 - Caltrans District 8 • Supervised a four-man field crew in the performance of control,landnet,design and construction surveys. • Responsible for accuracy,reduction,and delivery of field data and record documents • Utilized conventional and state of the art equipment applying associated methods 1 27 (, Section 4 Quality Control / Management Approach f) O 4 4 t) C) 4 4 4 4 0 4 •IrP, • yr- . tt • • • !I I R t l 111 ;� d '�"h 'M • t 't '�.x. " 9 A' • G. d Tin Section 4: Quality Control/ Management Approach' r3 In this section of our submittal, we intend to highlight how LAN typically manages a project. It goes without saying that effective management is key to a project's success, leading to client satisfaction. As stated earlier, over 85% of our work is repeat client/projects. THIS IS ACHIEVED THROUGH OUR COMMITMENT TO PROVIDING HIGH QUALITY SERVICE TO OUR CLIENTS! Introduction 3 Schedule and budget are the two dearest concerns to any public works client; and certainly we assume the City of San Bernardino shares similar concerns. LAN brings to the City a commendable track record of positive accomplishment in both areas. We know all too well that a client's schedule is critically important. Consequently,we must: ,) • Be able to "hit the ground running" and maintain schedule throughout the design. In order to do this, we will: — MINIMIZE fragmentation as well as individual exterior responsibilities. LAN will undertake the majority of the design in-house. Only certain specialties will be subcontracted. Commit senior staff who do not need any"learning curves"or"on the job training". As a team we have committed such staff. r — Commit a core leadership who KNOW EACH OTHER. The LAN leaders committed for the key components of the project have all worked together on many of our projects. — Be the singular source of contact so there is no divided responsibility or fragmentation. LAN has done so by proposing as the Prime Consultant. In addition, our proposed project manager will have the authority to render decisions on behalf of the entire team. ) • Have a track record of budget/schedule control and strict adherence to QA/QC. We are proud to say # that we have such a track record. Our pride is best exemplified by the fact that over 85% of our projects are repeat clientele/projects. WE MUST BE DOING SOMETHING RIGHT. • Have a track record of effectively coordinating with "tough customers" like railroads, utilities, 31 regulatory, oversight and permitting agencies; and receiving expeditious approvals. LAN has that record. 3 • Have a good track record in communication,responsiveness, and cooperation. LAN has such a record and will certainly repeat itself on this project. LAN and the City have developed an excellent working relationship over the years and we are committed to maintaining our high level of service and attention to the City of San Bernardino. • Have a track record of delivering the committed leadership and key staff and having them stay through the project. LAN's company policy is "what our clients see is what they get." ) Management and Control of the Work As always, at the end of the day, it falls on the shoulders of the proposed Project Manager to successfully "deliver." How Edward Ng, PE will effectively manage and control the work is tabularly summarized in Figure 5-1. He will also strictly follow the QA/QC and document review procedures established at LAN. A discussion of these follows. 28 ,,Section 4: Quality Control/ Management Approacl Quality Assurance/ Quality Control PnooucnoNCiuAtmcoNTROt. LAN has long recognized the importance of Quality Management and CHECK PRINT Quality Control and its direct relationship to the success of any ^",o lihillihMh project. LAN's Quality Management Program begins at the project w'�„• 'e,1 (1 identification phase by identifying the "right people for the right "". a+- ens—+ MO�w a,,,., job", i.e., only personnel with relevant qualifications and experience . -► —.=-..- or, will be proposed for an assignment. It has been a standard policy at •Established and proven quaIlty control pion. LAN to develop a quality control work plan for every project •Constructible Details 3 undertaken by the firm. Accordingly, prior to submitting our •Progress Revkiwe proposal, we will prepare a quality control proposal work plan •Technical Audi 3 internally to evaluate not only the production team, but also the •independent Check QA/QC team's qualifications. •conetn ibipty Review •Key Personnel Committed for Project Duration ✓ Identify the key players that will be involved in the project. t' ✓ Describe the various elements of works;identify major tasks and due dates. ✓ Outline the design standards and manuals to be followed. ✓ Establish checking and review procedures. ✓ Define the procedures for filing all project correspondence based on LAN's Uniform Filing System. ` ) ✓ Identify project review team assignments and responsibilities. ✓ Describe CADD procedures and formats and electronic submittal procedures of the final PS&E. In the production phase of a project, the following is a schematic workflow diagram that illustrates the internal checking procedures that currently are ' ) I `fi r:,.\I I 74=-2' being utilized by LAN engineers. , , -- - ' `° =x'41: Planning: Our Quality Management Plan sets out basic project QC/QA 43 1�MN guidelines. A Yw0"i•u•d Or iM Cr4C1"10 r.OIC"01O"0."u•.0.51 ++l/ RN,41 weo w,ro.er1 ear.•crans Of•emrwns. Checking: All final design documents prepared by the LAN team will be ea' checked in detail prior to formal submittal. While design personnel self-check "«IRras� vor ra..a.t� i t =✓M their own work,QC/QA procedures require a second, independent check of all 3 ,a-,. - _ _ _ - drawings, engineering calculations, computer files, CADD files, quantity ) rto lv computations, estimates, and reports. At various milestones throughout the if R1 development of the project plans, our team will be performing an independent • own,•u/o0 Or rM 00onrw.,11,00111•0 ey at.r waft cr"C1•r. check on completed aspects of the design. The final design will typically be .,-.,rr«q, i I Aor n«O".v® checked after the 65% submittal and completed in time for the 95% submittal. I "" '"" Any minor change between the 95% and 100% submittal will be subject to ",,� µr independent checking as well.at lAi Review:Coordination between disciplines is a key facet of the review process. c. lw�a u•M Or 100 Or"r.'"°°Owr".r m""'"s The designers and the Project Manager will circulate review plans internally at ran"..0000"1"•. predetermined intervals to maintain uniformity in plan preparation and ensure ) ' ''r, n•rr.we..Sfj/ full coordination of design interfaces. ) i_. —— Project Management Review: When design strategies, conceptual, and ' ?d preliminary design documents are ready for formal review submissions, a I I complete set of documents will be assembled for review by the Project P 0100.i•uMS 10.".r 111■MA COMMA.AM Msn "°"" ""'" "''1.11""`"""". Manager and senior technical personnel. This review will ensure that the documents are consistent with good engineering practice and the standards of our clients. 29 an Section 4. Quality Control° Management Approach .1 Figure 4-1: Management and Control of the Work Strong and Effective Management By the Progress Status Monitoring ' Project Manager - Edward Ng, PE; - Conduct monthly PDT Meetings. Discuss Y' progress on milestones. t` •Serve as the primary contact with the City and all •As required hold P•ogfess Meetings with the City t ,' other agencies.stakeholders involved,`'" and all other external agencies invohed oratlecte `" ''',t •tiianage the consultant team. Enforce constant and M Prepare meeting minutes and promptly distribute to effective communication and control the flow of r -,'1, all parties. Include: . a communication(especially the day-today interfaces). •List of all attendees ',.•Exercise decision-rendering authority on behalf of . t; •Purpose and objectives of the meeting.. 1-• eeting. : 44 ., ,,• ; the entire LAN team. •Summary of the discussions r "�•Ensure there are"NO SCRPRISES"to the City ,,::4': y/ y and • •Decisions reached 4 '+all other agencies imolsed. •Action items and the respective responsible. +rM •' eet and thoroughly fulfill all contractual and entity%indivrdua .: technical/professional requirements. Be responsible •Conduct internal LAN team meetings at periodic i for product quality,timely delivery,and budget control. inter ids and/or w hen deemed necessary. I +Attend'(and if necessary chair}all progress and monthly •Prepare monthly progress reports to be submitted(q •� x'1 the City. Includes status summary eXhibits of" , PDT meetings as required,Conduct a kickoff meeting., i , Alen the LAN principal-in-charge for resource needs ,� cost and schedule.discussions on past/scheduled, ,, andallacatiort; � actitiities,status of meetings and action items. 4 Project Control ` < 4 , . Quality Assurance/Quality Control .) •Put into effect an effective project control systemk •Conduct a field review for initial scoping and clear understanding of scope goals between LAN• - from day one of project. and the City •Monitor the oxeratl project schedule,as well as, •Develop a specific tailored plan for this project. specific schedules of principal and critical activities. ,, Establish that plan's objectives,and the scope and guidelines to be followed. • •Monitor internal LAN project expenditures by labor •Assign well trained and experienced individuats .'' and direct costs.. responsible for components of the platy. 3 it% •• Extend plan to all team members and assign J Monitor consultants to make sure they are specific team member responsibilities. .,constantly monitoring their respective labor and • •Convey a clear understanding to all team ' direct costs. members and statTas to what the effort is alt Alert the,City on potential impact on-cost and/or about and the City's expectations r •Adhere to Total Quality Management principles- schedule and propose solutions andor"work' DO IT RIGHT THE FIRST TIME. Yarounds' i •Conduct Independent disciplinary and '+ interdisciplinary RC%iCN i as required for discipline Make sure the suhconsuhinvoices ant invoices are like ise t - coordination consistency and accuracy. received in a timely manner. •Immediate super\isors pro%ide daily feedback to ;) •Effective record keeping(Project Files,Meeting :� project teamstaff concerning the accuracy. precision,and clarity of their work,and whether- �[inutes,Record ot'C'on�ersations,Confirming it eantorms to current professionatstandards aid. j:,'Verbal Requestsfr the expectations of the client: S t ) yy 3 30 Section 4. Quality ControPj Management Approact Constructability Review LAN prides itself on providing a quality product, and providing a stringent quality control and quality assurance program. The importance of quality to us is reflected in the fact that we depend on repeat business and strive to make client satisfaction a preeminent priority. In fact, the majority of our workload comes from our existing clients, and this can only be achieved by consistently providing our clients with the highest quality of work. LAN has an unwritten policy, which evolved from our owners,and that policy is simply once we get a client, we will do anything necessary to satisfy our client,and to make the project a success. One of the ways LAN ensures the production of a quality product is by performing constructability reviews. A "clean set of construction documents" - meaning a plan set that is complete and has no design holes, is essential in order to minimize construction change orders,and to control construction costs. LAN draws on its vast construction management resources to provide thorough and expedient constructability reviews during the development of the design. These reviews focus on ease of construction, consistency of the construction documents, and the anticipation of potential contract change orders. LAN will provide these constructability E reviews prior to each,and every, submittal. We also have an internal policy of a low tolerance for errors and omissions, as we well know that errors and omissions translate into project delays, not only during the design phase, but during the construction phase as well. Low quality work also translates into construction cost escalation due to excessive change order requests made by contractors. In order for the LAN team to provide a client with a clean set of construction documents, we put into action a process that consists of: ✓ Integrate our QA/QC plan with constructability review plan - LAN's QA/QC plan has been successfully implemented on many of our projects. The plan will be customized to ensure that it meets the needs unique to this Project,and all of the project components will be taken into consideration. All of our work will be checked for accuracy and design standards compliance. I ✓ Dedicate a single qualified individual to conduct the implementation,monitoring and execution of the QA/QC plan. Edward Ng, PE, has a proven track record and years of experience working on complex multi-discipline projects as well as an intimate familiarity with project development procedures. ✓ Constructability Reviews - We truly believe in the value of constructability reviews. LAN will document the review comments and responses using the constructability review form to ensure the completeness of a review process. Ability To Meet Schedule Deadlines Proactive project controls that closely monitor the progress of each work element in terms of budget and schedule are essential. LAN will use a three-step process to monitor and control the work performed by our own work forces and any required subconsultants. Through this process, our Project Manager has the ability to provide timely, accurate and relevant information to THE CITY in a monthly progress report. The three- ) step process is as follows: • Step One-Develop and Appropriate Work Plan and Manageable Work Elements. The first step will be to develop an appropriate work plan and manageable work elements (MWE). The work plan will be a tool with which the progress of the work is implemented, monitored and reported. Each MWE will be budgeted with its required manpower,costs,and overall effort for the project will be estimated. A project schedule will then be developed. The work plan will be finalized during contract negotiations. c 31 '3 Section 4: Quality Control/ Management Approach- °' • Step Two - Monitor Work Progress. The second step is to monitor the progress of the work and determine whether the project is progressing in accordance with the work plan, as measured in terms of time and cost. Key components in this step are the identification of actual time and costs accrued on each work item performed by LAN, any subconsultants, and the accurate reporting of the progress of each. • Step Three- Identify Variances in Work Progress and Take Corrective Action. The third step in our project control system is identification of the cause of any variance in the progress of the work, and establishment of the appropriate corrective action plan,and incorporation of mitigation measures. Plan Reviews and Comment Response Procedures c 11 LAN employs a fairly simple, but effective, way to document plan review and comment responses. This is illustrated by the following example: Once we receive all the comments from the previous Submittal, we will produce a Comment/Response Matrix, and this matrix will list the commenter, the comment, and the response to comment for each comment received. This matrix will then be submitted back to the commenting agencies fa along with the next submittal. In the event there are comments, which need further clarification or discussion, LAN will request a meeting to resolve each of these types of comments. `1' Knowledge of State and Local Procedures As was stated earlier,virtually all of LAN's work is in the public sector. Figure 4-2 illustrates the broad range of clientele we serve and/or coordinate with as the case may be. As such, we have full and more important always up to date knowledge of the full spectrum of state and local procedures and requirements. On transportation projects we have performed projects in every step of the Caltrans Project Development Process; namely PSR, PA/ED, PSE, and Construction Support. We are very familiar with the HBR process and procedures. We constantly interface/coordinate with environmental/regulatory/permitting agencies. We have a track record of doing things right the first time and obtaining expeditious approvals. a Figure 4-2: LAN Project Environment Clientele/Coordination FHWA Railroads 3 Utilities 3 Caltrans Districts Public/Private Regional Transportation Environmental Agencies Agencies Measure Programs Regulatory/Permitting ro9►� Funding Agencies Agencies County Government Departments Army COE City Agencies Flood Control Districts 32 ATTACHMENT "2" TO EXHIBIT D SCHEDULE OF RATES Lim & Nascimento Engineering Corporation (LAN) SCHEDULE OF RATES MARCH 26, 2009 2009 CLASSIFICATION.. RATE )' DESIGN: 1 Principal-in-Charge 220.00 /Hr 2 Project Manager 170.00/Hr 3 Task Manager/ Deputy Project Manager. 160.00/Hr 4 Specialist/QA/QC 185.00/Hr 5 Sr Project Engineer 160.00/Hr 6 Project Engineer 120.00/Hr 7 Associate Engineer 115.00/Hr 8 Design Engineer 90.00/Hr 9 Assistant Engineer 70.00/Hr 10 Jr Engineer/Tech. 60.00/Hr 11 Sr. Designer/CADD 110.00/Hr 12 Designer/CAD 85.00/Hr 13 Jr. Designer/CAD 60.00/Hr 14 Sr.Asst PM/Sr. Admn 90.00/Hr i 15- Asst PM/Admin 60.00/Hr I 16 Jr. Admin 40.00/Hr Court Appearance —Add $50 / Hr Reimbursable (other direct costs) billed at actual cost *Hourly rate is subject to 5% escalation per year 36231 Eacena Dr. Yucaipa,CA 92399 PH.909-557-5829 �jiwi► �IAYER maie � `l�� SURVEYING, Inc • BOUNDARY • CONSTRUCTION • TOPOGRAPHY • GPS S Hourly Rate Schedule ( Effective January 1, 2009 ) Office Time: Principal Licensed Land Surveyor $125.00 Project Surveyor $105.00 Land Survey Technician $90.00 CADD Technician $85.00 Accounting Coordinator/Clerical $52.00 Field Time: 3 Man Survey Crew $245.00 2 Man Survey Crew $192.00 1 Man Survey Crew $147.00 QA/ QC Analysis $110.00 Project Site Review $105.00 Travel Time is included in the hourly rates listed above. If client authorizes overtime, hourly rates will be billed at 1 1/2 times the rates listed. Reproduction Cost: 8.5"x 11" $0.10 per sheet 8.5" x 14" $0.14 per sheet 11"x 17" $0.30 per sheet 24"x 36" $3.00 first sht., $1.50 ea. Additional sht. 36"x 48" $4.50 first sht., $3.00 ea. Additional sht. Data on CD's $5.00 per disk Other media or graphical plots not listed will be billed at cost plus 10 percent. ICF Jones & Stokes Fee Schedule Effective January 1, 2009 Labor Classifications Per Hour Senior Project Director $260 Project Director $230 Technical Director $210 Managing Consultant/Senior Technical Analyst $190 Senior Consultant III $170 Senior Consultant II $145 Senior Consultant I $135 Associate Consultant III $125 Associate Consultant II $115 Associate Consultant I $105 Assistant Consultant $85 Technician $60 Administrative Technician $60 Intern $55 Other Direct Expenses Copy Center Services: -Color printing(8.5"x 11"--11"x 17") $0.16 to$0.32/page - Black&White printing(8.5"x 11"--11"x 17") $0.08 to$0.16/page Automobile mileage at current IRS rate $0.585/mile Laptop computer(field projects only) $10.00/day A general and administrative charge of 10%will be applied to all other direct costs,inclusive of subcontractor charges. Per diem is charged at$175.00/day.A lodging surcharge will apply in high rate areas. Prompt Payment Jones&Stokes Associates clients may reduce any current invoice by(1%)of the billed amount if payment is made within 10 business days of receipt of said invoice. Billing rates are subject to revision effective January 1 of each year CONFIDENTIAL IcFJones& Stokes an ICF International Company ICF Jones & Stokes Fee Schedule Effective January 1, 2009 Labor Classifications Per Hour Senior Project Director $260 Project Director $230 Technical Director $210 Managing Consultant/Senior Technical Analyst $190 Senior Consultant III $170 Senior Consultant II $145 Senior Consultant I $135 Associate Consultant III $125 Associate Consultant II $115 Associate Consultant I $105 Assistant Consultant $85 Technician $60 Administrative Technician $60 Intern $55 Other Direct Expenses Copy Center Services: -Color printing(8.5"x 11"--11"x 17") $0.16 to$0.32/page - Black&White printing(8.5"x 11"--11"x 17') $0.08 to$0.16/page Automobile mileage at current IRS rate $0.585/mile Laptop computer(field projects only) $10.00/day A general and administrative charge of 10%will be applied to all other direct costs,inclusive of subcontractor charges. Per diem is charged at$175.00/day.A lodging surcharge will apply in high rate areas. Prompt Payment Jones&Stokes Associates clients may reduce any current invoice by(1%)of the billed amount if payment is made within 10 business days of receipt of said invoice. Billing rates are subject to revision effective January 1 of each year CONFIDENTIAL ICFJones& Stokes an ICF International Company ATTACHMENT "3" TO EXHIBIT D Lim And Nascimento Engineering Corporation July 7, 2009 Mr. Mike Grubbs, P.E. City of San Bernardino Public Works Department 300 N. "D" Street, 3rd Floor San Bernardino, CA 92418-0001 Re: City of San Bernardino On-Call Civil Engineering Design & PM Services City Manager Cost Reduction Dear Mike, LAN Engineering appreciates having been selected to be on the City's On-Call list for Civil Engineering Design Services and Project Management Services. As was discussed in the interview questioning, the City of San Bernardino's City Manager has been requesting a 5% cost reduction by contractors and vendors as a part of the City's strategy to cope with the fiscal crisis. LAN Engineering has enjoyed a mutually beneficial relationship with the City and understands the difficulties facing municipalities in these times. In this spirit, LAN Engineering will agree to the 5% cost reduction which will be reflected by applying the reduction to each invoice. Sincerely, Lim & Nascimento Engineering Corporation t•Qc■— Edward Ng, P.E Project Manager 618 N.Diamond Bar Blvd. (909)895-0520 Diamond Bar,CA 91765 Fax(909)860-1306 EXHIBIT E AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP) THIS AGREEMENT is made and entered into this day of 2009 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("City"), and TRANSTECH ENGINEERS, INC. ("Consultant"). WITNESSETH : A. WHEREAS, City proposes to have Consultant perform the On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) described herein below; and B. WHEREAS, Consultant represents that it has that degree of specialized expertise contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and C. WHEREAS, City and Consultant desire to contract for specific services in connection with the project described below(the "Project") and desire to set forth their rights, duties and liabilities in connection with the services to be performed; and D. WHEREAS, no official or employee of City has a financial interest, within the provisions of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONSULTANT 1.1. Scope of Services. Consultant shall provide On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) to City in accordance with Attachment 1, Consultant's proposal dated March 26, 2009, attached and incorporated herein. 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's performance of this Agreement. 1.3. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws 1 EXHIBIT E including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above-mentioned laws, which may be incurred by reason of Consultant's performance under this Agreement. 1.4. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other category protected by law, except as permitted pursuant to Section 12940 of the Government Code. Violation of this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. 1.5 Non-Exclusive Agreement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of City. 1.7. Business License: The Consultant shall obtain and maintain a valid City Business Registration Certificate during the term of this Agreement. 1.8. Duty of Loyalty/Conflict of Interest: The Consultant understands and agrees that as the City's Consultant for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP), Consultant shall maintain fiduciary duty and a duty of loyalty to the City in performing Consultant's obligations under this Agreement. Consultant, in performing its obligations under this Agreement, is governed by California's conflict of interest laws, Government Code Section 87100 et seq., and Title 2, California Code of Regulations Section 18700 et seq. 1.8.1 Prior to performing any services to City under this Agreement, Consultant shall provide the Development Services Department a written list of the Assessor Parcel Numbers and general location or address of any and all real property located in the City of San Bernardino in which Consultant has any ownership interest, or which is the location of any pending project that is a source of income for Consultant. Consultant shall keep this list current on a monthly basis during the entire term of this Agreement. 1.8.2 Consultant shall not work on any task that is related to any real property that is located within 500 feet of any parcel in which Consultant has any ownership interest or 2 EXHIBIT E which is the location of any pending project that is a source of income for Consultant. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Over the term of this Agreement, Consultant shall be paid for such services in accordance with the schedule of rates marked Attachment 2 and dated March 26, 2009, discounted 5% as indicated in Attachment 3, both of which are attached and incorporated herein, subject to an aggregate limit of $1,000,000 in payment for work performed by all consultants for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP). City shall distribute work among its consultants in a manner that best meets the needs of the City. City makes no guarantee to Consultant regarding the amount and/or the dollar value of the work assigned to Consultant. 2.2. Additional Services. Consultant shall not receive compensation for any services provided outside the scope of services specified in the Response unless the City or its Project Manager for this Project, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. Consultant may submit invoices to City's Project Manager for approval on a progress basis, but no more often than monthly. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each invoice shall describe in detail, the services performed and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City or its Project Manager for inspection and/or audit at mutually convenient times for a period of three (3) years from the Effective Date. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. The obligation to perform the professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Effective Date of this Agreement. Said services shall be performed in strict compliance with the Project Schedule issued by the City's Project Manager. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the 3 EXHIBIT E reasonable control of a party. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the date approved by the City Manager and continue through June 30, 2010, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. An administrative extension of one additional year may be authorized, subject to the prior written agreement of both parties. 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing written notice to Consultant. The termination of this Agreement shall be deemed effective upon receipt of the notice of termination. In the event of such termination, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated as to the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents pertaining to the services contemplated herein whether delivered to the City or in the possession of the Consultant. 4.4 Documents. In the event of termination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City within ten (10) days of delivery of termination notice to Consultant, at no cost to City. Any use of uncompleted documents without specific written authorization from Consultant shall be at City's sole risk and without liability or legal expense to Consultant. 5.0. INSURANCE 5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, independent contractors, personal injury with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. 4 EXHIBIT E (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. (c) Workers' compensation insurance as required by the State of California. (d) Professional errors and omissions ("E&O") liability insurance with policy limits of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. Consultant shall obtain and maintain, said E&O liability insurance during the life of this Agreement and for three years after completion of the work hereunder. 5.2. Endorsements. The comprehensive general liability insurance policy shall contain or be endorsed to contain the following provisions: (a) Additional insureds: "The City of San Bernardino and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice: "Said policy shall not terminate, nor shall it be cancelled, nor the coverage reduced, until thirty(30) days after written notice is given to City." (c) Other insurance: "Any other insurance maintained by the City of San Bernardino shall be excess and not contributing with the insurance provided by this policy." 5.3. Certificates of Insurance. Consultant shall provide to City certificates of insurance showing the insurance coverages and required endorsements described above, in a form and content approved by City, prior to performing any services under this Agreement. 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in this Agreement, or the extent to which Consultant may be held responsible for payments of damages to persons or property. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. 5 EXHIBIT E 6.2. Representatives. The Director of Development Services or her designee shall be the representative of City for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the City, called for by this Agreement, except as otherwise expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Project Managers. City shall designate a Project Manager to work directly with Consultant in the performance of this Agreement. Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant's Project Manager shall attend and assist in all coordination meetings called by City. 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: IF TO CITY: Mr. David Mlynarski, Principal Valerie C. Ross Transtech Engineers, Inc. Director of Development Services 413 McKay Drive 300 North"D" Street San Bernardino, CA 92408 San Bernardino, Ca 92418 Tel: 909-384-7464 Tel: 909-384-5357 Fax: 909- 263-1734 Fax: 909-384-5080 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this contract on behalf of the City shall be considered as "attorneys' fees" for the purposes of this paragraph. 6.6. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. 6 EXHIBIT E 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term of this Agreement. 6.8 Indemnification and Hold Harmless. Consultant shall protect, defend, indemnify and hold harmless City and its elected and appointed officials, officers, and employees from any and all claims, liabilities, expenses, including attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not by way of limitation, all civil claims or workers' compensation claims, arising out of or in any way connected with the intentional or negligent acts, errors or omissions of Consultant, its employees, agents or subconsultants in the performance of this Agreement. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall secure, at his expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 6.10 Ownership of Documents. All findings, reports, documents, information and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subconsultants in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. 6.11 Public Records Act Disclosure. Consultant has been advised and is aware that all reports, documents, information and data including, but not limited to, computer tapes, discs or files furnished or prepared by Consultant, or any of its subconsultants, and provided to City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et. seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in the California Government Code Section 6254.7, and of which Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it 7 EXHIBIT E that is designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure is deemed to be required by law or by order of the Court. 6.12. Responsibility for Errors. Consultant shall be responsible for its work and results under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Consultant occurs, then Consultant shall, at no cost to City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 6.13. Prohibited Employment. Consultant will not employ any regular employee of City while this Agreement is in effect. 6.14. Order of Precedence. In the event of an inconsistency or conflict in this Agreement and any of the attached Exhibits or Attachments, the terms set forth in this Agreement shall prevail. 6.15. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.16. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.17. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.18. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.19 Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.20. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No 8 EXHIBIT E waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.21. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement, based upon the substantial benefit of the bargain for any party is materially impaired, which determination as made by the presiding court or arbitrator of competent jurisdiction shall be binding, then both parties agree to substitute such provision(s) through good faith negotiations. 6.22. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. 6.23. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. 6.24 Damages. The Parties agree to waive any rights to incidental or consequential and punitive damages arising out of performance under this Agreement whether the torts or contracts and in law or in equity. /// /// 9 EXHIBIT E AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP) IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF SAN BERNARDINO, CONSULTANT A Municipal Corporation TRANSTECH ENGINEERS, INC. By Charles E. McNeely, City Manager Signature Name and Title Approved as to form: James F. Penman, City Attorney By 10 il ' TTACHMENT "1" TO EXHIBIT E I TRANSTECl/ r MAPCO March 26, 2009 CITY OF SAN BERNARDINO Development Services Department ` 300 North"D" Street San Bernardino, CA 92418-0001 Attention: Mr. Michael Grubbs, PE, Project Manager Subject: TECHNICAL PROPOSAL FOR AS-NEEDED CIVIL ENGINEERING SERVICES [li Dear Mr. Grubbs: Transtech/Mapco is pleased to submit this proposal for the subject project. We are a local City of San Bernardino Firm, located at 413 Mackay Drive, San Bernardino, CA 92408. Our business in the City has been in existence for the past 20 years. We qualify for Local Business Preference. Our business registration information is attached herewith. Transtech/Mapco has extensive experience in providing similar on-call engineering services to public agencies, and performing civil engineering services on an"on call or as-needed"basis for various projects assigned by the City. ITranstech/Mapco is a multi-disciplinary engineering consulting firm which provides professional and technical services in the engineering, planning and construction to governmental agencies, educational institutions and private sector. Transtech/Mapco provides consulting engineering services to several municipalities throughout Southern California. Transtech/Mapco is recognized as one of the foremost expert firms in the State and Federal funding programs and procedures, and is continually proud to be the lead, as well as team member, in the planning and development of large and complex multi-million dollar mega projects. 1 Key staff members have served public agencies in various capacities including: City Engineer, City Traffic I Engineer, Building Official, Construction Manager, Project Manager, and Senior Construction Inspector. Transtech/Mapco is accustomed to working with governmental agencies in every facet of planning, building, and public works. Transtech/Mapco has a proven track record in providing high quality engineering services which result in minimal problems during implementation of projects. 1 We have read the Draft Agreement for Professional Civil Engineering Design Services. As required by City's RFP, we hereby state that if offered a contract we will execute City's standard contract and provide requested insurance. Thank you for allowing Transtech/Mapco the opportunity to submit this proposal. Please contact me at your As-Nceded Civil Engineering Sen ices,City of San Bernardino Cover Letter, 1 i1 convenience should you have any questions. Sincerely, Transtech/Mapco Engineers, Inc. David E . Mlynarski David E. Mlynarski, Principal l david.mlynarski(i4Transtech/Mapco.org T: 909-384-7464, Ext. 106 Ewww.Transtech/N1apco.org F:I WPROCESSIPROPOSALSI2009113-29036 SB CIV ENG ON CALL, DUE 032609IPROPOSAL SUBMITTEDIP-29036 TECHNICAL PROPOSAL, SB CIV ENG ON CALL, DUE 032609.doc t 3 Pt I I I I 9 As-Needed Civil Engineering Services,City of San Bernardino Cover Letter,2 is i Table of Contents Page A. Qualifications of Firm 1 r B. Qualifications of Project Staff 3 C. Organizational Chart 4 D. Senior Staff Resumes 5 1 E. Approach 24 F. References 1 G. Business Registration Information 3 1 .1. 1 I 1 I 1 1 1 ∎s-Needed Civil Engineering Services,City of San Bernardino Table of Contents I A. QUALIFICATIONS OF FIRM fTranstech/Mapco is a multi-disciplinary engineering consulting firm which provides professional and technical services in the engineering, planning and construction to governmental agencies, educational institutions and private sector. At the local level, Transtech/Mapco provides consulting engineering services to several 11 municipalities throughout Southern California. The municipal services provided by our firm include Building I 1 and Safety, Plan Check, Inspection, City Engineering, City Traffic Engineering, CIP Design, Project and Construction Management, Program Management, Utility Company Coordination and Management, CDBG, HUD and Federally/State Funded Project Management, Services. Services provided by Transtech/Mapco include: • Municipal Consulting, Contract City Engineer • Building and Safety • Program and Construction Management Cli • Federal Fund Management and Grant Writing • Civil Engineering • Surveying and Mapping il • Environmental and Urban Planning • Traffic and Transportation Planning and Engineering • Emergency and Disaster Response, Support and Recovery • Construction Claims Expert Witness • Land Development • CM at Risk Construction • Design-Built Construction Transtech/Mapco strongly promotes the ability to efficiently work with staff of various government agencies, including Caltrans. We have rightfully gained the reputation as "expediting" and "getting" projects done. Our staff works effectively with Caltrans, and the Counties of Orange, Los Angeles, Riverside, San Bernardino and San Diego, as well as numerous local jurisdictions on a wide variety of engineering and planning projects. j Transtech/Mapco is recognized as a foremost expert firm in local, regional, state and federal programs and procedures. Transtech/Mapco is recognized as one of the foremost expert firms in the State and Federal funding programs and procedures. We have managed numerous projects under HUD/CDBG, FTA, DOT, FHWA Federal requirements. On most of these projects, our services were provided from design, through construction, including enforcement and monitoring of Davis-Bacon Act Wages, Labor Compliance,and DBE/WBE. Transtech/Mapco is continually proud to be the lead, as well as team member, in the planning and development of large and complex multi-million dollar mega projects — most involving federal and/or state funds. Transtech/Mapco's Grant Writing I Funds Management services enable our municipal and agency clients of any size to find potential funding sources, and to prepare competitive applications. Additionally, after funds are awarded to a client, Transtech/Mapco can ensure compliance with state and federal funding requirements. Currently, the Grant Writing 'Funds Management Team actively maintains over 20 local jurisdictional clients in iLos Angeles County. Transtech/Mapco has facilitated funding applications which consistently ranked in the top 10 of the approved projects list. In the most recent MTA Call for Projects (2007), Transtech/Mapco obtained over $25 million approved budget for our client's projects, including the Cities of Alhambra, Baldwin Park, 1 Arcadia, Pomona, Lawndale, etc. Transtech/Mapco has also assisted several cities in obtaining more than $19 i million in federal appropriations and SAFETEA-LU earmarks. Our grant writing services are enhanced by integration with engineering services to facilitate an integrated project design. In the past few years, Transtech/Mapco has facilitated over $100 million in funds for our clients' public works projects and 1s-Needed Civil Engineering Services,City of San Bernardino 1.Qualifications of Firm, I ii transportation improvements. This expedites project start-up and completion, and ensures compliance with funding requirements. Transtech/Mapco has worked with over 200 clients and our distinguished team has a broad mix of multi- disciplinary expertise that includes Engineering, Design, and Planning. We are highly experienced in projects and programs involving Traffic, Transportation, and Land Use, and boast a proven track record in Project, Program, and Construction Management. ►. Our firm is involved in a number of federally funded projects and feature an accounting system audited and approved by the Federal Government and is found in compliance with; Generally Accepted Accounting Principles (GAAP), all applicable provisions of federal, state, and local laws, statues, ordinances, rules, regulations, and procedural requirements including Federal Acquisition Regulations(FAR). Key staff members have served public agencies in various capacities including: City Engineer, City Traffic Engineer, Building Official, Construction Manager, Project Manager, and Senior Construction Inspector. Transtech/Mapco is accustomed to working with governmental agencies in every facet of planning, building, and public works. Our staff has an unparalleled understanding of public agency issues,procedures, and policies. Transtech/Mapco also serves as turn-key program manager/contractor on large and complex engineering projects by providing a full service capability of comprehensive services to its clients from initial planning and design, systems engineering and technical assistance, permitting, program and construction management, general contractor, and operations and maintenance services. Transtech/Mapco has a proven track record in providing high quality engineering services which result in minimal problems during implementation of projects. Our extensive experience coupled with our in-house QA/QC program prevents design errors and change orders. Our approach is to provide proactive management to control every aspect of a project in detail to identify potential issues and problems in advance and take corrective actions before they become problems. This requires extensive hands-on knowledge, experience and management skills of the people involved in managing and inspecting the project. Our team members have II extensive experience and proven track record in managing complex projects and bringing them to a completion on time and budget. Transtech/Mapco has extensive experience in providing similar on-call engineering services to public agencies, and performing civil engineering services on an"on call or as-needed"basis for various projects assigned by the City. I 1 I I %s-Needed Civil Engineering Services,City of San Bernardino A.Qualifications of Firm,2 1 B. QUALIFICATIONS OF L- k PROJECT STAFF Transtech/Mapco's project team structure/management approach includes a clear identification and distribution 1 of responsibilities to achieve a quality product in a cost and time efficient manner. There is 15 full time staff members located at our San Bernardino office. If necessary, support staffing can be assigned to assist project needs from our other Southern California offices. This additional support staff augmentation will L i ensure adequate staffing for completion of assigned tasks. Transtech/Mapco's project management structure includes the following key positions: l l: • Project Principal: A senior engineer or principal of company who has the ultimate responsibility, and the authority to make not only project related, but also financial and contractual decisions on behalf of the company. This person also periodically contacts the County's Project Manager to discuss the L performance of the staff and the progress of the project. All meeting minutes prepared by the Transtech/Mapco's Project Manager are reviewed by the Project Principal. Also, Project Principal conducts 0 weekly meetings with the Project Manager to review and discuss the project progress and issues. This approach maintains a well informed Project Principal, who is available to the Client, and can take over the project when necessary without going through extensive learning period. • Project Manager: The Project Manager is the contact person with the Client, and is responsible for the scheduling, staffing, coordination and cost control required on a project. Project Manager conducts project team meetings to discuss the schedule, work accomplished, work in progress, upcoming assignments, and identification/resolution of conflicts. We have found that these meetings are very valuable primarily because the people involved in the day to day operations of the project are at the meeting to discuss their issues and accomplishments. • Project Engineer: Depending upon the type of the project, a Project Engineer may be assigned to a specific component of the project. For example, if there is extensive traffic signal design work involved in 1 the project,a Project Traffic Engineer may be assigned to prepare traffic signal plans. • QC/QA Engineer: QC/QA is an important process in Transtech/Mapco's project management. This process provides an objective review of the work done with a different set of eyes. This check is provided by senior engineers with experience in the specific field. Transtech/Mapco has a written in-house quality control process, which is followed by our staff,and checked by a senior company principal. • Support Staff: Support staff consists of engineers, inspectors, field personnel, technicians and clerical staff performing various tasks as necessary and as assigned by the Project Manager/Engineer. 1 • Subconsultants: Subconsultants are supervised by the Project Manager/Engineer. Subconsultants are required to attend Transtech/Mapco's periodic team meetings if there are issues to be discussed relevant to their scope. i I i 1 As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,3 LI Organization Chart: i CITY OF 11 SAN BERNARDINO ( David Mlynarski Contract Principal Li Dave Ragland,PE,LS,Project Manager Mike Ackerman,PE,Project Engineer ri Mike Anderson,LS,Surveying and Design Support- Sabry Abdelmalik,PE,Design Engineer Yunus Rahi,PE,TE,PTOE,Project Traffic Engineer Robert Quintero,Contract Administration and Utility Coordination Hal Suetsugu,Grants Admin,Federal Compliance,Fund Management Craig Melicher,PE,Ibrahim Bakirci,PE,All Cayir,PE QC/QA and Project Support 1 r SUBCONSULTANTS Soils and Pavement Testing:Ninyo and Moore I Landscape Architect:Paul Nota(Lost West Landscape Design) I I Note: Our staff has overall experience and expertise to complete services for any tasks assigned and contained in the RFP scope of work. There may be occasions or projects whereby our current staffing cannot address the needs of the project due to prior commitments and/or desired timeframes for compliance of specific project needs. Should our executive team feel that requested services and needs of the city be compromised in any manner we would disclose this immediately to the appropriate city staff and offer our assistance in directing these assignments/projects to an appropriate consultant or specialty facilitator. It is our desire to provide the best professional service and/or advice and recognizing the needs of the city ahead of our own, which emulates Ione of our basic business principles and ethics. The 1 exception to our service capabilities is the preparation of environmental studies, jurisdictional determinations, environmental assessments, biological surveys and endangered species / habitat evaluations. These types of services are highly specialized and should be contracted separate from the other services noted in this RFP's scope. 1 As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,4 1 '. I DAVID MLYNARSKI Principal-in-Charge r Education: Urban Planning with emphasis in the area of environmental studies. Relevant Experience: .r • Past 25 years of his work has been primarily for projects in San Bernardino. • Well versed in City of San Bernardino standards and requirements. • Extensive experience in all aspects of Land Development Projects. ` • Worked as urban planner for cities in both San Bernardino and Los Angeles Counties. • Worked as Vice President / Director of Planning for two Orange County based residential development companies. Mr. Mlynarski has approximately 30 years of experience, of which 25 years involves local projects in the City of San Bernardino. Mr. Mlynarski has also served as an urban planner for cities in both San Bernardino and Los Angeles Counties, 1 administering the activities involved with current planning issues, specific/general plan development and governmental representation to various boards and commissions. His experience includes directing urban planning, land acquisitions,project management and governmental liaison in both the public and private sectors His prior experience includes serving as Vice President / Director of Planning for two Orange County based residential development companies. His responsibilities during this five-year period entailed a range of activities from feasibility analysis and entitlement to various construction oriented duties. Mr. Mlynarski has managed numerous multi-disciplinary teams dealing with the planning, engineering, entitlement, environmental permitting, development and construction of urban and rural development, and public works projects, preparation of due diligence and project feasibility analysis, through conceptual planning and design to entitlement and construction. His client consultation includes representation with City and resource agency personnel, including planning directors, city engineers, council members as well as II representation at public hearings. He served as Project Principal for the design, construction and management of a variety of projects, including: • Major infrastructure projects for public agencies(Freeway Interchanges,Roadways, Water, Storm Drain and Sewer Facilities and Master Plans). • Commercial and Retail Development. • Residential Development and Master Planned Communities. Due to the active involvement of these development companies throughout the San Bernardino, Riverside and High Desert regions of Southern California, Mr. Mlynarski has developed an active network of professional contacts and associates from both the public and private sectors. Professional& Community Memberships: • American Planning Association • Urban Land Institute • National Association of Home Builders • Building Industry Association • Member, County of San Bernardino Solid Waste Advisory Task Force, 3`d Supervisory District 3 • Chairman,City of San Bernardino Board of Franchises, 7th Ward Representative • Commissioner, City of San Bernardino Board of Building Commissioners,Mayor's Office • Technical Advisor/Member, Land Development Committee, Catholic Diocese of San Bernardino 1 • State of California Water Resources Institute Alluvial Fan Task Force Member As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,5 DAVID RAGLAND, PE,LS Project Manager Education: Humboldt State University, CA, Bachelor of Science i Chico State University, CA, Graduate Studies in Structural Engineering California Council of Civil Engineers and Land Surveyors Registration: Registered Civil Engineer State of California; Oregon; Utah; Arizona State of California Licensed Land Surveyor t/ Mr. Ragland is a civil engineer with approximately 25 years of diverse experience in a wide variety of projects j in civil engineering. He has managed numerous multi-disciplinary teams dealing with the planning, j engineering, entitlement, environmental permitting, development and construction of urban and rural development, and public works projects. His experience also includes special emphasis on complex grading and I hillside developments (has worked on the civil engineering and development of more than 40,000 acres of hillside properties), preparation of due diligence and project feasibility analysis, through conceptual planning and design to entitlement and construction. Mr. Ragland's client consultation includes representation with City il and resource agency personnel, including planning directors, city engineers, council members as well as representation at public hearings. He served as Principal Project Manager for the design, construction and management of a variety of projects, including: • Major infrastructure projects for public agencies (Freeway Interchanges, Roadways, Water, Storm Drain and Sewer Facilities and Master Plans). il • Commercial and Retail Development. • Residential Development and Master Planned Communities. The following is a partial list of various projects that Mr. Ragland managed: • Arrowhead Springs Specific Plan and Development: Development of 1,916-acre site at the foothills of San Bernardino Mountains, and includes 1,350 residential units, 1,000,000 square feet of commercial and office space, 199-acre/18-hole public golf course, renovation and reuse of the historic Arrowhead Springs Hotel with a new 115 room annex,new 300-room hotel, a conference center, 14-acre corporate office area, IIand reuse and expansion of the historic Arrowhead Springs spa/resort • University Development: Development of a 135 acre site in association with the City of San Bernardino, Watson Development and Cal-State SB. Transtech/Mapco completed the project under a design-built contract in partnership with City, Private Institutions and Cal State SB, and provided turn-key services from initial planning to design and through construction, for the development of 200 residential, mixed use, live-work,retail, office and educational and training facilities and offices for Cal State SB University. • San Elijo Hills Development: Development of 2000 acre master planned community including golf course and hotel. Project included preparation of Specific Plan, TM, and Final Map, construction plans for all necessary infrastructure,environmental permits and Communities Facilities District. • Parkway Business Centre: Design and construction of the 460 Acre industrial park including South 1 Poway Parkway for ADI Properties, Inc. Also served as Assessment Engineer for Communities Facilities District. • Campus Parkway Roadway: Design of a new roadway for a length of approximately 2 miles, and 3 included street, medians, landscape, lighting, traffic signals, water, sewer, storm drain and various other utilities. • Cal State University Main Access Road: Design of a new roadway for a length of approximately 1.5 i miles, and include street, medians, landscape, lighting, traffic signals, water, sewer, storm drain and various I other utilities. • Cannon Roadway and Sewer: Design of approximately 2 miles of roadway and 36 inch sewer pipe and pump station. This project required careful consideration to pipe buckling due to the extreme soils conditions of the Agua Hedionda Lagoon. Special bedding techniques were used along with special coupling of the pipes to allow for potential deflection as the bridge abutment and road fill settled. • Lopez Canyon Roadway and Sewer: Design and construction of over 5 miles of roadway sewer ranging up to 36 inches in diameter. 1s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,6 1 • Sorrento Valley Boulevard: Design and construction of 4 miles of roadway. • Rancho Santa Fe and Questhaven Roads: Design of 2 miles of roadway. 1 fI I li I 1 1 I 4 I I i i I i 1 1 { i %s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,7 MICHAEL ACKERMAN,PE Project Engineer/Manager Education: Bachelor of Science in Engineering, University of Iowa r Registration: Registered Civil Engineer, State of California Mr. Ackerman has approximately 10 years of experience working as a civil engineer in public and private sector. ■ His public sector experience includes working for the City of San Bernardino and Caltrans. At Caltrans, he worked in various divisions, including Construction Division, where he served as Resident Engineer on a number of construction projects, and supervised and coordinated inspectors, prepared contract administration documents, contract change orders, letters to contractors, and letters to district office personnel. i 11 Mr. Ackerman has participated on numerous multi-disciplinary teams dealing with the design and construction of civil and transportation engineering, urban and rural development, and public works projects. He has a broad 1 knowledge of municipal government operations, including preparation and presentation of staff 1 reports/resolutions to city councils, committees and interaction with public, various city departments, city council and other governmental agencies. [4,1 Caltrans: At Caltrans, Mr. Ackerman was a civil transportation engineer where he performed construction, operations, and design engineering. ri • Construction Division: In the Construction Division, Mr. Ackerman was Resident Engineer (Project Manager) for various projects including 483754-Watson Wash Bridge Replacement Right (Rte 40), 0A6004-Replace Drains and Earthwork (Rte 40), and Fenner Overhead Bridge Replacement (Replacement of two bridges over BNSF Railroad, Rte 40). These projects totaled over 11 million dollars in construction costs. During this time, Mr. Ackerman supervised and coordinated construction inspectors, met with project managers, superintendents, formen, inspectors, and engineers to coordinate project progress and budget analyses. He also wrote numerous contract administration documents including contract change orders, letters to contractors, and letters to district office personnel. II • Operations Division: In the Operations Division, Mr. Ackerman performed studies and analyses to interpret and mitigate above average accident volume areas on highways and freeways. Also, he performed stop sign and traffic signal warrant studies. j • Design Division: In the Design Division, Mr. Ackerman designed plans, specifications, and estimates for the rehabilitation of Route 10 freeway from the Riverside/San Bernardino County line to Beaumont. City of San Bernardino: At the City of San Bernardino, Mr. Ackerman held the position of Associate Engineer under the City Engineer of the Division of Public Works in the Department of Development Services. There he was involved in a number of projects, including Development Review and Plan Check, design and review of Street Improvement Plans, Rough and Precise Grading Plans, Sewer Plans, Storm Drain Plans, Street Lighting Plans, Storm Water Pollution Prevention Plans, Water Quality Management Plans, Geotechnical Reports, and Hydrology/Hydraulic Studies, land development, industrial, commercial, residential, and Al transportation development projects including Tract and Parcel Maps. He also directed and performed plan check of improvement plans submitted by developers to the City. I Also, he represented the City of San Bernardino at the South Tehachapi Management Team meetings, coordinated with San Bernardino County Flood Control and FEMA for the certification of City levees and updating of the Flood Insurance Rate Maps (FIRM), and oversaw permitting and tracking of Land Development Projects through the Division of Public Works/Engineering. In addition to this, Mr. Ackerman has worked intimately with Planning and Building and Safety Divisions on Land Development Projects. 1 1 As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,8 1 MICHAEL ANDERSON, PLS Project Engineer/Manager Education: Engineering, Riverside City College, Cal Poly Pomona, UCR Extension Center Registration: Registered Land Surveyor, State of California Mr. Anderson has approximately 23 years of experience in land surveying, civil engineering and land development. He has worked on projects for private developers, universities and government agencies. He has managed numerous multi-disciplinary teams dealing with the planning, engineering, entitlement, environmental :3 permitting, development and construction of urban and rural development, and public works projects. His experience also includes special emphasis on complex grading and hillside developments. He also provides public works plan checking for various cities in which Transtech/Mapco is the consulting city engineer and I surveyor. r Mr. Anderson has been involved in all aspects of land development, from surveying, engineering to project management. He served as the project manager on various projects. Some of the types of projects that he has been involved in include: A.L.T.A Surveys, FEMA Elevation Certificates, commercial developments and residential subdivisions. SELECTED PROJECT EXPERIENCE: • City of Alhambra-On-call Plan and Map Check Services: Mr. Anderson is the Senior Plan Checker for City Alhambra. • City of San Bernardino: Mr. Anderson is the Senior Plan Checker for City Alhambra. • San Bernardino Soccer Complex, Empire AG, LLC: Mr. Anderson was involved in the early development of the 17 field soccer complex in San Bernardino. He was also primarily responsible for the planning layout and engineering design. • Lancaster Senior Center, Northwoods Construction: In addition to being the project manager on this project, Mr. Anderson was responsible for most of the engineering design. • Arrowhead Springs Specific Plan and Development: Served as Project Engineer for the development of 1,916-acre site at the foothills of San Bernardino Mountains, and includes 1,350 residential units, 1,000,000 square feet of commercial and office space, 199-acre/18-hole public golf course, renovation and reuse of the ,, historic Arrowhead Springs Hotel with a new 115 room annex, new 300-room hotel, a conference center, 14-acre corporate office area, and reuse and expansion of the historic Arrowhead Springs spa/resort • University Development: Served as Project Engineer for the development of a 135 acre site in association with the City of San Bernardino, Watson Development and Cal-State SB. Transtech/Mapco completed the project under a design-built contract in partnership with City, Private Institutions and CalState SB, and provided turn-key services from initial planning to design and through construction, for the development of 200 residential, mixed use, live-work, retail, office and educational and training facilities and offices for Cal State SB University. • Nuevo Gardens, Summerland Partners, Inc.: In addition to project management of this project, Mr. Anderson was also involved in the conceptual grading and final grading of this 92 unit apartment project, located in the City of Perris. • Tract No. 16795, GFR Homes: In addition to being the project manager on this project, Mr. Anderson was responsible for preparing the tentative tract map and most of the final engineering design. He also coordinated all of the construction staking for this project. • Tract No. 15940& 16457,John Laing Homes: In addition to being the project manager on these projects, Mr. Anderson was responsible for preparing the tentative tract maps and most of the final engineering design. • Tract No. 15759, KB Homes: In addition to being the project manager on this project, Mr. Anderson was 1 responsible for preparing the tentative tract map and most of the final engineering design. 1 • Crockett Graphics, Crocket Graphics and Oltmans Construction: Mr. Anderson was responsible for the on-site design and parcel map of two industrial buildings located on six acres in the City of San Bernardino. f As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,9 i _ • Wal-Mart Commercial Center in the City of San Bernardino: Mr. Anderson was responsible for the final engineering of the Wal-Mart Commercial Center located in the City of San Bernardino. This project had to be coordinated between the City of San Bernardino, Caltrans, the architect and Wal-Mart. • Wal-Mart Commercial Center in the City of Rialto: Mr. Anderson was responsible for the final engineering of the Wal-Mart Commercial Center located in the City of Rialto. fl I 1 ■ f ■ il 1 I I I i 1 I i t i 1 1 1s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 10 SABRY ABDELMALIK, PE Senior Design Engineer Education: Bachelor of Science in Civil Engineering Registration: State of California Registered Civil Engineer i Experience:Over 35 years of experience in civil engineering and public works projects Mr. Abdelmrtmd A teams dealing walik ith has the more planning than and 35 years development of of experience civil and engineeringhas pa, urban icipated and on rural nu developmenterous multi-, and isciplinary public works projects. Most recently, Mr. Abdelmalik completed a $5m roadway project for the perimeter access to Cal State University, San Bernardino Campus. He has designed numerous street and highway, grading, storm drain, hydrology, water, and sewer improvement projects. His involvement varied from a staff design engineer to supervising project design engineer responsible for the entire project design and coordination. These projects also included coordination and review of the traffic improvement design, such as traffic signal, street lighting, channelization and traffic control/detour, as part of the contract plans. Since joining Transtech/Mapco, Mr. Abdelmalik has been involved as Project Design Engineer in the design of following projects: • Alameda Corridor Agency East (ACE) Rail Grade Crossing Improvement Project encompassing 6 agencies and 14 locations in Los Angeles County. Work involved roadway realignment and reconstruction, signalization, traffic control, and construction phasing as well as related improvements such as storm drain, water, sewer landscaping,underground utilities, etc. Construction cost$5,000,000. • City of Alhambra 2000/01 annual street rehabilitation project. The project involved roadway rehabilitation and reconstruction, storm drain, water and sewer design on various streets. Construction cost$1,000,000. • City of Commerce Tubeway and Yates Street reconstruction project. The project involved roadway rehabilitation and reconstruction. Construction cost$300,000. • County of Los Angeles/City of Alhambra Valley Boulevard Widening Project. The project involved street widening,reconstruction, storm drain system traffic signals, fiberoptic interconnect system, sewer, landscaping improvements. Construction cost$5,000,000. I • City of Temple City Gracewood Sewer project. Construction cost$100,000. • Caltrans/City of Alhambra 710 Interim local streets improvement project. The project involved roadway rehabilitation and reconstruction, storm drain, traffic signals and water line. Construction cost $2,000,000. Mr.Abdelmalik's prior employment experience includes: • Walden and Associates, Irvine: Senior Project Engineer responsible for street, sewer, storm drain, water and site improvements and land development projects. Utilized AutoCAD 14 and PGP programs in the design • Rox Consulting Group, Tustin: Senior Project Engineer responsible for street, water, sewer and storm drain improvement design. Utilized AutoCAD and Softdesk programs in the design. • K W Lawler Associates, Tustin: Project Engineer responsible for street, water, sewer and storm drain improvement design. Utilized AutoCAD and Softdesk programs in the design. • United Engineering Technology, Torrance: Project Engineer responsible for street, water, sewer t and storm drain improvement projects. J 4 i y 1s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, I I i ! M. YUNUS RAHI, PhD,PE,TE, PTOE Traffic Engineer i Education: Doctor of Philosophy, Civil Engineering(Transportation), Washington State University Master of Science, Civil Engineering(Transportation), Washington State University 1 Bachelor of Science,Civil Engineering Registration: State of California Registered Civil Engineer; Traffic Engineer I Certified by Institute of Transportation Engineer as a Professional Traffic Operations Eng j Approximately 25 years of professional experience in the areas of traffic engineering, transportation planning and engineering, civil engineering, highway design and planning, traffic impact studies, traffic signal design, r municipal engineering, consultant City traffic engineer services. i PROFESSIONAL EXPERIENCE Traffic Design Inc./Associated Traffic Consultants: Provided Consultant Traffic Engineer services to the Cities of Monrovia and Temple City. Prepared traffic impact studies for EIRs for several regional shopping centers, commercial and office developments, mixed-use developments and traffic operational alternatives. Specialized in parking studies, geometric design, accident studies, traffic signal design, optimum ri progressive signal timing plans, transportation system and demand management, traffic impact mitigation and street improvement plans. Parsons Transportation Group: Prepared traffic impact studies for EIRs for several regional shopping centers, school, commercial and office developments, including: Los Angeles International Airport Master Plan, Los Angeles Unified School District projects, Santa Ana Unified School District projects, City of Vernon Power Generating Station, Mare Island Marine Facilities Reuse Plan, and Say-on Shopping Center Projects. Provided traffic engineering design review for Abu Dhabi International Airport Expansion(UAE), Guangzhou International Airport Expansion (China), and Kaohshiung (Taiwan) President's Mall project. Prepared parking demand and improvement studies for Studio City Business District, World Trade Center at Long Beach and Los Angeles Times Irwindale Facility project. Washington State University: As an Assistant Professor, taught undergraduate and graduate-level courses in transportation engineering, construction management and civil engineering systems. Engaged in research on inexpensive travel demand models, level of service of ferry systems, morphological analysis of the city, origin-destination trip estimation, vehicle-change intervals, computer-integrated highway construction- ' automation and transportation gaps. As a Post-doctoral Research Associates, worked on research projects sponsored by Washington State Department of Transportation, prepared reports on inexpensive travel demand models, and concrete barrier end treatments for low speed highways. As a Graduate Research Assistant/Teaching Assistant, taught traffic and transportation engineering courses to undergraduate students, worked on light rail transit feasibility study and impacts of expanded college programs on state highways. i MAJOR PROJECTS 1 Alameda Corridor East — Pomona Avenue Train Diversion Plans: Prepared traffic signal modification and restriping plans for several locations for the removal of railroad tracks within the City of Pomona. Prepared traffic management plan, and construction area traffic control and detour plans. Holt Avenue Traffic Signal Interconnect Plan, City of Pomona, California: Designed and prepared bplans for interconnect system involving 15 signalized intersections, developed optimum timing plans using PASSER II-90, prepared construction specifications World Trade Center Long Beach Parking Demand and Improvement Study: Conducted a parking occupancy and inventory study, evaluated handicap parking requirement, provided alternative parking restriping plans for improving parking conditions. Los Angeles International Airport Master Plan Traffic Study: Led the traffic engineering impact study and mitigation plan preparation team, evaluated alternative expansion plan scenarios, identified traffic ks-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 12 1 ri impacts on regional intersections and roadways, and developed proposed mitigation plans for mitigating i impacts. Monrovia General Plan Update, City of Monrovia, California: Prepared circulation element, goals and objectives, evaluation of existing conditions, environmental impact of alternative zoning and housing scenarios, development of mitigation plans. r ;a I I i a 1 I M 1 I i 4 1 J 1 i 1s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 13 i i HAL SUETSUGU Project Manager/Federally Funded Project Oversight r Education: Master of Arts in Urban Planning, UC Los Angeles Mr. Suetsugu has approximately 20 years of professional experience, including serving as City Transportation Department Manager at South Pasadena, and as Transportation Manager and Funding Program Coordinator at ri] MTA, as well as various consulting firms in the field of transportation and planning. Experience includes grants management; transportation planning; urban transportation; federal, state and regional agency liaison; supporting local agencies on transportation and city planning, grants management and administration activities; I' developing and maintaining interagency coordination; and supervising technical and administrative staff. Employment Highlights • Transtech/Mapco Engineers, Inc., Special Consultant for Federal and State Funded Project Oversight of � various projects. • City of South Pasadena, Administered and managed all federally and state funded transportation projects and air quality grants as well as the MTA's Local Return,TDA3 and NTD funding. Li • Consilium Associates, Responsible for managing and coordinating various transportation projects and contracts throughout Southern California. • Los Angeles County Metropolitan Transportation Authority • Responsible for overall financial administration and strategic planning of the Regional Surface Transportation Program and the State Transportation Improvement Program. • Served as liaison between MTA and the state(California Transportation Commission and Caltrans) on state and federal funding issues; • Represented MTA on all local, state and federal funding policies and issues. • Provided technical and policy support to local agencies and MTA staff on local programming of I transportation funds as well as funding agreement negotiations between state and MTA; • Supervised the development of funds tracking system for federally funded Surface Transportation Programs(STP-L). I • Advisor to the League of California Cities Transportation Committee. Al • Lead project manager for the annual CA Transportation Commission Los Angeles public meetings. • Served as liaison between the MTA Board directors and Corridor Cities agencies, California Transportation Commission, SCAG, Caltrans, local City Councils and local agencies staff. • Represented MTA and the Board director's interests at Council of Governments, League of Cities, City Council, executive committee and local agency meetings. • Coordinated and represented the Board director on internal/external committees and provided presentations before technical advisory committees, local elected officials, community organizations, and various transportation committees. Supervised the development of Board policy guidelines and a strategies. 1 • Managed consultant contracts i g for the planning and design phase of the Santa Monica Boulevard Transit Parkway. • Managed and coordinated with local agency staff for the design and construction of the Exposition ■2 Boulevard Bikeways and Greenways. • Supervised staff on the management & budget of locally funded programs for local cities, developed 1 annual capital/operating budgets and departmental work plan; and provided the budget committee with s budget and funding recommendations. A i 9 1s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 14 Li ROBERT QUINTERO Contract Administration and Utility Coordination Education: Master of Business Administration Degree, University of Redlands. Bachelor of Science-Urban and Regional Planning, Cal Poly, Pomona. Mr. Quintero has approximately 20 years of experience in urban planning, management of municipal public works projects and operations, CIP (Capital Improvement Program), city administration, public and 1 governmental affairs, and coordination with City Council and various city commissions. As Vice President at A Transtech/Mapco, Mr. Quintero is responsible for contract and project management, staff/ resource management, and corporate operations. PRIOR EXPERIENCE City Of Commerce: Mr. Quintero started his professional career with the City of Commerce. While with the City, Mr. Quintero acquired an extensive management portfolio of economically, environmentally and technologically sound projects, and served the City as Director of Public Services/ Public Works, and Assistant to the City Administrator before leaving the City for a position at SCE. At the City, Mr. Quintero managed a department, consultants and capital improvement projects with a budget of$50 million. Some of the significant projects completed under Mr. Quintero's management include: • Grade separation of one of the City's busiest intersections(Eastern/Atlantic/Telegraph/Ferguson), 25m. • BNSF Grade Separation at Telegraph and Garfield, $18m. • Atlantic Bl at 710 Freeway reconstructions, $2m. • Annual city-wide overlay projects, $2m. • City-wide Traffic signal Interconnect System and LED upgrade project,$0.5m. • Rosewood Community Center Development, $20m. • Senior Center Development, $15m. Robert was also responsible for representing the City of Commerce at the State Capitol in Sacramento as an advocate on legislative matters concerning land use, transportation, and public works, are just a few of the Imyriad ways in which Mr. Quintero's leadership benefited the City of Commerce. Robert has a broad knowledge of municipal government operations, including preparation and presentation of staff reports/resolutions to city councils, committees and interaction with public, various city departments, city council and other governmental agencies. Southern California Edison (SCE): After several years with the City of Commerce, in 2002, Mr. Quintero joined Southern California Edison (SCE), as Region Manager of Public Affairs. At SCE, Mr. Quintero served as the company's representative to the Port of Long Beach and the cities of Avalon, Signal Hill and Long Beach, the fifth largest city in California and home to one of the largest commercial ports in the world. He managed the development of the company's position on federal, out-of-state and local legislative matters. He represented SCE before legislators, and industry organizations with regard to legislative and public affairs policy. He assists with the advocacy of the Company's position to provide advance notice of potentially significant legislative 1' actions that may impact the company and took the necessary actions to protect the company's interests. He also organizes and coordinated with internal staff and resources, as well as took the lead in designing and implementing strategies to resolve issues affecting the company and its customers. As a SCE Region Manager, Mr. Quintero set standards of excellence with which the SCE name is proudly synonymous through his active j support of and participation in programs that improve the lives of citizens in the community that SCE services. At SCE, Mr. Quintero successfully completed Leadership @ EIX Program. The Leadership @ EIX Program features a structural career development process for high performing employees who exhibit the corporate I leadership competencies and may, with development,advance to a manager and senior leadership position. Associations and Community Service: Founding Vice-President and currently serves as Senior Vice President to Embracing Latina Leadership Alliances(ELLAS)and to the Corporate Hispanic Council Leadership Institute i ,1s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 15 r (CHCLD. His memberships include the American Planning Association (APA), the American Public Works Association(APWA)and the American Water Works Association(AWWA). i is LI I I I I I 1 1s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 16 l ilCRAIG MELICHER, PE QC/QA and Project Support Education: Bachelor of Science in Civil Engineering California State Polytechnic University(Cal Poly), UCLA-Certificate in Construction Management including Legal Aspects of Construction Management and Construction Project Management Software using Primavera P3 and Primavera SureTrak I Registration: State of California Registered Civil Engineer Certified by ICC as plans examiner (building, electrical, mechanical, plumbing) and as inspector(commercial building,electrical, mechanical, and plumbing). r Mr. Melicher has approximately 20 years of experience in construction field. Significant projects where Mr. Melicher served as Construction manager, includes: Li • Construction Manager for City of Commerce, Rosewood Community Center. Transtech/Mapco was retained by the City to take over the management of this multi-million dollar facility which was 2 years behind schedule. Within 5 months, Transtech/Mapco brought the construction to substantial completion level allowing the City start the move-in process, and 2 months after, the facility was opened to public use. l Transtech/Mapco also assisted the City in claims analysis and change order resolution. • Construction Project Manager for Principal Project Manager for City of San Bernardino, Santa Fe Historic Train Depot Renovation. The project was funded by federal funds, and requires compliance with the Caltrans Local Assistance Procedures Manual. Transtech/Mapco provided construction management services, including inspection,resident engineer, federal compliance, labor compliance. (Cost$15m). • Construction Manager for Corona Metrolink 1,200 space parking structure. The project involves a 6 level, 1,200 space parking structure, and a pedestrian bridge over rail road tracks. The project is funded by federal funds, and requires compliance with the Caltrans Local Assistance Procedures Manual. Services include CM,resident engineer, federal compliance, labor compliance. (Cost$20m). • Construction Manager for City of Alhambra,Garfield Renaissance Center. Transtech/Mapco served as turn- key project manager, including management of design consultant and specialty inspection consultants, construction management, building plan check and inspection, federal fund management, labor compliance. 1 The project involved 11 separate contracts to construct a 800 car 5 level parking structure, 150 car surface is parking lot, a public plaza with fountain and unique art features, multi-plex theater, restaurant and retail buildings, and street improvements consisting of roadway widening, storm drain, sewer, water main, utilities. • Construction Manager for City of Alhambra Chapel, First St and Garfield Parking Structures: Transtech/Mapco served as turn-key project manager, including management of design consultant, construction management, building plan check and inspection, federal fund management, labor compliance for 3 public parking structure projects. Chapel: 4 story, 300 space structure; First Street: 4 story, 276 space structure; Garfield: 5 story, 800 space structure I Mr. Melicher has a broad knowledge of municipal government operations, including preparation and J presentation of staff reports/resolutions to city councils, committees and interaction with public, various city departments, city council and other governmental agencies. Mr. Melicher also provides training, and establishes procedures for project, construction and program management to local governmental agencies. Most recently, he lead a team of experts in the preparation of a very extensive Project, Program and Construction Management Procedures Manual for the County of San Bernardino's Architecture & Engineering Department to assist the department in developing and implementing efficient and state of the art project management practices and procedures to better serve the operational needs of the department, as well as ensuring the delivery of good customer service to its clients. In addition to being an expert in building code and construction, Mr. Melicher also provide his expertise in the construction field serving as expert witnesses for construction claims and defects. ,1s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 17 I liMr. Melicher also served as building official to various cities in Southern California. He has extensive experience in construction, Building Codes. I 1 i II i4 1 1 I ill al A I I 4 J I i I i 1 1s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 18 Ii IBRAHIM BAKIRCI, PE QC/QA and Project Support Education: Bachelor of Science in Civil Engineering MS Degree in Civil Eng,Construction Management,USC,California 1 Registration: State of California PE Mr. Bakirci is a civil engineer with a master's degree in Construction Management from the University of (` Southern California. He has a strong knowledge of Caltrans Local Assistance Procedures Manual, Standard lJi Specifications for Public Works (Green Book), and traffic control, safety and OSHA compliance requirements. His field experience spans approximately five years of inspecting and overseeing a variety of public works rr projects, with emphasis in pavement and soils. He has a strong knowledge of Caltrans Local Assistance I;" Procedures Manual, Standard Specifications for Public Works (Green Book), and traffic control, safety and OSHA compliance requirements. Ibrahim's construction experience in general public works and engineering includes the following areas: • Roadway, Sidewalk, Curb and Gutter Improvements: General roadway construction over highly expansive subgrade, including subgrade grading and compaction, installation of base material grading and compaction, grade checking, installation of base asphaltic concrete and finish asphalt surface cap with conventional asphalt and ARHM mixes. • Underground Utility Installation: Individual and joint trench installation of electrical, telephone, cable, 1 gas, water and sewer mains and laterals plus storm drain facilities for public works projects and private developments. • Subdivision Development Inspection: Served as secondary inspector for Talega and Forster Ranch development. Work included inspection of trench excavation and its related safety requirements, traffic control, utility installation, erosion and water quality inspection, adherence to backfill and street repair requirements, storm drain (all facilities), water and sewer system acceptance inspections. Installations included conformance with approved plans, City, County, State and APWA standards. Regional water quality field inspections were also made for contractor compliance and BMP's (Best Management Practices). • Concrete Inspection: Cast in place and reinforced masonry retaining walls: Inspected numerous wall Ifootings, steel placement, formwork installation, CMU placement, wall grouting, waterproofing and subdrain installation and subsequent backfill of walls ranging from 3 to 25 feet high. Recent Project Experience: • Served as one of the Field Inspectors and as Assistant Resident Engineer for 1-710 Freeway Interim Improvements and Fremont Widening and Reconstruction, Transtech/Mapco provided Turn-key Services, including Program Management, Construction Management,Design, Surveying,Right-of-Way Engineering, and Environmental. The project included major roadway improvements, removal/demolition of various buildings for additional right-of-way and reconstruction of buildings behind new right-of-way, infrastructure, utilities, pavement, drainage, water, sewer, landscape, street lighting, traffic signal, improvements. Project was funded by Federal Funds, and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. (Cost$20m). • Served as assistant field inspector under Transtech/Mapco's PW inspection retainer contract with the City of 1 San Clemente (since 1999, Transtech/Mapco has been providing 2 full time contract PW inspectors to the 1 City).Served as Assistant Project Manager/Resident Engineer for Valley Boulevard Reconstruction and Median Improvements, Transtech/Mapco provided Construction Management services. The project included major roadway improvements, traffic signals, utilities, pavement, drainage, water, and sewer. Project was funded by Federal Funds, and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. (Cost$6m). • Served as Assistant Resident Engineer and On-site Construction Engineer for the City of Bell, Florence Avenue Reconstruction Project. Project was funded by Federal Funds, and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. (Cost$1.5m). • Served as Assistant Project Manager/Resident Engineer for Mission Boulevard Reconstruction and Median Improvements, Transtech/Mapco provided Construction Management services. The project included major As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff, 19 I ri roadway improvements, traffic signals, utilities, pavement, drainage, water, and sewer. Project was funded by Federal Funds, and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. (Cost$3m). I 11 I Li Li 1 I I I I I I 1 t i 1 I As-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,20 ' ALI CAYIR, PE QC/QA and Project Support Education: BS Engineering, MBA, Project/Construction Management, UC Irvine California Registration: State of California Registered Civil Engineer, Licensed General Contractor A and B II Mr. Cayir has approximately 27 years of experience in engineering and construction. He served as contract City Engineer/City Traffic Engineer for a number of municipalities in Southern California. He has a broad knowledge of municipal government operations, including preparation and presentation of staff i reports/resolutions to city councils, committees and interaction with public, various city departments, city council and other governmental agencies. Mr. Cayir also has extensive experience in the state and federal L' programs and procedures and in the management of federally and/or state funded projects in compliance with the Local Assistance Procedures Manual. Mr. Cayir prepared and implemented project and construction management procedures manuals for a number of governmental agencies in California. C He has participated on numerous multi-disciplinary teams dealing with the planning and development of civil and traffic engineering, urban and rural development, and public works projects. He also served as Principal Project Manager for the design, construction and management of a variety of projects,including: • Public Works and Infrastructure Improvements • Institutional Buildings • Commercial and Retail Buildings • Transportation and Parking Facilities • Residential Development • Industrial Production Facilities/Plants Some of the significant projects managed by Mr. Cayir include: • Project Principal for I-710 Freeway Interim Improvements and Fremont Widening and Reconstruction: Transtech/Mapco provided Turn-key Services, including Program Management, Construction Management, Design, Surveying, Right-of-Way Engineering, and Environmental. The project included major roadway improvements, removal/demolition of various buildings for additional right-of-way and reconstruction of buildings behind new right-of-way, traffic signals, infrastructure, utilities, pavement, drainage, water, sewer, Nlandscape, street lighting, traffic signal,pavement improvements. Project was funded by Federal Funds, and A was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. (Cost $20m). • Project Principal for University Park Development/San Bernardino: The project included 2 miles of new roadway, sewer, water, utility and extensive hill side grading for a master planned residential and commercial development on 130 acre site across from the San Bernardino State University. (Cost$20m). • Project Principal for City of Torrance, Crenshaw Reconstruction, Skypark Improvements, and 190th/Crenshaw Widening: Design, construction management services, including inspection, surveying, resident engineer, federal compliance, labor compliance. Project was funded by Federal Funds, and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. (Cost: $5 m). • Project Principal for Valley Boulevard Reconstruction and Median Improvements: Transtech/Mapco provided Construction Management services. The project included major roadway improvements, utilities, pavement, drainage, water, and sewer. Project was funded by Federal Funds, and was managed and inspected in compliance with Caltrans Local Assistance Procedures Manual. Coordinated with project participants, including MTA,Caltrans, County of Los Angeles, City of Alhambra. (Cost$6m). • Project Principal for the City of Alhambra revitalization program: Involved 11 projects, including Renaissance Plaza(multi-plex theater, public plaza with fountain and unique art features, restaurants, retail, 800 space parking structure), Fremont Plaza (modifications/reconstruction of existing buildings for lease by ToysRUs and Party City, construction of a new 30,000 SF store for PetSmart, and various other retail buildings) and Downtown Revitalization (modification/upgrade of existing buildings for Starbucks, 4 1s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,21 r I Restaurants and various retail businesses). (Cost: $80m). 1 • Project Principal for City of Alhambra Chapel, First St and Garfield Parking Structures: Transtech/Mapco served as turn-key project manager, including management of design consultant, construction management, 1 building plan check and inspection, federal fund management, labor compliance for 3 public parking structure projects. Chapel: 4 story, 300 space structure; First Street: 4 story, 276 space structure; ` Garfield: 5 story, 800 space structure.(Cost$15m) I l__. LI I I I IJ I I I at I 1 1 1 %s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,22 i Transtech/Mapco will use specialty subconsultants for the following services when needed: • Landscape Architect(Lost-West LS Architects, Subconsultant) • Soils and Pavement Testing: Ninyo and Moore i PAUL BIOTA Landscape Architect(Lost-West LS Architects, Subconsultant) Education: Bachelor of Science Degree in Landscape Architecture Registration: California Registered Landscape Architect Experience: Over 20 years of experience in landscape design and construction. Some of the recent projects completed by Mr. Nota include: r • ANGLE OF REPOSE STREET SCAPE in San Diego for Social Movements In Art (S.M.Art). Development of architectural program for pedestrian enhancement of neighborhood street. Services include complete site analysis, conceptual design, il public meetings, construction documents,and construction supervision. • 5TH STREET AND SAN JULIAN STREET TREE PLANTING in Los Angeles. Development of street tree planting program for the Skid Row area of downtown Los [I Angeles including construction documents, permit approvals, construction coordination and supervision. • UNIVERSITY PARK DEVELOPMENT LANDSCAPE IN San Bernardino. • VALLEY BOULEVARD MEDIAN LANDSCAPE AND IRRIGATION in Alhambra. • MISSION BL Project in Alhambra. • CAMPUS DR Project in San Bernardino. 1 About Ninyo and Moore Ninyo and Moore is one of the largest Geotechnical Consulting firms in California. Services provided by Ninyo and Moore include: I ENGINEERING GEOLOGY-Ninyo&Moore's experienced and `JCUSTRIAL HYGIENE Ninyo `Moore offers expert industrial licensed professional staff of geologists,engineering geologists and hygiene assessments which typically involve on-site evaluators led hydrogeologists can evaluate and address potential geologic and by a Certified Industrial Hygienist seismic hazards that affect your projects '1SPECTION&TESTING-Our Inspection and Testing Division EN l,i RONMENTAL-Clients turn to Ninyo&Moore for innovative provides full scope soils,materials testing and special inspection solutions to complex environmental challenges services utilizing our certified/accreditedc1icensed laboratory facilities EOPHYSICAL-Whether planning new construction or evaluating and personnel subsurface features costs and risks maybe reduced by using the :C C, A T I C N A L `�A ETr -Niryo&Moore provides safety Ninyo&Moore Geophysical Seances Team assessments which consist of on-site evaluators led by a Certified 2,EJTEC;HNICAL -As a dent of Niryo&Moore,you will receive Safety Professional the attention of professional geotechnical engineers and geologists, , familiar with today's regulations and technology I 1 %s-Needed Civil Engineering Services,City of San Bernardino B.Qualifications of Project Staff,23 i 1 C. APPROACH I - i ,. Transtech/Mapco understands the importance of providing services that can respond to the Client's needs based on work load and demand by adjusting level of staffing as necessary, and provide the services in an efficient and cost effective manner without sacrificing the quality and responsiveness. Responsiveness is an integral part of ri Transtech/Mapco's "customer friendly" service approach. While our service is always on an "as needed"basis, d our responsiveness is on "full-time" basis. Transtech/Mapco also understands the importance of being able to expedite certain projects when requested by the City; and, this of course, is included as a normal part of our service. Our approach is to provide as needed services with a full-time responsiveness approach. il Transtech/Mapco has a proven track record in providing high quality engineering services which result in minimal problems during implementation of projects. Our team members have extensive experience and proven rj track record in managing such complex projects and bringing them to a completion on time and budget i Transtech/Mapco has a structured approach to execute projects in an efficient manner and to provide the client the highest quality of product. Transtech/Mapco has established guidelines and policies, including written manuals on quality control, project management and design procedures for its staff. These guidelines ensure a consistent approach to the execution of assignments undertaken by Transtech/Mapco, and provide Project 1 Managers specific instructions on critical items to check/recheck and allows them efficiently finalize projects. The following are part of Transtech/Mapco's project controls systems which will minimize review of deliverables by the City staff: PROJECT MANAGEMENT Our approach is to provide proactive management to control every aspect of a project in detail to identify potential issues and problems in advance and take corrective actions before they become problems. This requires extensive hands-on knowledge, experience and management skills of the people involved in managing and inspecting the project. ; Our team members have extensive experience and proven track record in managing such complex projects and bringing them to a completion on time and budget. Our staff members have educational background and are licensed and certified as engineers and inspectors. They have been on both public and contractor sides of the process. They are seasoned industry veterans, and will manage your project in the most efficient manner. Key Transtech/Mapco project team members will attend periodic project progress meetings with City staff throughout the project duration. Transtech/Mapco will keep track of all directions given and commitments made. Our record keeping in this arena is unparalleled. Our systems are structured such that recall of critical information is available on a moment's notice. Transtech/Mapco will provide monthly project status reports which updates, at a minimum, the status on the schedule, budget, and pending issues requiring attention. Transtech/Mapco will ensure timely turn-a-round for submittal and/or substitution request approvals, and will maintain a log to track when submittals are received, approved, by whom, and when returned. Communications with all concerned parties will be made or directed in writing in a timely fashion. IOur record keeping and communication flow system is unsurpassed. Throughout the project, you will receive project updates from us by telephone and by written progress reports. You will be aware of what is going on at all times. As our staff serve as Consultant City Engineers for a number of Cities, we understand the importance of being aware of the progress and issues, so that if questions are asked by City Manager/Council Members/Public, you have the information promptly. As-Needed Civil Engineering Services,City of San Bernardino C.Approach,24 1 i r VALUE ENGINEERINI G Transtech/Mapco approaches value engineering as a continuous and evolving function throughout the entire preliminary and design phases of the project. Value engineering is treated as an integral part of developing (I design criteria and ultimate incorporation into the project plans, specifications and estimates. Integrating value engineering throughout the project significantly reduces the chance of a major design alternative being identified by a "value engineering team" after the project is designed, which would cause a tremendous redesign effort and considerable time delays. 1.41 QUALITY CONTROL AND QUALITY ASSURANCE (QC/QA) PROGRAM l' QC/QA is an important process in Transtech/Mapco's project management. Transtech/Mapco has an extensive in-house quality assurance and quality control (QC/QA) program to prevent design errors and construction change orders. This process provides an objective review of the work done with a different set l. of eyes. We will provide an extensive check of the plans prepared by the PS&E consultant before each milestone submittal. This check is provided by senior engineers with experience in the applicable field. 0 The quality control check sheets will show who checked/reviewed the plans or reports, signature and date of review. TRANSTECH/MAPCO'S TYPICAL WORK FLOW/PROCESS APPROACH A specific work plan for each project assignment will be developed showing schedules, milestone completions, submittals, products to be delivered, staffing and resource requirements, management, etc. The following is Transtech/Mapco's general approach and work flow plan for similar projects: 1. Receive request from Agency for a specific assignment: Upon request by the Agency for a specific project, Transtech/Mapco first will meet with the Agency staff to discuss the specific scope of work desired for the assignment. When necessary, Transtech/Mapco will conduct a visual survey of the project area to fine tune the final scope. Then,Transtech/Mapco will submit a project specific proposal Ito the Agency, including a detailed fee and service schedule. 2. Authorization from Agency: Upon approval of project specific proposal and authorization from the Agency,we will proceed with the project. 3. Project Execution and Management: The following is a general scope outline and task order that Transtech/Mapco follows in executing project assignments: Project Scoping Meeting and Progress Meetings • Transtech/Mapco will begin each project by meeting with the Agency staff to discuss the scope of 1 each element of the project and to coordinate all aspects of the project. Project progress meetings ' will be held periodically throughout the project duration. • If requested by the Agency, Transtech/Mapco will attend the pre-bid conference, and prepare I responses to questions during the advertising and bid phase, and prepare addenda as necessary for proper notification to all bidders. • If requested by the Agency, Transtech/Mapco will attend the preconstruction meeting with the awarded contractor. i • Transtech/Mapco will provide monthly project status reports to the Agency which updates, at a minimum, the status on the schedule,budget, and pending issues requiring the Agency's attention. • Transtech/Mapco will provide a timely turn-a-round for submittal and/or substitution request approvals and will maintain a log to track when submittals are received, approved, by whom, and when returned. • Communications with all concerned parties will be made or directed in writing in a timely fashion. 1,s-Needed Civil Engineering Services,City of San Bernardino C.Approach,25 Li r In addition, when required, Transtech/Mapco will execute the following tasks: • Mapping; Utility Coordination; Environmental Documentation; Regulatory Permit Services ii TYPICAL SCOPE OF WORK FOR A DESIGN PROJECT Project Scoping Meeting and Progress Meeting: Transtech/Mapco will begin each project by meeting with the Agency staff to discuss the scope of each element of the project and to coordinate all aspects of the t project. Project progress meetings will be held periodically throughout the project duration. Research: Transtech/Mapco will collect record data from Agency and other Agencies as necessary. ( Visual Survey: A visual field inspection and review of each project site will be conducted by the project staff, and pictures will be taken. Operations and Facilities Inspection: Transtech/Mapco's will field inspect operations in the project area to develop an efficient control approach that will be used during the construction of the proposed jimprovements. Recommendations will be prepared for consideration in the design approach, and will be incorporated in the PS&E package to maintain public convenience and safety. [41 Engineering Analysis: After review of office data, and field investigation surveys, we will discuss our findings and preliminary approach with Agency staff. The required design parameters will be agreed on and alternative materials and methods to achieve the goals will be analyzed. Field Surveying: If required and when necessary,design survey of the project area will be performed. Plans, Specifications and Cost Estimates: Plans, specifications and estimates (PS&E) will be prepared, using design standards designated, and finishing the project within the negotiated time period specified by the agreement. Utility Coordination: Existing utilities identified from available as-built plans will be shown in the work areas Plans will be sent to each utility company for notification and review during the preliminary design stage. A Direct discussions with utility authorities may be necessary in the eventuality that it becomes difficult to obtain adequate or reliable utility information in a timely manner. A copy of all utility notification letters I will be sent to the Agency, as well as a log of any direct discussions conducted between Transtech/Mapco and the utility authority. As Built Plan Preparation: The plans will be revised to reflect as-built conditions per the Agency Inspector's records. The electronic file will be updated with the information in a drawing layer identified as "as built". Additionally,new mylars will be prepared reflecting the as-built information. TYPICAL SCOPE OF WORK FOR CONSTRUCTION PHASE SERVICES Bidding and Advertisement Phase: I • Advertising bid notices on various trade publications. j. • Providing bid packages to potential bidders. • Maintaining a log of plan holder's information. • Conducting pre-bid meetings. 1 • Responding to bidder's questions. • Preparing and distributing addenda. • Conducting bid evaluation and schedule of value analysis. • Background check of lowest 3 bidders. 1 • Establishing lowest responsive qualified bidder. • Preparing Council staff report and presenting to the City Council to award the contract to the lowest 1 responsible qualified bidder for the construction. • Coordinating the award and execution of the contract between the City and the contractor, including review of insurance,bonding, and other required documents. Construction Phase: ;■s-Needed Civil Engineering Services,City of San Bernardino C.Approach,26 1 r • Providing on-site Construction Manager and Quality Control Inspectors to manage all aspects of the construction. • When requested by the City, functioning as City Building Department and/or Public Works Department Extension, and providing all necessary services, including inspection during construction for compliance with Building and all other applicable codes, and review and approval of all shop drawings during construction. • Retaining "Specialty Inspection and Testing", "Construction Soils Engineer", "Construction Staking" Consultants. • Developing a master construction schedule, and monitoring and updating construction schedule. • Conducting weekly construction meeting with the contractor, City, and other involved parties. Preparation and distribution of meeting minutes. • Preparing and distributing all required notices, and responding to complaints and resolving problems as necessary. • Reviewing contractor change order requests, and preparing necessary documentation for submittal and approval or denial by the City. • Reviewing contractor pay requests and preparing necessary documentation for submittal and approval by the City. • Managing all construction activities and project controls. • Managing contract cost accounting system. • Conducting project walk-through(s)and preparing punch list(s). • Ensuring the project is implemented per the approved set of plans, and preparing as-built drawings at the completion of construction. • Maintaining proper project files and documentation. • Coordinating close out of the project, obtaining necessary operation manuals, warranties, guarantees and other applicable necessary information. • Delivering a final completed project to the City which is in compliance with PS&E package, and all applicable codes, standards and requirements with a complete project close out file M OTHER CONDITIONS The City of San Bernardino will be expected to provide the following items and actions in support of contracted Consulting activities: • Clear `chain of command' for conflict resolution involving outside agencies and design issues / constraints. • Provide Consultant with adopted standards, procedures, ordinances, policies and reference materials currently utilized by city staff in performing assigned duties. • Provide `in-house' meeting / working areas for times Consultant is at city hall and performing assigned duties or requested to participate in an 'as-needed' service call to address sensitive or immediate need circumstances. • Payment of any fee's, permits, costs, etc...associated with outside or third party agency activities including but not limited to title companies, County Recorder's office, State agencies and legal filings. As stated previously in our Qualifications statements, should there be an instance where project needs reach beyond our immediate ability to satisfy those needs our experience staff would consult and recommend supplementing special project needs whether the needs are for public works demands, environmental / 1 jurisdictional processing, complex water quality compliance or other project scopes with our professional `project-venture' sub consulting experts. Our staff has worked closely with many of the industries leaders in all aspects of plan preparation, project review, construction, environmental compliance / regulatory legal aspects, too name but a few of the many special projects needs that could arise in Southern California. As-Needed Civil Engineering Services,City of San Bernardino C.Approach,27 i u'- The above method of `out sourcing' or staff augmentation is very effective in completing projects in a timely manner, as well as, efficiently meeting the needs of this proposals directives. This `occasional approach' will also ensure that the city enters into contractual services contracts with the appropriate parties I j at the commencement of any project vs. unmanageable surprises during a critical stage of service. 1, Li I 1. I I I I I I i 1 I 1 ts-Needed Civil Engineering Services,City of San Bernardino C.Approach,28 [f D. REFERENCES City of Commerce Bob Zarrilli Development Services/PW Director (323) 722-4805 City of Huntington Beach l Stanley Smalewitz, Economic Dev Director (714) 536-5909 City of Baldwin Park William Galvez, PW Dir/City Eng (626) 813-5255 City of Alhambra Michael Martin,Development Services Director (626) 570-5041 Mary Chavez,Public Works Director (626) 570-3251 City of Laguna Beach John Pietig,Deputy City Manager (949)497-0754 City of Rialto Ahmad Ansari,Public Works Director/City Engineer (909) 820-2530 California State University, San Bernardino Tony Simpson,Director of Construction (909)537-5000 jAmerican Development Tom Thornburgh,Principal (760)-774-1400 County of Riverside Vincent Yzaguirre, Facilities Management Deputy Director (951) 955-9011 Inland Valley Development Agency(IVDA) Alex Estrada, Director of Redevelopment and Property Management (909) 382-4106 ext: 231 As-Needed Civil Engineering Services,City of San Bernardino D.References, I CITY OF SAN BERNARDINO r 1ity of San Bernardino 42 688 Development Services Department, Planning Division 3/10/2009 17:01:29 Reg CC2C0UNTER account: 202496 - TRANSTECH EN 300 North "D" Street, 3rd Floor i 1 Phtarting Balance $ San Bernardino, CA 92418 al idation Receipt one (909) 384-5057 • FAX (909) 384-5080 Web address: www.sbcity.org CHARGES- AT(" IIVD TUT ri A TT[1110 DL+IIIL'MI )010004301 915.00 25A Professional Service$ k )010004301 10,00 PROCES Processing Fee For N$ Sub total $***«a*925.00 ili PA(MENT- 925,00 1 - 42840 $ Nothing due $********0.00 0 CITY OF SAN BERNARDINO BUSINESS REGISTRATION CERTIFICATE ACCOUNT This Busuess Registration Cenificue d.•es not uNlicate the kgal operation of this business at this location Other approvals try other Ca NUMBER departments.such as Devebpment sem.es may he required This Certificate is issued without.entication dug the certificate is subject to nr exempt from licensing \('('"I �U. i g by the St.ue of -.U..�I9G 202496 ' x/ The Business Owner is .aponsibk for:,mrl DAM PAID responsibility for time y renewal n d receiving a renewal ty ice for any reason dues not relieve 112/2 I','.(IUK timely payment If not.aid within 10 Jan ache expiration Date shown.a.50%Penalty will be unposed. (BUSINESS CLASS: CJNSULTANT 525A 51,732.50 DATE PAID NOTES: EXPIRATION DATE ,c 02,21/2008 BUSINESS LOCATION: 131/2009 1.3 N ARROWHEAD AVE# 128 ',wNER,t IRS((JR TRANSTECH ENGINEE1 S INC (..(m'C)RA DoN �1USINESS N,, TRANSTECH ENGINEER: INC �'-- 13AL:1,\CE ,vrf>Nru)N SO U0 : uuNC ADDRESS 624 i3REA CANYON RD WALNUT CA 91 789-31 9 ,;;:747,-,—.7.,,.,. 'l.i. 1/27/2009 12:04 309 304 74 75 MAPCO PAGE 01/01 'f NO I IIt, N FI.i(•\RII- Nits .STII.\\F 1 ( (1t.t)U T1A( 1“..,1(U( NI) i ' • CY'EY Ot.. SAN,BERNARDINO. BUSJ'VES9)T+lEGI5YRAtiov-cER-efficA,TL . All-Ull1YT 1•Rusitkaa g.trieeestion Cemdeetc dote ion mditali.the legal'opetitoort of tlih buiic N-4Na:loalw Other wvroala by other Cary departliseMS,suet,tr O tibtinnt nerviae me Ix fI4.if a TS4S Ceurrwa:a'Atvee-:de,n:.tfenlon.t.,a die cereiritate Is Mittel lb sr NUMBER �etigetseM hemp,brtha Stara tlfcciRn;th. 12495 ae it 11(e-9uisees,OtM•er M.n.f,drslble"for*new newel. Not real4 'a,,104.6al nothla for urry retool dodo Mt relieve etponsiledy fer iinw(yp istos.Mistptiid'.tthin to Jpss of*elbestkin dati rhorw;a'S'Ma pri,il(yh.Al tic invorad BUSINESS CLASSIC ErsIGYNEEIr EXPYRAIi'I010DAM. DATE PAID r'OTL.9'•- 9/30/2605( 10121/2008 BLS1NESSLOCATIOIN:,t 4,14"MA'CkAY DR • O'ArNsit.FIRM OR 5 5},�,� P� D,n,IvI;,JVr 4 p. •DU Wb6gN11)i t , MAPCO `' '` A',7FNIION r0;v-iiI+'' NIAILING ADDRESS` PO BOX ,5822 1 ichel G. Clark SAN H'ERNARDI.No;;,;Ay, 92412-3822 CITY CLERK l'O I IN ,\ f:(1NCPrct (11 IS PIA( I • ilium( (firi'i- \I(I Nol V.t1 II) ATTACHMENT "2" TO EXHIBIT E MARCH 26,2009 TRANSTECH/MAPCO ENGINEERS, INC. STANDARD HOURLY RATES Effective through December 31, 2009 Classification Hourly Rate Principal Engineer $165 -$190 Senior Engineer $150-$175 Project Manager/Contract Principal $130-$155 Project Engineer/Land Surveyor/Traffic Engineer $115 -$140 Staff Engineer/Contract Administration $100-$115 Senior CADD Designer $90-$105 Staff CADD Designer $75 -$90 Environmental Planner $120- $145 Transportation Analyst/Planner $105 -$125 Plan Checker $95 -$125 Construction/Utility Manager $125 -$150 Inspector $90 -$115 Engineering Technician $65 -$75 Administrative/Clerical $50 -$55 2-Man Survey Crew $185 Principal Funds Manager $150 -$175 Senior Funds Analyst $105 -$130 Funds Analyst $90- 105 Reimbursable direct expenses are billed at cost plus 10%for administration fee. As-Needed Civil Engineering Services,City of San Bernardino Fee Rates ATTACHMENT "3" TO EXHIBIT E ,i, IRA NSTECII June 17, 2009 City of San Bernardino Development Services Department, 3rd Floor 300 North `D' Street San Bernardino, CA 92418 Attn: Mr. Michael Grubbs Re: On-Call Civil Engineering and Project Management- Request for Information Dear Mr. Grubbs: Please be advised that Transtech, Inc. will offer the 5%discount for technical services rendered to the City of San Bernardino and will apply it to invoices for work performed on this project. We are forwarding under separate cover our corporate information for your use in preparing the contractual agreements and other records associated with the pending contract scope and fee. Please do not hesitate to contact our office should you require any further information or assistance. Sincerely, • Ali Cayir, President Transtech Engineers, Inc. cc: David E. Mlynarski, San Bernardino Office 624 Brea Canyon Road I Walnut CA 91789 I T 909 595 8599 I F 909 595 8863 I Transtech.org EXHIBIT F AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM (CIP) THIS AGREEMENT is made and entered into this day of 2009 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("City"), and WILLDAN ("Consultant"). WITNESSETH : A. WHEREAS, City proposes to have Consultant perform the On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) described herein below; and B. WHEREAS, Consultant represents that it has that degree of specialized expertise contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and C. WHEREAS, City and Consultant desire to contract for specific services in connection with the project described below (the "Project") and desire to set forth their rights, duties and liabilities in connection with the services to be performed; and D. WHEREAS, no official or employee of City has a financial interest, within the provisions of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONSULTANT 1.1. Scope of Services. Contractor shall provide On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) to City in accordance with Attachment 1, Contractor's proposal dated March 26, 2009, attached and incorporated herein. 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's performance of this Agreement. 1.3. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws 1 EXHIBIT F including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above-mentioned laws, which may be incurred by reason of Consultant's performance under this Agreement. 1.4. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other category protected by law, except as permitted pursuant to Section 12940 of the Government Code. Violation of this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. 1.5 Non-Exclusive Agreement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written consent of City. 1.7. Business License: The Consultant shall obtain and maintain a valid City Business Registration Certificate during the term of this Agreement. 1.8. Duty of Loyalty/Conflict of Interest: The Consultant understands and agrees that as the City's Consultant for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP), Consultant shall maintain fiduciary duty and a duty of loyalty to the City in performing Consultant's obligations under this Agreement. Consultant, in performing its obligations under this Agreement, is governed by California's conflict of interest laws, Government Code Section 87100 et seq., and Title 2, California Code of Regulations Section 18700 et seq. 1.8.1 Prior to performing any services to City under this Agreement, Consultant shall provide the Development Services Department a written list of the Assessor Parcel Numbers and general location or address of any and all real property located in the City of San Bernardino in which Consultant has any ownership interest, or which is the location of any pending project that is a source of income for Consultant. Consultant shall keep this list current on a monthly basis during the entire term of this Agreement. 1.8.2 Consultant shall not work on any task that is related to any real property that is located within 500 feet of any parcel in which Consultant has any ownership interest or 2 EXHIBIT F which is the location of any pending project that is a source of income for Consultant. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Over the term of this Agreement, Consultant shall be paid for such services in accordance with the schedule of rates marked Attachment 2 and dated March 26, 2009, discounted 5% as indicated in Attachment 3, both of which are attached and incorporated herein, subject to an aggregate limit of $1,000,000 in payment for work performed by all consultants for On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP). City shall distribute work among its consultants in a manner that best meets the needs of the City. City makes no guarantee to Consultant regarding the amount and/or the dollar value of the work assigned to Consultant. 2.2. Additional Services. Consultant shall not receive compensation for any services provided outside the scope of services specified in the Response unless the City or its Project Manager for this Project, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. Consultant may submit invoices to City's Project Manager for approval on a progress basis, but no more often than monthly. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each invoice shall describe in detail, the services performed and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City or its Project Manager for inspection and/or audit at mutually convenient times for a period of three (3) years from the Effective Date. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. The obligation to perform the professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Effective Date of this Agreement. Said services shall be performed in strict compliance with the Project Schedule issued by the City's Project Manager. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the ii- ,. 3 EXHIBIT F reasonable control of a party. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the date approved by the City Manager and continue through June 30, 2010, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. An administrative extension of one additional year may be authorized, subject to the prior written agreement of both parties. 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing written notice to Consultant. The termination of this Agreement shall be deemed effective upon receipt of the notice of termination. In the event of such termination, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated as to the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, and to other documents pertaining to the services contemplated herein whether delivered to the City or in the possession of the Consultant. 4.4 Documents. In the event of termination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City within ten (10) days of delivery of termination notice to Consultant, at no cost to City. Any use of uncompleted documents without specific written authorization from Consultant shall be at City's sole risk and without liability or legal expense to Consultant. 5.0. INSURANCE 5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, independent contractors, personal injury with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. 4 EXHIBIT F (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. (c) Workers' compensation insurance as required by the State of California. (d) Professional errors and omissions ("E&O") liability insurance with policy limits of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. Consultant shall obtain and maintain, said E&O liability insurance during the life of this Agreement and for three years after completion of the work hereunder. 5.2. Endorsements. The comprehensive general liability insurance policy shall contain or be endorsed to contain the following provisions: (a) Additional insureds: "The City of San Bernardino and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice: "Said policy shall not terminate, nor shall it be cancelled, nor the coverage reduced, until thirty(30) days after written notice is given to City." (c) Other insurance: "Any other insurance maintained by the City of San Bernardino shall be excess and not contributing with the insurance provided by this policy." 5.3. Certificates of Insurance. Consultant shall provide to City certificates of insurance showing the insurance coverages and required endorsements described above, in a form and content approved by City, prior to performing any services under this Agreement. 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, the indemnification provision contained in this Agreement, or the extent to which Consultant may be held responsible for payments of damages to persons or property. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. to 5 EXHIBIT F 6.2. Representatives. The Director of Development Services or her designee shall be the representative of City for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the City, called for by this Agreement, except as otherwise expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Project Managers. City shall designate a Project Manager to work directly with Consultant in the performance of this Agreement. Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant's Project Manager shall attend and assist in all coordination meetings called by City. 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: IF TO CITY: Mr. Ronald Espalin, Senior VP Valerie C. Ross Willdan Director of Development Services 650 Hospitality Lane, Suite 400 300 North "D" Street San Bernardino, CA 92408-3317 San Bernardino, Ca 92418 Tel: 909-386-0200 Tel: 909-384-5357 Fax: 909-888-5107 Fax: 909-384-5080 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this contract on behalf of the City shall be considered as "attorneys' fees" for the purposes of this paragraph. 6.6. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. 6 EXHIBIT F 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term of this Agreement. 6.8 Indemnification and Hold Harmless. Consultant shall protect, defend, indemnify and hold harmless City and its elected and appointed officials, officers, and employees from any and all claims, liabilities, expenses, including attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not by way of limitation, all civil claims or workers' compensation claims, arising out of or in any way connected with the intentional or negligent acts, errors or omissions of Consultant, its employees, agents or subcontractors in the performance of this Agreement. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall secure, at his expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 6.10 Ownership of Documents. All findings, reports, documents, information and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subcontractors in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. 6.11 Public Records Act Disclosure. Consultant has been advised and is aware that all reports, documents, information and data including, but not limited to, computer tapes, discs or files furnished or prepared by Consultant, or any of its subcontractors, and provided to City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et. seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in the California Government Code Section 6254.7, and of which Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it 7 EXHIBIT F that is designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure is deemed to be required by law or by order of the Court. 6.12. Responsibility for Errors. Consultant shall be responsible for its work and results under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Consultant occurs, then Consultant shall, at no cost to City, provide all necessary design drawings, estimates and other Consultant professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 6.13. Prohibited Employment. Consultant will not employ any regular employee of City while this Agreement is in effect. 6.14. Order of Precedence. In the event of an inconsistency or conflict in this Agreement and any of the attached Exhibits or Attachments, the terms set forth in this Agreement shall prevail. 6.15. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.16. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.17. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.18. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.19 Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.20. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No 8 EXHIBIT F waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.21. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement, based upon the substantial benefit of the bargain for any party is materially impaired, which determination as made by the presiding court or arbitrator of competent jurisdiction shall be binding, then both parties agree to substitute such provision(s) through good faith negotiations. 6.22. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. 6.23. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. 6.24 Damages. The Parties agree to waive any rights to incidental or consequential and punitive damages arising out of performance under this Agreement whether the torts or contracts and in law or in equity. /// /// 9 EXHIBIT F AGREEMENT FOR SERVICES FOR ON-CALL CIVIL ENGINEERING DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CAPITAL IMPROVEMENT PROGRAM(CIP) IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF SAN BERNARDINO, CONSULTANT A Municipal Corporation WILLDAN By Charles E. McNeely, City Manager Signature Name and Title Approved as to form: James F. Penman, City Attorney By 10 ATTACHMENT "1" TO EXHIBIT F WILLDAN I rending ` Engineering reach March 26, 2009 Mr. Michael Grubbs, P.E. ,3 Project Manager City of San Bernardino Development Services Department 300 North "D" Street San Bernardino, Ca 92418-0001 (1) Subject: Proposal for Public Works On-Call Civil Engineering Design and Project (3 Management Services for the Capital Improvement Program (CIP) t3 Dear Mr. Grubbs: Our capability to assist the City of San Bernardino (City) in providing On-Call Civil Engineering Design and Project Management Services for the City's Capital Improvement Program (CIP) combined with our expertise in applying creative technical solutions makes us the strongest partner available to deliver a successful project. Willdan has the resources, staff and experience to provide municipal services for virtually any project the City may encounter. Willdan specializes in providing these services throughout the Unites States. Our team of professional engineers, land surveyors, planners, inspectors, consultants, and technical support staff can dedicate whatever level of resources that are required to satisfy the City's project needs. Our firm is uniquely qualified to provide these services because: • Mr. Gene Klatt, PE, served the City of San Bernardino Public Works Department for 14 years, which gives him a unique advantage and history of the City, its needs, issues and concerns. • Our local San Bernardino office, located at 650 East Hospitality Lane, Suite 400, is within 5 miles of the City's offices. This proximity allows us to respond to requests for meetings and/or documents with prompt, dependable service to the City. 3 • Our local staff is available for assignment on the City's project. They are backed by 3 Willdan's corporate pool of close to 550 staff members. This enables our local staff to maintain quality services, project schedules, and project budgets. By having this flexibility in our organization, Willdan is able to provide the necessary services to accommodate requests from the City. • As Willdan local Regional Manager I will serve as Principal-in-Charge overseeing the 1) performance of this contract and am authorized to commit resources on behalf of Willdan. Willdan is confident our services are well suited for the City's needs and look forward to the opportunity to work with City of San Bernardino on upcoming Capital Improvement Projects. Should you have any questions regarding this proposal, please contact me at (909) 386-0200. Respectfully submitted, WILLDAN Ronald L. Espalin, PE Senior Vice President/Regional Office Manager Engineering I Geotechnical Environmertal Financial Homeland Security 909.388.0200 I 800.789.7517 I fax:909.888.5107 I 850 E.Hospitality Lane,Suite 400,San Bernardino,CA 92408-3317 I www.willdan.com (3 Sit IN (" (3 ,3 Table of Contents Firm Qualifications 1 f Willdan Group, Inc. 1 ( Engineering Services 2 () Public Finance Services 3 Homeland Security Services 3 tw) Management Services 3 Energy Efficiency/Water Conservation/Renewable Energy Services 4 Related Experience 5 Roadway/Traffic/Pavement/Utility Coordination 5 Sewer/Flood Control/WQMP/SWPP 10 Environmental 13 3 Survey/ROW 17 Landscape 19 Project Team 25 Organization Chart 26 Key Personnel 27 Staff Availability 34 Project Approach 36 Management Approach 36 Civil Engineering Design Approach 38 Quality Assurance/Quality Control 39 Items to be provided by the City 41 Comments/Suggestions 41 3 Agreement and Insurance Coverage 41 Local Preference Eligibility 41 RFP and Addenda 41 Business Registration 42 ) w 3 WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services () MIL Sate in Firm Qualifications Wilidan Group, Inc. P Wilidan Group, Inc., a publically-traded corporation with NASDAQ ticker Willdan differs significantly WLDN, is a nationwide firm serving more than 800 public agency and private 3 from other firms because sector clients in 35 states. Founded in 1964, Willdan was originally a civil engineering firm specializing in providing solutions to public agency clients. we work almost exclusively Willdan differs significantly from other firms because we work almost (3 for governmental entities exclusively for governmental entities thus eliminating conflicts of (3 thus eliminating conflicts of interest. Willdan will provide the City of San Bernardino engineering, management, interest. and consultant services that ensure the quality, value, and security of your infrastructure, systems, facilities, and environment. Willdan has been a consistent industry leader in providing all aspects of civil engineering; energy efficiency and conservation consulting; financial and economic consulting; planning; geologic and geotechnical engineering; and environmental health and safety and homeland security solutions and services. Currently, we are ranked 154 on the Engineering News Record list of the Top 500 engineering ( firms. Our mission is to extend We are ready to both supplement City staff and provide independent solutions the reach of our clients to your needs in a cost effective and efficient manner having the necessary manpower and expertise to meet any challenge. by consistently delivering quality solutions and to Distinctive Strengths— United Goals leverage our culture of Willdan has dedicated itself to providing public agencies with reliable service excellence, engineering and consulting services for more than 44 years. Combining depth of staffing, state-of-the-art technical resources, and local offices rooted in the technical expertise,and community, Willdan has earned its reputation as a problem-solver across a community support by wide range of client interests. We understand the concerns of government agencies, especially those of local governments. Our Operating Divisions offer working collaboratively to a broad range of expertise that uniquely qualifies us to serve the needs of expand the horizons of cities, counties, and special districts, as well as state and federal agencies. our clients,our firm, our With regional and satellite offices that are specifically networked and strategically located, Willdan offers local, focused service to the varied employees,and our demographics of our public agency customers. Our firm organization enables stakeholders. staff to efficiently communicate individual project challenges and goals companywide, thus capitalizing on all of Willdan's resources to deliver the highest quality and most cost-effective product. ) ) I WI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 1 i ) ( 3) (' Sa Be in Comprehensive Solutions — Integrated Approach Founded in 1964 and headquartered in Anaheim, California, Willdan was (3 originally established as a civil engineering firm specializing in providing (3 solutions for our public agency clients. Since that time we have evolved into a professional consulting firm offering a broad array of services that allow us to r provide a comprehensive and integrated approach to our clients' planning, engineering, financial, economic, public facility, and public safety challenges. Today, Willdan has over 550 employees operating out of offices located throughout California, as well as in Arizona, Nevada, Utah, Colorado, Florida, (3 Maryland, North Carolina, Tennessee, and Wisconsin. ( E Breadth of Willdan's Local Preference Eligibility I Services Willdan maintains a local office in the City of San Bernardino, 650 E. • Water Resources Hospitality Lane, Suite 400, San Bernardino, CA, 92408-3317. The office • has 38 permanent employees. We currently hold a Business Registration Plan Check and Design with the City. A copy of our registration is in the last section of this proposal. Review Y• pY 9� p p • Transportation • Traffic Engineering ( • Structural Engineering One Stop Shop I` • Landscape Architecture We are qualified to provide ALL services identified in the RFP to the City • Geotechnical of San Bernardino. Willdan prides itself on providing subject matter experts Engineering in all areas of engineering services to our clients. All of the services required • Survey/Mapping for any assignment under this contract are directly related to our core • Flood Control Design competencies! No other firm matches Willdan's combined breadth of 3 • Right-of-Way directly relevant technical and operational expertise and depth of . Engineering experience. We are truly the City's one stop shop to meet virtually any • Water/Wastewater municipal service need. • Construction Management/Inspection • Building Safety 3 • City Engineering/Capital Engineering Services • Program Management Willdan Engineering offers a complete range of engineering and support • Development Services services under the guidance of qualified professional engineers. Our team 3 • Environmental/Planning has both practical knowledge and technical expertise to develop solutions that are unique and customized to meet current needs and projected challenges. Willdan professionals understand the importance of agency, business, and public community goals associated with public works projects. Our staff consists of highly trained professionals, most with municipal backgrounds, who have a high degree of understanding for the needs of a governmental entity. These team members have participated in a variety of projects as both agency representatives and consulting professionals. Such projects include bridges, freeways, streets, flood control, sewer, water, and public facility site ) development, staffing augmentation, and construction management. Willdan has dedicated itself to providing public agencies with reliable engineering and consulting services for 44 years and has earned its reputation as a problem-solver across a wide range of client interests. VVWI LLDAN I Proposal for 3 Public Works On-Call Civil Engineering Design and Project Management Services 2 0 f' ) f til 1 . SO in Willdan Geotechnical offers geotechnical engineering, engineering geology, Et and construction material testing and inspection services. We also maintain a full-service soil testing laboratory certified by the City of Los Angeles and California Department of Transportation. Consulting engineering and construction support services are provided to public agencies for capital () improvement projects, and to private developers for major civil and commercial/ industrial projects, or as third-party reviews. i t) I. Willdan Resource Solutions provides construction, engineering and environmental consulting services to public agencies. Our highly experienced team encompasses many technical disciplines and programs including hydrology, hydrogeology, geology, surface/storm water management, Willdan's Operating environmental compliance, human health and ecological risk assessment, • Divisions toxicology, chemistry, geochemistry, chemical engineering, environmental engineering, environmental planning, hazardous materials and waste • Willdan Engineering management. • Willdan Geotechnical O • Willdan Resource Solutions Public Finance Services • Willdan Financial Willdan Financial Services specializes in providing revenue generation, Services enhancement, and administration services to public agencies. We serve more • Willdan Homeland than 800 clients that include cities, counties, state agencies, port authorities, Solutions housing agencies, special districts, and school districts in more than 35 states. • Wilidan Management We further support our clients by conducting year-round workshops and onsite • training to enable our clients' staff to keep abreast of the latest public agency • Willdan Energy financial developments. Solutions P Homeland Security Services Willdan Homeland Solutions specializes in a broad range of public safety 3 and homeland security consulting services that focus on integrating local resources and assets within state and federal systems. Staffed with highly 3 experienced and credible law enforcement, fire, and related public safety professionals whose credentials were earned in the field. Our primary clients are cities, counties, and related municipal service agencies, such as utility and water companies. Additionally, we provide a variety of services to port and ) transportation authorities, as well as tribal governments, schools, and large ) business enterprises with a need for homeland security-related services. ) Management Services Willdan Management provides management consulting services to public and private employers. Our goal is to extend our clients' reach by implementing effective leadership techniques and practices for organizations and their leaders. WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 3 () 3 ir Sit ill (" Energy Efficiency/Water Conservation/Renewable Energy (.) Services f Willdan Energy Solutions (doing business as Intergy Corporation) provides specialized energy, water, and resource management services that create innovative and effective solutions to challenging problems. With offices strategically located in California, Intergy serves the entire state, implementing () energy efficiency and water conservation projects, ranging from hardware (1) retrofits and new technologies to energy efficiency education and local government partnerships and from retro-commissioning to information technology. Intergy assists clients with energy efficiency and achieving true f sustainability by providing consulting and marketing services, energy efficiency audits and retrofits, information technology solutions, implementation of corporate energy initiatives, and administration of conservation programs. Intergy also provides energy efficiency education and training services to its clients' employees. ( ) 3 O 3 3 3 3 3 ) ) ) ) I D WWILLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 4 1 O 1° 6?, " Sale In Related Experience f Willdan's staff has extensive experience on civil engineering design projects and project management experience. The projects listed below detail () Willdan's experience in providing municipal civil engineering design services (3 to cities and public agencies in the last five years. The projects were successfully completed utilizing many of the same team members that we are proposing for the City of San Bernardino. We invite you to contact any of the references listed to discuss the level of service, expertise and commitment we can offer. .An added feature of Willdan design experience is our experience in the preparation and processing of the various Caltrans Local Assistance and Federal funding forms, checklists, invoices and reports of expenditures required on municipal projects funded through SANBAG and/or federal funds. With many completed projects and more in progress, Willdan has assisted cities at various stages of a State and Federal-funded project from initiating request to final invoicing. Our staff stays apprised of revisions (Local Programs Procedures) to procedures and forms in the LAPM. In addition, Willdan staff maintains quality relations with Caltrans' District Local Assistance ) Engineers staff and is prepared to respond to questions regarding permits or submittals and status of a project during the Project Study Report (PSR), ) Project Report (PR), PS&E and construction processes. f ) ` Roadway/Traffic/Pavement/Utility Coordination 3 Client Various Traffic and Transportation Projects City of Moreno Valley Willdan is currently performing engineering services for numerous roadway projects in the City of Moreno Valley. The projects include the preparation of • Contact plans, specifications, and engineering estimates for traffic signal and street �Chali zd Bami. PE ipKhaling Egir improvements. The Willdan team members proposed for the City of San 951) 413-3140 Bernardino CIP projects have been responsible for utility coordination, Quang Nguyen topographic survey, environmental processing, legal description preparation, 1enior Engineer appraisal, and service, potholing and the geotechnical report. These projects 951) 413-3159 include: ch ■stopher Wiberg • Street Improvements for Kitching Street and Eucalyptus Avenue Senior Engineer • Traffic Signal Improvements for Kitching Street and Eucalyptus Avenue 951) 41:?-3135 • Street Improvements for Lasselle Street and Cottonwood Avenue Jre10:anu>r ;�,,g;neer • Traffic Signal Improvements for Lasselle Street and Cottonwood +51 1} .?-3 , Avenue • Street Improvements for Lasselle Avenue and Bay Street • Traffic Signal Improvements for Lasselle Avenue and Bay Street • Traffic Signal and Street Improvements for Graham Street and Bay Avenue • Traffic Signal and Street Improvements for Day Street and Dracaea Avenue • Traffic Signal Modification and Street Improvements for Kitching Street and JFK Drive • Traffic Signal Installation at Lasselle Street and Gentian Avenue • Traffic Signal Installation at Perris Boulevard and Manzanita Avenue WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 5 O .Y (3 ► Sit le IN Client Traffic Signal and Street Improvements for Day Street and Dracaea (10 City of Moreno Valley Avenue ( Prepared plans, specifications, and engineering estimate (PS&E) for the traffic Contact signal and street improvements for Day Street and Dracaea Avenue. Work Christopher Wiberg included utility coordination, legal description and plat preparation, topographic Senior Engineer (3 ■951) 413-3135 survey, environmental processing, street improvements, traffic signal, signing and striping plans, as well as potholing future traffic signal pole location, and preparation of the geotechnical and project report. The project included the i`3 preparation of various alignment concepts, engineering estimate and (3 discussion of alternatives to meet the City's budget constrains. (3 Client Traffic Signal Installation at Lasselle Street and Gentian Avenue City of Moreno Valley Willdan prepared plans, specifications, and engineering estimate (PS&E) for the traffic signal installation of Lasselle Street and Gentian Avenue. Work Contact included utility coordination, topographic survey, environmental processing, Christopher Wiberg Senior Engineer traffic signal and signing and striping design, traffic signal design consisted of (' 951) 413 3135 installing protected left-turn phasing in all approaches and upgraded all access ramps to meet ADA requirements. Client Traffic Signal Installation at Perris Boulevard and Manzanita Avenue City of Moreno Valley Willdan prepared plans, specifications, and engineering estimate (PS&E) for the traffic signal installation of Perris Boulevard and Manzanita Avenue. Work Contact included utility coordination, topographic survey, environmental processing, (:,hnstcpher Wiberg traffic signal and signing and striping design. The traffic signal design Senior Engineer consisted of installin g p protected left-turn phasing pp in all approaches and .351) 413-3135 upgraded all access ramps to meet ADArequirements. J Client Mountain View Avenue Street and Bridge Widening T.Y. Lin international Willdan and T.Y. Lin teamed to plan and design. the widening of Mountain View Avenue, for the Cities of Redlands and San Bernardino, in the County of Contact San Bernardino. The IVDA and the City of San Bernardino propose to widen ary Antnn!,cc Mountain View Avenue from a two-lane to a four-lane road between the 1-10 v?) 738 4688 and the Santa Ana River and to construct a new bridge over the Santa Ana 3 [=xt. h%'fi2 River that would connect with the existing road (Central Avenue) and 3 circulation system north of the River. The project would also include replacing and widening the single-span bridge over Mission Creek, which will require removing the existing bridge and constructing a new bridge or multiple celled reinforce concrete box (RCB) culvert structure to convey the proposed flows. The abandoned railroad bridge over the Santa Ana River, at the location of the proposed Mountain View Avenue Bridge has been removed. ) J I WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 6 ( 3 L,I Sal ' IN Client River Road Bridge Replacement 43 County of Riverside, The River Road Bridge is located on the Santa Ana River within the Prado ) California Basin in Norco, California. Since the construction of the dam, sediment Contact deposition has steadily progressed upstream, raising the riverbed at the bridge r Taytun Sa Contact crossing. This process has severely reduced the waterway opening under the Project Manager bridge, subjecting it to debris accumulation, overtopping and structural (951) 955-2871 damage during even modest storm flows within the river. This project involves the replacement of the existing 600-foot bridge with a 1200-foot bridge span (3 and raising the profile grade to increase the flow capacity beneath the bridge. O After approval of the EIR, Willdan provided final design services, including, but not limited to, plans, specifications, and estimate (PS&E) for roadway, (.) channel, and drainage improvements, preparation of a Drainage Report, CSWPPP, Right-of-way requirements maps, utility relocation coordination, and coordination with private developers, City of Norco, City of Corona, ACOE, and the Orange County Water District. The roadway was widened from two lanes to four lanes between Bluff Street and Archibald Avenue (approximately 5,000 If). Significant utility relocation was required to facilitate the improvements. Innovative design techniques were employed to reduce right- () of-way impacts including MSE steep slope construction. Client Miles Avenue Roadway and Bridge Widening Over the Whitewater River City of Indian Wells Channel This project included the construction of a new bridge over the Whitewater Contact River Channel to replace the existing low-flow crossing. Our services include Mr "im Wassil surveying; utility coordination; environmental documentation; civil roadway Director )t , Works ,GQ) 14 6-2489 design; structural design; traffic engineering; coordination with Caltrans for improvements at Highway 111; coordination with Coachella Valley Water District for improvements within the channel; and the preparation of final plans, specifications, and estimates. Improvements included widening and constructing new roadway approaches to the bridge. Client Hwy 111 Street Improvements 3 City of Indian Wells Willdan prepared plans, specification, and estimate (PS&E) for Highway 111 from west City limit to east City limit (3 miles). The project consists in Contact widening Highway 111 to add one thru lane for the eastbound and westbound r Tim Wassil I)ire( r clt( Works traffic, as well as landscape medians. The project further includes the 1 F�� I46 2489 preparation of an environmental impact report, street, storm drain, traffic signal (8), interconnect, signing and striping plans, the preparation of topographic survey, geotechnical report, legal description and plats, right-of-way appraisal and acquisition, coordination with adjacent developments and agencies for project transitions and utility companies for substructure research and relocation. The project was completed in a timely manner to meet the City's schedule. ) WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 7 c3 1 1 , 1 �` Sate in 1 Client South Highland Widening Project (3 City of Fontana Willdan provided engineering services for the preparation of street improvement, sewer, storm drain, landscape, street lighting, traffic signal Contact modification, traffic control, and signing and striping plans for the ultimate Mr. Ricardo Sandoval City Engineer widening on the north side of South Highland Avenue from west of Citrus (909} 350 7613 Avenue matching ultimate improvement to east of Sierra Avenue. i t Client Alder/Randall and Alder/Merrill Improvements City of Fontana Willdan prepared street and traffic signal improvement plans, and engineering construction estimate for Alder Avenue/Merrill Avenue and Alder Contact Avenue/Randall Avenue improvements. Services rendered consisted of C x Mr.M Ricardo Sandoval City Engineer preparation of plans for traffic signal, storm drain, street, and signing and (909) 350-7613 striping plans. Other services included utility coordination, topographic survey, legal description with plat, potholing and assistance during advertisement and bidding, project consist of widening intersection to ultimate improvement for (11 the traffic signal installation. ( Client Fontana —Jurupa Avenue and Banana Avenue Improvements i 1 City of Fontana Willdan performed engineering, design survey, utility coordination, and fi Contact construction survey for the installation of a new traffic signal at the intersection of Jurupa Avenue and Banana Avenue in the City of Fontana. The purpose of Mr Ricardo Sandoval City Engineer the project was to install a new signal at the intersection and design the ')C9} 350 613 ultimate street improvement required for such installation, as well as modify existing storm drain improvements. We provided street improvement, traffic signal, signing and striping plans, and utility coordination with agencies that • have substructures in the vicinity of the project, as well as the preparation of a legal description on the northeast corner property. The project was successfully fast-tracked to accommodate the City's needs. 3 3 Client Traffic Signal Installation at Palm Avenue and Irvington Avenue City of San Bernardino Willdan prepared plans, specifications, and estimate (PS&E) for traffic signal and street improvements on Palm Avenue at Irvington Avenue in the City of Contact San Bernardino. Work included field verification, traffic signal and signing and !r. Michael Grubbs stri in design, upgrading access ramps to meet current ADA standards, `]enpor Civil Engineer striping g P9 g P c �t ,��_,^�,�; coordination with utility companies having substructures within the vicinity of the project. Client Railroad At-Grade Crossing Treatments at Paramount City of Paramount Boulevard/Rosecrans Avenue Willdan prepared plans, specifications, and estimates (PS&E) for the removal Contact of 29 at-grade Union Pacific Railroad Crossings (UPRR), crossing signals and {1r. Chris Cash warning devices, and restoration of street improvements in the Cities of Public works i�ir2n2o Stanton, Buena Park, Anaheim, Cypress, La Palma, Cerritos, Artesia, :362) 220-2020 Bellflower, Lakewood, and Paramount. The project also included the t upgrading of two crossings in the City of Paramount, the installation of a new crossing signal gate at Paramount High School, and the installation of a connecting track between the UPRR West Santa Ana Branch and the UPRR r San Pedro Branch. Proposal for WILLDAN I Public Works On-Call Civil Engineering Design and Project Management Services 8 d t (3 17 4 t 1 1 l SU ll IN t Client Roundabout Design Jefferson/Bixler and MadisonNirginia +/1 City of Paramount Willdan prepared plans, specification, and estimates for the construction of Contact roundabouts at Jefferson/Bixler and MadisonNirginia. Project included modification of curb, gutter, sidewalk, signing and striping. Project was ("' Mr. Chris Cash designed at a fast pace. Public Works Director (562) 220-2020 f Client Bell Avenue Roundabout Design (7) City of Manhattan Beach Willdan prepared design plans for the construction of a roundabout at the t,3 intersection of Bell Avenue and 33rd Street in the City of Manhattan Beach. t Contact The design required engineering survey, legal description, utility coordination, Mr. Richard Thompson and modification of the existing curb, gutter, sidewalk and drainage structures. Director of Community Development The roundabout included a raised center median and a passenger-loading tP (310) 802-5503 zone along one side of the roundabout for visitors to nearby Sand Dune Park. • Client Signal Interconnect and Signal Coordination Timing Plans City of Rancho Provide a signal interconnect system and signal coordination timing plans for O Cucamonga 23 intersections. Inventory existing interconnect and traffic signal controllers. Contact Provide recommendations on controller cabinet upgrades to interface with the Mr Jon Conta t City's Traffic Management Center. Prepare new coordination timing plans to '1 Traffic Engineer incorporate into the City's Aries master controller system. (909) 477-2700 Ext- 4051 Client Desert Club Drive Traffic Signal . City of La Quinta Provide professional traffic engineering design service for the preparation of I plans, specifications and estimate for the traffic signal installation at Desert Contact Club Drive and Avenue 52. Project also included preparation of warrant Mr. Nick Nickerson P.nlect Administrator analysis and utility coordination. 1760) 777 7000 3 Client Traffic Signal Design Services for Washington Street and Lake La Quinta Laing Luxury Homes Drive Completed traffic signal installation design for Washington Street and Lake La Contact Quinta Drive including cost estimate and special provisions. Design excluded ^.?s. f':nrty Wa,deif traffic signal timing sheet preparation. Provided record drawings based on the �,:,;4:CI Van a.�i r 3 ,, ,:41 ,-,,2 ,,7- 8 actual construction as documented by the contractor. ) Client Traffic Signal Design-Sierra at Highland City of Fontana Prepare a traffic signal modification plan for the intersection of South Highland .3 Avenue and Sierra Avenue. The signal design is to include equipment Contact upgrades, controller and cabinet modifications. The design will conform to the Js. `rtonae Pine Pugh latest editions of the Caltrans Standard Plans and Specifications and City ) associate Engineer )09} , 50 a.5Q0 standards. J / a • WWI LLDA■ I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 9 Sr ( I,., O SN le in Client Traffic Signal PS&E at Fred Waring Drive and Palm Royale 1 City of La Quinta Prepare plans, specification and estimate for the installation of a traffic signal t Contact at Fred Waring Drive and Palm Royale in the City of La Quinta. Project included utility coordination and legal description preparation. Project 3 Mr. Nick Nickerson consisted of installing a traffic signal at the ultimate location, other services t, Project Administrator (760) 777-7000 included with the work were utility coordination and legal deed preparation. Client Calimesa Boulevard Street Lighting (' City of Calimesa Provide professional traffic engineering design services for the preparation of (') plans, specifications and estimate for Calimesa Boulevard from Sandalwood Contact to Avenue L. There are approximately nine existing street lights. The project t1 Mr. Randy Anstine will incorporate existing street lighting with decorative pedestrian street lights Interim City Manager (909) 795-9801 as necessary to maintain IES standards. II Sewer/Flood Control/WQMP/SWPP Client 10th Street West Sewer Improvement Project I ) City of Palmdale Willdan was retained to prepare sewer construction plans for a two-mile segment of 10th Street West between Avenues 'M' and '0' to serve existing O Contact and proposed commercial development and supported by potential ( 1 Mr. Mike Michele City Engineer assessment district funding. Following preliminary findings, the project ;661 267-5100 evolved into a trunk sewer extension to be constructed then acquired by the Sanitation Districts of L.A. County. The resulting pipeline is a combination of 4 15- and 18-inch VCP with manholes, future connection stubs and current service laterals for the two-mile reach of pipe. $ Client Godde Hills Estates Sewer Project City of Palmdale Willdan was retained to conduct preliminary engineering and funding studies for a proposed 7,000 feet of sewer main and 1,500 feet of service laterals to Contact serve a development which was built with private septic systems. The work V1r Mike Michele City Engineer also included the reconstruction of the in-track streets (privately owned). ,,`s(„ 67 =1�x� Willdan prepared the PS&E necessary for construction of the in-tract improvements and the off-site sewer line to Almond Avenue. Willdan then 3 provided construction engineering services during the construction phase. Funding was accomplished by utilizing both the 1913 and 1915 Acts within the State's Street and Highways Code. r) Client Sanitary Sewer Improvement Districts 4 & 5 - Preliminary Design City of La Canada- The Preliminary Design prepared for Districts 4 and 5 estimated that the Flintridge project would require the construction of approximately 128,000 feet of mainline sewer mains and 48,000 feet of service laterals. Bedrock will be -, Contact encountered within portions of District 4 of District 5. ) 'Or. ' ng K' in and within the majority City E,g near The depth of the sanitary sewer system will vary from 8 feet up to 20 feet and ,318, -3O_rR8R2 portions of sewer improvements will be installed within a jacked 30-inch steel casing. Construction of the sewers at these depths will help minimize the number of pump stations and minimize the use of private sewer grinder pumps for individual homes. However, several lift stations will be required due to the ) topography and costs. WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 10 , • do , r :) i F s ► Sil IN The general boundary of Sewer Project Districts 4 and 5 which serves ,I approximately 2000 homes is described at the area bounded by the Foothill t 3 Boulevard to the north from North Briggs Avenue on the west, along Foothill Boulevard continuing easterly along the 210 Freeway the easterly City limit t3 boundary line, then along the southerly City limit boundary, excluding the t`' Open Space area, continuing westerly to North Briggs Avenue. t Sewer Project Districts 4 and 5 includes satellite areas that by topography flow Il into the Crescenta Valley Water District, City of Glendale and Pasadena sewer 1 facilities including Los Angeles County Sanitation District facilities. The dividing line between Districts 4 and 5 is located along Descanso Drive and (-3 West Berkshire Avenue, which are in general the low points between Districts ( 4 and 5.This project also included aerial topographic mapping and soil investigations for approximately 50 soil borings. Client Green River Rd Sewer Replacement Project City of Corona Willdan was retained to evaluate an overcapacity sewer pipeline, two burdened manholes and to prepare a pre-design report for a suitable ( ) Contact replacement sewer. Upon selection of a location and design concept full r Mr. Omar Gonzales plans, estimate and technical specifications were prepared for a sewer Associate Engineer pipeline within the street R/W and construction support services are to follow. (951) 279-3515 . . The scope of services involved available records and utility research, field survey, geotechnical investigation, review of existing and future sewage delivery sources; existing lift station wet well constraints, design of the replacement pipeline, and preparation of the technical specification provisions .3 and opinion of probable construction cost. s Client Master Plan of Sewers `. City of Bellflower Willdan was retained to prepare a sewer master plan report for the entire 111 miles of existing local collection sewers. The work effort involved obtaining all Contact available sewer system information, formatting a hydraulic computer model, Mr. Brian Smith importing current land use records, performing calculations of the sewer Assistant Pi.ibiic Works ) nnrertor system capacity to determine any deficiencies, and obtaining representative '7,62) -3C4-1424 E . 9270 flow monitoring samples in order to calibrate the model to actual system conditions. Then recommendations were prepared for capital improvements ) over a ten-year period of time. {This work effort was followed by development of contract specifications for CCTV inspections of the community sewers over a ten-year period of time). f ) Client City of Palmdale Avenue 'M' Sewer & Drainage Study (Preliminary) City of Palmdale The City retained the engineering firm of Willdan to evaluate the feasibility of li providing off-site sanitary sewer service for a generally unsewered area Contact consisting of about 600 acres (the Site) and storm drain improvements to Mr. Mike Michele convey existing and proposed storm water runoff throw h and/or around and City Engineer 9 �i1 i ;E t ro from the proposed development. The site is bounded on the north by Columbia Way (Avenue `M'), on the west by the Sierra Highway and SPRR R/W, and on the east and south by the U.S. Air Force Plant 42 properties. The initial area of study on the site is the westerly 300 acres, which is . VVWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 11 O O t Su IM identified as "Area B" of the Palmdale Business Park Center Specific Plan. 11 The Area "B," is to be developed with a mixture of community commercial (3 business park, light industrial, and public facilities uses as described by the Palmdale General Plan. The site will also contain roadway and railway `/ transportation modes of service. Sewer and drainage improvements will be i3 funded under an assessments district to be formed in the future after final design plans are prepared and approved by the City. (3 Client Mountain View Bridge Hydraulic Analysis, Drainage Improvement Design ( TYLin International Willdan was retained to prepare improvement plans and hydraulic calculations for Mountain Ave Bridge Projects over the Santa Ana River and Mission Creek ( Contact including the Hydrology and Hydraulic calculations for the associated street Mr. Gary Antonucci, drainage improvements. JO Project Manager (1) (951) 788-4688 Client Roadway over Handy Creek County of Orange Willdan was retained to provide engineering services including the bridge type RDMD/Operations and selection process, public meeting, final report and the preparation of Plans, Maintenance Specifications and Engineer's Estimates (PS&E) for the Orange Park ') Contact Boulevard Bridge Project. () Mr. Wilfred Nieman. Senior Civil Engineer The existing concrete box culvert was constructed in the early 1930's and later (714) 567-6282 modified to provide a concrete invert to reduce scouring around the footings. The existing roadway profile dips as it crosses Handy Creek. The problem is that the existing culvert does not have sufficient capacity to convey current design storm flows and flooding of adjacent property has resulted. I The proposed bridge will be designed to convey the regional storm flows as determined by Orange County Flood Control's report dated January 1987 (E08S06-2). The roadway profile of Orange Park Boulevard may be raised as 3 part of the design to decrease the sag at the Handy Creek crossing and facilitate the bridge improvements. However, the proposed design will not 3 adversely impact the existing water surface upstream of the bridge assuming the ultimate improvements are installed in the future. The proposed design will also incorporate a combined equestrian and pedestrian path adjacent to the roadway over Handy Creek and accommodate existing utility (water and gas) crossings. Separation of equestrian and vehicular traffic will be maintained with fence/guard railing. Client Warner Trail Storm Drain City of Indian Wells Willdan was retained to prepare PS&E for the proposed storm drain ) improvements located along Warner Trail from the Whitewater River Channel Contact to Texas Avenue, along Fred Waring Drive from Warner Trail to Elkhorn Trail, ) 'qtr I Wassii P�,n!+� W. i�ir�ctar and along Elkhorn Trail from Fred Waring Drive to Indiana Avenue. The ,) ;Fob ,-�; ( ) (J3 i Su . IN Client Drainage Master Plan Update C) City of Fountain Valley Willdan performed a hydraulic analysis of the ten square-mile city system, c 3 identified deficiencies, prioritized the proposed improvements, prepared r Contact opinions of construction cost and developed funding strategies, including fees Mr. Mark Lewis,n c and assessments. Additionally, a comprehensive 10-year and 20-year CIP `) City Engineer compliant with GASB 34 and a companion 0 and M program was developed ( (714) 593-4413 that conforms with the CFCD hydrology manual criteria. r) Client Master Plan of Drainage i Caroni) Engineers The objective of the Master Plan of Drainage is to analyze the City of El Centro's entire drainage system. The city is approximately ten (10.75) square Contact miles. Preliminary cost estimates will be developed to implement the CIP a Mr. Dennis K. Wood recommendations for a 10-year and 20-year Capital Improvement Program, 10 (858) 505-1020 which is responsive to the needs identified and inclusive of proposed all development and/or redevelopment. The Master Plan will also address design criteria for future developments to ensure the appropriate mitigation measures () and water quality best management practices are implemented. Environmental Client Lindero Canyon Road/U.S. 101 Interchange Project IS/EA i City of Westlake Village Willdan prepared an Initial Study/Environmental Assessment for the Lindero ' Canyon Road/U.S. 101 Interchange project in the City of Westlake Village. Contact The project consisted of widening Lindero Canyon Road from Agoura Road to Mr. Robert Theobald Via Colinas in the City of Westlake Village, and included median Planning Director 1818) 706-1613 reconstruction and re-striping of Lindero Canyon Road, and construction of a III bike path. Willdan widened the US 101/Lindero Canyon Road Interchanges, widening the southbound Lindero Canyon Road on-ramp to northbound US 101 (Ramp G-6) within the Caltrans right-of-way. Client Special Planning Advisor 3 City of Westlake Village Willdan has served as special planning advisor to the City of Westlake Village since 1984. In this capacity, the firm has been responsible for revising and Contact consolidating the City's application and review procedures, processing Mr. Robert Th obaid development applications, and preparing environmental documents. In that ginning Director time, Willdan prepared numerous CEQA documents for the City, including Q,i 7n6 161 3 J multiple EIRs. In addition to numerous minor development applications, the major projects undertaken by Willdan include: Prepared the EIR for the Retail Center at Russell Ranch Road, which consisted of developing a 21.22-acre site with a retail center containing 227,408 square feet of building space and anchored by a Lowe's home improvement store. • Prepared the EIR for Lindero Canyon Park, which involved the development of 28 acres of a 41-acre site, with: two Pinto baseball fields; two soccer fields; four combination basketball and roller hockey courts; restroom and concession facilities; two tot lots; restrooms; and J parking. • Recently prepared the EIR for the Sunrise Senior Assisted Living WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 13 3 ,,- ► Sil i. Project, which consisted of developing 6.52-acres with a full-service senior citizen retirement complex totaling 376,188 square feet. The proposed complex included 171 independent living units, 44 assisted living units, and numerous senior living amenities. • Recently prepared the EIR for the Opus West Russell Ranch Project, which consisted of developing a 19.33-acre site with two four-story office buildings totaling 361,000 square feet, three stand-alone restaurants totaling 21,000 square feet, a two-story 47,500-square-foot fitness center, 8,000 square feet of retail space, and an 800-space parking structure. • Prepared a Supplemental EIR for the Westlake Spectrum Planned Development Permit. • Prepared an Initial Study/Environmental Assessment for the Lindero Canyon Road/U.S. 101 Interchange project. • Processed a 428-unit residential development on the hillsides adjoining the Las Virgenes Reservoir. • Processed the development of 131 acres northeast of the Lindero Canyon Road interchange on the Ventura Freeway, with a mixture of business park, general commercial, hotel, and high-density residential development. • Processed the development of approximately 19 acres of surplus School District property north of Foxfield Drive, between Lindero Canyon Road and Blue Meadow Lane, with a combination of low- density residential public and open-space uses. • Processed the redevelopment of a 30-acre industrial site on the west side of Lindero Canyon Road, north of the Ventura Freeway, with up to 525,000 square feet of light industrial/office space. Client Contract Planning Services City of Calimesa In an ongoing assignment, Willdan provides environmental planning services to the City of Calimesa both as contract planning staff and on special projects. Contact The following are representative examples of Willdan's work for the City of Calimesa: 'fir -Indy Anstlne ntenm City Manager • EIR for J.P. Ranch (Tentative Tract Numbers 30386 and 30387): 30'41 ."35_3801 Willdan prepared an EIR for J.P. Ranch, which consisted of Tentative Tracts 30386 and 30387. The project involved converting a poultry (".., R ranch and open space, totaling 320 acres, into 711 single-family lots, a ��`� 7.27-acre commercial site, a 14.88-acre neighborhood park, open _� ' _ . space, and a senior center, with associated roadway and infrastructure improvements. This controversial project required substantial coordination with the City Council, Planning Commission, nonprofit organizations, resource agencies, and the public. Due to public ate; comments, the project design was revised to include a dedicated wildlife corridor. • EIR for Holbert Ranch (Tentative Tract 30545): Willdan prepared an EIR for the development of Tentative Tract 30545 in the City of Calimesa. This project consists of a 131-unit residential development with associated roadway and infrastructure improvements. The steep- WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 14 t ) rio Salt IN sloping project site lies in the foothills of the San Bernardino Mountains. The site is largely undeveloped and contributes to a wildlife ,'7) corridor between Wildwood Canyon and San Timoteo State Parks. As part of preparing the EIR, Willdan assessed the project's compliance r with the City's Oak Tree and Hillside Ordinances. ) • Summerwind Ranch Specific Plan EIR and Mesa Verde Estates Specific Plan EIR: Willdan was responsible for the technical review and processing of two adjacent residential-based Specific Plans in Calimesa. In total, these Specific Plans propose more than 6,000 residential units, along with commercial, recreational, and open space components. • Environmental Documentation for Tentative Tract Map 29964: Willdan prepared a Negative Declaration for a 55-acre subdivision of 44 single- family homes, with 22 acres preserved as open space. • Environmental Documentation for Calimesa Neighborhood Park Project: Willdan prepared the CEQA (IS/MND) and NEPA (EA/FONSI) t documentation for this project, which consisted of developing a 7.26- acre park in two phases. The initial phase involves a 2.79-acre parcel, ' which will include access and parking, a plaza, court game areas, a ) table game areas under a shade structure, a children's playground area, a meandering walking trail, a garden area, picnic nodes, and turf areas. Phase Two comprises 4.47-acres, which will accommodate an additional parking area and restroom facilities, along with an open meadow space, a walking trail, benches, and a par course for general exercising. . Client On-Call Environmental Planning City of Santa Clarita Willdan, in an ongoing role, provides on-call environmental services to the City of Santa Clarita Planning Division. In this capacity, Willdan reviews the CEQA Contact documents prepared by staff for technical and legal adequacy; provides 41r i.>tt Hogan, Ala' guidance on environmental regulations and resources; and prepares nior Pfar,r, r CEQA documents for complex projects and in case of overload situations. In 255_,1;-?30 addition to Willdan's work for the City's Planning Division, Willdan has served 3 as an extension of the City's Capital Improvement Program staff since 2002. In this capacity, Willdan has been responsible for CEQA and NEPA clearances for a variety of capital improvement projects, with tasks including preparation of CEQA/NEPA documents and technical studies, agency coordination, and technical review of documents prepared by other consultants. Examples of Willdan's work for the City of Santa Clarita include: Preparation of the Initial Study/Mitigated Negative Declaration for the Sand Canyon Ranch Estates Project, which consisted of developing 21 custom homes on two adjacent hillside sites totaling 65 acres. The project sites are separated by Sand Canyon Wash and Iron Canyon Creek and would be connected via a new bridge spanning these watercourses. • Preparation of a joint Initial Study/Mitigated Negative Declaration for two nearby hillside development projects proposed by WK Homes. In total, the proposed projects consisted of developing 89 multi-family residential units. WI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 15 f y) t I I Sa I ill • Preparation of the Initial Study/Mitigated Negative Declaration for the c3 Soledad Circle Estates Project, which consisted of developing a 20- r 11 acre site with 150 garden court homes, a community recreational area, two tot lots, and a linear drainage feature/wetland mitigation area. • Preparation of Initial Studies and Mitigated Negative Declarations for f) the Soledad Office Center, the Summit Oaks Office Building, and the C 3 Sierra Highway Office Park, which collectively total more than 330,000 square feet of office space. t • Review, processing, and agency (Caltrans) coordination of the CEQA c (IS/MND) and NEPA (CE) documentation for the Santa Clara River Trail Segment of the Santa Clarita Regional Commuter Trail. The ` project proposes a Class 1 multi-use trail along the northern bank of 1 the Santa Clara River, as well as a spur-trail, which will utilize and abandoned railroad bridge to cross the river. • Preparation of programmatic CEQA documents for annexations, 3 Housing Element program implementation, the City's Non-Motorized Transportation Plan, and amendments to the City's Unified Development Code, including new overlay zones. • Preparation of an Initial Study/Mitigation Negative Declaration and an r , Environmental Assessment for the Santa Clarita Community Center. r ) • Technical review and oversight of the CEQA/NEPA documentation for segments of the Cross Valley Connecter Project. In total, the Cross Valley Connecter comprises a new 8.5-mile roadway from the 1-5 Freeway on the west to the SR 14 Freeway on the east. -) Client On-Call Environmental Planning 11 City of Pasadena Willdan provides on-call environmental planning services to the City of Pasadena. This assignment includes preparation of CEQA/NEPA Documents, Contact the review and processing of environmental documents prepared by others; ? :r}r�iter f' iye ;n�tac project review to ensure compliance with all applicable environmental * nior P!inner;City regulations; and providing in-house and on-call environmental consulting nu,rcmrru:ntai Planner services to assist City staff with environmental issues and regulatory ;,26) 71.4_7231 requirements. Assignments undertaken in this capacity include the following: 11 • Preparation of an Initial Study/Mitigated Negative Declaration for the Pasadena Five Project, which consists of developing 5 custom homes 4 on hillside property in the San Rafael Hills. F ,y . • Technical review of the EIR for the Annandale Canyon Estates Project. “`" t This highly controversial project involves several alternatives for developing approximately 23 acres in the City's western hillsides. Willdan also conducted a third-party review of the proposed grading 3 plans to ensure compliance with Pasadena's Hillside Development Requirements. • Preparation of an Initial Study and Third-Party Review of the EIR for Pasadena's Enterprise Zone. • Preparation of an Initial Study/Mitigated Negative Declaration for the Valley Hunt Club Master Plan. ) • Preparation of the NEPA (Categorical Exclusion) and CEQA (Initial ) Study/Finding of Conformance with the Master EIR) documentation for WWI LLDAN I Proposal for s Public Works On-Call Civil Engineering Design and Project Management Services 16 a , (, (3 „6 t Sit IN 1 the Lower Arroyo Trailhead and Sunset Overlook Projects. The (3 projects included improvements to two trailheads and trail restoration within the Lower Arroyo Seco; and improving the Sunset Overlook, which serves as a west-facing promontory and a traiihead for the ( Gabrielino National Recreation Trail. (3 • Preparation of an Addendum to the Arroyo Seco Master Plan Master (3 EIR for the Hahamongna Watershed Park Annex. The proposed annex consists of 30 acres proposed for passive recreational use, f equestrian facilities, educational facilities, and a nature center. t • Preparation of an Initial Study for AT&T's Lightspeed Project, which involved installing 163 new above-ground utility cabinets and (.3 associated underground fiber optic lines throughout the City. • Preparation of an Initial Study/Mitigated Negative Declaration for the Studio 1300 Project, which consisted of developing new mixed-use building, comprised of 30 residential condominium units and a 13,216 square foot television studio over a three-level subterranean parking structure. • Comprehensive update to the City's Environmental Administrative ( ) Procedures. This document is designed to complement the State O CEQA Guidelines and the City's Environmental Guidelines by providing in-house procedures for complying with CEQA, and by (= identifying, for each environmental topic, thresholds for further study, required standards and best practices, and information sources. • Preparation of an Initial Study/Mitigated Negative Declaration for Caltech's Cahill Center for Astronomy and Astrophysics, which consists of a new 97,645 gross square foot educational building. a Survey/ROW Client Various Projects City of Calimesa Willdan provided survey staking for design of street improvement projects. Contact Willdan also serves as the City Surveyor and provides subdivision map 3 .Mr. Handy Anstine checking. 3 Itenm City Manager 909) 7'35-9801 Client Willdan provided survey staking for design of street improvement projects. City of Grand Terrace Willdan also serves as the City Surveyor and provides subdivision map checking. Contact 309) 824 ?621 I Client Willdan provided survey staking for design of street improvement projects. City of Barstow Willdan also serves as the City Surveyor and provides subdivision map ,) checking. Contact 7130) 256-'1,531 1 WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 17 i A _. Su re IM Client Willdan provided survey staking for design of street improvement projects. r) City of Big Bear Lake Willdan also serves as the City Surveyor and provides subdivision map r Contact checking. 1 (909) 866-7521 (11 Client Public Works Debris Containment Facility City of Rialto The project included the design of a debris containment facility consisting of a three bay containment area for waste storage and a drop-off and pick-up area Contact for roll-off containers. The design included 500 feet of 4-inch onsite water ey Mr. John Wheatl { ojhnt a ley improvements and over 1200 feet of 6-inch sewer line for the collection of (909) 820-2525 Ext. 2101 contaminated run-off from the containment area and the upgrade of onsite sewer facilities. Tasks included aerial and field survey, concept layouts, and preparation of the construction plans, specifications, and estimates. Client Track Map 16295 City of Highland Willdan prepared a tentative map and final map for the City of Highland. The () tract map included 17 adjoining parcels totaling 34.5 acres; 13 parcels were Contact single family residential lots and 4 parcels include the Jerry Lewis Community Mr. Ernest Wong Center, Sam J. Racadio Library and Environmental Learning Center, Director of Public Works/ City Engineer Community Park and Corporation Yard. (909) 864-8732 Ext. 212 Client La Mirada Aquatic "Splash" Park City of La Mirada Willdan provided construction staking for substructures and hardscape for this park project. The $35 million park, which included several pools, buildings, Contact playground equipment, and ball fields, was completed in late 2007. Mr. Steve Forster Public Works Director ,562) 902-23• 1 Client Various Projects City of Yorba Linda Willdan has provided topographic surveys for parks, cross sections for street design, surveys of equestrian trails to reveal encroachments, and documents Contact for the granting and quitclaiming of easements. 3 Mr. "Aark Stowell City Engineer 711 61 717c• ) j Proposal for WI LLDAN I Public Works On-Call Civil Engineering Design and Project Management Services 18 () t Su le ills Client Various Projects City of Cerritos Willdan has prepared parcel maps for the Cerritos Auto Row, plotted out the City Limits per annexation documents, and provided review services for I Contact subdivision maps and easements. Mr. Hal Arbogast City Engineer « (562) 916-1228 13 Client Various Projects f) City of Lake Forest Willdan provides subdivision map checking, lot line adjustments, and easements to and from the cit y. We have also construction staked several Contact large street projects. Mr. Bob Woodings City Engineer 41 (949) =161-3487 Client Various Projects City of Malibu Willdan provides map checking services as well as writing and reviewing legal I ) descriptions for various city projects such as street widenings, street Contact vacations, and acquisition of property for city use. Mr. Claudio Sanchez Deputy City Engineer (310) 456-2489 Client Various Projects City of Paramount Willdan has provided construction staking for a variety of street and public ., Contact works projects including the new Civic Center. lb Mr. Chris Cash I'��blic Works Director 562) 220-2020 Landscape Client Ross Park Fence Construction Support City of Anaheim The City of Anaheim retained Willdan to provide construction support services for the installation of a six-foot high decorative wrought iron fence and ^ Contact pilasters. Services included materials submittals and final walk throw h for ,sir. Antonia `an ioval 9 PC3nnincl ^,1. nadar plans compliance. -11) :-:,5.5;s;n Client State Route 90 Construction Support City of Yorba Linda Provided construction support services for the landscape architectural portion of State Route 90 (Imperial Highway) Segments 5 and 6 from Rose Avenue to Contact Kellogg Drive - approximately 3.7 miles. Mr . hn Arias President (714) 'i8 ,-11;)0 WWI LLDAN Proposal for I Public Works On-Call Civil Engineering Design and Project Management Services 19 4. { ) ,) ,) - 1, . 1 , ,, t Su Be is P3 (3 Client Citywide Entry Signs I) City of Hawaiian Gardens The City of Hawaiian Gardens retained Willdan to perform construction support service and construction observation services for the installation of r'"3 Contact three city entry signs at various locations. Mr. Charles Vosicka, PE City Engineer ) (562) 420-2641 ( ) Client Alondra Gateway Improvements c) City of Paramount Prepared plans and specifications and provided construction observation for the Alondra Gateway Improvements, improvements to the City entry at Contact Alondra Boulevard and the 1-710 Freeway. This project was constructed by l* Mr. John Marino the contractor for the Somerset Ranch Road setback improvements. Assistant City Manager (562) 220-2022 Client Greenway Entry Statement Landscaping City of Bellflower Prepared landscape treatments at old Pacific Electric right-of-way crossings of ( ) Alondra Boulevard and Bellflower Boulevard for entry statement to City Contact Center. t Mr Jerry Crabill I ) Transportation Engineer (562) 804-1424 ) Client Kanan Road at U.S. 101 Freeway Landscape Modifications City of Agoura Hills Willdan was retained to expand the landscape improvements currently under -) construction for the Kanan Road and the U.S. 101 Freeway interchange. The Contact landscape modifications will occur on the southwest quadrant of the new 10 Mr. Nathan Hamburger interchange/cloverleaf configuration. Assistant City Manager 1 818) 597-7308 Client Eastbound Portion of 91 Freeway/Bellflower Boulevard Interchange City of Bellflower This landscape project will beautify the existing freeway interchange that serves as the major entry into the City. The existing landscaping was installed Contact in 1974, and has severely deteriorated. Willdan submitted three landscape qtr Jerry Stock. I- E City Engineer concepts, one of which was approved by the City, under a separate contract. F2) „i i 12.1 Our task for this project is the preparation of construction plans, specifications, and cost estimates (PS&E). The landscape treatment includes trees and shrubs, rock paving, decorative concrete paving, lighting and palm trees. This highly visible project is the initial effort towards a citywide beautification. Client 1-10 Freeway Landscape Beautification Program City of El Monte The City has retained Willdan to provide landscape concept design services for all freeway on-ramps and off-ramps within City limits. The project is part of Contact the Citywide Interstate-10 beautification program. The scope of work includes Mr xev Tcharkr outia City Engn-ee r color renderings, view simulations, and presentations to Planning Commission 2e( 30 ,,.,�6 and City Council meetings. ) ) WWI LLDAN Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 20 i c ( Stile o is Client Bellflower Boulevard/Route 91 Interchange (111 City of Bellflower This project will enhance the freeway interchange that serves as the major (3 Contact entry into the City. The existing landscaping was installed in 1974 and has severely deteriorated. New landscape treatment includes planting, irrigation, Mr. Jerry Stock, PE rock paving, and palm trees. All work will be coordinated with future k; City Engineer;562) 804-1424 soundwall projects. t3 Client Landscape Plan Check Services City of Anaheim The City of Anaheim has retained Willdan to review landscape plans for (3 compliance of City codes and ordinances regarding landscape developments Contact in the public right-of-ways, subdivisions (homeowners association and special Ms. Melanie Adams district properties) and commercial/retail projects. t 714) 765-4432 Client Long Point Resort Hotel Plan Checking City of Rancho Palos The City of Rancho Palos Verdes has retained Willdan to provide landscape Verdes architectural plan checking services for the new resort hotel located at the Contact former Marineland property. Mr Ara Michael Mihranian t Senior Planner (310) 544-5228 Client Landscape Architectural Plan Check City of Huntington Beach The City of Huntington Beach has retained Willdan to provide plan checking services for all landscape architectural related projects, such as residential, 13 Contact commercial/retail, industrial and public works. The services will be performed Mr Chaves Davis Landscape Architect on an on-call basis. 711! 5 36-5431 Client Landscape Inspections Services City of Anaheim The City of Anaheim has retained Willdan to continue observing the landscaped areas installed by the tract developer(s) prior to developer's bond Contact releases. The areas are primarily in the Anaheim Hills region. ✓ls Anita Heppe 7'.4 765-5100 Client Landscape Architectural Plan Check City of Fontana The City of Fontana has retained the services for plan checking all landscape architectural plans. Plan checking services will include sites such as industrial Contact and commercial centers, subdivision-multi-family and single-family, Mr :,r g r'suckneU homeowners associations parcels, street medians and parkways, community ) )0!a1 () 646 facilities districts, parks and both private and public buildings. In addition, the City has requested that 5 hours per week be dedicated for performing the plan checking at the City, and assist with any questions or information related to a specific project. ) ) Proposal for WI LLDAN I Public Works On-Call Civil Engineering Design and Project Management Services 21 9 O () r) Stile IN Client Durfee Thomson Elementary School Outdoor Classroom Amigos de los Rios Willdan has been retained to provide a high efficiency irrigation design for an outdoor classroom demonstration garden. The garden will consists of Contact California native plants suitable for the geographic area. The services include Mr. Bryan Albin' Project Manager the preparation of construction drawings, specifications and cost estimates. (3 (626) 798-2833 ( Client Project No. A0303-Irrigation at Various Schools El Monte Unified School Willdan will provide irrigation inspection for several school projects throughout District the El Monte School District. The work will involve the installation of new 4" t main lines, RC Valves, nonpressurized lines and other appurtenant work. Contact Mr. Abraham Thomassian Project Manager (909) 305-2332 (10 Client Del Amo Median Improvements 1) City of Lakewood Willdan was retained to renovate the existing landscaped medians on Del Amo Boulevard from Hayter Avenue to Allred Street for the City of Lakewood. t` Contact The concept for the medians included lawn and concrete maintenance walk. ( i7iroctor of Public Works Ms. Lisa Rapp During the project all shrubs, turn, irrigation equipment and concrete were t`62} 666 9771 removed and existing trees were assessed as to whether they would be removed or protected in their place. Client Centralia Street Medians Landscape Improvement City of Lakewood Willdan will provide landscape architectural services for median improvements S on Centralia Avenue, between Belshire Avenue and Hawaiian Avenue. The Contact scope of work includes site research, concept plan, final PS&E construction ms. Li 'a Sapp drawings, specifications and engineers estimate. Uirot:tor of Public Works b2) 166-9771 Client Landscaping and Irrigation Inventory LMADs 3-5 & Art City of Yorba Linda The City of Yorba Linda retained Willdan to prepare a landscape inventory of the City's Landscape Maintenance Assessment Districts (LMAD). The goal of Contact the inventory is to lowering long-term maintenance costs, improve operational Ruhr 'ru e Lltor, efficiency, and enhance water conservation. The scope includes: a) conduct a landscape inventory of the LMADs 3, 4, 5 and arterial roadway areas, and b) analyze the information. The inventory will be divided into two categories: a) irrigation equipment profile for each point of connection (POC) and, b) detailed description of specific characteristics at each controller location. Finally, this document will assist the City in developing a customized landscape maintenance program that will enhance the aesthetic appearance, improve the day-to-day management of operations and ultimately address the long-term financial objectives of the City by balancing the annual costs with available revenue sources. WWILLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 22 () ' Suet IN C) Client Landscape Maintenance Bid Docs for LMD 24, 27, 32 3 City of Calabasas The City of Calabasas has retained Willdan to update the contract documents, specifications, and plans for the landscape maintenance of certain designed (') Contact common and public areas within LMD 24, 27, and 32. The LMDs' comprise of 11 Mr. Steve Bail perimeter slopes, medians, parkways and sidewalk areas. In addition, this Manager r updated contract document will address issues such as operational efficiency, ' (818) 878-4225 water conservation and visual improvement of existing landscaped areas. t i 3 Client Fountain and Monument Sign Enhancement City of Hawaiian Gardens The City of Hawaiian Gardens has selected Willdan to design an entry monument sign in conjunction with a decorative water feature and landscape Contact improvement. The improvements include constructing a fountain pool with Mr. Nicholas Nguyen water jets and waterfalls, decorative paving and walls with accent brick and/or City Engineer stone around the fountain pool, and the inclusion of the City approved entry (562) 420-2641 p ty PP ry all monument sign. Our tasks include the preparation of plans, specifications, 1 and construction estimates, utility coordination, construction support, and construction observation. () E ) Client 401 South Tustin Street Campus Alexander and Hibbs Willdan has been retained by Alexander and Hibbs Architects to provide Architects landscape architectural services for a health care facility campus comprised of Contact a crisis residential center, a wellness center, a vocations training center, an Mr. .\Ilen Hibbs administration building, a maintenance building, and site improvements on a of)lect Architect,Manager three acre site. Our scope includes the preparation of conceptual plans, i 714) 630-3686 construction drawings and construction support services. Client Brookhurst Park Construction Support City of Anaheim The City of Anaheim has retained Willdan to provide construction support i Contact services for the building architectural portion of the park improvements. The improvements include new crew quarters, expanded parking area for utility "^s Naomi Gruerrthal trucks and new perimeter block walls. )Er,n„an;ty `services -;1 1pervisor 3 y 71 -1. 765-4465 Client Pacific Coast Highway Streetscape Beautifications :ity of Long Beach The City of Long Beach, Redevelopment Bureau, has retained Willdan to provide plans, specifications and estimates (PS&E) for the Pacific Coast Contact Highway Streetscape Beautifications, ready for Caltrans review submittal ) ',Ir. A!r+o =cr,;r°,r,ier regarding Encroachment Permit Application. The project limits cover the area rime,,,-=l� prr,ent N. Hr u;iO4 9 9 PP P 1 rr n±t�;r within Caltrans' right-of-ways on Pacific Coast Highway from 1-710 on-ramp to h2; (, 77<), the City's western boundary. Beautifications/improvements will include street trees, entry signage, street furniture, street corners enhancement and ADA compliance, ornamental scrolls and banners on existing street light poles and decorative bus shelters. 3 WVVILLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 23 i ( ) (3 Y � (3 SU IN Client Redevelopment Bureau-Landscape Beautification City of Long Beach The Redevelopment Bureau in the City of Long Beach has retained Willdan to provide landscape architectural services for various site improvements Contact throughout the North Long Beach area. Projects include beautification of Mr. Aldo Schindler Redevelopment & Housing existing storefronts, landscape improvements at vacant lots and sidewalk 3 Coordinator improvements. ( (562) 570-7742 Client Riverfront Park City of Maywood Conceptual studies, bidding and construction documents, construction ( observation. This seven-acre park is a "brown-field" site formerly devoted to Contact railroad and industrial uses. Recently bid, the park is extensively landscaped Mr. David Mango and irrigated. Improvements include restrooms, picnic facilities, play area, Director of Building & playfield, natural features, and extensive lighting. Planning i323) 562-5721 (1 Client Landscape Improvements Paramount Petroleum Paramount Petroleum Corp. has retained Willdan to prepare conceptual and ! ) Corporation construction drawings for landscape improvements along Somerset Contact Boulevard. The improvements will include trees and shrubs, irrigation, and Mr. Forrest Hunter block wall and gates enhancements. Furthermore, adjacent to the DWP 562) 531 2060 easement, a bike path will be constructed as per the concept plan. Client La Palma Park Master Plan — Architectural/Site City of Anaheim The City of Anaheim has retained Willdan to prepare an updated concept drawing for the La Palma Park Master Plan. The site will include a premier Contact football and baseball stadiums. In addition, other facilities include a 1,200 P irrie;la ruler seat performing arts center and a community center. (71:I) 733-'t4r 3 Client California Estates Frontage Landscape Improvements City of Paramount Willdan has previously prepared a Conceptual Landscape Plan for the City of Paramount and the Owners of the California Estates, manufactured home Contact park, properly for review. The City of Paramount and the property owners n-et�, r ,�, ,� have approved our concept plan and would like Willdan to proceed with the , preparation of the landscape construction documents. Our task is to prepare landscape construction plans, specifications and construction estimate. ) 3 WI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 24 r - ) (3 Sit Be in Project Team Public agency infrastructure projects are the cornerstone of Wilidan's Mr. Klatt's business. Willdan offers a highly qualified team of professionals with the technical qualifications and diverse capabilities necessary to undertake any Credentials aspect of design, management or support services of any project assigned by the City of San Bernardino. Although overall firm credentials and experience r) Education are important, the key to a successful project is the caliber and depth of California State University- experience of the specific individuals assigned to the project team. Team Long Beach members need the experience and knowledge to quickly resolve project Bachelor of science- challenges and field issues, but they also need excellent communication skills Civil Engineering to interact with the various stakeholders. The Willdan team meets these requirements! C) Registration/ Willdan staff know the local stakeholders in the City and County of San Certification Bernardino and has outstanding relationships with local utility companies. Our California, CE 27086 relationships and knowledge allow us to put together an unparalleled team that is technically qualified to assist the City of San Bernardino in performing 36 Years Experience the entire scope of services as described in the RFP. The capabilities of our team will meet and/or exceed the engineering and management activities required by the City. Our superior credentials combined with relevant, local experience on similar projects makes Willdan the clear choice for the City of San Bernardino. The Contract/Project Manager we have selected to serve the City is a highly- qualified individual with the task-to-talent match to meet the stated goals. Mr. Gene Klatt, PE, will oversee our project team in meeting the objectives of the assigned project while serving as the key liaison with the City's representative. Having in the past served the City of San Bernardino Public Works Department for 14 years, Mr. Klatt has a unique advantage and history of the City, its needs, issues and concerns. He has had a working relationship with many of the staff members and is familiar with policies and procedures used by the City. In addition to his work in San Bernardino, Mr. Klatt has extensive experience in other municipal settings. Because of his background, Mr. Klatt understands the concept of"on call" professional staff. This understanding includes a realization that the call may be for survey, a quick study, complete plans and specifications, support ) services, application processing, construction management, dispute resolution or any one of the many things faced by City staff when turning ideas or opportunities into completed projects with little or no advance notice. He has the ability to discuss the needs with City designated staff and formulate a plan quickly. Backed by the resources of the Willdan organization, the team will be able to quickly turn ideas into projects. WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 25 ., i 3 (0 c\1 c ) 4 O a • --.', 4 .. (3 - .4- : (7) 4 . 13 .0 • .- (3 fl ' i 2 v -, cr uLl cac .•- • — , f 1 Fr 1 fl i CC 3 1 C -0 i 1 i i - 4 0 C 0 In I .b e 4 r. ,,:. III .. i 1 ' - '* 4 1 0 1 / 1 -.. , Al ;3 f i •,,, A = 3 1 l''' a. A 1. fl { 3 '1 , , , s I 1 -, us (.10 I! , I i . 1 r regai.get , t: ; 1111 -11 - .... ,... I tri i -z 1. _ C ' ' () '' :'''•!, '-- 2 , I i/I , 0 ..3 - 4, 1 I I ma , s . ti '1 1 till 1, I ) ; , ; t 1 1 ) :' i 4,' ,,, I • ' 'meta 1 ' 4 1 I EXIV It ' fa D J 01 1 ) I, li 1 I .1 1 v -.e ) , g;-' ,.. 3 .... ct7, 11 a ) ..c , - (,..) ) c infirm /I -: ) 0 1111 as ) hi ....., ) 3 3 '. 3 . ) ______ ) Z .,) < 0 ) --I --I ) ) ... IP ) fi (') ► Su in Project Role Title Key Personnel Hourly Rate Classification Principal in Charge Mr. Ronald Espalin, PE as Principal-in-Charge, he will be responsible for overall quality control/quality assurance and for ensuring that the County of r) Senior Vice President- San Bernardino's needs are met with timely, cost-effective responses. Mr. Regional Manager II Espalin has extensive experience in managing engineering and technical staff and has served as the responsible engineer for plan check and inspection t") Hourly Rate Classification: services for numerous cities and counties. He has served as on-site Building ( Principal Engineer official overseeing all aspects of building and safety operations for cities in the Inland Empire, Coachella Valley and other regions in Southern California. Mr. 3 Espalin has served as interim Building Official for local cities in San 10 Bernardino and Riverside Counties. Contract/ Mr. Gene R. Klatt, PE will have overall responsibility for coordinating, Project Manager assigning, and supervising all civil design engineering services. Mr. Klatt has over 36 years of experience in civil engineering, with 26 years in design and 9 City Engineer I years in all phases of municipal public works. Prior to re-joining Willdan, Mr. Klatt was employed by the Porterville as City Engineer, City of San Bernardino Hourly Rate Classification: as Assistant City Engineer/City Engineer and City of Norco as Deputy City Engineer Director/Deputy City Engineer. Since joining Willdan, he has been assigned to the City of Rialto Development Services Department, Public Works Department and Redevelopment Agency assisting with their CIP and special projects. As a Senior Engineer in the Capital Projects Division in the Public Works Department. He was responsible for managing consultants in the preparation of plans, specifications, estimates and reports for municipal and • building projects. Roadway Mr. Carlos Zamano, PE has over 15 years of experience in civil engineering, with 7 years in design and 9 years in all phases of public works. Prior to re- Group Manager I j joining Willdan, Mr. Zamano was employed by the City of Moreno Valley as a 3 Senior Engineer in the Capital Projects Division in the Public Works 3 Hourly Rate Classification: Department. He was responsible for managing consultants in the preparation Group Manager ' of plans, specifications, estimates and reports for municipal and building projects. ) Quality + — — Mr. David Hunt, PE is responsible for the quality and timely delivery of a Assurance/Quality I variety of civil engineering design projects involving the resources of Willdan's Control full-service engineering capabilities. In his 34-years of experience as an 1 engineer in the Southern California area (24 with Willdan), Mr. Hunt has Chief Operating Officer developed an expertise in public infrastructure design, award, and construction. His expertise includes flood control design (including scour Hourly Rate Classification: ! analysis, project reports, flood insurance studies, and flood plain risk Principal Engineer assessment/location); water and wastewater master planning and design; assessment engineering; and street improvement projects. He has worked on projects throughout Southern California and has been project manager for numerous major U.S. Army Corps of Engineers flood control projects. I Proposal for WWILLDAN I Public Works On-Call Civil Engineering Design and Project Management Services 27 G" Su 6e IN Project Role Title Key Personnel r 3 Hourly Rate Classification Roadway Mr. Kenneth Steele, PE is an accomplished project manager for major multi- discipline and multi-agency transportation projects, known for providing 11$ Project Manager II innovative quality engineering services and meeting clients' project budgets and schedules. A Division Manager for Transportation Projects, Mr. Steele has Hourly Rate Classification: 24 years of management and design experience, including the design of: light `• Project Manager rail and railroad design, state highways, new streets, street widening, street realignments, and pavement rehabilitations; grade separations, and CPUC coordination; flood control facilities, water and sewer projects; and traffic signals, signing and striping. He has supervised the preparation of feasibility studies, project study reports, project reports, safety studies, bid documents, and construction specifications, issuance of grade certifications, and construction administration and inspection. Mr. Steele is extremely proficient at managing several subconsultants and combining multiple disciplines in projects. Roadway Mr. Eric Wiebke, PE has led many transportation projects for the City of Anaheim and has personally served as Project Engineer or Project Manager Project Manager I for many major transportation improvement projects in Southern California ( including noise studies, rail systems, interchanges, and roadway Hourly Rate Classification: improvements. In his capacity as Project Manager and Project Engineer, Eric Project Manager has coordinated the work and managed the oversight of the various project consultants and their subconsultants on behalf of the local agency. He has 3 also coordinated and managed Caltrans oversight projects for local agencies S and has experience in agency coordination and team management. Recently, Mr. Wiebke worked on the BNSF soundwall project and the Gene Autry Way/I5 projects, both involved working with Caltrans and OCTA. He also played a key role in Caltrans projects, Tustin/91 and East/91. Roadway Mr. Tyrone Peter is a Senior Design Engineer I with three years of experience. He is primarily responsible for the design and preparation of Senior Design Engineer I plans and specifications of public works improvement projects, including streets, highways, storm drains and writing specifications for several public Hourly Rate Classification: I agencies in Southern California. In addition, Mr. Peter is proficient with ) ' Senior Design Engineer I AutoCAD software and MicroStation software. Roadway Mr. Johnny Ghazal, EIT is a Senior Design Engineer I at Willdan with over six ) years of diversified civil engineering experience covering public works and Senior Design Engineer I private sector projects, preceded by over six years of residential and commercial construction experience. His engineering experience has Hourly Rate Classification: included the design of master planned communities, reservoir sites, pipelines Senior Design Engineer I ! and wastewater treatment plants. Tasks have included the preparation of tentative and final tract maps, street improvement plans, water and sewer improvement plans, grading plans, storm drain plans, specifications, and estimates. Mr. Ghazal is proficient with AutoCAD Land Development Desktop. WVVILLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 28 i .,. f Sal IN Project Role Title Key Personnel Hourly Rate Classification Traffic Ms. Vanessa Munoz, PE, TE, PTOE has 12 years of experience in transportation planning and traffic engineering. Ms. Munoz brings a wide Project Manager I range of abilities equally suited to serving public agencies as well as project management. She is responsible for analysis, coordination, and design of Hourly Rate Classification: various projects, including preparation of plans, specifications and estimate ) Project Manager (PS&E) for traffic and street improvement projects. Ms. Munoz has assisted with various cities' development review process, and preparation and review of traffic impact studies, engineering and traffic (E&T) surveys, traffic signal t3 and stop warrant analysis and has secured funding for various projects (7) through the Safe Routes to School (SR2S) and Highway Safety Improvement Program (HSIP) grants. Ms. Munoz is bilingual, fluent in the Spanish language. t Traffic Mr. Herbert L. Gluesing, Jr., PE, TE, PTOE will be directly responsible for the overall conduct of the traffic engineering of the project, including allocation i Vice President-Group of resources, project coordination, and quality assurance. Mr. Gluesing has Manager II more than 42 years of experience in all aspects of traffic and transportation engineering, with specialization in design and operations. Mr. Gluesing is Hourly Rate Classification: responsible for coordination to implement the transportation design Group Manager improvements on contract bid documents. ) Traffic Ms. Ruth Smith, TE, PTP is a Project Manager I at Willdan with more than 31 years of experience in traffic and transportation engineering. Ms. Smith's . Project Manager I duties include performing traffic studies for client cities, such as preparing a neighborhood traffic/parking management plan, and recommending future j Hourly Rate Classification: actions to upgrade a two-lane roadway to a multi-modal corridor. Project Manager Prior to joining Willdan, Ms. Smith's experience has included supervising the preparation of traffic impact, parking, trip generation and on-site circulation 3 studies and reports. Ms. Smith met/interfaced with clients and municipal staff, coordinated work with civil engineering and environmental consultants, and appeared before planning commissions, city councils and boards of supervisors. She prepared studies for a variety of developments, both large and small, including planned communities, commercial developments, warehouses, distribution centers, churches, an asphalt plant, wineries, and PR/PSRs for new and existing freeway interchanges. Ms. Smith collaborated with developers, their architects and civil engineers to redesign on-site circulation plans and project access to improve traffic flow and meet jurisdiction requirements. J WI LLDAN I Proposal for } j Public Works On-Call Civil Engineering Design and Project Management Services 29 v l ` Sit IN t Project Role Title Key Personnel Hourly Rate Classification Traffic Mr. Jeffery, Lau, EIT is a Senior Design Engineer II. Prior to joining Willdan, C31 Mr. Lau interned with the Cities of Chino Hills and Glendale where he was Senior Design Engineer II introduced to the various facets of traffic engineering, including field investigations, traffic data collection and analysis, traffic design, and project Hourly Rate Classification: management. Since joining Willdan, Mr. Lau has been involved in fieldwork, (') Senior Design Engineer II design, and drafting on a variety of traffic engineering projects including traffic signals, signing and striping, street lighting, and construction traffic control. Mr. Lau has also assisted in the preparation of traffic impact studies and (3 analysis, plan checking, and engineering and traffic survey updates. Mr. Lau is highly proficient in numerous traffic software programs such as MicroStation, AutoCAD, ArcView GIS, Synchro, HCS+, Crossroads Collision Database, and Visual Basic. 'Traffic Mr. Peter Keresztes manages a variety of traffic related design projects including freeway and interchange improvements, street lighting, traffic Senior Design Manager signals, traffic control and signing and striping. Mr. Keresztes brings 21 years c ) I of traffic engineering experience to the project team. Hourly Rate Classification: Senior Design Manager ) Traffic Mr. Bob Burch offers 16 years of traffic design experience and has extensive with both AutoCAD and Micro Station. Specifically, his experience relates to r i Senior Design Manager preparing PS&Es for street lighting, traffic signals, signing and striping, traffic control, and stage construction projects. Hourly Rate Classification: Senior Design Manager ll Traffic ; Mr. Juan Avila possesses over 5 years of traffic engineering experience and 3 has assisted with field work and drafting on a variety of traffic engineering Design Engineer II projects ranging from traffic signals, signing and striping, street lighting, and construction traffic control. Mr. Avila has also assisted in the preparation of Hourly Rate Classification: traffic impact studies and analysis, plan checking, and engineering and traffic Design Engineer II survey updates. Mr. Avila is proficient in software programs such as MicroStation, AutoCAD, PC Warrants. Sewer/Flood Control Mr. Kenneth Taylor, PE will be the Project Engineer for Drainage Facilities Design projects. He is responsible for the preparation of hydrology and Group Manager II hydraulic calculations and reports, and the design of storm drain and channel improvements. He has managed several large Los Angeles River Hourly Rate Classification: improvement projects for the U.S. Army Corps of Engineers. Group Manager VVI WI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 30 4 () ► Sa IN 1 Project Role 3 Title Key Personnel Hourly Rate Classification Sewer/Flood Control Mr. Mark Komoto, PE has an extensive and diverse background. He has r 3 served both public and private entities in roles as designer, inspector, project r3 Project Manager I engineer, project manager, consulting engineer, associate civil engineer, and senior civil engineer in California, Arizona, and Colorado. He served as a Hourly Rate Classification: Senior Civil Engineer for the City of Anaheim from 1987 to 2004. His Project Manager experience includes managing the Combined Central, East, and West Anaheim Areas Master Plans of Sanitary Sewers; managing the Katella Avenue Sewer Project from Disneyland Drive to Harbor Boulevard (3 (approximately 2,640 linear feet of sewers); and managing various joint I _ venture projects with the Orange County Sanitation District (OCSD). Sewer/Flood Control Mr. Ray Wellington, PE has served both public and private entities in such a roles as design engineer, inspector, traffic engineer, project manager, 10 Project Manager I construction manager, consulting engineer, city engineer, public works director, general manger, and owner. These various roles have involved (1 I Hourly Rate Classification: coordination with boards, councils, commissions, clients, committees, staffs Project Manager and stakeholder interest groups, and a variety of infrastructure planning, funding, design and improvement construction. Within these roles he has addressed development siting, project economics and funding, rates and fees, f subdivision mapping, agreements, facility integration, construction, occupancy, and maintenance of facilities. He has dealt with matters of litigation, arbitration, regional wastewater agreements, water conservation issues, recycled water usage, historic water rights in groundwater basins and surface flows, plus groundwater management and negotiations with basin pumpers. III Sewer/Flood Control Mr. Robert Brandom, PE has worked on a variety of water, wastewater, and recycled water planning, preliminary design, and design projects over the Project Manager I course of 23 years. He has managed and/or worked on a number of water master plans, urban water management plans, water supply assessments, 3 Hourly Rate Classification: I subarea master plans, well siting studies, and water distribution/hydraulic Project Manager modeling studies. He is also experienced in sanitary sewer master plans, sewer inflow and infiltration studies, sanitary sewer management plans, and sewer/lift station feasibility studies. He has managed and/or worked on ! I recycled water projects including master plans, feasibility studies, and distribution analyses. He also has experience on pump station, lift station, pipeline, sewer, reservoir, and treatment plant preliminary design and design projects. Sewer/Flood Control 1 Mr. Gary Roepke, PE has over 30 years of professional experience in a wide variety of civil engineering projects. He has been in charge of master Vice President-Group planning, preparation of reports and studies, design of site development ! Manager II ! projects for municipal, industrial, commercial, and military facilities involving j ! water supply, transmission, and distribution systems; drainage and flood Hourly Rate Classification: control systems; wastewater collection and pumping systems; and Group Manager ! construction administration, inspection and start-up. i WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 31 3 Sit IN Project Role Title Key Personnel Hourly Rate Classification Sewer/Flood Control Mr. Mike Bustos, PE is a design engineer in the Ventura office where he has worked in multiple facets of civil engineering. Mr. Bustos is responsible for the r I Associate Engineer I design and preparation of plans, specifications, and estimates for such types of projects as water distribution pipelines, potable water wells, booster pump Hourly Rate Classification: stations, sewer rehabilitation, force mains, and grading. Mr. Bustos also has (') Associate Engineer gained valuable experience in on-site construction management, off-site construction administration, and periodic construction observation of public works projects. CP Environmental Mr. Dean Sherer, AICP is an urban and environmental planner specializing in land use planning, environmental documentation and analysis, and general Principal Planner plan element preparation. Mr. Sherer has over 29 years of experience in the management and preparation of planning studies, public policy plans, and Hourly Rate Classification: environmental studies including initial studies and environmental impact Principal Planner reports. Mr. Sherer's projects include CEQA/NEPA documentation for various i federally funded transportation improvement projects, various current planning assignments, zoning ordinance updates, and general plan elements. ) Environmental Mr. John Bellas is an environmental planner with a background in natural and socioeconomic resource investigation. He has 10 years experience in Principal Planner preparing environmental documents and evaluating impacts to environmental resources. Mr. Bellas has written environmental documents for residential and Hourly Rate Classification: commercial developments, roadway projects, public utility facilities, and . I Principal Planner recreational facilities. Environmental Mr. AI Warot is responsible for overall management and oversight of the firm's planning operations. He has more than 37 years of professional Vice President-Group planning experience that has involved employment in both the public and Manager II private sectors. His experience spans all aspects of planning, including current, advance, and environmental planning, as well as housing and Hourly Rate Classification: community development. Group Manager Survey/ROW j Mr. David Knell. PLS will be responsible for all phases of survey work and right-of-way engineering. He has also been involved in several large Vice President-Group redevelopment projects, route surveys, and right-of-way surveying. Manager II Responsibility will rest with Mr. Knell to coordinate proper integrations of surveying information with design and to prepare any required legal Hourly Rate Classification: ' descriptions and easement documents. Mr. Knell has more than 38 years of Group Manager experience in the survey and mapping field. WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 32 9 Sit 1 IN 0n) Project Role Title Key Personnel Hourly Rate Classification Survey/ROW Mr. James Mitsch, PE has over 45 years of experience in civil engineering ` and land surveying and is currently assigned to the engineering plan checking City Engineer I team in Willdan's City Engineering Services Department. Hourly Rate Classification: Mr. Mitsch served the City of Hawthorne, CA, where he ran the engineering City Engineer division for five years before becoming City Engineer and Public Works E Director which positions he held for fourteen years. While running the Engineering Division and as City Engineer, he was responsible for the checking and approval of all improvement plans, streets, sewer, water lines, lighting districts, grading plans, traffic improvement plans, and construction cost estimates, and tentative and final tract and parcel maps, both for the City and for private developers applying for permits within the City. As Director of the Redevelopment Agency for the City, Jim oversaw all aspects of major redevelopment projects, including infrastructure, transportation, commercial, and residential dimensions. His responsibilities also included that of chief negotiator and liaison representative with multi-jurisdiction for the I reconstruction and realignment of the Santa Fe Railroad public works project for the City. Landscape Mr. John Hidalgo, RLA has more than 22 years of landscape architecture experience encompassing a variety of activities. These include design Group Manager I development, project management, client and agency coordination, and overseeing projects from conception through completion, as well as Hourly Rate Classification: construction documentation and observation. He is familiar with various local, ® Group Manager state and federal codes, regulations, procedures and standards relating to city planning, construction, safety, park and facility planning, and other building j activities. He has successfully completed projects in compliance with these various standards. --------------- ------------ Landscape i Mr. Bryan Nguyen, RLA will assist in design and will be responsible for production of plans, specifications, and estimates (PS&E). Mr. Nguyen will be Senior Landscape ; responsible for administering the various tasks involved with landscape Architect ' development. He has over 15 years of landscape and graphic design j experience. Mr. Nguyen's experience includes the development of conceptual Hourly Rate Classification: landscape plans and the preparation of construction documents, including Senior Landscape specifications and estimates. Architect Pavement Mr. Tom Kirk, PE oversees the design and construction engineering of many municipal public works and street reconstruction and rehabilitation projects. Senior Engineer Mr. Kirk will assume the role of pavement design leader by directing, establishing and finalizing the structural upgrade methods and will prepare any Hourly Rate Classification: pavement studies. He will monitor and review pavement design development Senior Engineer and will locate reconstruction areas. Mr. Kirk has been involved in pavement design of over 200 projects in the past 25 years, most of these extending through construction and long-term monitoring of performance. WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 33 CV) 4 (3 Su le IN Project Role Title Key Personnel F Hourly Rate Classification Utility Coordination Mr. Ed Cox provides utility coordination services including working closely ` with the utility companies. Mr. Cox understands public works construction, ' Utility Coordinator project schedules, and the importance of completing projects on schedule without utility delays. He possesses over 29 years of public works experience. Hourly Rate Classification: Utility Coordinator (.. CADD Support To Be Determined Hourly Rate Classification: To Be Determined Staff Availability Willdan is committed to providing the staffing and resources required to complete the City's projects and meet its needs on schedule and at the rates stated. To ensure we meet this commitment, we will prepare labor projections and resource allocations for all of the projects requested. The Principal- in- Willdan will make it a Charge and Contract/Project Manager will be the primary contacts for the City. commit the labor Once the needs are known, they can prepare staff allotments and estimates for review and discussion with appropriate City staff. The City can rest resources necessary assured that sufficient dedicated staff will be available for projects and, if not, to complete projects Willdan will advise the City of staff availability before accepting the assigned on time and assignment. within budget The table on the following page summarizes the qualifications and the proposed roles and responsibilities of the proposed staff members for the City of San Bernardino. Additional resources will be added as workload increased to meet the demand from the City. ) ) ) 3 WI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 34 O t3 t i f3 SalI T IN t' Team Members Technical Discipline Roles & Responsibilities Ronald Espalin, PE Civil Engineer Principal-In-Charge Gene Klatt, PE Civil Engineer Contract/Project Manager David Hunt, PE Civil Engineer Manager QAQC Manager t Kenneth Steele, PE Civil Engineer-Roadway Roadway Design t Eric Wiebke, PE Civil Engineer-Transportation Roadway Design Engineer f Tyrone Peter Y Senior Designer Roadway Design/Auto CAD Vanessa Munoz, PE,TE, PTOE Civil Engineer- Traffic Engineering 10 Transportation/Traffic H.Lew Gluesing, PE,TE, PTOE Civil Engineer Traffic Engineering Johnny Ghazal, EIT Civil Engineer Roadway Design Ruth Smith,TE, PTP Civil Engineer Traffic Engineering I Jeffrey Lau, EIT Civil Engineer Traffic Engineering Peter Keresztes Designer Traffic Engineering/Auto CAD E Bob Burch Designer Traffic Engineering/Auto CAD ) Juan Avila Designer Traffic Engineering/Auto CAD Kenneth Taylor, PE Civil Engineer Sewer/Flood Control 10 Civil Komoto, PE Civil Engineer Sewer/Flood Control Ray Wellington, PE Civil Engineer Sewer/Flood Control/WQMP/SWPP Robert Brandom, PE Civil Engineer Sewer/Flood Control Gary Roepke, PE Civil Engineer Sewer/Flood Control/Wastewater Treatment Mike Bustos, PE Civil Engineer Sewer/Flood Control Dean Sherer,AICP Planner Master Plan/Environmental/Planning John Bellas Planner Master Plan/Environmental Planning Albert Warot Planner Master Plan/Environmental Planning 3 David Knell, PLS Surveyor Survey James Mitsch, PE Surveyor Survey John Hidalgo, RLA 9 Landscape Architect Landscape I Bryan Nguyen, RLA Landscape Architect Landscape Thomas Kirk,PE Civil Engineer Pavement Design Edward Cox Utility Specialist Utility Coordination 3 WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 35 i r � ) ( Si1 i' IN Project Approach Management Approach The Willdan team's management approach to successfully executing projects Our four primary goals has been proven to be effective in meeting or exceeding client goals for are to assure the completing our tasks within or below budget and on or ahead of schedule. Our projects: approach is based on 44 years of experience performing civil engineering design projects for numerous cities and counties. Our project management t Meet the City's approach includes the following major three components. i 3 objectives; 1. Project Planning • Complies with applicable City • Define project scope and schedule with the client standards; • Identify project manager and assemble the right project team • Organize the project by tasks and sub-tasks • Is completed within the • Prepare the project budget and negotiate with the City to (1) contractual time • finalize the budget requirements; and 9 • Is completed within the 2. Project Execution limits of the budget. • Prepare and Seek approval from Client the Project Milestones Schedule and Project Reporting Requirements • Project team members assignment on project responsibilities and associated budget and schedule • Enter Project Financial information into Willdan BST system to track project expenditure for project control , financial tracking, and monthly reporting • Establish Project Document File • Conduct regular project progress meeting requirements with the City to report progress, any outstanding issues, and proposed resolutions • Conduct internal Willdan project progress meeting to review progress and schedule • Monitor the production of deliverables and adherence to project schedule • Conduct all technical and QAQC design review of deliverables • Coordinate with City to schedule the review of project deliverables • Coordinate with the City to schedule the required meetings with regulatory agencies for deliverables review and approval • Complete all required revisions and obtain the approval from the City and regulatory agencies for the project deliverables WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 36 r Su Se in 3. Project Closeout • Deliver all approved deliverables to the City and appropriate regulatory agencies • Schedule a project closeout meeting with the City to review any outstanding project issues • Provide to the City all requested documents from the project file • Complete and submit final invoice • Perform Willdan project financial closeout • Submit a Project Performance Evaluation to the City to receive feedbacks of performance from the City • If needed, discuss with the City our performance to obtain lessons learned as a part of Willdan continuous improvement program • Complete project closeout Willdan has carefully evaluated this Request for Proposal and has selected << Mr. Gene R. Klatt as the proposed Contract/Project Manager to serve the City of San Bernardino. He has the local knowledge, and professional relationships to deliver to the City of San Bernardino with cost-effective projects completed ) ahead of schedule. Mr. Gene R. Klatt, is an accomplished engineer for multi-discipline and multi- ,) agency projects, and is known for providing innovative quality engineering services to ensure project delivery with careful attention to both budget and schedule. Under the direction of Mr. Espalin, Mr. Klatt will be responsible for project We offer close delivery and budget control and will be the daily point of contact. Our staff has 3 worked with the City of San Bernardino and understands the expectations of cooperation with City the staff and the community. We have assembled a team of individuals from staff to insure a Willdan that we believe best serves the needs of the City of San Bernardino for their capital improvement projects. seamless delivery of Mr. Klatt will be the key liaison between Willdan and the City of San civil design Bernardino staff. He will be responsible for the dissemination of information to engineering services. the project stakeholders, ensuring that everyone is kept apprised of the project progression and key issues. Defining and refining the Scope of Work on any specific task or project is the key to ensuring that an effective project approach and schedule is developed and maintained. Development of an understood and agreed upon scope minimizes the chances of miscommunication or misdirection between team members, the City of San Bernardino, and Willdan staff. The Contract/Project Manager and designated City staff will meet to discuss options and requirements as well as potential opportunities so we may fully understand what is needed, when it is needed and what funds may be used to complete WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 37 i,. j , . ,. ( ) , 1 (3 the work. This ' '' detailed sco project budget pe will be used to finalize the to n he project schedule and The control of management project costs is an important part of Willdan's through weekly re Engineering design project and Generally ports generated by gn labor costs will be Generally Accepted generated y our BST system omprehed t' ands and electronic Ac timekeeping,p Accepted Accounting Principles which is comprehensive t sub-tasks and booked project hours are (GAAP) compliant. Beginning assigned P to the snag appropriate review detailed work-in- work-in-process. ' tO any given process reports eac month or review managers re phase on a weekly month to review effo ports are generated that identify y asis in the BST system. o charged direct charges to the In gddition month's t c arge project. This is the information nilled , each pre-bill invoicing. Once hours billed, along with any other hefted to and char used to determine each Accounts Receivable and out cafes are billed, they are billed hours are inactivated. Work-in-process to ensure team mourn are Monitoring immediately s of work, progress updates and g is easily accomplished by re that schedule and bud making comparisons p Y utilizing C get. between the scope �' Civil ivil Engineering Design e understand, the City Approach basis for a understand, needs professional services on this s for a contract are contained of projects.the e C e an as needed potential projects to be yet to be determined and unfunded.Improvement executed under important y due to funding determined rm availability unded. may suddenly Willdan has the Stili others of t Others may be as °r a specific need of the community. various needs. resources, contacts and staff to rapidly become ;� meet virtually We have assembled Y any need have a assembled an experienced group o q meet these Principal- in-Charge, Mr.any need and y might have. p°f qualified staff to the City's arg direct contact for n Contract/Project We have designated 1 Manager, Mr. gnated a Principal- t the so discuss direct ect co and to prepare y d all services. We are Klart, that will meet ) ! provide services of specific preliminary prepared to meet hourly o pr per d the rate sheet f s or'mates on specific press. na small or detail-oriented items. meet specific needs on an a separate envelope for those The City will have the ability to simply place a sired as traffic engineering, single call i to obtain such Y any almost a limitless list of services.t F tin offer full line Professional limitless list of s a'larger projects,rip aspects of the on►Which ro a Over all design, coordination Engineering Services in which we ects, W;►ldan does bidding. In the City staff is ' specifications and r take over all bidding. can brie effect, the Ci extended almost project re g forward for design without limit n preparation for 9n and engineering, r ' WWILLDAN Public Works On- ...._ Call Civil Eon:.,..Proposal for , (3 E3 (3 1 t sue , IN We offer close cooperation with City staff to insure a seamless delivery of civil design engineering services. Our Civil Engineering Design Approach for the r 3 City's CIP includes executing the following tasks: () • Data collection • Storm water data report • Permit applications update • Design survey • Traffic management plan ` ) • Geometric approval spreadsheet t3 drawings (GADs) • Geotechnical Investigation t. • Structural advanced • PR preparation planning study • Design () • Cost estimates • Specifications a • Right-of-way data sheets • Bidding evaluation and • Drainage analysis assistance 40 Quality Assurance/Quality Control t Willdan prides itself on providing the highest level of professional engineering. We take pride in our work and responsibility for what we have designed. We are invested in the project just as much as the client. In order to maintain our products and services at a high level of quality to meet the City of San Bernardino's needs, Willdan has assigned one of our senior design professionals, Mr. Dave Hunt, P.E. as the QA/QC Manager for this contract. He has over 35 years of civil engineering design experience. He will administer the QA/QC for this contract in accordance with the Willdan Quality Assurance Manual. This manual specifies the QC process framework and QA requirements for each project. The manual contains a set of guidelines that assures company wide consistency in the delivery of our services, while retaining the flexibility to respond to the clients needs. Upon receiving notice to proceed, our Contract/Project Manager, Mr. Klatt will develop a Project Flow Chart consisting of the categories of work similar to the project schedule, but identifying the typical sequence of activities that are normally involved in completing assignments and develop a Project Specific QA/QC approach and requirements. Upon completion of review by and approval from Mr. Hunt, Mr. Klatt will present the Project Flow Chart and Checklists to the City staff for their input and approval. Once approved, Mr. Klatt will establish a Project Specific Quality Notebook and distribute it to the Willdan team to follow. Utilizing the plan check and constructability review checklists used in ) reviewing agency projects, the team will meet and develop project specific .,) checklists that will be used as a guide in completing the project assignments and providing a consistent and quality product. Typically the QAQC review will be conducted two weeks prior to any significant submittal by senior level 3 staff that have minimal to no involvement in the project to have an independent review of the product. The review will utilize the Project Specific Quality Notebook for review. The review will be completed within a week and ) distributed to the team. WWILLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 39 ( l<3 C r Sal le IN The Contract/Project Manager will then direct staff to make the corrections (3 necessary and will be reviewed by the key staff involved in the project. Upon r 3 completion of addressing the comments the product will be submitted to the client for review. The Project Specific Quality Notebook, including checklists used during each review will be available to the City staff upon request. i r For civil engineering design project, Willdan will perform formal quality control plan reviews at three critical stages: 35%, 65%, and 95% submittal. Mr. Hunt (I) will select senior technical staff members outside of the project team to (3 conduct these peer reviews. This enables objectivity in the review and catches mistakes that may not be caught by staff members too close to the work. Quality control comments and resulting actions are noted and compiled to be CP reviewed and placed in the project file. The quality control documents are lb available for client review also. CO Value engineering will be performed on key projects that may involve numerous alternative methods for completion. Meetings and frequent updates from the design and construction teams will address issues as they arise, so the City staff can make decisions while there are still choices available. ) QA/QC Process Chart Obit MOW w> m •+: gym. 11106110016 Ilk lint 1 — Rabe 4 N,- •►1Mtr.d.rM •h.NM Raw ChM •Illftelime Cliorddlells 3 3 iwrier N. i R„ Y : �'' 'fir' ma 1 ; Nifty / IL W 9 _ . V'F a WA 1 ,$ , •Msullr err •a. er WNW: s ' i, Nose ligiser .+fir, .." «_ 110itiNI .c .il •COM!•,Mr 1i� •sw.0.rr4.M vi. I.•$ .e1affi; � w. iamb* 1 3 WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 40 Sail Ise if Items to be provided by the City 3 Items to be provided by the City will depend upon the type of projects to be awarded by the City under this contract. Willdan will discuss with the City the need for items to be provided by the City during the scoping of each project. { Following are potential items that the City could provide: (3 • Access to City files, maps, records, survey monuments and assistance 1 in gathering related data c3 • Copies of previous actions on any project including info such as funding source, current and anticipated funding and restrictions or () conditions on any funds used in the project • Information that affect the timeline and progress of the project including City reviews • Samples of current specifications, bid forms and/or tracking information in word type documents on CD or other electronic format • Assistance in coordinating with other departments in the City for projects required their participation C • Information related to water, sewer or other facilities owned, operated (3 or controlled by the City. • Copies of all Council or Commission actions related to our projects as 1 well as minutes of the meetings and details of the Council/Commission action and or informed of meetings with Council persons on affected particular projects. Comments/Suggestions None at this time Agreement and Insurance Coverage We have read the City's draft agreement for professional civil engineering design services and will execute the agreement if offered a contract by the City. We are also able to meet the insurance requirements contained in the agreement. ) Local Preference Eligibility Willdan maintains a local office in the City of San Bernardino, just five miles from the City Hall. The local address is: 650 E. Hospitality Lane, Suite 400, San Bernardino, CA 92408 Number of Employees: 38 The following page contains a copy of our current City of San Bernardino Business Registration certificate. RFP and Addenda We have read the RFP and all Addenda (none) thereto and have incorporated all requirements of said RFP and Addenda into your proposal. WWI LLDAN I Proposal for Public Works On-Call Civil Engineering Design and Project Management Services 41 r ) %l 1 ■ 7 ' o o ° rnu m r 8 4 4. - 8 0 '1L c, 5i a w ' c / y w Z � � O v! U 2 w g m U IITT(3 8 i ) If i 21 ,-44.,'s. 't,-, eg 1 0_ lip,. . .,32, 7 11 fl w °� 9 ,1 3.il () _ II la 0 ---; i A' 41 h i g cJti a w III — 01 lipli moo 0) ` C, ag 5 A il ; i ; g g co g CO ° m Z 0 J J rnoii ATTACHMENT "2" TO EXHIBIT F fWftLDAN I extendr ing you Engineering reach March 26, 2009 Mr. Michael Grubbs, P.E. Project Manager City of San Bernardino Development Services Department 300 North "D" Street San Bernardino, Ca 92418-0001 Subject: FEE Proposal for Public Works On-Call Civil Engineering Design and Project Management Services for the Capital Improvement Program (CIP) Dear Mr. Grubbs: Per the instructions of the RFP, we are submitting a completed and signed transmittal letter and hourly rate schedule in a separate sealed envelope. Willdan is confident our services are well suited for the City's needs and look forward to the opportunity to work with City of San Bernardino on upcoming Capital Improvement Projects. Should you have any questions regarding this proposal, please contact me at (909) 386-0200. Respectfully submitted, WILLDAN ;7 Ronald L. Espalin, PE Senior Vice President/Regional Office Manager Engineering I 3eotechnical j Environmental I F'na^cial Homeland Security 909 386 0200 1 800.789.7517 I fax:909.888.5107 I 650 E.Hospitality Lane,Suite 400,San Bernardino,CA 92408-3317 www.willdan.com WILLDAN ENGINEERING Schedule of Hourly Rates Effective July 1, 2008 to June 30, 2009 ENGINEERING LANDSCAPE ARCHITECTURE Principal Engineer $200.00 Group Manager 180.00 Group Manager 180.00 Principal Landscape Architect 150.00 City Engineer 180.00 Senior Landscape Architect 125.00 Project Manager 180.00 Associate Landscape Architect 115.00 Program Manager 180.00 Assistant Landscape Architect 100.00 Supervising Engineer 160.00 Senior Engineer 145.00 BUILDING AND SAFETY Senior Design Manager 145.00 Group Manager 180.00 Associate Manager 135.00 Supervising Plan Check Engineer 150.00 Associ ate Engineer 135.00 Building Official 150.00 Senior Designer 130.00 Plan Check Engineer 140.00 Senior Design Engineer II 130.00 Deputy Building Official 140.00 Senior Design Engineer I 125.00 Inspector of Record 140.00 Designer II 120.00 Senior Plans Examiner 125.00 Designer I 115.00 Supervising Building Inspector 125.00 Design Engineer II 120.00 Plans Examiner 115.00 Design Engineer I 115.00 Senior Building Inspector 115.00 GIS Analyst GIS Analyst 130.00 Drafter Supervisor Code Enforcement 115.00 GIS An I 120.00 Building Inspector **105.00/110.00 Senior Drafter 110.00 Supervising Construction Permit Specialist 105.00 Drafter II 100.00 Senior Construction Permit Specialist 100.00 Drafter I 95.00 Senior Code Enforcement Officer 95.00 Technical Aide 85.00 Assistant Building Inspector **95.00/110.00 Code Enforcement Officer 80.00 CONSTRUCTION MANAGEMENT Construction Permit Specialist 80.00 Group Manager 180.00 Assistant Construction Permit Specialist 85.00 Project Manager 180.00 Plans Examiner Aide 75.00 Senior Construction Manager 155.00 Assistant Code Enforcement Officer 70.00 Construction Manager 145.00 Assistant Construction Manager 120.00 PLANNING Utility Coordinator 125.00 180.00 Manager Group n r Labor Compliance Manager 120.00 G Group eager 150.00 Labor Compliance Specialist 95.00 Principal Community Development Planner 150.00 Senior Planner 130.00 INSPECTION SERVICES Senior Community Development Planner 130.00 Supervising Public Works Observer 120.00 Associate Planner 115.00 Senior Public Works Observer 110.00 Associate Community Development Planner 115.00 Public Works Observer **100.00/110.00 Assistant Community Development Planner 105.00 Assistant Public Works Observer **100.00/110.00 Assistant Planner 105.00 Planning Technician 85.00 SURVEYING Community Development Technician 85.00 Group Manager 180.00 Supervisor-Survey& Mapping 155.00 ADMINISTRATIVE Senior Survey Analyst 130.00 Computer Data Entry 65.00 Senior Calculator 120.00 Clerical 65.00 Calculator II 110.00 Word Processing 65.00 Calculator I 100.00 Personal Computer Time 30.00 Survey Analyst II 115.00 Survey Analyst I 100.00 Survey Party Chief 115.00 Mileage reimbursement will be charged at the current Federal guideline rate Field Party(One) 180.00 at the time of billing. Vehicles will be charged at a monthly rate of$500.00. Field Party(Two) 235.00 **Prevailing Wage Project, Use$110.00 Field Party(Three) 295.00 Additional billing classifications may be added to the above listing during the year as new positions are created.Consultation in connection with litigation and court appearances will be quoted separately. The above schedule is for straight time.Overtime will be charged at 1.25 times,and Sundays and holidays,1.70 times the standard rates.Blueprinting,reproduction,messenger services,and printing will be invoiced at cost plus fifteen percent(15%). A subconsultant management fee of fifteen percent (15%)will be added to the direct cost of all subconsultant services to provide for the cost of administration,consultation,and coordination.Valid July 1,2008 thru June 30, 2009.thereafter,the rates may be raised once per year to the value of change of the Consumer Price Index for the Los Angeles/Orange County area,but not more than five percent per year. ATTACHMENT "3" TO EXHIBIT F WWI LLDAN extending your Engineering reach June 30, 2009 Mr. Michael Grubbs, PE CITY OF SAN BERNARDINO 300 North "D" Street San Bernardino, CA 92418 Dear Mr. Grubbs: It was a pleasure to talk with you this afternoon. In response to your email dated June 17, 2009 regarding Willdan's willingness to participate in the City Manager's 5% discount program, I am pleased to inform you that we have been participating in the program since December 1, 2008 with Mr. Joseph Lease, Building Official. Our understanding with Mr. Lease was for Willdan to participate in the discount program through June 30, 2009; however, Willdan will extend its participation in the program for Building and Safety and On-call Civil Engineering Services to the Capital Improvement Program through June 30, 2010. We will apply the 5% discount to the bottom line of all invoices. Thank you for selecting Willdan Engineering to serve you. We are excited about this assignment and look forward to working with you on your projects. Sincerely, WILLDAN ENGINEERING Ronald L. Espalin, PE Senior Vice President CC: Robert Eisenbeisz, City Engineer Joseph Lease, Building Official Engineering I Geometrical I Environmental I F nancial I Homeland Security 909.386.0200 1 800.789.7517 I fax:909.888.5107 I 650 E.Hospitality Lane,Suite 400,San Bernardino,CA 92408-3317 I www.willden.com