HomeMy WebLinkAbout2011-10-11 CC Item No. 05CITY OF
LADE LSIlY01ZE
DREAM EXTREME-
REPORT TO CITY COUNCIL
TO: HONORABLE MAYOR
AND MEMBERS OF THE CITY COUNCIL
FROM: ROBERT A. BRADY
CITY MANAGER
DATE: OCTOBER 11, 2011
SUBJECT: AGREEMENT FOR PROFESSIONAL SERVICES
DMC DESIGN GROUP
SLOPE AND DRAINAGE REPAIRS — VARIOUS AREAS
PROJECT NUMBER 4366
Background
During the storm sequence that occurred in late December, the City experienced a large
amount of uncontrolled water that over taxed the existing drainage system. This storm
runoff eroded the street embankment at various locations and also eroded the
embankment adjacent to 16769 Hunt Avenue. The Hunt Avenue slope failure eroded
the existing adjacent slope and removed the soil from beneath the driveway. The
design will also include two new storm drain systems on Lakeshore Drive that will
eliminate the existing flooding conditions and extend drainage outlets to help eliminate
the shoulder wash outs.
Discussion
The Request for Proposal for design and construction support was sent to three design
firms on September 9, 2011, with a closing date of September 20, 2011. The request
for proposal requested fees based upon the design of interim storm drain
improvements, extensions of existing storm drain systems to eliminate shoulder erosion
and the repair of slope failure areas. The design firm will also obtain any temporary
construction easements from the affected property owners to repair the slopes on
private property and also obtain drainage easements from affected property owners.
The following is a list of the proposed storm drain and slope repair locations:
• Lakeshore Drive Between Benedict Avenue and Wilson way.
AGENDA ITEM NO. 5
Page 1 of 58
• Ryan Avenue slope repair and storm drain improvements.
• Lakeshore Drive at Cowell Street slope repair storm drain extension.
• Lakeview Avenue at Gentz Street slope repair.
• Hague Street storm drain improvements and slope repair.
• Lash Avenue slope repair.
• Hunt Avenue storm drain improvements and slope repair.
• Barkschat Drive slope repair
A committee reviewed the submitted proposals and ranked the three engineering firms
in order of most responsive to the Request for Proposal
The three firms are as follows: DMC Design Group
CNC
KDM Meridian.
The consultant's proposal identifies the scope of work and their related costs. The
design cost is a fixed fee, with a not to exceed clause.
Anticipated Project Schedule
Award
Notice to Proceed
Submit Construction Documents
Advertise for Bid
Fiscal Impact
October 11, 2011
October 25, 2011
December 26, 2011
January 2, 2012
The City of Lake Elsinore will fund the design and construction with Fund 112 Measure
A. The project budget is $175,000.
DR -1731 HMGP $175,000
Design Fee $ 48,108
Design Contract Administration 3,000
$123,892
Recommendations
1. Award the Slope and Drainage Repairs Various Locations to DMC Design
Group, in the amount of $48,108.
2. Authorize the City Manager to execute the contract with DMC Design Group
Prepared by: Peter Ramey&,
Project Engineer
Page 2 of 58
Approved by: Ken Seumalo 0
Director of Public Works
Approved by: Robert A. Brady m
City Manager W�"
Attachments: Site Maps Improvement Locations
Agreement for Professional Services
Exhibit A Consultant Proposal
Exhibit B Consultant Compensation
Exhibit C Exemption from Workers Compensation
Page 3 of 58
Page 12 of 58
AGREEMENT FOR PROFESSIONAL SERVICES
This Agreement for Professional Services (the "Agreement ") is made and entered into as
of the _ day of , 2011, by and between the City of Lake Elsinore, a
municipal corporation ( "City ") and DMC Design Group ( "Consultant ").
RECITALS
A. Consultant is specially trained, experienced and competent to perform the special
services which will be required by this Agreement.
B. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement on the terms and conditions
described herein.
C. City desires to retain Consultant to render professional consulting services and related
work as set forth in this Agreement.
AGREEMENT
1. Scope of Services. Consultant shall perform the services described on Exhibit A which
is attached hereto and incorporated herein by reference. Consultant shall provide said services
at the time, place, and in the manner specified in Exhibit A, subject to the direction of the City
through its staff that it may provide from time to time.
2. Time of Performance. The services of Consultant are to commence upon execution of
this Agreement and shall continue for a period of one (1) year or as specified in the Consultants
proposal.
3. Compensation. Compensation to be paid to Consultant shall be in accordance with the
Schedule of Charges set forth in Exhibit B, which is attached hereto and incorporated herein by
reference. In no event shall Consultant's compensation exceed $48,108 without additional
authorization from the City. Payment by City under this Agreement shall not be deemed a
waiver of defects, even if such defects were known to the City at the time of payment.
4. Method of Payment. Consultant shall submit monthly billings to City describing the work
performed during the preceding month. Consultant's bills shall include a brief description of the
services performed, the date the services were performed, the number of hours spent and by
whom, and a description of any reimbursable expenditures. City shall pay Consultant no later
than 30 days after approval of the monthly invoice by City staff. When payments made by City
equal 90% of the maximum fee provided for in this Agreement, no further payments shall be
made until the final work under this Agreement has been accepted by City.
5. Extra Work. At any time during the term of this Agreement, City may request that
Consultant perform Extra Work. As used herein, "Extra Work" means any work which is
determined by City to be necessary for the proper completion of the Project, but which the
parties did not reasonably anticipate would be necessary at the execution of this Agreement.
Consultant shall not perform, nor be compensated for, Extra Work without written authorization
from City. Extra work will be invoiced separately from services performed in accordance with
the Scope of Services
6. Termination. This Agreement may be terminated by the City immediately for cause or by
either party without cause upon thirty (30) days' written notice of termination. Upon termination,
Consultant shall be entitled to compensation for services performed up to the effective date of
termination.
7. Ownership of Documents. All plans, studies, documents and other writings prepared by
and for Consultant, its officers, employees and agents and subcontractors in the course of
implementing this Agreement, except working notepad internal documents, shall become the
property of the City upon payment to Consultant for such work, and the City shall have the sole
right to use such materials in its discretion without further compensation to Consultant or to any
other party. Consultant shall, at Consultant's expense, provide such reports, plans, studies,
documents and other writings to City upon written request. City acknowledges that any use of
such materials in a manner beyond the intended purpose as set forth herein shall be at the sole
risk of the City. City further agrees to defend, indemnify and hold harmless Consultant, its
officers, officials, agents, employees and volunteers from any claims, demands, actions, losses,
damages, injuries, and liability, direct or indirect (including any and all costs and expenses in
connection therein), arising out of the City's use of such materials in a manner beyond the
intended purpose as set forth herein.
a. Licensing of Intellectual Propert y. This Agreement creates a nonexclusive and
perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights,
designs, and other intellectual property embodied in plans, specifications, studies, drawings,
estimates, and other documents or works of authorship fixed in any tangible medium of
expression, including but not limited to, physical drawings or data magnetically or otherwise
recorded on computer diskettes, which are prepared or caused to be prepared by Consultant
under this Agreement ( "Documents & Data "). Consultant shall require that all subcontractors
agree in writing that City is granted a nonexclusive and perpetual license for any Documents &
Data the subcontractor prepares under this Agreement. Consultant represents and warrants that
Consultant has the legal right to license any and all Documents & Data. Consultant makes no
such representation and warranty in regard to Documents & Data which were prepared by
design professionals other than Consultant or provided to Consultant by the City. City shall not
be limited in any way in its use of the Documents & Data at any time, provided that any such
use not within the purposes intended by this Agreement shall be at City's sole risk.
b. Confidentiality. All ideas, memoranda, specifications, plans, procedures,
drawings, descriptions, computer program data, input record data, written information, and other
Documents & Data either created by or provided to Consultant in connection with the
performance of this Agreement shall be held confidential by Consultant. Such materials shall
not, without the prior written consent of City, be used by Consultant for any purposes other than
the performance of the services under this Agreement. Nor shall such materials be disclosed to
any person or entity not connected with the performance of the services under this Agreement.
Nothing furnished to Consultant which is otherwise known to Consultant or is generally known,
or has become known, to the related industry shall be deemed confidential. Consultant shall not
use City's name or insignia, photographs relating to project for which Consultant's services are
rendered, or any publicity pertaining to the Consultant's services under this Agreement in any
magazine, trade paper, newspaper, television or radio production or other similar medium
without the prior written consent of City.
8. Consultant's Books and Records
a. Consultant shall maintain any and all ledgers, books of account, invoices,
vouchers, canceled checks, and other records or documents evidencing or relating to charges
for services, or expenditures and disbursements charged to City for a minimum period of three
(3) years, or for any longer period required by law, from the date of final payment to Consultant
to this Agreement.
b. Consultant shall maintain all documents and records which demonstrate
performance under this Agreement for a minimum period of three (3) years, or for any longer
period required by law, from the date of termination or completion of this Agreement.
C. Any records or documents required to be maintained pursuant to this Agreement
shall be made available for inspection or audit, at any time during regular business hours, upon
written request by the City Manager, City Attorney, City Auditor or a designated representative
of these officers. Copies of such documents shall be provided to the City for inspection at City
Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the
records shall be available at Consultant's address indicated for receipt of notices in this
Agreement.
d. Where City has reason to believe that such records or documents may be lost or
discarded due to dissolution, disbandment or termination of Consultant's business, City may, by
written request by any of the above -named officers, require that custody of the records be given
to the City and that the records and documents be maintained in City Hall. Access to such
records and documents shall be granted to any party authorized by Consultant, Consultant's
representatives, or Consultant's successor -in- interest.
9. Independent Contractor. It is understood that Consultant, in the performance of the work
and services agreed to be performed, shall act as and be an independent contractor and shall
not act as an agent or employee of the City. Consultant shall obtain no rights to retirement
benefits or other benefits which accrue to City's employees, and Consultant hereby expressly
waives any claim it may have to any such rights.
10. Interests of Consultant. Consultant (including principals, associates and professional
employees) covenants and represents that it does not now have any investment or interest in
real property and shall not acquire any interest, direct or indirect, in the area covered by this
Agreement or any other source of income, interest in real property or investment which would
be affected in any manner or degree by the performance of Consultant's services hereunder.
Consultant further covenants and represents that in the performance of its duties hereunder no
person having any such interest shall perform any services under this Agreement.
Consultant is not a designated employee within the meaning of the Political Reform Act
because Consultant:
a. will conduct research and arrive at conclusions with respect to his /her rendition of
information, advice, recommendation or counsel independent of the control and direction of the
City or of any City official, other than normal agreement monitoring; and
b. possesses no authority with respect to any City decision beyond rendition of
information, advice, recommendation or counsel. (FPPC Reg. 18700(a) (2).)
11. Professional Ability of Consultant. City has relied upon the professional training and
ability of Consultant to perform the services hereunder as a material inducement to enter into
this Agreement. Consultant shall therefore provide properly skilled professional and technical
personnel to perform all services under this Agreement. All work performed by Consultant under
this Agreement shall be in accordance with applicable legal requirements and shall meet the
standard of quality ordinarily to be expected of competent professionals in Consultant's field of
expertise.
12. Compliance with Laws. Consultant shall use the standard of care in its profession to
comply with all applicable federal, state and local laws, codes, ordinances and regulations.
13. Licenses. Consultant represents and warrants to City that it has the licenses, permits,
qualifications, insurance and approvals of whatsoever nature which are legally required of
Consultant to practice its profession. Consultant represents and warrants to City that Consultant
shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this
Agreement, any licenses, permits, insurance and approvals which are legally required of
Consultant to practice its profession.
14. Indemnity. Consultant agrees to defend, indemnify and hold harmless the City, its
officers, officials, agents, employees and volunteers from and against any and all claims,
demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all
costs and expenses in connection therein), arising out of the performance of this Agreement or
its failure to comply with any of its obligations contained in this Agreement, except for any such
claim arising out of the sole negligence or willful misconduct of the City, its officers, agents,
employees or volunteers.
15. Insurance Requirements.
a. Insurance. Consultant, at Consultant's own cost and expense, shall procure and
maintain, for the duration of the contract, the following insurance policies.
I. Workers' Compensation Coverage. Consultant shall maintain Workers'
Compensation Insurance and Employer's Liability Insurance for his /her
employees in accordance with the laws of the State of California. In addition,
Consultant shall require each subcontractor to similarly maintain Workers'
Compensation Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's employees. Any
notice of cancellation or non - renewal of all Workers' Compensation policies must
be received by the City at least thirty (30) days prior to such change. The insurer
shall agree to waive all rights of subrogation against City, its officers, agents,
employees and volunteers for losses arising from work performed by Consultant
for City. In the event that Consultant is exempt from Workers' Compensation
Insurance and Employer's Liability Insurance for his /her employees in
accordance with the laws of the State of California, Consultant shall complete
and submit to the City a Certificate of Exemption from Workers Compensation
Insurance in the form attached hereto as Exhibit "C ".
II. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million dollars
($1,000,000) per occurrence for bodily injury, personal injury and property
damage. If a commercial general liability insurance form or other form with a
general aggregate limit is used, either the general aggregate limit shall apply
separately to the work to be performed under this Agreement or the general
aggregate limit shall be at least twice the required occurrence limit.
III. Automobile Liability Coverage. Consultant shall maintain automobile
liability insurance covering bodily injury and property damage for all activities of
the Consultant arising out of or in connection with the work to be performed
under this Agreement, including coverage for owned, hired and non -owned
vehicles, in an amount of not less than one million dollars ($1,000,000) combined
single limit for each occurrence.
IV. Professional Liability Coverage. Consultant shall maintain professional
errors and omissions liability insurance for protection against claims alleging
negligent acts, errors or omissions which may arise from Consultant's operations
under this Agreement, whether such operations by the Consultant or by its
employees, subcontractors, or subconsultants. The amount of this insurance
shall not be less than one million dollars ($1,000,000) on a claims -made annual
aggregate basis, or a combined single limit per occurrence basis.
b. Endorsements. Each general liability and automobile liability insurance policy
shall be with insurers possessing A.M. Best's rating of no less than A: VII and shall be endorsed
with the following specific language:
I The City, its elected or appointed officers, officials, employees, agents
and volunteers are to be covered as additional insured's with respect to liability
arising out of work performed by or on behalf of the Consultant, including
materials, parts or equipment furnished in connection with such work or
operations.
II. This policy shall be considered primary insurance as respects the City, its
elected or appointed officers, officials, employees, agents and volunteers. Any
insurance maintained by the City, including any self- insured retention the City
may have shall be considered excess insurance only and shall not contribute
with it.
III. This insurance shall act for each insured and additional insured as though
a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
IV. The insurer waives all rights of subrogation against the City, its elected or
appointed officers, officials, employees or agents.
V. Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents, or volunteers.
VI. The insurance provided by this Policy shall not be suspended, voided,
canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
C. Deductibles and Self- Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City. At the City's option, Consultant shall
demonstrate financial capability for payment of such deductibles or self- insured retentions.
d. Certificates of Insurance. Consultant shall provide certificates of insurance with
original endorsements to City as evidence of the insurance coverage required herein.
Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
16. Notices. Any notice required to be given under this Agreement shall be in writing and
either served personally or sent prepaid, first class mail. Any such notice shall be addressed to
the other party at the address set forth below. Notice shall be deemed communicated within 48
hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
If to Consultant: DMC Design Group
Attn: David M. Cosper, P.E.
140 N. Maple Street, Suite 104
Corona, CA 92880
17. Entire Agreement. This Agreement constitutes the complete and exclusive statement of
Agreement between the City and Consultant. All prior written and oral communications,
including correspondence, drafts, memoranda, and representations, are superseded in total by
this Agreement.
18. Amendments. This Agreement may be modified or amended only by a written document
executed by both Consultant and City and approved as to form by the City Attorney.
19. Assignment and Subcontracting. The parties recognize that a substantial inducement to
City for entering into this Agreement is the professional reputation, experience and competence
of Consultant and the subcontractors listed in Exhibit "A" Consultant shall be fully responsible to
City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties or
obligations of the Consultant under this Agreement will be permitted only with the express
consent of the City. Consultant shall not subcontract any portion of the work to be performed
under this Agreement except as provided in Exhibit "A" without the written authorization of the
City. If City consents to such subcontract, Consultant shall be fully responsible to City for all
acts or omissions of those subcontractors. Nothing in this Agreement shall create any
contractual relationship between City and any subcontractor nor shall it create any obligation on
the part of the City to pay or to see to the payment of any monies due to any such subcontractor
other than as otherwise is required by law.
20. Waiver. Waiver of a breach or default under this Agreement shall not constitute a
continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
21. Severabilitv. If any term or portion of this Agreement is held to be invalid, illegal, or
otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
22. Controlling Law Venue. This Agreement and all matters relating to it shall be governed
by the laws of the State of California and any action brought relating to this Agreement shall be
held exclusively in a state court in the County of Riverside.
23. Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences
any legal action against the other party arising out of this Agreement, the prevailing party shall
be entitled to recover its reasonable litigation expenses, including court costs, expert witness
fees, discovery expenses, and attorneys' fees.
24. Mediation. The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties shall
mutually agree upon the mediator and share the costs of mediation equally. If the parties are
unable to agree upon a mediator, the dispute shall be submitted to JAMS /ENDISPUTE
( "JAMS ") or its successor in interest. JAMS shall provide the parties with the names of five
qualified mediators. Each party shall have the option to strike two of the five mediators selected
by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains
unresolved after mediation, either party may commence litigation.
25. Execution. This Agreement may be executed in several counterparts, each of which
shall constitute one and the same instrument and shall become binding upon the parties when
at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
26. Authority to Enter Agreement. Consultant has all requisite power and authority to
conduct its business and to execute, deliver, and perform the Agreement. Each party warrants
that the individuals who have signed this Agreement have the legal power, right, and authority to
make this Agreement and to bind each respective party.
27. Prohibited Interests. Consultant maintains and warrants that it has not employed nor
retained any company or person, other than a bona fide employee working solely for
Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other
consideration contingent upon or resulting from the award or making of this Agreement. For
breach or violation of this warranty, City shall have the right to rescind this Agreement without
liability. For the term of this Agreement, no member, officer or employee of City, during the term
of his or her service with City, shall have any direct interest in this Agreement, or obtain any
present or anticipated material benefit arising there from.
28. Equal Opportunity Employment. Consultant represents that it is an equal opportunity
employer and it shall not discriminate against any subcontractor, employee or applicant for
employment because of race, religion, color, national origin, handicap, ancestry, sex or age.
Such non - discrimination shall include, but not be limited to, all activities related to initial
employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or
termination. Consultant shall also comply with all relevant provisions of City's Minority Business
Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in
effect or hereinafter enacted.
IN WITNESS WHEREOF the parties have caused this Agreement to be executed on the
date first written above.
CITY OF LAKE ELSINORE:
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
CONSULTANT:
EXHIBIT A
CONSULTANTS PROPOSAL
Page 21 of 58
PREPARED FOR:
CITY OF LAKE ELSINORE
ENGINEERING DIVISION
PROPOSAL FOR:
DESIGN SERVICES
SLOPE AND DRAINAGE REPAIRS VARIOUS LOCATIONS
PROJECT No. 4366
SEPTEMBER 20, 2011
140 N. Maple Street, Suite 104
Corona, CA 92880
Phone 951 -549 -8100
Fax 951 -549 -8102
Web Site www.dmcdg.com
"A total engineered solution"
Page 22 of 58
DMC Design Croup, Inc.
Maple Centre
140 N. Maple St., Suite 104
Corona, CA 921100
(951) 549 -8100 Fax (951) S49 -8102
September 20, 2011
City of Lake Elsinore Engineering Division
130 South Main Street
Lake Elsinore, CA 92530
Attention: Peter Ramey, Consultant Project Manager
RE Proposal for Design Services — Slope and Drainage Improvements Various Location, Project
No. 4366
Dear Mr. Ramey:
DMC Design Group, Inc. (DMC) has assembled a highly skilled and experienced team of professional
engineers, managers, designers, surveyors, technicians and coordinators capable of providing cost - effective
professional engineering, design and other "as- needed" support services required to design and prepare
PS &E's for the construction of the proposed slope and drainage improvements at various locations in the
City of Lake Elsinore. Although our Project Team is specifically skilled and experienced in completing a
wide variety of public works improvement projects for agencies, such as the City of Lake Elsinore, our
Project Team shares a desire to provide high - quality engineering design services for all of its clients.
In the execution of our assignments, DMC embraces the following principals of value engineering:
• Assign a Project Manager and technical support staff that possess superior qualifications directly
relevant to this project;
• Maintain continuity of our Project Team throughout the life of the project;
• Develop strict project specific quality control measures and enforce those measures throughout the life
of the project;
• Communicate effectively at all levels within our organization, with the City's Project Team and with
outside reviewing /permitting agencies;
• Coordinate design disciplines, calculations and analysis;
• Conduct thorough site investigations to verb all field conditions;
• Implement a management approach that ensures the project is completed on schedule and within
budget.
By embracing these principals since our inception over twelve (12) years ago, DMC has designed and
prepared PS &E's for over $100.000,000 in public improvements for agencies in southern California
with less than I% in construction contract change order costs.
David M. Cosper, P.E., Q.S.D. will be responsible for signing all contract documents between the City
and DMC and will be assigned the responsibilities of Project Manager for this project. He is currently the
Principal Engineer for DMC, with over twenty-eight (28) years of experience in designing and
H:\DMC 2011 \11-0 2 CITY OF LAKE ELSWORE- SLOPE REPAIRS AND DRAWAG IMPROVFagIVT PROJE ROFOSA MCOVER LEITERDOC Page 23 of 58
September 20, 2011
Page 2
constructing municipal improvement projects for cities, counties and special districts throughout southern
California. Mr. Cosper has an extensive background working closely with numerous public agencies on
sidewalk improvement projects involving roadway widening and the installation of curbs, gutters,
sidewalks, access ramps and driveways for public agencies, including the cities of Lake Elsinore, Moreno
Valley, Corona, Lake Forest, Pomona, Norco and Calimesa, with an impressive record of successfully
identifying and attaining all project objectives quickly and cost - effectively. Mr. Cosper was the Project
Manager responsible for the professional engineering, design and preparation of PS &E's for slope and
drainage improvements similar to those anticipated for No. 4366:
- Moreno Towns Me Drainage Improvement Project (Moreno Valley, CA)
- Moreno Substation and Switch Yard Improvement Project (Moreno Valley, CA)
- Hamner Avenue Improvement Project (Norco, CA)
- Second Street Improvement Project (Norco, CA)
- Bristol Street Slope Stabilization Improvement Project (John Wayne Airport, CA)
- Monarch Beach Parking Lot Improvement Project (Dana Point, CA)
- Agua Caliente Cultural Museum Roadway /Drainage Improvement Project (Palm Springs, CA)
Joshua D. Cosper, P.E., P.L.S., Q.SD. will be the Project Engineer assigned to this project and
responsible for overseeing the design and the preparation of all PS &E's. Mr. Cosper has over twelve (12)
years of progressively responsible experience as a Project Engineer, Design Manager, Survey Manager,
CADD Manager, Project Lead Designer, CADD operator, surveyor, field technician and construction
inspector for a wide variety of public works improvement projects involving roadway drainage,
rehabilitation and widening, grading, sidewalk infill, site development parking lots, erosion control and
retaining walls, traffic signals and WQMP facilities. Many of these projects included design surveys, base
map development, right -of -way mapping/documentation, the development and evaluation of project
alternatives, and the preparation of complete and accurate PS &E's for a vast number of cities, counties,
school districts and special districts throughout southern California, including the cities of La Quinta,
Moreno Valley, Norco, Lake Forest, Calimesa, Palm Springs, Brawley, El Centro and Barstow, Los
Angeles County, the Los Angeles Unified School District, the Niguel Shores Community Association and
the FAMD No. 1 of Indian Wells.
Other members of our Project Team include:
DMC Design Group, Inc. -Project Management, Mapping and Drainage Design
- Frank A. Artiga, P.E., P.L.S. —Survey Manager (16 years)
- Mike Kirk— Mapping/CADD Manager (22 years)
- Donna A. McConaughy— Utility Coordination (14 years)
We look forward to working with the City of Lake Elsinore on the proposed slope and drainage
improvements at various locations throughout the City of Lake Elsinore. Should you have any questions
or concegardinC Design Group's qualifications, do not hesitate to contact us.
David M. Cosper!-
Principal Engineer
DESIGN
TABLE OF CONTENTS
City of Lake Elsinore
Engineering Division
Proposal For:
Design Services
Slope and Grading Repairs Various Locations
Project No. 4366
September 20, 2011
SECTION X —QUALIFICATIONS
Introduction
Key DMC Personnel
Proposal Contact
Corporate Financial Condition
Organizational Chart
Project Experience /References
- Moreno Townsite Drainage Improvement Project
- Moreno Substation and Switch Yard Improvement Project
- Hamner Avenue Improvement Project
- Second Street Improvement Project
- Bristol Street Slope Stabilization Improvement Project
- Monarch Beach Parking Lot Improvement Project
- Agua Caliente Cultural Museum Roadway/Drainage Improvement Project
SECTION 2 — STATEMENTS
SECTION 3 — ADDITIONS OR EXCEPTIONS TO THE CITY'S RFP
APPENDIX
Exhibit A — Scope of Services
Exhibit B — Hourly Rate Schedule
Exhibit C— Project Schedule
Exhibit D — Resource Matrix
Exhibit E— Certificate of Exemption from Workers Compensation Insurance
Exhibit F— Federal Disclosure of Lobbying Activities
Exhibit G— Certification of Contracts, Grants, Loans and Cooperative Agreements
Exhibit H— List ofSubconsultants
Exhibits I — List of Subconsultants (DBE and Non -DBE) Part I and IL
Resumes
DMC Design Group, Inc.
• David M. Cosper, P.E., Q.S.D.— Project Manager
• Joshua D. Casper, P.E., P.L.S., O.S.D.— Project Engineer
• Frank A. Artiga, P.E., P.L.S. —Survey Manager
• Mike Kirk —CADD Manager
• Donna A. McConaughy— Utility Coordinator
SECTIONONE- QUALIFICATIONS
INTRODUCTION
Incorporated since 1999, DMC Design Group, Inc. has developed a reputation for preparing
quality design work on time and within budget for a wide variety of municipal improvement
projects throughout southern California, including grading and drainage improvement projects.
Many of these successful projects were completed under challenging and adverse conditions,
requiring a complete understanding of the local agency's design standards, criteria and approval
processes. Our expert knowledge of these policies and guidelines has proven invaluable in
producing project requirements on time and within budget.
DMC has an extensive list of satisfied clients it has recently provided professional consultant
design services to, including the cities of Lake Elsinore, Moreno Valley, Corona, Riverside, El
Centro, Norco, Calimesa, Lake Forest and Palm Springs, the Niguel Shores Community
Association, the La Verne Heights HOA, John Wayne Airport, the Fire Access Maintenance
District No. 1 of Indian Wells, the Los Angeles Unified School District, the Desert Sands Unified
School District and the counties of Riverside, Los Angeles, Orange and San Bernardino.
Headquartered in Corona, California, DMC is conveniently located within twenty (20) minutes of
Lake Elsinore, California. From our office location, DMC can effectively provide our design
services to the City of Lake Elsinore for this project, as we have for many other public agencies
and special districts throughout southern California.
Mission Statement
As professional civil engineers, surveyors, designers, technicians and managers at DMC, our
mission is simple —we want to provide a cost - effective solution that fully meets our Client's
project objectives on time, within budget and within acceptable and safe design parameters.
Simply put, our mission is to provide "a total engineered solution." DMC is especially proud of
its significant achievements and strives to maintain this level of quality survey and engineering
design services on all of our projects, regardless of size or client. DMC's source of pride is based
upon the following:
• DMC has extensive experience providing direct support to the staff of our clients in the
development of project concept themes, feasibility studies, survey and mapping, utility
coordination and the design of complex improvement projects involving constrained schedules,
multi- disciplined teams, reviewing boards, commissions, site developers and the general public;
• A core project team of highly skilled and experienced professionals qualified to address all
design aspects of sidewalk improvements, including coordination with the City Engineering
Division Staff, affected utilities, and adjacent property owners, development of accurate utility
and right -of -way base maps, preparation of accurate quantity and cost estimates, development
of thorough technical specifications and the design and preparation of PS &E's for sidewalk
improvements;
• A track record of providing quality engineering services and products through a comprehensive
and thorough value engineered approach, as can be demonstrated by our list of satisfied clients.
DMC's comprehensive project management system is flexible and can readily be tailored to suit
the requirements of this project and the needs of the City. On many assignments, "fast- tracking"
has been used to achieve an early start on construction —with resultant savings —while
maintaining a high standard of quality and integrity of design.
1
SECTIONONE —QUALIFICATIONS
Most important, however, is the fact that many of DMC's key personnel, including the assigned
Project Manager, have worked directly for public agencies in the past and fully understand the
need to become an extension of City staff. From its previous experience on public improvement
projects, DMC has learned the importance of integrating all aspects of its project management
and design support team with those of City staff and will strive to develop a seamless team
approach in meeting and exceeding project specific objectives and goals for this project, as well.
Reliability
DMC was founded on the commitment of giving
individualized attention to our clients. Our
commitment is based upon the belief that a total
engineered solution is the result of a team effort
between the client and the consultant, developed
through proactive leadership, effective
communication and responsive actions. This
core belief creates a very customer- oriented
approach to our projects and places our clients
as our most treasured resource.
Our goal is to satisfy our client's needs with cost - effective total engineered solutions that fully
meets all mission objectives within acceptable and safe design parameters. In order to provide this
level of client satisfaction, we become fully knowledgeable of our client's requirements and needs,
while at the same time, we are driven to make a strong commitment to produce error -free work
and utilize a continuous improvement process that concentrates on prevention rather than
correction and recognizes the importance quality control has on the success of a project. DMC
prides itself on being able to look forward on a project while using its past experience to foresee
possible concerns. With complete and thorough attention given to all tasks and assignments, we
are confident that we can develop the total engineered solutions for this project.
Capabilities
DMC is capable of providing most professional services in -house due to the multi - disciplinary
resources of our staff. We offer complete design survey and construction document preparation
services for:
♦ Grading A, Roadwa Y Rehab g /Widenin Im rovements
-k Drainage/Flood Control
♦ WQMP /SWPPP
♦ Traffic Control/Staging
-1 Utility Notification/Coordination
Overhead Utility Distribution Systems
Lighting and Electrical
P
Site Development
Striping and Signing
Right -of -Way Mapping
Utility Overhead to Underground Conversions
♦ Underground Utility Installations
Sidewalk/Trail Improvements
All of our engineers, surveyors, designers and CADD operators are fully functional in the uses of
the following software packages:
• AutoCAD 2011 • CivilDesign • Civil 3D Pro 2011 • Retain Pro Wall Design
• WaterCAD /StonnCAD /SeweICAD • HECIA and HEGRAS • Microsoft Office 2010 • WSPG
0
DESIGN
SECTION ONE -QUALIFICATIONS
KEY DMC PERSONNEL
DMC has assembled a core team of individuals with specialized skills and experience necessary to
address the required design services for the proposed grading and drainage improvements to minor
slope failure areas along Lakeshore Drive, Hunt Street and Ryan Avenue in the City of Lake
Elsinore. Brief biological sketches follow for the senior staff members to be assigned to this
project by DMC. Complete resumes for these individuals are found in the Appendix of this
proposal.
David M. Cosper, P.E., Q.S.D.-Project Manager
Mr. Cosper has over twenty -eight (28) years of civil engineering experience, thirteen (13) years as
a Public Works Director and City Engineer for a number of cities throughout southern and
northern California. He has been the responsible Project Manager for a wide variety of municipal
improvement projects involving professional design services in the design and preparation of
PS &E's for grading and drainage improvements, roadway widening and rehabilitation
improvements, storm drain and flood control facilities, sidewalk, driveway, handicap ramp, curb
and gutter improvements, and traffic signal installation/modifications for the cities of Lake
Elsinore, Moreno Valley, Norco, Palm Springs, Corona, Riverside, El Centro, Lake Forest and
Calimesa, and the County of Riverside, including the following projects:
Moreno Townsite Drainage Improvement Project (Moreno Valley, CA)
Moreno Substation and Switch Yard Improvement Project (Moreno Valley, CA)
Hamner Avenue Improvement Project (Norco, CA)
Second Street Improvement Project (Norco, CA)
Bristol Street Slope Stabilization Improvement Project (John Wayne Airport, CA)
Monarch Beach Parking Lot Improvement Project (Dana Point, CA)
Agua Caliente Cultural Museum Roadway /Drainage Improvement Project (Palm Springs, CA)
Joshua D. Cosper, P.E., P.L.S., Q.S.D.-Project Engineer
Mr. Cosper has over twelve (12) years of progressively responsible experience as a Project
Engineer, Survey Manager, Design Manager, CADD Manager, Project Lead Designer, CADD
operator, surveyor, field technician and construction inspector for a variety of public works
improvement projects involving grading, drainage, roadway rehabilitation, site development,
parking lots, erosion control and retaining walls, roadway widening, traffic signals and WQMP
facilities. Many of these projects included topographic survey and base map development, right -
of -way mapping /documentation, development and evaluation of project alternatives, and the
preparation of complete and accurate PS &E's for a vast number of cities, counties, school districts
and special districts throughout southern California, including the cities of Lake Elsinore, Moreno
Valley, Norco, Lake Forest, Calimesa, Palm Springs, Brawley, El Centro, La Quinta and Barstow,
Los Angeles County, the Los Angeles Unified School District, the Niguel Shores Community
Association and the FAMD No. 1 of Indian Wells. Mr. Cosper and his survey team will be
responsible for designing and preparing accurate construction plans for this project, including
identification of limits of right -of -way, property lines, existing project culture and utilities. Mr.
Cosper will identify required specific design standards for this project and will enforce those
standards throughout the project's duration.
3
DESIGN
SECTION ONE -QUALIFICATIONS
Frank A. Artiga, P.E., P.L.S.— Survey Manager
Mr. Artiga will be the Survey Manager on for this project and responsible for all topographic and
boundary surveying needs. Mr. Artiga has over sixteen (16) years of extensive experience in all
facets of topographic and boundary surveying, base mapping and land development design,
including rough/precise grading, street improvements, water /sewer /storm drain improvements and
earthwork calculations for public works projects and private developers. For most of these
projects, Mr. Artiga was responsible for the comprehensive topographic/boundary surveying and
project mapping needs. He has also been responsible for the preparation of sewer studies and
other technical studies, as well as the design and preparation of PS &E's for public improvement
projects, including major pipeline facilities for regional water districts and reservoir tanks.
Mike Kirk-Mapping/CADD Manager
Mr. Kirk has twenty-two (22) years of increasingly responsible computer automated drafting
experience, including the development and implementation of overall drafting standards for DMC.
He received a teaching credential from California State University, Long Beach in CADD and has
used this skill to teach DMC's stable of young CADD operators the correct way to prepare
comprehensive plans for municipal improvement projects. Mr. Kirk has been DMC's
Mapping /CADD Manager for nearly two (2) years, applying his skills and experience to many
projects involving storm drain improvement projects.
Donna A. McConaughy – Utility Coordinator
With over fourteen (14) years of experience as a utility coordinator and technical specification
writer for private development and public improvement projects, Ms. McConaughy will be the
Utility Coordinator for this project. As the Utility Coordinator, Ms. McConaughy will identify all
utilities affected by the proposed grading and drainage repair improvements and, by utilizing her
extensive database of utility contacts; she will make initial contact with and obtain record
documents and as -built plans from each of the affected utilities. Ms. McConaughy will ensure all
utility data for projects assigned to DMC is accurately plotted on project plans and will coordinate
the utility pothole effort to confirm potential conflicts.
PROPOSAL CONTACT
David M. Cosper, P.E., Q.S.D. is the Principal Engineer for DMC and will be DMC's contact
person during the proposal evaluation period. DMC's legal name is DMC Design Group, Inc.,
with a single office located at the following address:
DMC Design Group, Inc.
140 North Maple Street, Suite 104
Corona, CA 92880
Mr. Cosper is located at this office address and may be contacted as follows:
► Office – (951) 549 -8100 Ext. 706
P. Cell – (951) 830 -9175
► Fax – (951) 549 -8102
P. Email – dmcosoerkdmcdg com
Mr. Cosper will be the Project Manager for the duration of this project.
0
DESIGN
SECTIONONE- QUALIFICATIONS
CORPORATE FINANCIAL CONDITION
Since 1999, DMC has experienced strong annual fiscal growth and has yet to have a non - profitable
year. Even through the last two (2) economically turbulent years, DMC has managed to provide
positive returns to its stockholders. This was largely due to the fiscal management skills and
experience of DMC's corporate managers —the same personnel to be assigned to this project. The
results of this effort have allowed DMC to hire highly qualified, skilled and experienced
personnel, and to purchase and maintain the necessary tools, equipment and software required to
complete multiple concurrent projects on time and within budget. To date, DMC has not been
involved in any bankruptcies, pending litigations, planned office closures or impending mergers,
nor does DMC anticipate any financial conditions that would impede its ability to complete the
assigned project. DMC is fiscally capable of completing this project to the quality standards
expected by the City, on time and within budget.
C
DESIGN
\
)
&
)\
\\
J/
g\
k\
\
\
7
ƒ
@
(/
k ).�±
PC
\\
® §3
& rn
(� a
4
\ /
\ \�
o �
) })/
) #)f
� ® ƒ\
\ k \)
)
\
■
9i
7 «.
$�f
%« t
wE\
+)�
»f\
k))!\)\
a!E } \!
aa&lx4=
) \/)
\) \\
\ } }\ u)
)
$
£
v
�
�
�
0
@
c
�
@
.
k-
Pane 31 of 58
On
>�•9..
}
< \:
«§� �
(/
k ).�±
PC
\\
® §3
& rn
(� a
4
\ /
\ \�
o �
) })/
) #)f
� ® ƒ\
\ k \)
)
\
■
9i
7 «.
$�f
%« t
wE\
+)�
»f\
k))!\)\
a!E } \!
aa&lx4=
) \/)
\) \\
\ } }\ u)
)
$
£
v
�
�
�
0
@
c
�
@
.
k-
Pane 31 of 58
On
SECTION ONE —QUALIFICATIONS
PROJECT EXPERIENCE/REFERENCES
DMC is especially proud of the long list of clients it has successfully completed projects for. We
encourage contacting the clients from the following list of projects recently completed by DMC
Design, Inc. with design services similar to those required for the proposed slope and drainage
repairs at various locations in the City of Lake Elsinore:
1. Moreno Townsite Drainage Improvement Project (Moreno Valley, CA)
Contact:
Quang Nguyen — Senior Engineer
Moreno Valley Public Works Dept.
14177 Frederick Street
Moreno Valley, CA 92553
(951) 413 -3159
Project Description:
Responsible for the topographic surveying, base mapping, right -of -way
mapping, and the design and preparation of PS &E's necessary for this
Hazard Mitigation Grant Program (HMGP) funded project for the proposed
storm drain improvements within an existing single-family residential
development in the City of Moreno ['alley, including the re- grading and
sloping of RCFC's Drainage Facility "F ". The proposed storm drain
improvements will replace the existing undersized surface drainage facilities.
Proposed improvements include the following:
• 2,300feetofRCB;
• 3,500feet of24" diameter RCP;
• Fifteen (15) catch basins and one (1) grated inlet structure;
• Nine (9) dunction/Manhole Structures.
2. Moreno Substation and Switch Yard Improvement Project (Moreno Valley, CA)
Contact:
Prem Kumar —Deputy PW Director
Moreno Valley Public Works Dept.
14177 Frederick Street
Moreno Valley, CA 92553
(951) 413 -3116
Project Description:
Responsible for the preparation of a drainage report, a project concept
report, and the design and preparation offinal PS &E's required for grading,
drainage and security improvements for this new 81,000 -sf substation and
switch yard This project required the design of over six (6) acres of grading,
street improvements, a prefabricated wood -crete perimeter wall with pier
foundations, an auto- opening steel gate, steel swing gates, driveway access
off Moreno Beach Drive, perimeter landscaping /irrigation, four (4) retention
basins totaling over 65,000 -cf in total size, a two hundred (200) foot long
bio- retention basin for water quality management purposes, and erosion
control /SWPPP measures.
3. Hamner Avenue Improvement Project (Norco, CA)
Contact:
Lori Askew — Senior Project Manager
Norco Public Works Department
2870 Clark Avenue
Norco, CA 92860 -0428
(951) 270 -5678
Project Description:
Responsible for the topographic surveying, base mapping, right -of -way
mapping, and the design and preparation of PS &E's necessary for the
construction of ultimate urban arterial improvements to a 3,600foot segment
of Hamner Avenue, including sidewalk, curb and gutter, driveway, access
ramps, roadway rehabilitation and widening, utility relocations, water line
extensions, structural tunnel undercrossing and storm drain1lood control
improvements. The storm drain) food control improvements for this project
included a 1, 000 foot extension and extensive re- grading of an existing RCFC
drainage channel to accommodate proposed drainage to the Santa Ana
River.
4. Second Street Improvement Project (Norco, CA)
Contact: I Project Description:
Lori Askew — Senior Project Manager Responsible for the preparation of pavement evaluations,
Norco Public Works Department hydraulic /drainage studies, topographic surveying, right -of -way mapping
2870 Clark Avenue and acquisitions, and the design and preparation offinal PS &E's required
Norco, CA 92860 -0428 for new sidewalk, driveway, handicap ramp, curb and gutter improvements,
DESIGN
(951)270-5678 roadway rehabilitation, overlay, and widening improvements, utility
relocations, and wall/fence improvements to a 2,500 foot portion of Second
Street. This project required extensive re- grading of existing slopes to
accommodate the proposed widening of Second Street and the installation
ofnew drainage facilities to accommodate the re- graded areas.
5. Bristol Street Slope Stabilization Improvement Project (John Wayne Airport, CA)
Contact:
Steve Chaky— Project Manager
John Wayne Airport
3160 Airway Avenue
Costa Mesa, CA 92626
(951)252-5275
Project Description:
Responsiblefor the design and preparation offinal PS &E'sfor improvements
required to stabilize approximately 1,500 feet of eroding slope on the south
end of the airport, north of Bristol Street and west of Campus Avenue, in the
unincorporated area of Orange County. Based upon the findings and
recommendations outlined in a Project Concept Report developed by DMC
and subsequent meetings with residents adjacent the Bristol Street slope, a
two (2) tier modular retaining block system with landscape improvements was
selected by JWA as the type of retaining structure to be used to stabilize the
Bristol Street slope. Due to the height of the wall, geosynthetic reinforcing of
the area behind the wall was required to anchor the wall to the slope and
provide the necessary reinforcement required to stabilize the grades along
the slope. Other project improvements designed by DMC for this project
includes roadway widening improvements to Bristol Street, security fencing
wall drainage, and landscape/irrigation improvements.
6. Monarch Beach Parking Lot Improvement Project (Dana Point, CA)
Contact:
Sam Johnson — Project Manager
Niguel Shores Community Association
33654 Niguel Shores Drive
Dana Point, CA 92629
(951)252 -5275
Project Description:
Responsible for the topographic surveying, base mapping, and the design and
preparation offinal PS &E's required for parking lot rehabilitation, drainage,
grading and retaining wall improvements required for this three (3) level
parking lot facility for the Monarch Beach park in the City of Dana Point.
7. Agua Caliente Cultural Museum Roadway/Drainage Improvement Project (Palm Springs, CA)
Contact:
Marcus Fuller— Assistant PW Director
Palm Springs Engineering Department
3200 E. Tahquitz Canyon
Palm Springs, CA 92262
(760) 323 -8253 Ext. 8744
Project Description:
Responsible for the topographic surveying, base mapping, and the design and
preparation of PS &E's for the following roadway and drainage
improvements for the Agua Caliente Cultural Museum in the City of Palm
Springs:
• Widening of the easterly side of a 650 foot segment of Hermosa Drive
from Drive from Tahquitz Canyon Way south of Arenas Road;
• Extension of a 690 foot segment of Hermosa Drive from Arenas Road
south to Baristo Road,
• Installation of approximately 1,310 feet of 48" diameter RCP storm
drain improvements from Arenas Road south to the Baristo channel;
• On -site grading and extension of an on -site storm drainage system
required for the parking lot expansion for the Museum.
SECTION TWO — STATEMENTS
DMC Design Group, Inc. and its Project Team of Subconsultants agree to the following:
1. The design services outlined in our proposal, dated September 20, 2011, and the accompanying fees,
are in accordance with the City's RFP, entitled "Request for Proposal For Design Services — Slope and
Drainage Repairs Various Locations, Project No. 4366," except as otherwise specified in this Proposal
under `Additions or Exceptions To The City's RFP ".
2. It is understood that the said RFP will be incorporated in its entirety as part of our proposal.
3. It is further understood that the said RFP and our proposal will jointly become a part of the
"Agreement for Professional Consultant Services" for this project when said Agreement is fully
executed by DMC Design Group, Inc. and the Mayor or City Manager of the City of Lake Elsinore.
4. All charges for Design Services outlined in this proposal are "Not to Exceed Fees" as submitted with
and made a part of this Proposal and include conservatively estimated reimbursable expenses shown as
Direct Costs. It is understood that payments will be made for actual time and materials expended in
furnishing authorized professional services to the "Not To Exceed Fee" level outlined in said proposal.
5. DMC will document and provide the results of the work to the satisfaction of the City, including, if
necessary, the preparation of field and final reports or similar evidence of attainment of the Agreement
objectives.
6. DMC will immediately document and notify the City of any defects or hazardous conditions observed
in the vicinity of the project site prior, during or after the construction work.
7. It is acknowledged and understood that DMC will not be allowed to change the subconsultants shown
in our proposal, dated September 20, 2011, without written permission from the City.
8. DMC understands that discrimination against any employee or applicant for employment because of
race, color, religion, sex or national origin is against Corporate policies and by -laws is not allowed to
occur.
9. DMC will adhere to all known federal laws and regulations, as they pertain to this project, will be
adhered to notwithstanding any state or local laws or regulations. In case of a conflict between federal,
state or local laws or regulations, the strictest shall be adhered to.
10. DMC authorizes all federal, state, county and City officials access to its place of work, books,
documents, papers, fiscal, payroll, materials and other relevant contract records pertinent to this
project. DMC will retain all such relevant records for a period of three (3) years.
11. It is understood that DMC will comply with the Davis -Bacon Fair Labor Standards Act (40 USC 276 -a
through a -7), and the implementation regulations issued pursuant thereto (29 CFR Section 1, 5), any
amendments thereof and the California Labor Code, as well as the appropriate sections of the "Federal
Labor Standards Provisions," "Federal Prevailing Wage Decision" and State of California prevailing
wage rates, respectively.
12. It is understood that DMC will comply with the Copeland Anti - Kickback Act (18 USC 874) and the
Implementation Regulation (29 CFR 3) issued pursuant thereto, and any amendments thereof, as it
pertains to this project.
13. DMC offers and agrees to assign to the City all rights, title and interest in and to all causes action I
may have under Section 4 of the Clayton Act (15 USC Sec. 15) or under the Cartwright Act (Chapter 2
[commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code),
arising from purchases of goods, services or materials pursuant to the public works or the
subconsultant, as it pertain to this project. This assignment shall be made and become effective at the
time the City tenders final payment to the Consultant, without further acknowledgement by the parties
SECTION THREE — ADDITIONS OR EXCEPTIONS TO THE CI TY's RFP
Included in our Proposal dated September 20, 2011 are the following additions or exceptions to the
City of Lake Elsinore's Requestfor Proposalfor Design Services — Slope and Drainage Repairs
Various Locations, Project No. 4366:
1. The City will assign a Project Manager to act as its point person on this project during the
length of this project.
2. All available information pertinent to this project in the City's possession will be provided
to DMC at no cost.
3. Provide a "no cost" encroachment permit for all survey activities required to complete this
project.
4. The base proposal does not include any utility potholing. A separate "Optional Cost" item
has been included in the fee proposal for these services should it become necessary to
have these services performed.
5. DMC's obligation to the City of Lake Elsinore for the Storm Water Pollution Prevention
Plan ( SWPPP) development, as outlined in Task 9 of the proposed Work Plan, is through
the design phase only and does not include any costs associated with the implementation,
modification or maintenance of required best management practices as outlined in the
approved SWPPP for this project, including coordination with the Water Quality Control
Board on any notifications required by the approved SWPPP or modifications to the
SWPPP requested by the Contractor.
6. DMC Design Group, Inc. will be paid on a monthly basis based upon monthly invoices
submitted to and accepted by the City. DMC will not be paid on a milestone completion
basis as outlined in the RFP.
10
ExxIBtTA -SCOPE OF SERVICES
UNDERSTANDING
Our Project Team has thoroughly reviewed the City of Lake Elsinore's Request for Proposals
for Design Services — Slope and Drainage Repairs Various Locations, Project No. 4366.
Members of our Project Team conducted a site visit of the project's various locations on
September 15, 2011 and September 16, 2011. Specific questions regarding the project scope and
parameters were discussed with the Mr. Peter Ramey, Consultant Project Manager for the City of
Lake Elsinore's Engineering Division. Generally, this project requires the design and preparation
of PS &E's for the following grading and drainage repair improvements:
• Benedict Avenue /Lakeshore Drive — Grading improvements between Benedict Avenue and
Lakeshore Drive along an existing dirt ledge immediately adjacent to the upstream side of
Lakeshore Drive that will eliminate and redirect drainage from steep grades upstream of
Lakeshore Drive to a new culvert crossing and outfall structure on the downstream side of
Lakeshore Drive;
• Lakeshore Drive at Cowell Street — Inlet improvements on the upstream side of Lakeshore
Drive to prevent overflow drainage across Lakeshore Drive, and improvements to the
existing culvert outlet crossing on the downstream side of Lakeshore Street to restore and
prevent future damage to the downstream slope of Lakeshore Drive, including installation of
a culvert headwall, energy dissipaters and erosion control measures;
• Hunt Avenue south of Hague Street — Grading improvements to slope damage west of Hunt
Avenue involving a retaining wall structure under six (6) feet in total height and replacement
of an existing entry driveway;
• Ryan Avenue — Grading improvements to repair slope damage between Ryan Avenue and
Lakeshore Drive, outlet improvements immediately downstream of Ryan Avenue, inlet
improvements immediately upstream of Lakeshore Drive, installation of a new culvert
crossing and downstream outlet improvements to Lakeshore Drive and improvements to the
downstream side of Lakeshore Drive necessary to repair and prevent future erosion damage
improvements to all repaired slopes;
• Lake View Avenue at Gentz Street — Grading improvements to Lake View Avenue to
eliminate drainage to the downstream slope of Lake View Avenue and improvements to the
downstream slope to repair and prevent future erosion damage to the downstream slope;
• Hague Street at Ulmer Street — Grading improvements to Hague Street and improvements to
the downstream slope to repair and prevent future erosion damage to the downstream slope;
• Lash Avenue at Hunt Avenue — Grading improvements to Lash Avenue and improvements to
the downstream slope to repair and prevent future erosion damage to the downstream slope;
• Barkschat Drive — Grading improvements to Barkschat Drive and improvements to the
downstream slope to repair and prevent future erosion damage to the downstream slope.
The proposed slope and drainage repair improvements will require the design and preparation of
PS &E's for specific storm drain (culvert crossing, inlet and outlet structures, dissipaters, etc.)
and erosion prevention improvements (dirt street grading with non - erosive drainage
11
-M
EmimiTA —SCOPE OE SER vicEs
improvements necessary to eliminate over slope drainage, slope benching and localized drainage
improvements), as well as the preparation of temporary construction/permanent drainage
easement documents.
MANAGEMENT PLAN
DMC's project approach is based upon a proactive Project Management Plan that originates with
our Proposal and is finalized with the initiation of the Notice to Proceed by the City. In
summary, our Management Plan will communicate to each member of the Project Team the
organization and communication procedures, task descriptions and assignments, schedule
requirements, cost and resource budgets, project data and design guidelines. One of the key steps
in preparing a useful Management Plan is the development of a detailed Project Work Plan. To
develop this plan, a series of interface meetings will take place among the members of the
Consultant Team to clearly identify the multiple activities required to complete this project.
These activities will include not only specific project tasks, but also agency reviews and
approvals, quality control processes and milestones for deliverables. Assignment of
responsibilities for each activity will also be designated, as generally shown on the proposed
Organizational Chart for this project. Whenever necessary, modifications to the Organizational
Chart will be made in order to strengthen the Consultant Team's ability to immediate project
needs and as identification of specific requirements are identified. In developing this detailed
Project Work Plan, many of the potential project constraints are identified, ways to expedite the
project are developed, and the avenues of communication among team members are increased at
this initial stage of this project.
The ability to clearly communicate information, such as scope, cost, schedules and technical
matters, is a vital element of any project. A coordinated effort among the various team members
is required to achieve an integrated program that, in turn, is necessary to deliver quality services
within strict budgetary and time constraints. Coordination requires effective and frequent
communication among Consultant Team members.
Key to the entire Management Plan and subsequent success of this project is the role of the
Project Manager. The Project Manager is responsible for oversight and coordination of all
project activities, meshing the technical requirements through a proactive, hands -on management
approach. The Project Manager is the sole contact person between DMC and the City,
interfacing with all City departments, as well as with outside utility agencies. The Project
Manager will be responsible for project documentation, including scheduling, preparation of
agendas and meeting notes, and assignment of action items for meetings between City staff,
subconsultants and other agencies.
QUALITY CONTROL
Once the final work plan is completed and final Project Team assignments communicated to each
Project Team Member, DMC will develop a defined Quality Control (QC) Plan specific to this
project. The QC Plan will guide the Consultant Team in the management and implementation of
quality throughout the life of this project, not to merely "check it" at the end of this project. The
preparation and implementation of the QC Plan will be integrated into the work plan and will be
applied continuously and at strategic points in the work process by Project Team Members. The
QC Plan will include procedures for both administrative and technical controls, such as project
12
ExHiBiTA —ScoPE of SEa mEs
files, routing of correspondence, checking/back- checking procedures, design notebooks, check
lists, etc.
WORK PLAN
Based upon our current understanding of the project's requirements and needs, our Project Team
proposes the following Work Plan for this project:
Task 1 Project Management — The Project Manager will provide the necessary Project
Management Services to insure this project is completed on time, accurately and within budget,
including, at a minimum, the following sub - tasks:
Task 1.01 Project Orientation Meeting — Prior to the start of this project, the Project Team will
meet with key personnel from the City of Lake Elsinore to discuss in detail the expectations for
this project and procedures to be used by DMC and its Project Team in completing the
assignments of this project. The initial meeting will also include a job walk with the appropriate
City personnel to gain a more complete understanding of the City's needs and objectives for this
project.
Task 1.02 Additional Project Meetings — The Project Manager will facilitate a number of
necessary meetings with project stakeholders to facilitate design coordination, resolve conflicting
design requirements, provide project progress updates to key personnel and review progress
submittals with City staff members, Council Members and Commissioners, in order to obtain
project consensus.
The Project Team anticipates the following meeting schedule for the duration of this phase:
Meeting Description No.
Monthly PDT Meetings
Design Meetings
Progress Submittal Meetings
Total Meetings — All Phases
Task 1.03 Project Schedule (3) — Upon issuance of a Notice to Proceed by the City, DMC will
prepare a control -level schedule using Microsoft Project Schedules v. 4.0 and detailing specific
delivery dates and meetings. The schedule will be instrumental in providing the City of Lake
Elsinore staff assurances of project schedule compliance. The schedule will be updated monthly
(5) and presented to City in both digital and hard format at the appropriate PDT meetings.
Task 2 Project Research — DMC will perform a records /data search of available City
information, such as:
• Existing Aerial Maps • City GIS Maps • Utility Information
• Right -of -Way Maps • Record Drawings/Assessor Maps • Existing Drainage Studies
• As -Built Drawings • Centerline Ties /Monuments • Datum
Task 3 Utility Coordination — DMC will identify all affected utility companies within the limits
of each improvement area in order to obtain the necessary maps, plans and record information of
existing utilities within the project limits. Field reviews will be conducted to confirm utility
13
58
EXHBITA -SCOPE OF SERVICES
locations through surface evidence of the utilities at each site. All utility information obtained
from the research effort and field reviews will be plotted on the Base Map. Specific sub -tasks
include:
Development of a request for information letter on City letterhead that will be sent to the
utility companies, notifying them of the proposed project and requesting as -built information.
DMC will have each letter sent certified, return receipt requested;
• Development of a complete Utility Log of all correspondence with the affected utilities;
• Review data received from all affected utility companies and plot the information on the base
sheets to be used in the preparation of the project plans;
Conduct necessary field reviews in order to confirm the identified utilities based upon record
plans and verification of surface evidence of additional existing sub - surface and overhead
installations within the limits of the project area;
• Develop a Utility Pot Hole Plan for City approval. Upon approval of the Utility Pot Hole Plan
by the City, DMC will coordinate the pot holing of up to eight (8) potholes. Information
obtained from this effort (i.e. size of utility, bottom and top elevation of utility) will be
transposed the final plans and used in the design of proposed improvements such that utility
conflicts are avoided. .
Task 4 Initial Site Visit — Existing conditions and supporting improvements, such as roadway
surface conditions, existing drainage facilities, curb and gutter, sidewalks and driveways, walls,
stairways, mailboxes, trees, utility poles, walls, fences, street signs and striping will be
inventoried. Pictures /videos will be taken of each project area to confirm existing conditions and
used for reference during DMC's design efforts.
Task 5 Design Survey — DMC will meet with the appropriate City and County officials to obtain
benchmark data, intersection ties and other pertinent data relevant to each site of this project, if
available. Design level field surveys will be completed within the project area in order to
sufficiently provide the vertical and horizontal control of the immediate project culture necessary
to design the proposed improvements, including:
• Spot elevations of all surface features one hundred (100) feet beyond each project area (i.e.
top and bottom elevations of existing curbs and other drainage features at twenty -five (25)
foot intervals, edge of pavement/dirt roadways at twenty -five (25) foot intervals, utilities,
trees over 4" dbh, etc.) and cross - sectional grade elevations of fifty (50) feet on either side of
slope failures;
• Establishment of at least one (1) temporary benchmark at each site;
Sufficient cross - sections extending fifty (50) feet beyond either side of the centerline of each
slope failure for each project area;
14
RR
ExwwTA SCOPE OFSERvicES
• Neat and accurate survey notes.
Task 6 Base Mapping — Utilizing record information obtained through its research and utility
coordination efforts, topographic surveys completed in the previous task, and Ortho Digital
Photo Aerial Base Maps provided by the City (if available) as a scaled back drop, accurate base
maps of each project site will be prepared. Information shown on the base maps will include all
right -of -way, property lines and monument information, accurate location of existing culture
within the limits of the project, the edges of existing pavement, curbs, gutters, spandrels, ramps,
walkways and other physical street features, power poles, utility manholes and vaults, limits of
slope failures, striping, pavement legend and signing improvements. Uniform stationing will be
provided along the centerline of each slope failure at each project site for design purposes. The
base maps will identify all existing drainage facilities and will include 1 -foot contour lines based
upon topographic survey data gathered in the previous task.
Task 7 Conceptual Plans — Because of potential impacts to the property owners of lands that
will be improved as part of this project, DMC will prepare conceptual designs for each project
site in plan format showing the limits of the proposed grading and drainage improvements, the
limits of proposed construction/permanent drainage easements and the estimated construction
costs for the proposed improvements. DMC will present the conceptual plans to the City for
review and consideration.
Task 8 Prepare Construction Documents (PS &E's) — Upon approval of the recommendations
outlined in the previous task, DMC will proceed with the final design and preparation of
complete and accurate PS &E's, bid ready and signed by a California Registered Civil Engineer
for the proposed slope repair and drainage improvements, including:
Task 8.01 Plans — All slope repair and drainage improvement plans will be prepared using
AutoCAD 2011 software on 24" x 36" sheets in plan. The scale shall generally be at a scale of
1" = 20' or greater, showing limits of proposed improvements for each project site. Where
necessary, typical cross sections will be prepared to aid in the construction of proposed
improvements. Detail sheets will be prepared at a scale of 1" = 10' or greater, as required.
Based upon our current understanding of this project, DMC will prepare the following sheets:
Description No.
Title Sheet 1
General Note/Detail Sheet 1
Typical Grading/Drainage Cross Section Plan Sheets 2
Grading and Drainage Improvement Plan Sheets 6
Total Sheets 10
Plans will be submitted to the City and affected utilities for review at the 100% complete and bid
ready stage. DMC will submit to the City three (3) hard copy sets of plans and a CD with the
plans in .pdf format, along with the previous red -lined check prints. Comments received from
the City will be incorporated into the plans. Final plans will be submitted to the City on Mylar
and wet stamped by the Project Engineer.
Task 8.02 Specifications — DMC will prepare technical specifications for this project. The
technical specifications will be prepared in Microsoft Word format and submitted to the City for
15
58
EXHBITA -SCOPE OF SER DICES
review at the 100% complete and bid ready stage. DMC will submit three (3) hard copy sets of
technical specifications and a CD with the specifications in .pdf format, along with the previous
red -lined check copy of specifications. The final specifications will be Wet Stamped by the
Project Engineer.
Task 8.03 Estimate — DMC will prepare a comprehensive list of bid items, their quantities and
unit costs, and the probable cost of construction and submit to the City for review. The final
construction cost estimate shall be based upon and in agreement with the final estimated
quantities shown on the bid sheet. The estimates will be prepared in Excel format and submitted
to the City for review at the 100% complete and bid ready stage, or as otherwise requested.
Backup data calculations by sheet and item will be prepared and submitted to the City upon
request.
Task 9 Storm Water Pollution Prevention Plan ( SWPPP) — DMC will prepare a project
specific SWPPP plan in accordance with Santa Ana Basin Regional Water Quality Control
Board, including the following tasks:
1. File a Notice of Intent (NOI) with the State (if required);
2. Prepare a plan that meets the following objectives:
• Identify all pollutant sources including sediment that may negatively affect the quality of
storm water discharge;
• Recommend implementation of cost - effective Best Management Practices (BMPs) to
reduce or eliminate pollutants in the storm water (and authorized non -storm water) discharges
from the project site;
• Develop a maintenance schedule for BMPs to be deployed for the wet and dry weather
months;
• Create a site - specific water pollution prevention control plan detailing sediment and erosion
control BMPs to be included in the SWPPP and to be implemented and maintained by the
Contractor once the project has been awarded.
Task 10 Property Owner Cooperation - DMC will prepare ten (10) Permission to Construct
Drainage Improvement letters for delivery to each property owner affected by the proposed
improvements. Follow up meetings will be made to try to secure written permission from
affected property to allow proposed improvements on their properties. DMC will either deliver
signed permission letters for affected property owners or will advise the City that permission
could not be obtained.
Task 11 Final Site Visit — Prior to submittal of final bid ready PS &E's to the City for signature,
DMC will conduct a final site visit to check the actual field conditions with the design.
Discrepancies will be noted and the PS &E's corrected prior to submittal.
EXHIBITA SCOPE OFSERvicES
Optional Tasks
Optional Task 1 Property Owner Cooperation - DMC will additional Permission to Construct
Drainage Improvement letters for delivery to each property owner affected by the proposed
improvements beyond the ten (10) proposed, including follow up meetings, as necessary, to try to
secure written permission from affected property to allow proposed improvements on their
properties. DMC will either deliver the additional signed permission letters for affected property
owners or will advise the City that permission could not be obtained.
Optional Task 2 Preparation of Permanent Drainage Easement Documents — DMC will
prepare a legal description and plat map for each permanent drainage easement. Each legal
description and plat map will be wet stamped by a Land Surveyor currently registered in the State
of California.
Optional Task 3 Bid /Construction Support Services — DMC will address any questions
regarding the Technical Provisions, the design drawings or conflicts in the design during both the
bidding process and construction. DMC will assist the City in the preparation of Addendums
regarding omissions or conflicts in the design during the bidding advertisement stage and in the
preparation of Contract Change Orders regarding omissions or conflicts in the design during
construction. DMC will attend the pre -bid and pre - construction meetings.
Optional Task 4 As -Built Plans — DMC will incorporate all red -lined comments prepared by
the Contractor and project inspector and prepare final ink on Mylar "as- built' record plans, Wet
Stamped by the Project Engineer for this project.
Optional Task 5 Utility Potholes — Should additional pot holes be required beyond the eight
proposed, DMC will coordinate with Saf -r -Dig to perform additional utility pot holes
DELIVERABLES
DMC anticipates the following deliverables for this project:
• Signed Property Owner Permission to Construct
Letters for cooperating property owners
• Concept Plans for Each Site
• 100% Complete Plans /Estimate /Specifications
• Bid Ready Plans/Estimate /Specifications
17
One (1) signed copy from each
cooperating property owner.
One (1) Hard Copy (bond) for each site
Three (3) Hard Copies (bond)
One (1) Mylar Set of Plans (Wet
Stamped), One (1) Wet - Stamped Copy
of Specifications and Estimate, Three
(3) Hard Copies (bond) of Each and
One CD with Project Data
M
EXHIBLTB HOURLY RATE SCHEDULE
This hourly rate schedule is a part of DMC Design Group's proposal for Design Services — Slope and
Drainage Repairs Various Locations, Project No. 4366, as outlined in our September 20, 2011 proposal
submitted to the City of Lake Elsinore, and will be used to invoice the City of Lake Elsinore for monthly
progress payments and extra work incurred for the duration of the project.
WordProcessor .................................................................... ...............................
Clerical................................................................................. ...............................
FIELD PERSONNEL
Survey Manager (Prevailing Wage Rate) ............................. ...............................
Two -Man Survey Party w/ Vehicle & Equipment (Prevailing Wage Rate) ........
Field Technician (Prevailing Wage Rate) ............................ ...............................
Public Works Inspector (Prevailing Wage Rate) ................. ...............................
SUPPORT & MISCELLANEOUS COSTS
CADD Work Station / Plotter .................................... ...............................
ComputerTime ........................................................ ...............................
Electronic Distance Measuring Equipment .............. ...............................
Survey Trucks ....................
Other Vehicles ...................
Nuclear Gauge ...................
Manometer .........................
Slope Indicator ...................
Other Equipment ................
...................... $225/hr
...................... $200/hr
...................... $175/hr
...................... $155/hr
...................... $130/hr
...................... $110/hr
...................... $110/hr
...................... $110/hr
...................... $110/hr
...................... $90/hr
...................... $90/hr
...................... $75/hr
...................... $65/hr
...................... $55/hr
...................... $30/hr
.................. $125/hr
.................. $220/hr
.................. $75/hr
.................. $90/hr
An overtime premium multiplier of 1.25 will be applied to the billing rate of hourly personnel who work overtime in
order to meet a deadline which cannot be met during normal hours. Terms are net thirty (30) days with 1.5% per
month interest charges. This will be agreed to by both parties in writing prior to implementation of this multiplier.
The above schedule is for straight time hours.
18
DESIGN
_
m
n
m
w
f
_
s
n
s
w
s
s
n
ii i•
r
e
a
3 �
u
n
a
V ,
w
m
o
'
E
2
J
°o
v i
r
Sz
NmZ
V mYy
Fnmo
c n
a
- E
n_
nVLL
.E
Pa
4e 44
6f
RR
N
E
a
W
O
Z
J
W
W
Y
J
LL
O
F-
U
V1
C
O
R
O
J
O
�L
V � M
N �
NL
'tp O
V/ Q Z
M m
N O O
d � L
o c a
R
d
Q
O
V5
x
R
3
O
d
rd��.
Page 45 of 58
c
N
F °
0.5
r
N
Cl
m
N
m
<
N
N
y
M
� W
° U
3 C
6
)
F 0
F- O
?lU
jOV
°P
a >
£ K
p}1 J
m
� W
Q
rc
z
� a
W
z
E
rc
W
U
W
m
N
N
N
�
W
1
U
O
2
� w
a
O
O
40
P�
p
N
2
w
0
r
p
U W
W 2
� U
a w
N
N
:l7
P
N
a
w: l7
D ¢
n E
m
rc
O
x
6
O
r
w
m
a
a
F
z
W
m
W
o
W
v-
y
m
y
i
C
U
W
a_£
A
W
u
E
> a
c
a
m
w
m
o
Y
Y
N
P
m
n
m
m
Y
Y
F
W
W
N
N
lG
N
N
10
W
W
W
r
r
r
r
r
r
r
r
r
r
r
Page 45 of 58
EXHIBIT F - DISCLOSURE OF LOBBYING ACTIVITIES
COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352
1. Type of Federal 2. Status of Federal 3. Report Type:
Action: Action:
a. contract a. bid /offer /application a. initial
b. grant b. initial award
b. material change
c. cooperative agreement c. post -award
d. loan
For Material Change Only:
e. loan guarantee
year _ quarter
f. loan insurance I
date of last report
4. Name and Address of Reporting Entity
5. If Reporting Entity in No. 4 is Subawardee,
Enter Name and Address of Prime:
Il
�X Prime I� Subawardee
Tier , if known
UNKNOWN
Congressional District, if known
Congressional District, if known
6. Federal Department/Agency:
7. Federal Program Name /Description:
CFDA Number, if applicable
8. Federal Action Number, if known:
9. Award Amount, if known:
UNKNOWN
N/A
10. a. Name and Address of Lobby Entity
b. Individuals Performing Services (including
(If individual, last name, first name, MI)
address if cliff e No. 10a
(last na I s me, I)
a
NONE
J
N/
16. Information requested through this form is authorized by
Title 31 U.S.C. Section 1352. This disclosure of lobbying
Signature:
reliance was placed by the tier above when his
transaction was made or entered into. This disclosure is
.required pursuant to 31 U.S.C. 1352. This information
er, print Name: David M. Cos
P
will be reported to Congress semiannually and will be
available for public inspection. Any person who fails to
Title: President/ Principal Engineer
file the required disclosure shall be subject to a civil
penalty of not less than $10,000 and not more than
Telephone No.: 951 - 549.8100 X706 Date: 0912012011
$1001 000 for each such failure.
Federal Use Only:
Authorized for Local Reproduction
Standard Forth — LLL Rev. 7 -97
Standard Form LLL Rev. 06 -04 -90
U: \CAPPROJ\ BOILER \Consultant \RFP \Boiler -RFP Attachement Forth LLL.doc
Page 46 of 58
EXHIBIT G
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(Federal Fiscal Year January 12011 to December 31, 2011)
I, David M. Cosper, P.E., hereby certify on behalf
(Name and Title of Grantee official)
David M. Cosper, P. E., President/Principal Engineer
Of DMC Desi¢n Group, Inc., that
(Name of Grantee)
David M. Cosper, P.E.
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the
awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering
into any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, of cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal
contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit a Standard Form -LLL,
"Disclosure Form to Report Lobbying ", in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents for
all subawards at all tiers (including subgrants, and contracts and subcontracts under grants, subgrants, loans, an
cooperative agreements) which exceed $100,000, and that all such subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification
shall be subject to a civil penalty of not less that $10,000 and not more th 00 for each such failure.
Executed this 20'h of Se tember, 2011.
C
U:\CAPPROJ\ BOILER \Consultant \RFP \Boiler- RFPAUachement -Form LLL.doc
(Signature OLwAhorized official)
President/Principal Engineer
(Title of authorized official)
Page 47 of 58
EXHIBIT H - LIST OF SUBCONSULTANTS
PROJECT NAME: Slope and Drainage Repairs Various Locations
PROJECT NO: 4366
CONSULTANT NAME: DMC DESIGN GROUP, INC.
NAME
SUBCONSULTANTS ARE NOT PROPOSED DESCRIPTION OF SUBCONSULTANT'S WORK
TELEPHONE
ADDRESS
CITY. STATE ZIP
NAME
SUBCONSULTANTS ARE NOT PROPOSED DESCRIPTION OF SUBCONSULTANTS WORK
TELEPHONE
ADDRESS
CITY, STATE ZIP
NAME
SUBCONSULTANTS ARE NOT PROPOSED
TELEPHONE
ADDRESS
CITY. STATE ZIP
Duplicate this form as necessary to report all subconsultant(s) information.
Page 48 of 58
C L
.0 ,2
U
L
Q
W
W N
d L
d T
= o
0
n
0
aL
cCL
m .
a y
m a
a o
;q a
a�
r c
o
v3
C
o N
N N
C
0.2
U y
Uc
o
t_ U
n
3 a,
w
U 0]
cc
a m
Lo
U N
U =
m O
C C
0
w
o m
C C
0 0
Z O
C
l0 �
wN
0 �
C
L y
O =
d N
N F
C
c C
� o
c m
U
3
a O
N
(6 �
N N
= LL
O
L N
N a0 N
`m00 E
N N w
p_.L�- N
O 0.0
C" Y
F -C (o a
N R
y c.
w
C m
O
E
O
E
O
E
O
E
41
V
C)
LL
V
O
T
El
E]
a
1:1
El
a
11
El
a
❑
❑'_
a
d
E
0
m
IL
a
V
L
O
C
O_
r
ao
0
e
0
S
O.
L
N
m
a
z
Al
Q
e9
W
s9
b9
e9
Vf
69
V
f
V9
A
-
69
e9
69
A
V
V
V
V
A
'
V
V V
V
V V
A
V
V
V V
V
A`
V
V
V
V
A'
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
d
C
N
t LL
a
c
c
c
c
o
M
o
k
o
k
o
k
W
�N
E
O
N w
Z L
a
EaN
L
LL a
a
g
9
g
e
(�
W
N
N
N
N
y
2 Z¢
U
2
U
U
V
¢
2
¢
2
¢
Page 49 of 58
T
N
L
F
U
O
d
N
t
c
O
C
R
J
N
C y
U
J
N �
R e
w.2
R
oa
m �
a t0
U O
r w
R
o.
O w
a A
a)
U T
a
N O
_ U
O r
c O
N i
as
a)
3 vi
c
� o
R
m5
o O
o.of
0
nm
`ov
N N
LL
z O
6 N
R o
-00
vL
> =
O o
O
OCO N
3 0
N U
C N
R (n
S �
N d
O U)
U —
a F
J
N L_
N U
= c
t E
N Q
a)) U
0,0
O
oT
N J
L
H N
N L.
w W
'Cm
wo U
[iN1
LL
{!N{1]1
z
y
W
LL
[Nib
%
z
W
LLN�ii11
N
LL
❑
❑
w
¢
❑
❑
d
6
❑
❑
¢
❑
❑
Q
9
d
E
a
m
a
Y
O
O
C
O
r
O
a
6
c
O
CL
m
Q
Z
N
A
o
0
C
0
C
0
C
0
0
0
C
0
0
0
0
0
0
C
0
C
0
C
o
C
0
C
0
C
0
R N
0
a
o
V
V
V
V
A
V
V
n
V
es
V
A
V
V
V
V
A
V
V
Fn
V
i»
V
ca
n
❑
❑
❑
❑
❑
;.
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
c x
O R
t LL
a
e
c
c
o
k
c
o
k
(D
E N
R y r
Evy
�Q
LL
U
¢
N
g
N
¢
N
6
N
m
2
¢
U
2
¢
U
2
¢
U
2
¢
U
Page 50 of
0
N
0
w
m
0
J
J
c
@
E
L
U
Q
d
@
J
DAVIDM. Cosm,, P.E., Q,.SD. PROJECTMANAGER
EDUCATION:
M.P.A., Public Administration —1991
California State University, Hayward
B.S, Civil Engineering -1981
University of California, Davis
AFFILIATION:
American Public Works Association
American Society of Civil Engineers
American Council of Engineering Companies
REGISTRATION:
California Registered Civil Engineer License No. 38022
California Registered Qualified SWPPP Developer Certification No. 00383
Oregon Registered Civil Engineer License No. 84477PE
Idaho Registered Civil Engineer License No. 14443
EXPERIENCE:
Mr. Cosper has more than twenty-eight (28) years of professional civil engineering experience in the public and private
sectors throughout California and has served as the Director of Public Works for various cities located in California. His
experience includes planning, designing and managing the engineering disciplines of street and highway improvements,
pavement management systems, operations and maintenance, special assessment districts, and construction management.
Specific assignments involving grading and drainage improvements include the following projects:
• Project Manager, Moreno Townsite Drainage Improvement Project (Moreno Valley, CA) — Responsible for the
topographic surveying, base mapping, right -of -way mapping, and the design and preparation of PS &E's necessary for
this Hazard Mitigation Grant Program (HMGP) funded project for the proposed storm drain improvements within an
existing single - family residential development in the City of Moreno Valley, including the re- grading and sloping of
RCFC's Drainage Facility °F".
• Project Manager, Moreno Substation and Switch Yard Improvement Project (Moreno Valley, CA) —
Responsible for the preparation of a drainage report, a project concept report, and the design and preparation of final
PS &E's required for grading, drainage and security improvements for this new 81,000 -sf substation and switch yard.
This project required the design of over six (6) acres of grading, street improvements, a prefabricated wood -crete
perimeter wall with pier foundations, an auto - opening steel gate, steel swing gates, driveway access off Moreno Beach
Drive, perimeter landscapinglirrigation, four (4) retention basins totaling over 65,000 -cf in total size, a two hundred
(200) foot long bio- retention basin for water quality management purposes, and erosion control/SWPPP measures.
• Project Manager, Hamner Avenue Improvement Project (Norco, CA) — Responsible for the topographic
surveying, base mapping, right -of -way mapping, and the design and preparation of PS &E's necessary for the
construction of ultimate urban arterial improvements to a 3,600 foot segment of Hamner Avenue, including sidewalk,
curb, gutter, driveway, access ramps, roadway widening, utility relocations, water line extensions, structural tunnel
undercrossing and storm drain/flood control improvements.
• Project Manager, Second Street Improvement Project (Norco, CA) — Responsible for the topographic surveying,
base mapping, right -of -way mapping, pavement evaluations, and the design and preparation of final PS &E's required
for sidewalk, curb, gutter, driveway, ramp and roadway widening, rehabilitation, and overlay improvements to 3,000
feet of Second Street.
• Project Manager, Bristol Street Slope Stabilization Improvement Project (John Wayne Airport, CA) —
Responsible for the design and preparation of final PS &E's for improvements required to stabilize approximately
1,500 feet of eroding slope on the south end of the airport, north of Bristol Street and west of Campus Avenue, in the
unincorporated area of Orange County, including the design of a two (2) tier modular retaining block system with
landscape improvements, geosynthetic reinforcing of the area behind the wall, roadway widening improvements to
Bristol Street, security fencing, wall drainage and landscape /irrigation improvements.
• Project Manager, Monarch Beach Parking Lot Improvement Project (Dana Point, CA) — Responsible for the
topographic surveying, base mapping, and the design and preparation of final PS &E's required for parking lot
rehabilitation, drainage, grading and retaining wall improvements required for this three (3) level parking lot facility
for the Monarch Beach park in the City of Dana Point.
• Project Manager, Agua Caliente Cultural Museum Improvement Project (Palm Springs, CA) — Responsible for
the topographic surveys, base mapping, and the design and preparation of PS &E's for the following roadway and
drainage improvements for the Agua Caliente Cultural Museum in the City of Palm Springs.
JOSHUA D. COSPEg P.E., PL.S, QS.D. PROJECTENGWEER
EDUCATION:
B.S., Civil Engineering —2005
University of California, Irvine
AFFILIATION:
American Public Works Association
American Society of Civil Engineers
American Council of Engineering Companies
REGISTRATION:
California Registered Civil Engineer License No. 71667
California Registered Land Surveyor License No. 8774
California Registered Qualified SWPPP Developer
Arizona Registered Civil Engineer License No. 51454
Mr. Cosper is a member of the Board of Directors and is the Vice President in charge of Design and CADD production
for DMC Design Group, Inc. Mr. Cosper has twelve (12) years of progressively responsible design experience for a
variety of civil engineering projects. He has become a specialist in the development of accurate CADD drawings for
public improvement projects and is responsible for mentoring our team of CADD specialists in the latest uses of
AutoCAD and Micro Station. Specific assignments have included the following:
• Project Engineer, Moreno Townsite Drainage Improvement Project (Moreno Valley, CA) — Responsible for
the topographic surveying, base mapping, right -of -way mapping, and the design and preparation of PS &E's
necessary for this Hazard Mitigation Grant Program (HMGP) funded project for the proposed storm drain
improvements within an existing single - family residential development in the City of Moreno Valley, including the
re- grading and sloping of RCFC's Drainage Facility "F'.
• Project Engineer, Moreno Substation and Switch Yard Improvement Project (Moreno Valley, CA) —
Responsible for the preparation of a drainage report, a project concept report, and the design and preparation of final
PS &E's required for grading, drainage and security improvements for this new 81,000 -sf substation and switch
yard. This project required the design of over six (6) acres of grading, street improvements, a prefabricated wood -
crete perimeter wall with pier foundations, an auto - opening steel gate, steel swing gates, driveway access off
Moreno Beach Drive, perimeter landscaping/irrigation, four (4) retention basins totaling over 65,000 -cf in total size,
a two hundred (200) foot long bio- retention basin for water quality management purposes, and erosion
control/SWPPP measures.
• Project Engineer, Hamner Avenue Improvement Project (Norco, CA) — Responsible for the topographic
surveying, base mapping, right -of -way mapping, and the design and preparation of PS &E's necessary for the
construction of ultimate urban arterial improvements to a 3,600 foot segment of Hamner Avenue, including
sidewalk, curb, gutter, driveway, access ramps, roadway widening, utility relocations, water line extensions,
structural tunnel undercrossing and storm drain/flood control improvements.
• Project Engineer, Second Street Improvement Project (Norco, CA) — Responsible for the topographic
surveying, base mapping, right -of -way mapping, pavement evaluations, and the design and preparation of final
PS &E's required for sidewalk, curb, gutter, driveway, ramp and roadway widening, rehabilitation, and overlay
improvements to 3,000 feet of Second Street.
• Project Engineer, Bristol Street Slope Stabilization Improvement Project (John Wayne Airport, CA) —
Responsible for the design and preparation of final PS &E's for improvements required to stabilize approximately
1,500 feet of eroding slope on the south end of the airport, north of Bristol Street and west of Campus Avenue, in
the unincorporated area of Orange County, including the design of a two (2) tier modular retaining block system
with landscape improvements, geosynthetic reinforcing of the area behind the wall, roadway widening
improvements to Bristol Street, security fencing, wall drainage and landscape /irrigation improvements.
• Project Engineer, Monarch Beach Parking Lot Improvement Project (Dana Point, CA) — Responsible for
topographic surveying, base mapping, and the design and preparation of final PS &E's required for parking lot
rehabilitation, drainage, grading and retaining wall improvements required for this three (3) level parking lot facility
for the Monarch Beach park in the City of Dana Point.
• Project Engineer, Agua Caliente Cultural Museum Improvement Project (Palm Springs, CA) — Responsible
for the topographic surveying, base mapping, and the design and preparation of PS &E's for the following roadway
and drainage improvements for the Agua Caliente Cultural Museum in the City of Palm Springs.
FRANKA. ARTIGA, P.E., P.L.S.— SURvE,YMANAGER
EDUCATION:
Professional Management Training
California State University, San Diego
B.S., Civil Engineering —1996
California State Polytechnic University, Pomona
REGISTRATION:
California Registered Civil Engineer License No. 61860
California Registered Land Surveyor License No. 8716
EXPERIENCE:
Mr. Artiga will be the Survey Manager assigned to DMC and responsible for providing all topographic surveying needs
required for this project. Mr. Artiga has over sixteen (16) years of extensive experience in all facets of topographic and
boundary surveying, base mapping and land development design, including rough/precise grading, street improvements,
water /sewer /storm drain improvements and earthwork calculations for public works projects and private developers. He has
been responsible for the comprehensive topographic and boundary surveys for most of the following projects, as well as the
preparation of sewer studies and the design and preparation of PS &E's for public improvement projects, including major
pipeline facilities for regional water districts and reservoir tanks. Specific project experience includes:
• Survey Manager, Moreno Townsite Drainage Improvement Project (Moreno Valley, CA) — Responsible for the
topographic surveying, base mapping, right -of -way mapping, and the design and preparation of PS &E's necessary for
this Hazard Mitigation Grant Program (HMGP) funded project for the proposed storm drain improvements within an
existing single- family residential development in the City of Moreno Valley, including the re- grading and sloping of
RCFC's Drainage Facility "F'.
• Survey Manager, Moreno Substation and Switch Yard Improvement Project (Moreno Valley, CA) — Responsible
for the preparation of a drainage report, a project concept report, and the design and preparation of final PS &E's required
for grading, drainage and security improvements for this new 81,000 -sf substation and switch yard. This project required
the design of over six (6) acres of grading, street improvements, a prefabricated wood -crete perimeter wall with pier
foundations, an auto - opening steel gate, steel swing gates, driveway access off Moreno Beach Drive, perimeter
landscaping/irrigation, four (4) retention basins totaling over 65,000 -cf in total size, a 200 -foot long bio- retention basin
for water quality management purposes, and erosion control/SWPPP measures.
• Survey Manager, Hamner Avenue Improvement Project (Norco, CA) — Responsible for the topographic surveying,
base mapping, right -of -way mapping, and the design and preparation of PS &E's necessary for the construction of
ultimate urban arterial improvements to a 3,600 foot segment of Hamner Avenue, including sidewalk, curb, gutter,
driveway, access ramps, roadway widening, utility relocations, water line extensions, structural tunnel undercrossing and
storm drain/flood control improvements.
• Survey Manager, Agua Caliente Cultural Museum Improvement Project (Palm Springs, CA) — Responsible for the
topographic surveying, base mapping, and the design and preparation of PS &E's for the following roadway and drainage
improvements for the Agua Caliente Cultural Museum in the City of Palm Springs.
• Survey Manager, Magnolia Avenue Landscape Median Improvement Project (Corona, CA) — Responsible for the
topographic surveying, mapping, concept development, and the design and preparation of PS &E's necessary to construct
raised landscape medians in Magnolia Avenue from El Camino Avenue to two hundred (200) feet east of All American
Avenue.
• Survey Manager, Hunter Substation Security Barrier Improvement Project (Riverside, CA) — Responsible for the
topographic surveying, base mapping, concept development, and the design and preparation of PS &E's for improvements
required to upgrade the existing physical security barrier facilities to fit the requirements implemented by the U.S.
Department of Homeland Security, including the installation of temporary security fencings, removal of existing security
fencing, installation of new ten (10) foot high security fencing and reinforced masonry/PCC walls, a manual rolling gate
and an automated rolling gate, PCC curbs, gutters, sidewalks, driveways, ramps and spandrels, and irrigation and
landscape improvements.
• Survey Manager, Mountain View Substation Barrier Improvement Project (Riverside, CA) — Responsible for the
topographic surveying, base mapping, concept development, and the design and preparation of PS &E's for improvements
required to upgrade the existing physical security barrier facilities to fit the requirements implemented by the U.S.
Department of Homeland Security, including the installation of temporary security fencings, removal of existing security
fencing, installation of new ten (10) foot high security fencing and reinforced masonry/PCC walls, a manual rolling gate
and an automated rolling gate, PCC curbs, gutters, sidewalks, driveways, ramps and spandrels, and irrigation and
landscape improvements.
DESIGN
111 iK E K i R K —CA D D Ma NA G F R
EDUCATION:
Teaching Credentials, CADD —1995
California State University, Long Beach
AFFILIATION:
- American Public Works Association
- American Society of Civil Engineers
- American Council of Engineering Companies
REGISTRATION:
CADD Certification (1994) — AutoDesk University
CADD Certification (1986) — Fullerton Junior College, CA
ROP Program — Orange Unified School District
Mr. Kirk has twenty-two (22) years of increasingly responsible computer automated drafting experience and (6) six
years with DMC Design Group, Inc., including the development and implementation of overall drafting standards for
DMC. He received a teaching credential from California State University at Long Beach in CADD and has used this
skill to teach DMC's stable of young CADD operators the correct way to prepare comprehensive plans for municipal
improvement projects. Mr. Kirk has been DMC's CADD Manager for nearly two (2) years, applying his skills and
experience to many projects involving site development, utility extensions, parking lot expansions and enhancements,
landscape, irrigation and lighting improvements, and street improvements. Specific assignments include the following:
• CADD Manager, Moreno Townsite Drainage Improvement Project (Moreno Valley, CA) — Responsible for
the topographic surveying, base mapping, right -of -way mapping, and the design and preparation of PS &E's
necessary for this Hazard Mitigation Grant Program (HMGP) funded project for the proposed storm drain
improvements within an existing single - family residential development in the City of Moreno Valley, including the
re- grading and sloping of RCFC's Drainage Facility "F'.
• CADD Manager, Moreno Substation and Switch Yard Improvement Project (Moreno Valley, CA) —
Responsible for the preparation of a drainage report, a project concept report, and design and preparation of final
PS &E's required for grading, drainage and security improvements for this new 81,000 -sf substation and switch
yard. This project required the design of over six (6) acres of grading, street improvements, a prefabricated wood -
crete perimeter wall with pier foundations, an auto - opening steel gate, steel swing gates, driveway access off
Moreno Beach Drive, perimeter landscaping/irrigation, four (4) retention basins totaling over 65,000 -cf in total size,
a two hundred (200) foot long bio- retention basin for water quality management purposes, and erosion
control/SWPPP measures.
• CADD Manager, Hamner Avenue Improvement Project (Norco, CA) — Responsible for the topographic
surveying, base mapping, right -of -way mapping, and the design and preparation of PS &E's necessary for the
construction of ultimate urban arterial improvements to a 3,600 foot segment of Hamner Avenue, including
sidewalk, curb, gutter, driveway, access ramps, roadway widening, utility relocations, water line extensions,
structural tunnel undercrossing and storm drain/flood control improvements.
• CADD Manager, Second Street Improvement Project (Norco, CA) — Responsible for the topographic
surveying, base mapping, right -of -way mapping, pavement evaluations, design and the preparation of final PS &E's
required for sidewalk, curb, gutter, driveway, ramp and roadway widening, rehabilitation, and overlay
improvements to 3,000 feet of Second Street.
• CADD Manager, Bristol Street Slope Stabilization Improvement Project (John Wayne Airport, CA) —
Responsible for the design and preparation of final PS &E's for improvements required to stabilize approximately
1,500 feet of eroding slope on the south end of the airport, north of Bristol Street and west of Campus Avenue, in
the unincorporated area of Orange County, including the design of a two (2) tier modular retaining block system
with landscape improvements, geosynthetic reinforcing of the area behind the wall, roadway widening
improvements to Bristol Street, security fencing, wall drainage and landscape /irrigation improvements.
• CADD Manager, Monarch Beach Parking Lot Improvement Project (Dana Point, CA) — Responsible for the
topographic surveying, base mapping, and the design and preparation of final PS &E's required for parking lot
rehabilitation, drainage, grading and retaining wall improvements required for this three (3) level parking lot facility
for the Monarch Beach park in the City of Dana Point.
• CADD Manager, Agua Caliente Cultural Museum Improvement Project (Palm Springs, CA) — Responsible
for the topographic surveying, base mapping, and the design and preparation of PS &E's for the following roadway
and drainage improvements for the Agua Caliente Cultural Museum in the City of Palm Springs.
DESIGN
DONNA A. MCCONAUGHY— UT/LITYCOORDINATOR
EDUCATION:
A.A., 1978 General Studies
Lassen Community College
EXPERIENCE:
Ms. McConaughy is the owner of DMC and responsible for the day -to -day direction of the firm's resources. She has
fourteen (14) years of experience in utility coordination and specification preparation for numerous civil engineering
projects, especially in the area of municipal improvement and site development projects. Through her efforts to
coordinate the improvement projects with utility companies, Ms. McConaughy has developed an extensive database
of utility contacts in Orange, Los Angeles, Imperial and Riverside Counties, and has been very successful in having
affected utilities respond to utility notifications. The skills and experience she has developed over the last fourteen
(14) years allows her to quickly obtain record plans and research documents necessary for site development and
municipal improvement projects. Specific assignments have included the following:
• Moreno Townsite Drainage Improvement Project (Moreno Valley, CA)
• Moreno Valley Substation and Switch Yard Improvement Project (Moreno Valley, CA) .
• Hamner Avenue Improvement Project (Norco, CA)
• Second Street Improvement Project (Norco, CA)
• Bristol Street Slope Stabilization Improvement Project (John Wayne Airport, CA)
• Monarch Beach Parking Lot Improvement Project (Monarch Beach, CA)
• Agua Caliente Cultural Museum Roadway/Drainage Improvement Project (Palm Springs, CA)
• Heacock Street Improvement Project (Moreno Valley, CA)
• Graham Street Improvement Project (Moreno Valley, CA)
• Pan Am Boulevard Sidewalk Improvement Project (Moreno Valley, CA)
• Boeing Street/McDonnel Street Sidewalk Improvement Project (Moreno Valley, CA)
• El Dorado Colonia Street Improvement Project (El Centro, CA)
• Mesquite Avenue Improvement Project (Palm Springs, CA)
• Calimesa Boulevard Corridor Improvement Project (Calimesa, CA)
• Floe - Packer Park Landscape Improvement Project (Lake Forest, CA)
• Santa Ana River Staging Area Park Improvement Project (Colton, CA)
• Heroes Park Improvement Project (Lake Forest, CA)
• Citywide Public Restroom Project (Lake Forest, CA)
• Village Enhanced Pedestrian Crossing Improvement Project (La Quinta, CA)
• Downtown Trash Enclosure Project (Palm Springs, CA)
• Peterson Park Improvement Project (Diamond Bar, CA)
• Coyote Run II Low Income Housing Tot Lot Improvement Project (Palm Springs, CA)
• Alessandro Boulevard Improvement Project (Moreno Valley, CA)
• Landscape Improvements to North Parking Lots (John Wayne Airport, CA)
• Pepper Street Widening and Rehabilitation Improvement Project (Moreno Valley, CA)
• Lake Forest Drive Drainage Improvement Project (Lake Forest, CA)
• Perris Boulevard Rehabilitation/Widening Project (Moreno Valley, CA)
• Elsworth Street/Sherman Avenue Widening/Rehabilitation Project (Moreno Valley, CA)
• Iris Avenue Improvement Project, Phases 1 and 2 (Moreno Valley, CA)
DESIGN
EXHIBIT B
SCHEDULE OF CHARGES
Page 56 of 58
HOURLY RATE SCHEDULE
This hourly rate schedule is a part of DMC Design Group's proposal for Design Services — Slope and
Drainage Repairs Various Locations, Project No. 4366, as outlined in our September 20, 2011 proposal
submitted to the City of Lake Elsinore, and will be used to invoice the City of Lake Elsinore for monthly
progress payments and extra work incurred for the duration of the project.
OFFICE PERSONNEL
Expert Witness/Depositions ...................
Litigation Consultation ...........................
Principal Consultant . ...............................
Project Manager ....... ...............................
Project Engineer ....... ...............................
Traffic Engineer ....... ...............................
Electrical Engineer ... ...............................
CADD Manager ....... ...............................
Design Engineer ....... ...............................
CADD Operator ....... ...............................
Traffic Signal Systems Specialist...........
Utility Coordinator ... ...............................
Technician................ ...............................
P11076 I
Clerical..................................... ...............................
FIELD PERSONNEL
.............. ............................... $75/hr
.............. ............................... $65/hr
.............. ............................... $551hr
.............. ............................... $30/hr
Survey Manager (Prevailing Wage Rate) ........................................................................... ............................... $125/hr
Two -Man Survey Party w/ Vehicle & Equipment (Prevailing Wage Rate) ....................... ............................... $220/hr
Field Technician (Prevailing Wage Rate) .......................................................................... ............................... $75/hr
Public Works Inspector (Prevailing Wage Rate) ............................................................... ............................... $90/hr
SUPPORT & MISCELLANEOUS COSTS
CADD Work Station / Plotter .................... ...............................
ComputerTime ........................................ ...............................
Electronic Distance Measuring Equipment .............................
SurveyTrucks ................................. ...............................
OtherVehicles ................................ ...............................
Nuclear Gauge ................................ ...............................
Manometer...................................... ...............................
Slope Indicator ....... ...............................
Other Equipment .... ...............................
........................................... ............................... $25/hr
........................................... ............................... $16/hr
An overtime premium multiplier of 1.25 will be applied to the billing rate of hourly personnel who work overtime in
order to meet a deadline which cannot be met during normal hours. Terms are net thirty (30) days with 1.5% per
month interest charges. This will be agreed to by both parties in writing prior to implementation of this multiplier.
The above schedule is for straight time hours.
DESIGN
EXHIBIT C
EXEMPTION FROM WORKERS COMPENSATION
Page 58 of 58