Loading...
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