Loading...
HomeMy WebLinkAbout1-14-14 Item #07CITY OF LADE L LSII`IOI.E -� ` DREAM EXTREMEN REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: GRANT M. YATES CITY MANAGER DATE: JANUARY 14, 2014 SUBJECT: AGREEMENT FOR PROFESSIONAL DESIGN SERVICES G & A CONSULTIING CIVIL ENGINEERS, INC. FOR GUNNERSON STREET REHABILITATION — PHASE 1 (RIVERSIDE DRIVE TO LAKESHORE DRIVE), PROJECT 4350 Recommendations 1. Award design of the Gunnerson Street Rehabilitation — Phase 1 (Riverside Drive to Lakeshore Drive) to G &A Consulting Civil Engineers, in the not to exceed amount of $76,115.00. 2. Authorize the City Manager to execute the contract with G &A Consulting Civil Engineers, Inc. Background The City of Lake Elsinore's Pavement Management Program (PMP) rates streets using the Pavement Condition Index (PCI) from 0 to 100 where 100 is best. A PCI range between 71 and 85 generally indicates the need for a maintenance treatment such as a slurry seal; a pavement rating between 26 and 40 is considered poor and requires a cape seal or rubber overlay. The areas that are below a PCI rating of 26 must be reconstructed. The PMP rating for Gunnerson Street ranges from 31 to 73, identifying it as needing a variety of asphalt repairs due to the wide range of distress in the existing pavement. Discussion The Gunnerson Street rehabilitation design will include removal and reconstruction of paved areas that currently have failed, asphalt leveling courses if required, crack sealing, a 0.15' asphalt overlay, and slurry seal, cape seal or other approved surface treatment to correct the existing AC surface. Other ancillary improvements will include AGENDA ITEM NO, 7 Page 1 of 54 AGREEMENT FOR PROFESSIONAL DESIGN SERVICES G & A CONSULTIING CIVIL ENGINEERS, INC. January 14, 2014 Page 2 of 3 updating and /or construction of ADA access ramps, signing and striping, and minor drainage upgrades to correct existing drainage issues. The City received nine proposals in response to its "Request for Proposal' for design services: G &A Consulting Civil Engineers, Inc. Irvine BergerABAM Lake Elsinore KOA Corporation Ontario RBF Temecula Penco Engineering, Inc. Corona SouthStar Engineering & Consulting, Inc. Riverside APA Engineering, Inc. Irvine TKE Engineering, Inc. Riverside CWE Fullerton All proposals were carefully reviewed and ranked based on project understanding and approach. As a result, G &A Consulting Civil Engineers, was selected as the most qualified to perform the required scope of work. Anticipated Project Schedule Award Design Contract January 14, 2014 Notice to Proceed February 14, 2014 Completion of Design June 30, 2014 Fiscal Impact The design was authorized in FY 13/14 Capital Improvement Project No. 4350 using Gas Tax (Fund 110); the current available budget is $198,983.00: Anticipated Expenditures: Design Fee: $ 76,115.00 Project Management & Administration $ 15 000.00 $ 91,115.00 Page 2 of 54 AGREEMENT FOR PROFESSIONAL DESIGN SERVICES G & A CONSULTIING CIVIL ENGINEERS, INC. January 4, 2014 Page 3 of 3 Prepared by: Peter Ramey W Project Engineer t � Approved by: Ati Eskandari ___ - - - - -- Interim Director of Public Works Approved by: Nancy Lassey AGO Acting Finance Manager Approved by: Grant Yates City Manager )Ir Attachments: Vicinity Map Agreement for Professional Services Page 3 of 54 Page 4 of 54 p O 4I1 Ile IN IN IN 0e a N r �/ / N IN I I N I \V ell I .AliA IN le, Nelie-l" > IN m / \i Y 0 IN a IN IN I IN /� IN IN I IN 0.sE 0.8 0.s. , It �� /� �snEUSr , IN a roc IN I IN, 11 s °N I ell vv Y \\ `' y A eS / A IN v ,v W IN 6e i G j IN IN YP��S� Nee I , <C /T. t v \i V ! �5 % Ze v .. I 0.0 toe / i j� i IN A Qa e' /0.4 :, NO y' e N ',h' N IN m ,� �s -� ) �Ojo el, q P P /A i V ell N, ON % G � / Yea rg4� v ,eA v� �� IN, / t Vvv v - a �e �. , V. J v ,A poPE OI �,e° Nil New \ j / V IN IN I \ J < P Ile el Ile < / / : so�s �� '�P t� 1. Nee ell / 0�� Y IN A A eQ IN IN I. Nee IN IN IN � dF '. , le �pV0. ' ", ) / / / IN 'It gPLIN V✓ >� _OHO Net, / / IN IN I IN .mss' V/ j % / ! I, Ge I > Oj eI IN v - vv r� x ae a� �y� ell tF e \ �yd e f < IN .>� / / /yeti, x 3 p °e �� NF IN IN IN, e IN / N ��VS v = sy� �� , p yti�� eN p0.it t Aso �. le �. ell, � IN IN 1 � � n IN I 'age NO aFmFe d L �y`yv 5zf Q cl M � Z 0 d d O 0 � CL Y J O cQ G c o ti !a UNdcn d d L Q �F+ O Ul L m> N V L �y`yv 5zf Page 6 of 54 AGREEMENT FOR PROFESSIONAL SERVICES GUNNERSON REHABILITATION -PHASE I Riverside Drive to Lakeshore Drive Project No. 4350 This Agreement for Professional Services (the "Agreement ") is made and entered into as of the _ day of , 2014, by and between the City of Lake Elsinore, a municipal corporation ( "City ") and G & A Consulting Civil Engineers, Inc. ( "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 Attachment "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 Attachment "B", 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 twelve (12) months. 3. Compensation. Compensation to be paid to Consultant shall be in accordance with the Schedule of Charges set forth in Attachment "B ", which is attached hereto and incorporated herein by reference. In no event shall Consultant's compensation exceed $76,116.00 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 Page 7 of 54 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. Page 8 of 54 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).) Page 9 of 54 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. If the Consultant falls under the requirements of Workers Compensation Insurance note "Not Applicable" on the Certificate of Exemption from Workers Compensation Insurance. 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 Page 10 of 54 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 AM 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 insureds 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. Page 11 of 54 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: G &A Consulting Civil Engineers, Inc. 17777 Main Street, Suite G2 Irvine, CA 92614 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 D. 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 D 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. Severability. 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. Page 12 of 54 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. SIGNATURES ON FOLLOWING PAGE Page 13 of 54 IN WITNESS WHEREOF the parties have caused this Agreement to be executed on the date first written above. CITY OF LAKE ELSINORE: CONSULTANT: Natasha Johnson, Mayor ATTEST: City Clerk: Virginia Bloom APPROVED AS TO FORM: City Attorney: Page 14 of 54 ATTACHMENT "A" CONSULTANT PROPOSAL /SCOPE OF SERVICES Page 15 of 54 Page 16 of 54 EXHIBIT "A" SCOPE OF SERVICES Page 17 of 54 Page 18 of 54 g4aj CONSULTING CIVII. t?IGLNEERS PL\NNING LNGINEERING CONSTRUCTION NANAGE.NENT November 7, 2013 Mr. Peter Ramey, P.E. Capital Improvement Project Manager City of Lake Elsinore Engineering Division 130 South Main Street Lake Elsinore, CA 92530 Subject: Proposal for Professional Consultant Design Services Gunnerson Street from Riverside Drive (SR 74) to Lakeshore Drive Project Number 4350 Dear Mr. Ramey: Ghalbi & Associates Inc. (G &A) sincerely appreciate the opportunity to submit this proposal and would like to be considered for providing the required design services outlined in the Request for Proposal (RFP) to the City of Lake Elsinore. After careful review of the RFP, toured the project site to understand the physical characteristics of the Gunnerson Street pavement, we recognized the specific needs and goals of the City for this project and we are convinced that G &A staff can provide services which are tailored to those needs and goals. We have selected a team of professionals from G &A and two specialty consultants to form the G &A team. The name and project role of each firm on the team is shown below. We acknowledge that we cannot change any of following sub - consultants without written permission from the City. Additional information has been provided for the sub - consultants in "Staffing" section. FIRM PROJECT ROLE Geo- Advantee Inc. Geotechnical Investigation and Pavement Design Starlight Survey, Inc. Surveying If selected for this project, we understand the RFP in its entirely become part of this proposal and both will jointly become part of the Agreement for Professional Consultant Services for this project therefore; G &A takes no exceptions to the City's RFP. After reviewing our proposal, I hope the City shares our confidence in our ability to successfully serve the City of Lake Elsinore 17777 Main St. Suitc G2 lrvinc, CA 92614 TEL 949.679.0062 FAX 949.679.0600 www.ghalbi.com Page 19 of 54 Page 2 Proposal for Professional Consultant Design Services Gunnerson Street from Riverside Drive (SR 74) to Lakeshore Drive Project Number 4350 We feel it is of great importance to emphasize the advantages we offer to the City of Lake Elsinore: • Extensive roadway rehabilitation projects experience serving Cities in Southern California. • Excellent references from our previous and current clients. • First -rate staff with extensive experience in planning, design and construction support with municipal and public relations skills. • Willingness to meet with City staff at City facilities whenever requested by the City staff for specific projects. • Principal of G &A participation in hands -on in design and project management. • A firm with the capacity to quickly develop construction drawings. Following is summary of the firm: Firm's legal Name: G &A Consulting Civil Engineers, Inc. Firm legal entity: Corporation Address: 17777 Main Street, Suite G2, Irvine, CA 92614 Telephone: 949.679 -0060, 61 & 62 Fax: 949.679.0600 Web -site: www.clhalbi.com Person who will be signing the contract with the City of Lake Elsinore for this project Name: Mike Ghalbi, P.E. Title: Principal Email: Mike �halbi.com After reviewing our proposal, I hope the City shares our confidence in our ability to successfully serve the City of Lake Elsinore. We appreciate the opportunity to submit our proposal and look forward to discussing our project approach and qualifications with you and your staff. If you have any questions, please feel free to call me at O: 949.679.0062, C: 949.351 -6505. Very truly yours, Mike Ghalbi, P.E. Principal Page 20 of 54 Proiect Understanding City of Lake Elsinore is petitioning proposals for the design services for improvements of the Gunnerson Street from Riverside Drive to Lakeshore Drive. Based on our review of RFP and site visit, we believe the project improvements consists of major pavement rehabilitation, drainage facilities repairs or improvements, new striping; adjustment of underground sewer /storm drain manholes, water and gas valves to grade; installation of survey monument wells, and other improvements relative to roadway rehabilitation projects. The methods of street rehabilitation can be a variety of pavement repair methods and may include: a) Full depth reconstruction of roadway pavement per soils report recommendation. b) Grind and overlay with reinforced fabric. c) Simple AC overlay with reinforced fabric and leveling course. d) Cape seal and a slurry seal with crack filling and AC leveling course. Other improvements consist of: • Storm Drain facilities repairs or new improvements, such as installation of AC curb /berm, intersection cross gutter, concrete curb and gutter (C &G) swales or concrete ditches along the shoulders. • Adjustment of the existing manholes and water and gas valve to grade. • Installation of a new centerline and edge of pavement striping. • Re- installation of missing or damaged street monuments. Based on our knowledge of pavement rehabilitation design and construction principals, our previous similar projects, and site visit we have developed a summary of considerations that will need to be addressed specifically for this project. The following information serves to address these critical issues and provides a basis for G &A approach to accomplish the project goals. Common issues to be considered for street rehabilitation are as follows: Protection of the roadway assets requires a balance between engineering requirements, social needs and budget. Placement of slurry seals and /or Asphalt Rubber and Aggregate Membrane Surfacing (ARAM) provides a cost effective wearing surface capable of filling surface voids and replacing surface fines lost over time due to a combination of tire wear, water runoff and exposure to sunlight. Selection of the most appropriate new wearing surface will be based on visual conditions such as the rate of wear, presence or absence of surface damage, and pavement irregularities. Page 21 of J4 t The observed conditions will be compared to contributing and /or edge conditions such as longitudinal street slope, skid resistance requirements, water runoff, street width and width uniformity, presence or absence of curb and /or swale, etc. The observed conditions will be reviewed to provide recommendations for establishing uniform conditions along each roadway such as completing the swale or AC berm /curb along the road, modifying drainage pattern, and modifying drainage structure if any. Providing uniform recommendations present several advantages including construction logistics, minimizing costs of multiple activities within a given area, contract administration, field inspection and quality control, etc. Selection of appropriate surfacing materials providing the City with uniform conditions is also consistent with resident expectations. Obtain subsurface sample within the roadway (minimum one sample per every 700 - 1000 linear feet) in order to provide recommendations for repair pertaining to remediation and reconstruction of the area of major pavement defects /distressed. Existing utilities depth and cover: Reconstruction of parts of street pavement can often result in impacts to existing shallow utilities. Thorough utility research will be conducted to ensure an accurate and comprehensive plan disclosure and to coordinate follow -up investigative activities with those utility companies whose facilities are being impacted. • Existing pavement section and subsurface material including historical data. Identify areas that require more in depth repairs, such as grind and overlay or full depth reconstruction. Drainage: Provide adequate and positive drainage and drainage away from private property and into the existing public storm drain system. It is imperative that drainage issues to be recognized for this project and new facilities (concrete cross gutters, curbs, C &Gs to be installed to avoid damaged to new pavement in near future. • Clear and complete plans and specifications with consideration for constructability of proposed improvements in order to prevent delays. • Provide emergency vehicle and public access at all times. Pa e2 Page 22 of Project Approach In addition to provided Pavement Condition Index (PCI) of the various street segments, G &A team will also fully evaluate the condition of the pavement, and to determine the extent of rehabilitation that will be to re- establish serviceability of the pavement surfaces in Gunnerson Street. We shall make recommendations for appropriate method of repair for the existing Gunnerson Street pavement. Such repair work may range from filling in potholes, sealing cracks and slurry sealing, overlay to complete replacement of badly distressed pavement sections. Where G &A team determines that surface drainage improvements are required, drainage enhancements may include construction of asphalt berms, concrete "V "- ditches and swales along the street shoulders, interceptor drains, cross gutters at the intersections, and pavement edge protectors. Specific locations that have been identified by the City maintenance department to have drainage issues will be assessed. Local information will be gathered and remedies will be developed to address and enhance these drainage issues. A general project site survey of existing traffic signs and striping will be performed and additional or replacement signs and striping will be identified. Our primary approach to this project is to serve as a direct extension of City staff. Our approach is based on strong commitment to total quality assurance and follows a proven path of work elements and tasks to ensure a successful project. Working together with the City's Project Manager, G &A project manager, Mike Ghalbi will lead the design team. The key element in the management of any project is to assign experienced staff who will dedicate their efforts to advance the project in an efficient and timely manner. With this in mind, G &A has assembled a project team comprised of experienced individuals who will be dedicated to assignments from start to finish participating in all aspects of the work. Design Approach Upon receiving the Notice to Proceed, G &A Project Manager will conduct a project "kick- off' (Pre- Design) meeting with the City staff to initiate work on the project and immediately establish lines of communication, review the schedule, and, if necessary, clarify the final scope of work in order to avoid misunderstandings. Right after the kick off meeting; G &A will start researching the existing information and obtain all available record drawings from the City; contact utility company and request for copy of their as -built facilities within the project limits. An accurate site investigation and topographic survey will be performed within project limits per RFP requirements establishing street centerline, Right -Of -Way (R/W) lines and property lines along the street alignment; identify existing improvements, manholes, valves, light poles, fire hydrants, pull boxes, signs, trees and all above ground improvements. Preform field survey as well as aerial topographic survey of the entire project site. Page 3 Page 23 of 54 Utilizing the information obtained from site investigation, record drawings, as -built of underground utilities, overhead lines and initial topographic survey, G &A team will prepare a base maps of the entire Gunnerson street from Riverside Drive to Lakeshore Drive. This base map to be used to show proposed improvements based on design guidelines approved by the City. Having the new base map and PCI (provided by the City), G &A project manager will arrange a site meeting with City project manager and G &A's geotechnical consultant to walk Gunnerson Street to identify and determine the location of street segment and repair method. Each segment will be marked and later surveyed and ultimately to be depicted on plans for further site pavement investigation and final design plans. Using the new base maps of the Street, G &A team will undertake a site subsurface geotechnical investigation, perform coring, obtain subsurface sample and prepare a final pavement evaluation report which includes test result, coring logs, exhibits showing the location of corings and repair recommendations. Also at this time, the G &A Project Manager will meet with team members to review the scope of work thoroughly. He will assign task and responsibility for each team member, provide technical requirements and procedures, share project schedule and make sure everyone understand the responsibilities of each participant in the project. A detailed project schedule will be prepared showing the relationship between tasks and the expected start date and duration for each item. This schedule will serve as the guide to conducting and monitoring the progress of the work, and to ensure projects are completed on time and within budget. To facilitate the review and approval process, we will work closely with the key individuals at the City or outside City's consultant who are responsible for the review of specific elements of the project and will discuss or submit draft copies of the significant work items for their review before the milestone submittal dates. This will give us a clear understanding of what the reviewers expect, and they have a preview of what will be submitted before the actual submittal is made. Our past experience has taught us the importance of maintaining close relationship and keeping log of accurate and detailed decision logs and action item lists during the project development process. G &A will meet with City project representatives regularly and remain in constant communication to ensure successful and timely delivery of the project. Meeting minutes will be distributed within three days of the meeting identifying action items, assignments and due dates. Utilizing this technique will ensure consistency in decisions, and will provide a concise list of tasks to be accomplished by each participant and a specific time schedule to complete the task. Schedule: One of the elements of a successful project is to finish the work on schedule. We shall update the schedule for each task on a submittal basis (35 %, 65 %, 90% and 100 %). This will improve the project manager's reporting, help identify problems that may result from delays, and readily afford the opportunity for modifying the schedule, when deemed necessary. As a result, the projects are completed on schedule. LAKE 6LS1ttORg o.,A„ r.o.,.,, Pa e 4 Page 24 of Scope of Engineering Services G &A shall provide the required services as shown below and in the RFP for Gunnerson Street Rehabilitation from Riverside Drive to Lakeshore Drive, project number 4350 in three (3) progressive phases: first phase, Preliminary Engineering; second phase, Final Design with the preparation of PS &E (Specifications will be supplied by the City for this project) and preparation of environmental documents consistence with CEQA requirements; and third phase, Construction Support during the project bidding and construction. Task 1 Pre - design and Project Kick -off` Meeting Upon the notice to proceed, G &A will schedule and attend a kick -off meeting with the City staff to initiate the project, establish lines of communication, review and refine the project scope, if required, and schedule establish design guidelines, discuss project parameters and constrains, and obtain background information. Task 2 Utility Research & Coordination G &A will research and obtain all street improvements as -built plans for the project sites from the City. We also contact and request for the Utility Atlas from each of the utility companies identified by the City as having the potential for conflicting facilities in the area of the projects will be prepared for City signature. Information gathered in this task will be incorporated into the base maps as it is received. Task 3 'Topographic Survey G &A sub - consultant survey group will conduct field survey required for aerial topographic mapping of the project area. We'll verify the survey accuracy in -house and field topographical survey work for all surface features, such as manholes, valves, curb, C &G, sidewalk, power poles, trees and utility appurtenances. Existing street right of way, centerlines and property lines with APN will be identified. All data will be in projected Coordinate System: NAD 83 State Plane California 'Lone VI U.S Fleet. G &A will coordinate and obtain necessary permit. Task 4 Environmental Consultant Services Since the project is funded by Measure A and Gas tax, CEQA and possibly NEPA will be required. The extent of these two studies are unknown at this time therefore, we have estimated the fee amount for the preparation of these two environmental documents which will be done in house. If Environmental study is beyond of our capabilities, we shall hire an environmental sub - consultant to provide these services. G &A will hire Keeton Kritzer Consulting, Inc. whom we have worked with on many projects in past with successful results. Task 5 Base Maps G &A will prepare a draft base map from topographic survey map and all existing above and underground features such as relevant as -built street improvement plans; sewer, storm drain, and water plans; dry utilities (electrical, Gas and Communication) and all other record drawings. Pa e 6 Page 26 of Sg4 Cost Control: G &A is committed to a project that is not only technically successful, but fiscally responsible as well. Accordingly, all project expenditures will be tabulated and monitored on a biweekly basis with corrective action on the baseline budget as required. Quality Assurance /Quality Control (QA/QC) The G &A Team will use a formalized QA/QC program that requires that QA/QC activities be established during the initial stages of a project. We will develop a documented quality management process to ensure consistent delivery of high - quality works and consistent evaluation and improvement of the quality processes. Our QA/QC process includes the flowing key elements: Independent Review: Additional engineers with an understanding of the context of a project but not involved in day -to -day design activities bring a "fresh set of eyes" to the project. This allows for a comprehensive review of design elements and decisions without being burdened by an investment in previous decisions. Strong Organization: This includes an experienced QA/QC manager who will develop a project - specific quality control plan, ensure that appropriate qualified staff are assigned to the tasks be responsible for establishing QA/QC procedures and monitoring compliance and perform periodic audits of work in progress for adherence to the QA/QC plan. Thorough Documentation: The quality control plan will include requirements such as procedures, compliance methods, lines of communication and responsibly and methods for checking and correcting work. The team will maintain records providing factual evidence that required quality control activities and tests have been performed. These records will include the work of G &A and all sub - consultants. Strict Compliance Monitoring: The QA/QC manager will notify the G &A Team of any detected noncompliance with the QA /QC plan. Pa e 5 Page 25 of Utilizing the draft base maps, we shall perform a site walk/Site reconnaissance to observe the general condition of pavement for each the Street and conduct visual assessment of the pavement conditions. During our site reconnaissance, we shall map the location of pavement distress areas that may require different repairs. We will also check for accuracy of existing above ground feature locations as shown in draft base plan. Data collected from the project sites will be graphically represented in scaled AutoCAD drawings and will be used for final base maps. Task 6 Geotechnical Investigation and Pavement Design G &A Team member, Geo- Advantee Inc. will conduct Geotechnical investigation and exploring the existing pavement sections within the roadways and providing design recommendations for repairs. Our Geotechnical team member proposes the following: • Site reconnaissance, visual observation of intensity and extent of the pavement defects • Performing a total of 6 coring, measurement of pavement and base layer thicknesses (the locations will be coordinated with the city representative, and will be marked on the ground. USA will be notified for underground utility clearances.) • Obtaining subgrade samples from selected coring locations • Asphalt patching of the coring locations • Performing R -value test on the selected samples ( a total of two tests) • Recommending different alternatives for pavement rehabilitation, as well as new pavement constructions • Providing a zoning plan depicting different recommended rehabilitation/re - pavement alternatives • Preparing a final pavement evaluation report which includes our study methodology, test results, in -filed measurement results, coring logs, coring locations plan, and our recommendation for repair, rehabilitation and /or re- construction of the pavement sections. Task 7 Geotechnical Investigation and Pavement Design Based on data and activities obtained from tasks I thru 6, G &A will prepare: 7.1 Preliminary Rehabilitation plan set of Gunnerson Street which shows all street information, all above, underground and overhead utilities, location of all different repairs for different street segments and preliminary street structural repair details. The plans will be reviewed in the office and field for accuracy again prior to submittal to City for review and comments. 7.2 Prepare preliminary Cost Estimate based on 35% completion. 7.3 File Notice of Intent (NOI) with State Water quality Control Board. o.... C.,..., Pa e 7 of Sg4 Page 27 35% Deliverable Package: • Preliminary Street Rehabilitation Drawings (3 full size and pdf -file) • Probable Construction Cost Estimate (I hard copies and pdf -file) • Updated Schedule (I hard copies and pdf -file) 1 Task 8 Construction Documents (Improvement Plana Set) at 65% Incorporating City comments from 35% submittal, G &A will prepare the following construction documents: 811 Street Rehabilitation (Improvement) Plans set include: a. Title Sheet — G &A will prepare a title sheet for the plan set in accordance with the City of Lake Elsinore standards which includes; general notes, vicinity map, Index sheet, and other required notes. b. Details and Sections Sheets — We will prepare and provide all required details and street typical sections in enlarge scales. c. Plans & Profile Sheets — We will prepare a plan & profile of the Street at scale of I" = 40' horizontal. The plans will depict street R/W, centerline, edge of pavement, curb, curb & gutter, ac dikes, all existing above and under - ground features as well as areas of recommended repair for each street pavement segment. The area of pavement with overlay, grind and overlay and re- construction will be shown in different hatching. We shall indicate the construction notes, details and all required symbols and items. Profile will indicate existing and proposed centerline, edge of pavement, top of ac or concrete curb & gutter and flow line if that will be required. 8.2 Signing and striping plans — We will Prepare one set of Traffic Signing and Striping Plans for the Gunnerson Street based on the original data collection and per city recommendation. The plan will be prepared at scale of I" = 40' within the project limits. 83 Probable Construction Cost Estimates G &A will prepare cost estimate based on 65% submittal. Bid Schedule will be prepared in a format consistent with current the City projects and boiler plate. 8.3 SWPPP G &A will prepare a SWPPP for the project in accordance State Water quality Control Board. Pa e 8 Page 28 of �4 65% Deliverables: • Drawings (3 full size and pdf -file) • Probable Construction Cost Estimate (1 hard copies and pdf -file) • Updated Schedule (1 hard copies and pdf -file) Task 9 Construction Documents (Improvement flan Set) at 90% G &A will prepare 90% level design, which will include the followings: 9.1 Drawings including plans and profiles, details, signing & striping plans will be updated to reflect the City's 65% review comments. 9.2 Updated Bid Schedule and Probable Construction Cost Estimates at 90% completion. 9.3 Updated Schedule at 90% submittal. 95 % Deliverables: • Drawings (3 full size bond and e -file) • Cost estimate (1 hard copies and e -file) • Schedule (1 hard copies and e -file) Task 10 Construction Documents (improvement flan Set) at NO'% G &A will prepare a 100% level design and construction documents, which will include the followings: 10.1 Drawings will be updated to reflect the City's 90% which is final review comments. 10.2 Updated Bid Schedule will reflect the City's 90% review comments. 10.3 Updated Schedule at 100% submittal 100 % Deliverables: • Drawings (1 full size bond and e -file) • Bid Schedule (1 hard copies and e -file) • Cost estimate (1 hard copies and e -file) • Schedule (1 hard copies and e -file) • Final Bid Documents (one full size Mylar) Drawings, wet signed; one set of plans in AutoCAD version, Word documents, Excel documents and PDF files) • All meeting materials and summary minutes (electrical and hard copies as necessary) Page 29 oT n 9 Task Il Project Bidding Phase G &A's Project Manager will attend pre -bid meeting and will respond to contractor's questions and provide clarification of the plans and specifications during the biding process. Task 12 Engineering Services Support during Construction G &A will provide on -going design support services as required during the construction phase for any questions /clarifications from the contractor and/or any revisions that may be necessary due to unforeseen conditions. G &A will review shop drawing submittals and respond to ll as needed during the construction. G &A will be available to attend field meetings as requested by client /contractor. At the completion of construction, G &A will prepare as -built record drawings based on the plan mark -ups received from the contractor and the city's inspector Ongoing Tasks Task 13 Quality Assurance /Quality Control • The G &A Team's Quality Assurance /Quality Control Program is a continuous process used not just at project milestones, but also on a daily basis as work flows from desk to desk, discipline to discipline, and consultant to client. G &A utilizes this QA/QC program on each and every project undertaken to ensure that a high quality product is delivered on schedule and within budget. G &A's key organizational elements for QA/QC are adaptable to any project. G &A has developed project specific QA/QC plans for numerous clients. This program consists of the following key elements: • Program Manager Supported by Design Teams - This is a crucial first step in delivering a high quality project, as quality truly suffers when a project does not maintain staff and leadership continuity. G &A has an outstanding record of maintaining the same staffing on the Design Team throughout our projects. • Design Discipline Scope of Work/Responsibilities - This component of G &A QA/QC program ensures continuous leadership from the Project Manager on the scope of work, project responsibilities, schedule and budget. o Design team staff is involved throughout the development of the scope of work, schedule, and budget during the proposal process. Internal kick -off meetings are then held to review scope, schedule, and budget to ensure that the project gets started on the right path. • Design Criteria Establishment - Critical to the success of any project is developing a clear understanding of design criteria, guidelines, and standards up- front that will be used for the project. D� m c9lu„t Page 10 Page 30 of 54 • Project Team Meetings /Coordination - The Project Manager will hold regular in- house project team meetings with design staff to coordinate project issues and ensure that design decisions that involve multiple design disciplines is completed. In addition, these meetings are utilized to discuss staffing needs and project schedule and budget status. • Internal Reviews - G &A project development process is a dynamic, interactive process between the Program Manager and engineering design staff. Regular internal reviews occur throughout the design process through internal discussions in the engineering staff's work areas at various points during plan preparation. • Project Communication - One critical element for a quality project is to carefully document project decisions and direction, and the general project development history. Preparation of clear, concise letters, phone logs, meeting minutes and action item resolutions avoid costly re- direction during design that could also have an impact on the project schedule. ✓ Milestone Submittal Reviews - All submittals will meet the project schedule agreed to and will comply with established standards and procedures. Each deliverable item will be developed, checked, revised, and verified through a continuous process prior to submittal. The Project Manager and the assigned Quality Control reviewer will perform a complete quality control review all products. Task 12 Meeting and Coordinations G &A will continue to maintain utility contact log, attend meetings with City staff as required to review and coordinate project progress. Provide general project management and administration for all phases of project development. Monitor, coordinate, and communicate project progress between the City and other agencies. Pa e 11 Page 31 of F4 Professional Consultant Design Services For Gunnerson Street from Riverside Drive (SR 74) to Lakeshore Drive CITY OF LADE ' LSINOKE �? DREAM EXTREME Page 12 Page 32 of 54 Statements of Compliance Ghalbi & Associates Inc. is providing the following statements as requested by the RFP for this project: • G &A proposal (this proposal) is in strict compliance with the Request for Proposal (RFP) and Agreement for Professional Services and no exceptions to either are proposed. • This proposal and the RFP in its entirely will jointly become part of the Agreement for Professional Consultant Service for this project. • Fee proposal matrix shows the allocation of each team member to each task with number of hours. • G &A acknowledges that the sub - consultants cannot be changed without written permission from the City, • All charges for our services is a "Not -to- Exceed Fee" which include estimated reimbursable expenses. • G &A will document and provide the result of the work to the satisfaction of the City. • G &A staff will notify the City of any defects or hazardous conditions observed in the vicinity of project site prior, during or after the survey work. • A copy of G &A hourly rate schedule is attached with our Fee Proposal in separate sealed. envelope. • G &A has not and will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. • G &A will adhere all federal, state and local laws and regulation and in a case of conflict, we shall adhere the strictest one. • G &A allows all authorized federal, state, county and city official access to all documents pertaining this project. • G &A will comply with the Davis -Bacon Fair Labor Standards Act and any amendment thereof and California Labor Code. Pursuant to the said regulations, entitled "Federal Labor Standards Provisions," Federal Prevailing Wage Decision" and State of California prevailing wage rates, respectively. • G &A comply with the Copeland Anti- Kickback Act (18 USA 874) and the implementation Regulation (29 CFR 3) issued pursuant thereto, and any amendments thereof. • If selected, G &A will complete and sign all required documents in order to work on this project. • List of sub- consultants is included in our proposal. Ghalbi & Associates, Inc. Mike Ghalbi, P.E. President 17777 Main St. Suite G2 Irvine, CA 92614 TEL 919.679.11062 FAX 949.6720600 www.ghalbi.com Page 33 M20 Page 34 of 54 EXHIBIT "B" SCHEDULE OF CHARGES /DESIGN MATRIX Page 35 of 54 Page 36 of 54 •s C • Fee Proposal Matrix for Design Services Gunnerson Street from Riverside Drive (SR 74) to Lakeshore Drive, Project Number 4350 Lake Elsinore Task. Sub- Principal Senior Design CADD Clerical TOTAL LABOR Sub's Direct Total No. `Task Task Description Engineer. Engineer Tech HOUR COST Direct Direct a S Cost 76 $76 60 Phase I - Preliminary Engineering (35 %) 1 Pre _Design and Project Kick -off Meeting 3 3 6 $675 $675 2 - Utilit Research &Coordination Y 3 12 ...- $1,225 - -- - - -- -- ---- -- -- ---- - -- $1,225 - 3 - - - ------...------------- -- -- --- --- -- --- -- --- TopographicS L --- - -- ---- _4 .S - -- -- --- -- --- -- - -- -- -- -- -- --- 0 $0 $13. 830 ..._._....._......_$13,830..... ------ _._._._.. -- ....._ -_.. 4 ._ --. - ._. __._..._....._......._......_.._........_._...._... ._.._...._._ Environmental Consulting_ Services (CEQA & NEPA) .............__._._ .... _...._.....__._......_......._............ _........_....._.._._...__._... 0 $0 $10,000 $10,000 5 Base Map s....._..._._.__._..._._.___.........._ 6 24 $2,650 $2,650 6 ......._ .............._. ....... ..... Gec clinical Investi ation & Pavement Desi n _.__...._...... __..._i____.___ - _ - -__- _32 0 $0 $5,500 $5,500 Preliminary Design - 30% Submittal 7.1 Prepare and submit 35% completion of Street 2 8 24 50 84 $7,440 $7,440 7 Rehabilitation Plans _._ .------ ___.._ -..__. _._..... --- - Prepare Cost Estimate ._._.... ---- --- ------ --------- ---------- -------8---------------. _ ---- _._.._.. __ --- _ ---- - --------._..... ---------- ...._$_.... ..................... _._.......-..--....._ .......---�----�----$800_-�--.. -Z2 -. 7.3 Pile Notice of Intend Not) -_...- 4 2 6 $620 $620 Subtotal Task? $290 $19500 $39200 $3,750 $120 98 $8,860 $0 $0 $89860 Total Phase 1 $290 $29625 $45600 $5,775 $120 148 $13,410 $299330 $0 $42,740 Phase II - Final Design (65%,95% & 100% Submittals) 65% Design Completion 8.1 Prepare and Submit 65% of Street Improvement Plans 2 5 30 50 2 89 $7,785 $7,785 8 ---------- 8.2 --------- _._._._._..._..._......_._._......----_ _......____..._.__..___...__._. Prepare - Signing, _Striping &_Traffic_ Control Plans _ ------------------ _..._..... .------ _--- 5 __.___.__._..._._.._ 30 - _._.... ------ .... - - - -- 35 - ....._._......_ $3,625 ....__....._._ _._._._......_.._---- $3,625 8.3 Prepare Bid Schedule and Engineering Cost Estimate 4 4 $500 $500 ._._ .............._._......._...._..._....__._._._.._._._...._._... 8.4 ._._------ ....._..____._- Prepare SWPPP for City Review & Comments __.___ ......_._.. .._---------------------- 20 ..___. -. _.__.__._ ............... 20 -------------------- $2,000 _-- __. ------- ----- .._... ._------ --------------------------- $2,000 Subtotal Task $290 $1,750 $8,000 $3,750 $120 148 $13,910 $0 $0 $13,910 95% Design Completion 911 Revise Plan per City Comments & Submit 90% 1 2 15 30 2 50 $4,265 $4,265 9 Improvement Plans _ .. _ .._.___._..__ ....... ........... ....._.._......._... _.._..._..... _.._..........._.._..____._._._ -------------- ___.._.. ......._.......... __..__. 9 2 Update Bid schedulae & Cost Estimate C 90% 4 4 $500 $500 Submittal 9.3 Update the Schedulae at 90% Submittal 4 ' 4 $500 $500 Subtotal Task $145 $1,250 $1,500 $2,250 $120 58 $59265 S0 $0 $5,265 100% Design Completion 10.1 Revise Plan per City Comments & Submit 100% 1 2 20 35 2 60 $5,140 $5,140 10 --------- Improvement Plans ...._......_ ------------ __._......_.._._.____.._..__......_... ...._..._ ...... ........._...._. ,__ ............... ..................... ..____..._. _ ------- 10.2 Update Bid schedulae & Cost Estimate C 90% l 1 $145 $145 Submittal 103 Update the Schedulae at 90% Submittal 1 1 $125 $125 Subtotal Task 10 $145 $500 $29000 $29625 $120 62 $55410 $0 SO $5,410 Total Phase 11 $580 $3,500 $115500 $89625 $360 268 $24,585 $0 SO S24,585 Phase III - Construction Supports 11 Project Bidding Phase 4 4 8 $900 $900 12 Project management Services During Construction 16 8 16 1 41 $4,060 $4,060 Total Phase 111 $0 $2,500 $1,200 $1,200 S60 49 $4,960 $0 $0 S4,960 On -Going Tasks la QA/QC 2 10 12 $1,540 - - --- -- $1,540 14 - - - - - ----- -........------ Meetin and Communication ------ - -- - --- 2 ------------ --- --- 16 - - -- - -- ---- -- -- -- -- - --- - -- - --- --- --- -- ---- 18 .__.__- $25290 - - -- - $2,290 Total On -Going Tasks $580 $3,250 $0 $0 $0 30 $39830 $0 $0 $3,830 Total Hours 10 95 173 208 9 495 TOTAL ALL TASKS1 $1,450 511,875 $17,300 $15,600 $540 $46,785 $29,330 $0 S76,115 Total "Not -to- Exceed" Fee Proposal: $76,115 Page 37 of 54 Page 38 of 54 2013 -2014 Schedule of Hourly Compensation Rates CLASSIFICATION Professional Staff: HOURLY RATE ProjectPrincipal ....................................................... ..............................$ 165 ProjectManager ..................................................................... ..............................$ 145 SeniorEngineer ........................................................................ ..............................$ 125 ProjectEngineer ......................................................................... ..............................$ 115 DesignEngineer .................................................................. ..............................$ 100 SeniorDrafter .................................................................... ..............................$ 80 CADDTechnician .................................................................... ..............................$ 75 Survey and Mapping Staff: Mapping and Calculation .... ............................... Two -Man Survey Crew . ............................... Three -Man Survey Crew ............................... Clerical: .........$ 110 .........$ 185 ...$ 246 OfficeClerical ............................................................... ..............................$ 60 ❖ These rates will remain in effect through December 31, 2014, at which time they may be revised and the change will apply only to that portion of work remaining to be completed after December, 31, 2014. ❖ All out -of- pocket expenses (Reimbursable), such as filling fee, printing and reproduction costs will be invoiced at our cost plus ten percent (10 %). ❖ If over time is authorized by the City, an overtime premium multiplier of 1.5 will be applied to the billing rate of hourly personnel who work overtime. 17777 Main St. Suite G2 Irvine, CA 92614 TEL 949.679.0062 FAX 949.679.0600'�age 3 JboM Page 40 of 54 EXHIBIT "C" LIST OF SUBCONSULTANTS Page 41 of 54 Page 42 of 54 Sub - Consultants Contact Information ➢ Geo- Advantec Inc. — Geotechnical Engineering 457 West Allen Ave., Suite 113 San Dimas, CA. 91773 Contact: Shawn Ariannia, P.E., G.E., President / C.E.O. Office 1: (909) 305 -0400 - ext.102 Mobile: (310) 365 -6091 ➢ Starlight Survey, Inc. — Surveying & mapping 17955 Sky Park Circle, Ste. F Irvine, Ca. 92614 Contact: Ted Krull, L.S Office: (949) 757 -0613 Mobile: (949) 981 -0871 Fax: (949) 757 -0623 G &A will not replace any of the above sub - consultant without written permission from the City. Please see the following pages for Project Team Chart ory oe LAtCF 0LS1IYOR,C ____'; M AM Xlltlmt Page 46a*5146 Page 44 of 54 EXHIBIT " Y PROJECT SCHEDULE Page 45 of 54 Page 46 of 54 Proiect Schedule G &A proposed project schedule is provided on the following page. The project schedule gives a general overview of the sequence of activities, task durations, and overall frame for the project. Following the notice to proceed on January 6, 2014, G &A begins the 35% tasks and will submit to the City for review in January 07, 2014, the 65% plans will be submitted in March 12, 2014. 95% construction documents will be submitted in April 2, 2014 followed by the final bid package in April 28, 2014. The list of activities and durations proposed in this schedule will be discussed, reviewed and finalized with the City Project Manager at the Kick -off meeting and at subsequent progress meetings. Page 17 Page 47 of 54 Page 48 of 54 1O a C_ w` W^ C N A o o -a M � v a E E c E E pill a 2 a J c a G o P v c A c a J N N N ,c C `O 2 i c c ti• 4% -� _ � a a a v c a o 0 o v a 1rl ° P V M O c a o c c c c a 'c v v >> a w v 0 v m '- a a c N E O m a ° a d m N N a N N e N N y N E E E p a C O G o a c 'v b y .� v o v c a a v b o 0 o > ; w w �O O • N o Cl W tl C:J C� C� W LO C9 UC M M J H •N w j Q y a m (n > > > d `y C Of Of > r. m O 'a m e 10 c E c E c v m N :-. O ov dN•ya•NM•-y d J...� O O w W (n W M w C N ll y L U d 0 Q d O t fL C z u N -o f0 o d V N O �•k d �-' - 2 V O d m O d C "-�' N IIY p C (wj d h O- Z R' m U a wUmc>mi�. -ii ai 0 o• 0 N Cl V h OEM M m O - N M Q I agm df 54 c9 Page 50 of 54 ATTACHMENT 41131F FEE PROPOSAL MATRIX FOR DESIGN SERVICES Page 51 of 54 Page 52 of 54 4 CON)O}(,XO r4 FROrUFi FF FyyyRyp ,1W F1Ap ;p YMIYOMYO (W}IFt{1WF Y�tYM1' Fee Proposal Matrix for Design Services Gunnerson Street from Riverside Drive (SR 74) to Lakeshore Drive, Project Number 4350 Lake Eiainore. Total "Not -to- Exceed" Fee Proposal: $76,115 Page 53 of 54 Principal Senior Design CADD Clerical TOTAL LABOR Sub's Direct Total Task Sub- Engineer Engineer Engineer Tech HOSUR COST Direct Costs Cost No. Task Task Description 146` ?: 125 ',$100 - 5 60 s Phase I - Preliminary Engineering (35 %) 1 Pre -Desi n and Prowect Kickoff Meeting 3 3 �_ ._ 6 $675 ...__ - __.__ .__. _. .. $675. .. _.._..... . _._.._. ........._- .._.6_......._._ ,. _m 4 ,__ 5 3 12 51,225. $1,225 2 Utdi Research & Coordination 0 $0 $13,830 $13,830 3 __.._ _ Topographic Snrvex - .__. ._m_... -.._ _._._. T. ._._....... -.... 0 T $0 $10,000. $10,000 4 Environmental Consul Services CEQA &NEPA 2 6 24 32 $2,650 $2,650 BaseMaPs:._.._...._..___. ___._ _.._.._..... .__._..... -... _ .... ........._....._.__.- _._.�__._. ..�.._..- _.......- _..._.. ..- .- .... ..___..... 0 SO $5,500 $5,500 6 Geoicchnical Investigation & Pavement Design Preliminary Design - 30% Submittal Prepare and submit 35% completion of Street 8 24 50 84 $7,440 $7,440 7,1 2 7 Rehabilitation Plans 8 __. __..._... __..._ ..___..._._._.__._...__....__.. - 7.2 I're afire Cost Eshmatc_ ..$800 .. ,..__.._....__. ....:....600:.... ..:...._._._._._.___. 2 .....__ 6 $620 $620 7.5 Pile Notice of Intend NOI 4 Subtotal Task? 5290 53500 53200 53750 $120 98 58,860 SO SO $8,860 Total Phase I $290 5 $4,600 55,775 $120 148 $139410 S29,330 $0 $42,740 Phase 11- Final Design (65 %, 95% & 100% Submittals) 65% Design Completion F12 8.1 Prepare and Submit 65% of Street Improvement Plans 2 30 50 2 89 $7,785 $7,785 30 35 $3,625 _ y $3,625 8 Prepare AAiinp,SSh mg & Traffi Control Plans - _.n..... ..A.2 _ ....__.... 8.3 Prepare Bid Schedule and Engineering Cost Estimate 4 $500 $500 20 20 $2,000 52,000 8.4 Pre are S WPPP far Ci Rcvicw & Comments Subtotal Task $290 511750 $8,000 $3,750 $120 148 $13,910 $0 s0 $131910 95 % Design Completion Revise Plan per City Comments & Submit 90% 15 30 2 50 $4,265 $4,265 9,1 1 2 Improvement Plans Update Bid schedulac & Cost Estimate @ 90% 4 $500 $500 9,z 4 Submittal _._._..__......__.....:_ .T. __......_.__.:_.� _.__._.... ..__:....__. _..._....._ ..._._._._._ ......___..._.�_...... 4 $500 $500 9.3 Update the SChedalac at 90% ubminN 4 Sublotat'rask9 5145 $1,250 $19500 S2,250. $120 58 $5,265 SO $0 S59265 100 %Desi nCom letion Revise Plan per City Comments & Submit 100% 20 35 2 60 $5,140 $5,140 10.1 1 2 70 kit rovemmn Plans Update Bid schedulac & Cost Estimate (a) 90 % i 1 $145 $145 10.2 Submittal l Y $125 $125 10.3 Update the Schedulae at 90% Subnnival Subtotal Task lit S145 $500 $2,000 $2625 $120 62 $5,410 $0 so $5410 Total Phase 11 $580 $3,500 $11,500 $85625 5360 268 $24,585 SO SO $249585 Phase III - Construction Supports 11 Project Bidding Phase 4 4 8 $900 r.._�_.._ ,._.,..__w $900 _.....,._....___. - .:_.g-- .- _",___._.__ __....._...._.°__ ... . ................ ......__.__.__ __..........__......_.._... _6 .__. ........._..,......._..__._ 12 Project mana ement Services During Construction 1 16 8 1 41 $4,060 $4,060 Total Phase III - So 52,500 $19200 $1,200 S60 49 54,960 SO s0 $4,960 On -Going Tasks n QA/QC 10 _._._ .._12 _ _.$1540 __ __$1,540 _ �IJ.- p2 16w ._.;........ 18 $2290 $2,290 Meenh and Communication Total On -Going Tasks $580 $3,250. SO SO $0 30 53,830 50 $0 $3,830 Total Hours 10 95 173 208 9 495 TOTALALLT'ASKS $1,450 $11,875 1 $17,300�SlStti()01 $540 $46,785 $29,130 SO $76,115 Total "Not -to- Exceed" Fee Proposal: $76,115 Page 53 of 54 2013 -2014 Schedule of Hourly Compensation Rates CLASSIFICATION HOURLY RATE Professional Staff: Project Principal ............ ........... ............... . ......... ............. 6 .............. 6 ........ $ 165 ProjectManager.. ................... ..... I.., ......... ........... ................... 6 ......... 6 ....... $ 145 SeniorEngineer ..........................:............................................. ..............................$ 125 ProjectEngineer"......, ............... 4 ..... ... 1.1111 ... .,6 ........ ......... ............................... $ 115 DesignEngineer ................................... ............................... 6.........1.11................$ 100 SeniorDrafter .................................................................... ..............................$ 80 CADDTechnician .................................................................... .I............................$ 75 Survey and Mapping Staff. Mapping and Calculation ............:........................................... ..............................$ 110 Two -Man Survey Crew ....................................................... .........................4....$ 185 Three-Man Survey Crew ....................::................................ ..............................$ 246 Clerical: OfficeClerical ............,,................$ 60 ............................................................... d• These rates will remain in effect through December 31, 2014, at which time they may be revised and the change will apply only to that portion of work remaining to be completed after December, 31, 2014. 4• All out -of- pocket expenses (Reimbursable), such as filling fee, printing and reproduction costs will be invoiced at our cost plus ten percent (10 1/6). •A If over time is authorized by the City, an overtime premium multiplier of 1.5 will be applied to the billing rate of hourly personnel who work overtime. 17777 Maio St Suite G2 Irvine, CA 92614 TEL 949.679.0062 FAX 949.679.0600 www.gbalbi.com Page 54 of 54