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