HomeMy WebLinkAbout14-388 Falcon Engineering Services Contract Award for Southbound Deceleration LaneCITY of �
LAKE �LSIH0RE
DREAM E MG�
REPORT TO CITY COUNCIL
TO: HONORABLE MAYOR
AND MEMBERS OF THE CITY COUNCIL
FROM: GRANT M. YATES
CITY MANAGER
DATE: DECEMBER 9, 2014
SUBJECT: Award of Professional Services Agreement with Falcon
Engineering Services for Construction Management Services
for Southbound Deceleration Lane Improvement Project CIP
Project No. 4432
Recommendations
Award the Professional Services Agreement (PSA) to Falcon
Engineering (Consultant) for construction management services for the
Southbound Deceleration Lane Improvement project on Interstate 15
at Railroad Canyon Road.
2. Authorize the issuance of a Purchase Order to Falcon Engineering, for
the amount of $151,737 upon execution of the PSA by all parties.
3. City Council approve the PSA in substantially the form attached and
authorize the City Manager to execute the PSA in such final form as
approved by the City Attorney.
Background
On March 25, 2014, the City Council approved the Cooperative Agreement 08-
1582 for the construction of a deceleration lane from the Interstate 15
southbound exit ramp to Railroad Canyon Road with the State of California
Department of Transportation (Caltrans).
On March 25, 2014, the City Council approved the Professional Services
Agreement with SC Engineering for the preparation of Plans, Specifications and
Estimates (PS &Es), and environmental clearance for the SB Deceleration Lane
Improvements on Interstate 15.
Existing traffic conditions on the southbound 1 -15 creates traffic congestion that
backs up the southbound off -ramp traffic to Railroad Canyon Road onto the
Professional Services Agreement
SB Deceleration Lane Improvement on Interstate 15 at Railroad Canyon Road
December 9, 2014
Page 2 of 3
mainline of the 1 -15. Based on field observations, motorists are currently utilizing
the paved concrete shoulder as a makeshift auxiliary lane to avoid being stopped
on the no. 3 southbound mainline lane. Construction of the deceleration lane at
the southbound exit ramp will provide vehicle storage in advance of the ultimate
1 -15 /Railroad Canyon Interchange.
Request for Proposals (RFPs) for construction management / inspection and
testing services were solicited from nine consultant firms who have extensive
experience with similar highway construction projects on the National Highway
System (NHS). Three proposals from nine prospective consultants were received
on November 24, 2014. The proposals were evaluated by the Public Works
Director and staff based on criteria established in the Request for Proposal
(RFP).
The scope of work includes providing construction management services
including the performance of a constructability review, inspection, materials
testing, and construction staking / surveying.
Discussion
After an in -depth review of the project understanding and approach,
completeness of the proposed scope of work, staff qualifications and experience
with similar projects, including recent relevant project experience from the
proposed firms, it was determined that Falcon Engineering Services best met the
City's needs as outlined in the RFP.
After the proposals were reviewed and ranked based on pre- determined
qualifications -based selection criteria, the corresponding fee proposals were
opened under separate cover. Based upon the consulting firm's qualifications,
scope of work, and project understanding for the RFP, the firms were ranked as
follows..
1. Falcon Engineering Services, Inc. $151,737
2. Athalye Consulting Engineering Services, Inc. $159,727
3. Hill International $217,919
Staff is recommending the award to Falcon Engineering and to issue a Purchase
Order for $151,737. The project is expected to begin in January 2015 with
construction in April /May 2015.
Professional Services Agreement
SIB Deceleration Lane Improvement on Interstate 15 at Railroad Canyon Road
December 9, 2014
Page 3 of 3
Fiscal Impact
Sufficient funds have been allocated in the approved Fiscal Year 2014/2015
Capital Improvement Plan budget for the 1 -15 /Railroad Canyon Road
Southbound Exit Ramp Deceleration Lane Project. The project will be funded by
T.R.I.P Program revenue and SHOPP grant funds.
Prepared by: Deepak Solanki
Consultant Project Manager
Approved by: Walter Allison, P. E.
City Engineer
Vince Damasse, P.E.
Director of Public Works
Approved by: Jason Simpson
Director Administrative Services Department
Approved by: Grant Yates, City Manager
Attachments: Professional Services Agreement - Construction
Management and Inspection Services for 1 -15 /Railroad
Canyon Road SIB Exit Ramp Deceleration Lane
AGREEMENT FOR PROFESSIONAL SERVICES
Falcon Engineering Services, Inc.
Construction Management and Inspection Services
1 -15 /Railroad Canyon Road SB Exit Ramp Deceleration Lane
Project #4432
This Agreement for Professional Services (the "Agreement ") is made and entered into as
of December 9, 2014, by and between the City of Lake Elsinore, a municipal corporation ( "City ")
and Falcon Engineering Services, Inc., a Construction Management firm ( "Consultant ").
RECITALS
A. The City has determined that it requires the following professional services:
construction management and inspection services, including materials testing and survey staking.
B. Consultant has submitted to City a proposal, dated November 24, 2014, attached
hereto as Exhibit A ( "Consultant's Proposal ") and incorporated herein, to provide professional
services to City pursuant to the terms of this Agreement.
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to perform the services described in this Agreement on the terms and conditions
described herein.
D. City desires to retain Consultant to perform the services as provided herein and
Consultant desires to provide such professional services as set forth in this Agreement.
AGREEMENT
1. Scope of Services. Consultant shall perform the services described in
Consultant's Proposal (Exhibit A). Consultant shall provide such services at the time, place, and
in the manner specified in Consultant's Proposal (Exhibit A), subject to the direction of the City
through its staff that it may provide from time to time.
2. Time of Performance.
a. Time of Essence. Time is of the essence in the performance of this
Agreement. The time for completion of the professional services to be performed by Consultant
is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently
the professional services contemplated pursuant to this Agreement according to the agreed upon
performance schedule in Consultant's Proposal (Exhibit A).
b. Performance Schedule. Consultant shall commence the services pursuant
to this Agreement upon receipt of a written notice to proceed and shall perform all services within
the time period(s) established in the Consultant's Proposal (Exhibit A). When requested by
Consultant, extensions to the time period(s) specified may be approved in writing by the City
Manager.
Form Professional Services Agmt 2014 VD Final 120114 Page 1
C. Term. Unless earlier terminated as provided elsewhere in this Agreement,
this Agreement shall continue in full force and effect for a period not to exceed one hundred (100)
working days, commencing on December 9, 2014 and ending on March 18, 2015.
3. Compensation. Compensation to be paid to Consultant shall be in accordance
with the fees set forth in Consultants' Proposal (Exhibit A), which is attached hereto and
incorporated herein by reference. In no event shall Consultant's compensation exceed One
Hundred Fifty One Thousand Seven Hundred Thirty Seven dollars ($151,737) without
additional written authorization from the City. Notwithstanding any provision of Consultant's
Proposal to the contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost
without an inflator or administrative charge. 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. Contractor shall promptly submit billings to the City describing
the services and related work performed during the preceding month to the extent that such
services and related work were performed. Contractor's bills shall be segregated by project task,
if applicable, such that the City receives a separate accounting for work done on each individual
task for which Contractor provides services. Contractor'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 Contractor no later
than forty -five (45) days after receipt of the monthly invoice by City staff.
5. Suspension or Termination.
a. The City may at any time, for any reason, with or without cause, suspend
or terminate this Agreement, or any portion hereof, by serving upon the Consultant at least ten
(10) days prior written notice. Upon receipt of such notice, the Consultant shall immediately cease
all work under this Agreement, unless the notice provides otherwise. If the City suspends or
terminates a portion of this Agreement such suspension or termination shall not make void or
invalidate the remainder of this Agreement.
b. In the event this Agreement is terminated pursuant to this Section, the City
shall pay to Consultant the actual value of the work performed up to the time of termination,
provided that the work performed is of value to the City. Upon termination of the Agreement
pursuant to this Section, the Consultant will submit an invoice to the City, pursuant to Section
entitled "Method of Payment" herein.
6. 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.
Page 2
a. Licensing of Intellectual Property. 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.
7. 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
Page 3
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.
8. 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.
9. PERS Eligibility Indemnification. In the event that Consultant or any employee,
agent, or subcontractor of Consultant providing services under this Agreement claims or is
determined by a court of competent jurisdiction or the California Public Employees Retirement
System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall
indemnify, defend, and hold harmless City for the payment of any employee and /or employer
contributions for PERS benefits on behalf of Consultant or its employees, agents, or
subcontractors, as well as for the payment of any penalties and interest on such contributions,
which would otherwise be the responsibility of City.
Notwithstanding any other federal, state and local laws, codes, ordinances and
regulations to the contrary, Consultant and any of its employees, agents, and subcontractors
providing service under this Agreement shall not qualify for or become entitled to, and hereby
agree to waive any claims to, any compensation, benefit, or any incident of employment by City,
including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to
any contribution to be paid by City for employer contribution and /or employee contributions for
PERS benefits.
10. Interests of Consultant. Consultant (including principals, associates and
professional employees) covenants and represents that it does not now have any investment or
interest in real property and shall not acquire any interest, direct or indirect, in the area covered
by this Agreement or any other source of income, interest in real property or investment which
would be affected in any manner or degree by the performance of Consultant's services
hereunder. Consultant further covenants and represents that in the performance of its duties
hereunder no person having any such interest shall perform any services under this Agreement.
Consultant is not a designated employee within the meaning of the Political Reform Act
because Consultant:
a. will conduct research and arrive at conclusions with respect to his /her
rendition of information, advice, recommendation or counsel independent of the control and
direction of the City or of any City official, other than normal agreement monitoring; and
b. possesses no authority with respect to any City decision beyond rendition
of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).)
11. Professional Ability of Consultant. City has relied upon the professional training
and ability of Consultant to perform the services hereunder as a material inducement to enter into
this Agreement. Consultant shall therefore provide properly skilled professional and technical
personnel to perform all services under this Agreement. All work performed by Consultant under
this Agreement shall be in accordance with applicable legal requirements and shall meet the
standard of quality ordinarily to be expected of competent professionals in Consultant's field of
expertise.
Page 4
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. Consultant shall maintain a City of Lake Elsinore business
license.
14. Indemnity. Consultant shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses, liability,
claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily
injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law
or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts
or omissions of Consultant or its employees, subcontractors, or agents, by acts for which they
could be held strictly liable, or by the quality or character of their work. The foregoing obligation
of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of
law arises from the sole negligence or willful misconduct of the City or its officers, employees,
agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents
have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is
understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend
as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance
certificates and endorsements required under this Agreement does not relieve Consultant from
liability under this indemnification and hold harmless clause. This indemnification and hold
harmless clause shall apply to any damages or claims for damages whether or not such insurance
policies shall have been determined to apply. By execution of this Agreement, Consultant
acknowledges and agrees to the provisions of this Section and that it is a material element of
consideration.
15. Insurance Requirements.
a. Insurance. Consultant, at Consultant's own cost and expense, shall
procure and maintain, for the duration of the contract, unless modified by the City's Risk Manager,
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 Worker's Compensation
Insurance and Employer's Liability Insurance for his /her employees in accordance with
the laws of the State of California, Consultant shall submit to the City a Certificate of
Exemption from Workers Compensation Insurance in a form approved by the City
Attorney.
Page 5
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million dollars ($1,000,000) per
occurrence for bodily injury, personal injury and property damage. If a commercial general
liability insurance form or other form with a general aggregate limit is used, either the
general aggregate limit shall apply separately to the work to be performed under this
Agreement or the general aggregate limit shall be at least twice the required occurrence
limit. Required commercial general liability coverage shall be at least as broad as
Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed.
11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering
comprehensive General Liability and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability. No endorsement may be attached
limiting the coverage.
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.
Automobile liability coverage must be at least as broad as Insurance Services Office
Automobile Liability form CA 0001 (ed. 12/90) Code 1 ( "any auto "). No endorsement may
be attached limiting the coverage.
iv. Professional Liability Coverage. Consultant shall maintain
professional errors and omissions liability insurance appropriate for Consultant's
profession for protection against claims alleging negligent acts, errors or omissions which
may arise from Consultant's services under this Agreement, whether such services are
provided by the Consultant or by its employees, subcontractors, or sub consultants. The
amount of this insurance shall not be less than one million dollars ($1,000,000) on a
claims -made annual aggregate basis, or a combined single limit per occurrence basis.
b. Endorsements. Each general liability and automobile liability insurance
policy shall be with insurers possessing a Best's rating of no less than A:VII and shall be
endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insured 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.
Page 6
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
vi. The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
C. Deductibles and Self- Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City. At the City's option, Consultant shall
demonstrate financial capability for payment of such deductibles or self- insured retentions.
d. Certificates of Insurance. Consultant shall provide certificates of insurance
with original endorsements to City as evidence of the insurance coverage required herein.
Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
16. Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be addressed
to the other party at the address set forth below. Notice shall be deemed communicated within
48 hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
With a copy to: City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
If to Consultant: Falcon Engineering Services, Inc.
Attn: Wael Faqih
371 Corporate Terrace Circle, Ste. 101
Corona, CA 92879
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 B. Consultant shall be fully
responsible to City for all acts or omissions of any subcontractors. Assignments of any or all
Page 7
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 B 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.
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 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. The City Manager is authorized to enter
into an amendment or otherwise take action on behalf of the City to make the following
modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non -
monetary changes in the scope of services; and /or (d) suspend or terminate the Agreement.
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
Page 8
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 therefrom.
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.
29. Prevailing Wages. Consultant is aware of the requirements of California Labor
Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8,
Section 16000, et seq., ( "Prevailing Wage Laws "), which require the payment of prevailing wage
rates and the performance of other requirements on "public works" and "maintenance" projects.
Consultant agrees to fully comply with all applicable federal and state labor laws (including,
without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties that, in
connection with the Work or Services provided pursuant to this Agreement, Consultant shall bear
all risks of payment or non - payment of prevailing wages under California law, and Consultant
hereby agrees to defend, indemnify, and hold the City, and its officials, officers, employees,
agents, and volunteers, free and harmless from any claim or liability arising out of any failure or
alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity shall survive
termination of this Agreement.
30. 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.
[Signatures on next page]
Page 9
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the
date first written above.
"CITY"
CITY OF LAKE ELSINORE, a municipal
corporation
"CONSULTANT"
Falcon Engineering Services, a Consultant
Grant Yates, City Manager By:
Its:
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
Attachments: Exhibit A — Consultant's Proposal
Exhibit B — List of Subcontractors
Page 10
EXHIBIT A
CONSULTANT'S PROPOSAL
[ATTACHED]
IW:i.: e
ON
Engineering services
November 24, 2014
City of Lake Elsinore
Mr. Walter E. Allison, PE
City Engineer
130 S. Main Street
Lake Elsinore, CA 92530
RE: Construction Management, Resident Engineer, Inspection, Material Sampling and Testing, and
Construction Staking Services for the Southbound Deceleration Lane Improvement, Interstate 15 at
Railroad Canyon Road - CALTRANS PERMIT NO. 08- 14 -N -MC -0370 (CIP PROJECT No. 4432)
Dear Mr. Allison:
FALCON Engineering Services, Inc. (FALCON) proudly presents our proposal to the City of Lake Elsinore for the above RFP -
City of Lake Elsinore: Construction Management, Resident Engineer, Inspection, Material Sampling and Testing, and
Construction Staking Services for the Southbound Deceleration Lane Improvement, Interstate 15 at Railroad Canyon
Road CALTRANS PERMIT NO. 08- 14 -N -MC -0370 (CIP PROJECT No. 4432). FALCON is a certified Disadvantaged Business
Enterprise /Small Business Enterprise (DBE /SBE) specializing in construction management, inspection and engineering
services for various types of transportation projects including: National Highway Systems (NHS), major freeway
improvements, widening, new construction, new ramp alignment, ramp widening, acceleration /deceleration lanes, bridge
construction, interchanges, grades separations, street improvements, pavement improvements, signalized intersections,
ADA compliance, flood control projects and capital projects.
FALCON appreciates and values its relationship with its clients, over the last 7 years completing major construction
projects including 5E- 60 /Nason Interchange Project, the project of the year award by APWA, 1 -15 /Cantu- Galleano
Interchange project, the Project of the year of the Construction Management Association of America. Other project
includes SR -60 /Moreno Beach Phase 1 -Ramp realignment & improvements, SR 91 /Van Buren Interchange, SR -91 /La
Sierra Interchange, 1- 215 /Van Buren Interchange including constructing the Acceleration /Deceleration lanes along EB-
91 between La Sierra and Tyler ramps, I -10 /Citrus & Cherry Interchanges and Magnolia Grade Separation Project. Key
FALCON Team members each have more than 20 years' experience and have completed more than 15 local
transportation /public works projects "all in the Inland Empire ". FALCON is proud of our reputation for having seasoned
construction management personnel and of the industry's recognition of our ability to respond to any project staffing
requests within 24hrs and provide services ranging from hours, days or months depending on the task order. FALCON
performs constructability reviews, evaluates risks, and proposes alternative solutions that would reduce cost and
schedule by mitigating potential risks. Our proposed team works with many local governmental agencies and Caltrans
and is very familiar with current Caltrans Construction Manual dated September 2014, policies, and procedures.
FALCON team has experience in performing work on National Highway System (NHS) and working with Caltrans plans
and specification on the NHS. FALCON will be very effective and expeditious in performing their task with the City of
Lake Elsinore on this RFP.
Our plan is simply to handle the critical long lead item (Overhead Sign Structure) by requiring the contractor submitting
shop drawings within 5 days of award "this should be incorporated into the specifications" and expedite approval,
fabrication, source inspection, and installation within the 60- Working Days. In the meanwhile; all work items will be
completed expeditiously ahead of set construction duration. Our vision in developing a team for this assignment has
been to have the best - qualified staff with the most relevant experience. FALCON provides expertise in construction
management services for freeway widening, AC, JPCP, Overhead sign structures, drainage improvements, traffic
signals, street lights, SWPPP, and all related City projects. The following are all aspects of Construction Management
that FALCON provides:
Administering the contract (Full CM Services) for compliance with state labor laws
Full -time Inspection of construction activities, Prepare Source Inspection Quality Management
daily project documentation (diaries, photo, etc.) Plan (SIQMP) & coordinate CT -METS.
Monitoring of the Contractor's daily labor force Inspection of traffic control procedures (monitor
371 Corporate Terrace Circle #101 1 Corona, CA 92879 1 Tel: (951) 549 -9600 1 Fax: (951) 549 -8600
FAI
Engineering Seniices
Traffic Control Plan)
Conducting /Preparing progress meetings /minutes
Coordinating with various stake holders.
Monitoring contractor labor compliance safety
programs and reporting any noncompliance to the
appropriate governmental agencies and site safety
Preparing and submitting daily /weekly construction
progress reports, extra work reports, contracts
change orders, labor and equipment records,
correspondence, personnel records using the City's
standard forms
s Verifying SWPPP compliance, processing submittals,
progress payments, punch list and as -built
Ensuring materials and completed works comply
with plans, specifications, and design criteria,
ensuring the maintenance of project records
complies with Caltrans manual, ensuring the
performance of all safety - related activities
Coordinating survey and material testing, as well as
processing control documents, submittals, RFI,
weekly statement of working days, change orders,
progress payments, work change directives, daily
construction reports and compliance with NPDES
and Caltrans encroachment permit requirements
The FALCON's Team includes the following Sub consultants "as- needed services ":
—fu nmatched experience –s Resident Engineers,_ Inspector /Off ice Engineer and other "as
__.
needed" materials testing„ sp�vc�,s�ai<�rg,_an �nsec��c�n i€�. Crav�r.e lectric sls si nals, and:) s PFIP cogipi €3nce . ..a .11 have
�.. .r...1,� °,, t: \.;ta`vv \�'��.�„ry/,.H €.fl�Y �s./r.,c'�u'r✓'1� �€;'�'Lt'�'�:.a:�'�a�>. `afhx1;i : €s,� ',.,� � . f ✓S Ie...�.gue a, €AW` .
Wael Fagih Construction Management/
(951)264, -2350 Administration (PRIME) 84%
Hashmi Quazi, PhD, GE Material Sampling and Testing
(909) 796 -0544 10%
&Source Inspection
Sam1 Khour
1 y Construction Surveying, Staking 6%
(714) 202 -8700
completed numerous._ rojects alone the National Highway Systems NHS _and Caltrans Local Agencies projects. All of
our team members have an intimate knowledge of Caltrans Standards Specifications and Standard Plans, Caltrans
Construction Manuals, Local Assistance Procedures Manual, and all other applicable standards and manuals.
I, Wael Faqih, PE, will serve as the Resident Engineer /Project Manager and will be the contact person and the principal in
charge and I am available 100% for the full duration of this project. I am authorized to bind the firm to the terms of the
proposal. The FALCON Team is committed to managing this project with maximum efficiency, professional integrity, and
knowledge of major issues of concern to the City of Lake Elsinore.
FALCON acknowledges the receipt of the RFP. FALCON's proposal is valid for ninety days (90) from the date of this
proposal. FALCON attests that all the information submitted with the proposal is true and correct. FALCON also
acknowledges that the key personnel will be available to the extent proposed for the duration of the project
acknowledging that no person designated as "key" to the project shall be removed or replaced without the prior written
concurrence of the City Engineer and /or Public Works Director. As instructed, a Fee Proposal is submitted in a separate e-
mail marked "Fee Proposal ".
Thank you for the opportunity and look forward to working with you on this contract.
Respectfully,
Wael Fagih, PE, Vice President
FALCON Engineering Services Inc.
(951) 549.9600 Office
(951) 264.2350 Cell
wfa.gi,h „@ FALCON_- ca,co_m
371 Corporate Terrace Circle #101 1 Corona, CA 92879 1 Tel: (951) S49-96001 Fax: (951) 549 -8600
� § ...� N
i Engineering Services
G
INTRODUCTION
FALCON Engineering Services Inc. (FALCON) is an
Inland Empire certified small business enterprise
(SBE), and Disadvantage Business Enterprise (DBE),
and is a woman -owned Corporation (incorporated
in California) serving clients throughout California.
Since its inception in January 2007, FALCON has
been specializing in construction management,
engineering services for various types of
transportation projects. Including National
Highway Systems (NHS), major freeway
construction, freeway widening, ramp widening/
realignment, acceleration /deceleration lanes, land
development, freeway interchanges, G.S., major
interchange construction. Also, various types of
bridges along with freeways, rivers, channels,
railroads, historic, and seismic retrofits; local
streets improvements, drainage systems; sewer
systems. Including airport improvements,
retaining walls, MSE systems, soil nails earth
retaining structures, asphalt concrete (AC) and
Portland cement concrete (PCC) pavements, major
drainage and flood control channels, box culvert
systems, railroad construction and roadway
rehabilitation projects. FALCON also provides
oversight inspection support and permit
enforcement for developer's projects.
FALCON Engineering Services Inc. with its seasoned
and experienced staff brings the resources,
competence, enthusiasm and commitment
required to meet the needs of our clients. We have
successfully completed projects various local and
federal agencies, such as Cities, Caltrans, RCTC,
FHWA and COE. Our goal is to help deliver projects
on time, within budget and to our client's
standards.
Number of Employees: 35
Location of offices: Corona, Fontana, Riverside,
Fresno, and in San Diego, California
Financial Statement
FALCON is in financially sound condition. FALCON is
not involved in any pending litigation, bankruptcy
proceedings, or mergers and there are no
conditions impeding our ability to complete all
construction management services for your
contract successfully. We can comfortably deploy
our personnel and provide all of the necessary
services to the City of Lake Elsinore for the
duration of the project. Falcon Engineering Services
Inc. does not have any commitments or potential
commitments, which may impact its ability to
perform this agreement.
EXPERIENCE WITH GOVERNMENTAL AGENCIES
Over the past 25+ years, various FALCON team
members (employees and /or consultants) have
extensive experience working with SANBAG,
Caltrans District 8 (Structures & District), RCTD &
San Bernardino County, utilities companies, and
Cities on Riverside and Moreno Valley projects. Mr.
Wael Fagih, PE is the proposed Project Manager
and Resident Engineer managed both 1 -10 /Citrus
and Cherry Avenue Interchange for SANBAG. Mr.
Faqih also managed SR- 60 /Nason and Moreno
Beach Drive projects for the City of Moreno Valley
and SR -91 /La Sierra Interchange and Van Buren
Interchange for the City of Riverside (Lead
Agencies) with Caltrans Oversight.
Mr. Faqih has extensive experience coordinating
with Caltrans -Local Assistance Program, Counties,
Funding Agencies (Local, State, Federal -
FHWA/BIA), Railroad & Utilities companies,
environmental and regulatory agencies.
Tariq Malik, PE will be assisting Faqih with Field
Inspection and Office Engineering has worked with
Wael on numerous projects in the Inland Empire
over the last 15 years. He is a highly experienced
professional with intimate knowledge of Caltrans
Standers, procedures, Permit projects within CT
Right of Way and local Cities as the lead agencies.
3 1 P a g e
rim
Engineering Services
l
CONSULTANT TEAM
Subconsultants
Adding to the strength of the FALCON Team, our
proposed Subconsultants offer City of Lake Elsinore
integrated teamwork, dependability, proven
experience, depth of resources, seamless
communication and shared knowledge of
successful delivery of the Southbound Deceleration
Lane Improvement, Interstate 15 at Railroad
Canyon Road.
Converse Consultants (Converse) provides
professional services in the fields of geotechnical
engineering, engineering geology, groundwater
sciences, environmental sciences, and soils and
materials testing and source inspection. Our clients
include public agencies and private sector clients in
the transportation, water /wastewater,
educational, residential, commercial, and other
market segments.
Converse Consultants remain very financially stable
and has had no debt of any kind for over a decade.
There is no activity or pending activity, which
would not affect our ability to perform our scope
of work on this project.
Converse worked alongside FALCON on the
following projects: SR 60 /Moreno Beach, 1- 215 /Van
Buren Interchange, and 1 -10 /Cherry Avenue
Interchange to name a few.
m
umi
Coory Engineering established in 1980. A long
history has been made of consistent completion of
successful projects, public and private alike.
Coming from a strong design and surveying
background will help delivering quality work. This
company is a self -owned company (sole
proprietorship), owned by Samir M. Khoury, P.E.
Mr. Khoury is the responsible party for entering
into contracts and signing agreements. Coory
Engineering has not been terminated from any
contract.
The Company specializes in the practice of general
civil engineering and land surveying. Municipal
engineering and site development are the areas of
interest. Coory Engineering will serve as the team's
surveyor offering a depth of experience performing
property, construction, monuments, right -of -way
and mapping surveying services for both design
and construction surveying in the private sector
and California Department of Transportation,
(CALTRANS).
Coory Engineering worked alongside with FALCON
on the SR 60 /Moreno Beach Drive Improvement
Project.
_41 Page
0
u
Lo
U-4
U
z �
fi U LU
UA
_
t
V =
w
v
^ 'C w
_
s ^
C O
V) 1 I.1.
N
W W -
W O Ql
+-
om
°•
w a o-
v
a Q i
m Q N~
-° N
`-' Q@
m i
`J v -°
s rQ v Y
C v� I— �n
"C C N
v
:C N c in F— t0
O
'C N �n F— N N
>
CO LZ
C
i•
LL Y .0 - y 3
Ll -C i
LL ;Y L iL-� ' +, O
LL Y
Y C
QJ m > Y
Ql
N cc� > O Y
� to > a0-, O O
cN
G w In N
f6 O
w ]e
m G w In M N
Fu-
to N @ Vl Y
v
0
�
c
�
°
c
O N �O
c v
c v c a
c coo L)
OCO L!1 N
vO
ra 0.0 C
@ by U U '�, C
C
O GO •�=+�
@ hp U N c
O
N y .y ,�
Ql Ql Ql Q)
N QJ c a
N
i u
G f- W
u G F' J N W
u C Q) O
F- U
G QJ f0 f_.
U f- -� Q N
Sulld OUIIPUL'•I -I OI.1;P7 j..
E o N @J
E o N @J
? c C N >-
^
to U [? , bA
uogoodsul aoanoS -InIN
N .0
_C �- =
~
>
>
samsoj7) NOIN
c Ln
>
> _
saolA13S paeMV
V7 N U Ln
cci
G In E
2 u s^
/ &u!pp�£I/ dLnsilaanpV
E
QJ U
>
>
�oadsul /Isar Ieualr IN
>
a v i C7
@ Q)
O m - m
Q^
m U
'BLII-d dJdf /7
>
>
N
z O V c o p
m@
3111113piM XUAN A
>
>
>
>
dsul uogonjjsuo
>
>
>
>
dddMS /cl3HZO
>
>
>
>
nXomoy
Eas,�anuo�
Aaooj
Cliligelanalsuo,
>
>
>
>
uol;aldwoZ);so:)
nco
uolj3najsuo�
m
0
Ln Ln 1
O N m o
c m N
° Il o
c
° m o
o� fL
U v). t/} N
U in- N
U Ln N
U -Ln Q
>
C)
. :. ..
ho p°p
Lu L.
�
Q
p_ O
by
bA
w
V
vi
O
O
c
O N �O
Q1 >O
^ to
OCO L!1 N
D- V m a
m .0 M
t 2
t Ol ++
v
7 a
i u
i
a
a n v m a
W O
E o N @J
E o N @J
? c C N >-
^
to U [? , bA
N i N
h0 O ^
ro
N .0
_C �- =
~
N ,C
t +�
c Ln
b.0 C
Uo `~ n to
V7 N U Ln
cci
G In E
2 u s^
2 U s
E
QJ U
U m- ° >'
C
v
v
c
>
a v i C7
@ Q)
O m - m
Q^
m U
QJ
Q
Q> c m
N
z O V c o p
m@
ra W p
•O
i v z
m
v >'
m
,�
s
i
F"
D.
O QJ N
Lo O U
O
N
2
U N CJ
N 0 to V
N rr E
V
Eas,�anuo�
Aaooj
Aaoo� 'asaanwo�
LL
(awlad) NO�lbd
(awiad) NO:) IVJ
(awlad) NO:)IVJ
{aulad) NO�1bd
13d) N :)
R & _
f_ngineeriny Scnrices
Scope of Work
The FALCON team reviewed the RFP, Plans,
Specials, and project site. We have a clear
understanding of the scope and schedule needed
to successfully complete this project. We have
conducted a preliminary constructability review
and identified the following critical
activities /issues:
• Restripe freeway lanes within project limits
shifting traffic towards median, set K- rails,
crash cushions, temporary construction signs.
• Remove existing 0.85'x12' widex1371' PCCP
and Edge Drain (Sta.1027 +23 to 1040 +94) and
replace with 1.25'x14' JPCP over 0.35' LCB, and
0.4'x8' AC shoulder over 0.96- 1.2'CL- II -AB.
• Remove all existing drains, conflicting loops,
utilities, and signs.
• Remove conflicting MBGR and tie -ins to
existing bridge barrier at the south end.
• Construct new MBGR and anchor section to
the NW corner of existing bridge barrier.
• Construct 2 ea. Overhead sign structures (Type
G -83 -CA -MOD) over 5'diax25' deep CIDH piles
at Sta.1038 +44 and 1027 +60.
• Construct advanced loops for SBOFF ramp and
OH sign lighting.
• Remove existing OH signs structure after new
signs is installed.
We have identified the following constructability
issues with the plans & specifications:
0 It is critical to add a directive to the
instructions to bidders /bid documents
requiring the successful bidder submit shop
drawings for both Overhead Sign Structures
Type (G -83 -CA -MOD) within 5 -days from award
date. This will allow the City, CM, Designer &
Caltrans Oversight review and approve shop
drawings and expedite fabrication, source
inspection and installation within the original
60 -WD construction duration and not need the
additional 40 -WD.
General scope of work and quantities are small
in magnitude and could potentially increase
significantly due to unanticipated changing site
conditions. They should be treated as Final Pay
Items. Therefore; in order to control potential
cost increase due to increased quantities, we
recommend converting few items to Final Pay
Items such as "Remove existing PCCP, ATPB &
Base, construct new JPCP over LCB, and
identify thickness of bond breaker, Roadway
Excavation, Minor Concrete (Mist.
Construction).
Overhead sign structures (2 -ea) pay method
identified in pounds must be a Final Pay Items
as weight is an estimate only and always actual
truss and post weight is much higher resulting
in significant cost increase.
Construct JPCP, LCB, Remove existing PCCP,
CTPB, and Base due to small quantities and
potential for item increase (unknown
underground conditions)
6 Must identify type & thickness of Bond Breaker
in the plans. CT reci,zlres 0.131/8" AC rnix ".
6 l Page
F N
Engineering Services
7.1 P a g e
Constructability
Review for constructability of project plans, specifications,
Constructability
Wael, Tariq,
Review/Quantity
and estimates, coordinate final plans & spec's with the
comments/
Samir
Takeoff
designer. Review CT Encroachment permit for bid compliance.
Construction Cost
Prepare Bid,
Prepare & Review Final Bid Document, Assist the City with
Bidding Process
Wael, Tariq
Advertise &
Advertising, Conduct pre-bid conference "at the City's
(Advertise, Bid
Award
option", coordinate Q&A with the Designer, review bids,
opening, Selection
ranking, and award. Establish COZEEP Agreement with CHP
& Award)
and coordinate closures on 1-15/SB with Caltrans.
Pre-Construction
Make Invitation for the Re-Construction Meeting, Prepare
Pre-Construction
Wael Tariq, Siva
Meeting
Agenda, coordinate utility relocations, closures and Permit
Meeting. CT
Inspection with CT-Encroachment Permit. Prepare SIQMP
Closures, SIQMP
"Source Inspection Quality Management Plan" & submit for
CT Review & Approval. Contractor to Order Long Lead Items
CH Sign Structure, street light poles, dowel baskets)
gm Hill
g', I/M
Ix
umo
Mllf I
w A
Construction
All construction period documents required by Caltrans in
Construction
Wael, Tariq,
Period
accordance with cooperative Agreements between City, Caltrans,
Documents
Ahmad, Samir
Documents
Caltrans Encroachment Permit, and Caltrans Construction Manual
Daily
(a) contractor activities (b) traffic controls, their effectiveness,
Daily report filed in
Wael, Tariq,
Reports/Log
and any modifications thereto (c) equipment and vehicles on the
Log Book at City
Ahmad
jobsite (d) personnel names and the type/category of work
Engineers office no
performed by each person (i.e., labor, operator, striping, etc.)(e)
later than two
weather conditions (f) ambient ground and air temperatures (g)
working days after
material types, quantities, thicknesses, etc. delivered to the job
each day's work.
site and incorporated into the project (j) material sampling and
Electronic copy
testing performed (k) Certificates of Compliance received (1)
shall be filed in the
inspections performed (m) storm water BMPs in-place, storm
designated city
water sampling performed, and pre- and post-rain event
filing system
inspections (n) all correspondence and direction given to the
Contractor (o) all communications with Caltrans (p) statement
indicating whether or not work has been performed in
accordance with the project plans and specifications (q) all
project-related data collected/gathered
Weekly
Conduct weekly meetings to discuss schedule, change orders,
Meeting agenda
Wael, Tariq,
Progress
new issues, submittal status, RFI's, safety, deficiencies etc.
and minutes
Ahmad
Project Quality
("Q") Sheets for all bid items showing running quantity of each
Submits "Q"
Wael, Tariq,
Sheets
material and product incorporated into the Work (i.e., concrete
Sheets
Ahmad
pavement, hot mix asphalt, temporary silt fence, striping,
thermoplastic, pavement markers, etc.) or service provided (i.e.,
Traffic Controls, Construction Surveying, etc.) on a daily basis
7.1 P a g e
Engineering Services
.s
Evaluation /
Evaluation of Contractor Progress Payment, Final Payment, and
Process submittals
Wael, Tariq,
Progress
Retention Payment requests, including documentation
and Payments
Ahmad
supporting recommended payment quantities and totals
Material
Certified test results for all sampling and field and laboratory
Testing Results
Siva, Brian,
Testing
testing performed, signed and stamped by a California licensed
William
Professional Civil Engineer
Certified
Certified payrolls for the Consultant's and subconsultant's staff
Certified Pay
Wael, Tariq,
Payrolls
Request
Ahmad
Project
Copies of all written correspondence
Project files /logs/
Wael, Tariq,
Documentation
Written
Ahmad
correspondence
Review
Draft Contract Change Orders following Consultant's negotiations
Logs of Potential
Wael, Tariq,
Contract
with the Contractor.
and Issued CCO's
Ahmad
Change Orders
�i".s
y
S .. NSF ��F`
i%!`�+k''!✓/ l'? �. .
-
r g� P l F �`w` �
�1 `�'*�CZ�'\'�t�` \� � - Z. ��\�: >9 � %
,� 3 h� , C
�Ef� %�✓k'r
' y
i V', V cc.
� � � vA3
"W a3br '..$ { �,
>� �.,sfi�E'��'3 -.. .�'qSI "=ig
. ,�5 iJ� \•c :ers ,/.
a, ����
Project
Project summary report, including all of the above, as well as
Reports,
Wael, Tariq,
Summary
statements regarding the Contractor's compliance or non-
statements for
Ahmad
Report
compliance with the Work required under the contract, signed
compliance or
and stamped by the Resident Engineer
non- compliance
Final Inspection
Conduct a final inspection /walk through including maintenance &
Punch lists and
Wael, Tariq,
service personnel, issue preliminary & final punch list, coordinate
Notice of
Ahmad
with Caltrans for all forms and reports.
Completion
Documenting Daily Operations and Diaries
Our proposed Resident Engineers and Inspectors
have the knowledge, skill and experience to inspect
any of the anticipated construction operations for
this contract. Wael Faqih, PE and Tarik Malik, PE
have managed multiple Caltrans projects as
Resident Engineers and Structures
Representatives all have worked with the
Counties & Caltrans projects in the Inland Empire.
FALCON team will deliver this project successfully
since there will be no learning curve.
We will be utilizing the Caltrans Construction
Manual, relevant sections of Caltrans Local
Assistance Procedures Manual Chapters 15, 16,
and 17 and applicable plans, specifications, codes
and standards. Our filing system on the I -10 /Citrus
& Cherry Interchanges, SR- 60 /Nason & Moreno
Beach Interchanges, 1- 215 /Van Buren Interchange
project, River Road project, 1- 215 /Van Buren IC,
SR -91 /Van Buren Interchange and La Sierra
project was audited by Caltrans and FHWA's
multiple times and passed with favorable
comments from both agencies.
Our inspectors have experience in completing daily
diaries, and notifying the City's Project Manager if
a specific activity is noncompliant with the plans
and specifications; keeping the City informed about
the daily progress and safety of the project; and
documenting conversations with the contractor.
,� The Inspector's daily diary is
invaluable. When photos of
variable construction activities
are taken and attached to the
diary on a daily basis, a
permanent record can be referred to in the event
of a dispute. The inspector's diary must include an
accurate description of the work including
Contractor name, employee names, employee
classification, item number and item name, exact
location of the work giving stations, offsets, and or
8_I_Page
Af� 3 t v
d f `''o.� 9 �
GS Engineering Services
depths of work, any relevant conversations, and
listing any visitors and their reason for being on the
project. All testing will be recorded in the
Inspectors Daily Diary; will include type of test, and
specific locations. Inspectors will attach to their
diary photos of various field activities, rejected
work and unsafe conditions, and quantity
calculation sheets for item work they have
inspected during the course of the day. These
diaries are the basis of reporting to the City. Our
filing system on the SR -91Van Buren Blvd.
Interchange, SR -91 /La Sierra projects, SR- 60/Nason
and Moreno Beach were audited by Caltrans
multiple times and passed with favorable
comments from Caltrans. Our current projects on I-
10 /Citrus & Cherry Interchanges are managed by
one team sharing resources and some field office.
Filing is controlled by a Senior Office Engineer
assisted by an Assistant OE.
Quantity Calculations and Progress Estimates
The FALCON team knows the importance of
accurate and complete quantity calculations. Not
only must the quantity calculations be complete
and accurate, but must be submitted on monthly
basis per the City and Caltrans pay cycle
requirement for processing the Contractor's
estimate. If the Contractor is not paid within 30
days, through no fault of his own, the City could be
subject to paying the contractor from 1% - 2% of
the estimate in additional interest. FALCON
Inspectors use the latest laptops, computers,
printers, and the latest computer software in the
compilation of quantity calculations and progress
estimates. The FALCON inspectors assist the City
Project Manager and the Office Engineer in
assuring timely monthly estimates. The FALCON
CM team will expedite preparation, quantity
measurement verification, and submittal or
Progress Pay Estimate before the end of the
month to the City for payment.
Quality Assurance Plan & Quality Control
(QAP /QC)
Our internal QAP /QC process is simple and does
not require additional time demands from City. Mr.
Wael Faqih, PE is the Project Manager in- charge
and Resident Engineer provides the Quality
Assurance & Quality Control for this project. It is a
No Cost option. Routinely, our Project
Manager /Resident Engineer Wael Faqih, PE and
another Project Manager from FALCON will
conduct independent reviews of the project
records for their adherence to the City and Caltrans
policies and procedures.
FALCON Team members are familiar with the City
and Caltrans Standard Specifications requirements
and Source Inspection Requirements. We have
established a project specific .I MP `'Source
Inspection Quality Management Plan" that
identifies Source Inspection needs & procedures
that complies with CT -METS procedures &
guidelines. We also perform a quality review of
project records in the beginning to make sure the
records are set up according to the applicable
requirements from the City and Caltrans. FALCON's
Quality Program includes a number of checks and
formal management reviews to verify quality of
project records.
In addition, Wael Faqih (PM /RE) and Tariq Malik
(ARE /OE) will audit the project files and submit
documents on this project, providing input when
needed. This "fresh set of eyes" for inspection and
testing procedures will promote a trouble -free
assignment in regards to required documentation.
Being compliant with the project plans,
specifications, and local cities /county's
Encroachment Permit is part of our duty as a
consultant to City of Lake Elsinore and Caltrans.
Traffic Control
Our Team has
g considerable experience
with all types of traffic
�r n� A,
' " , rnntrn) nrnraccac
including County, City streets, and Caltrans right -
of- way, night closures and traffic control, full and
partial freeway local streets closures. The
inspectors will work closely with the City, and
Caltrans in performing traffic control inspection
and work will not be allowed to begin until and
unless the closure conforms to the approved
Traffic Control Plan.
Our team members are also familiar with the traffic
control standards in the Work Area Traffic Control
91 Page
&t` l ,
Engineering Services
Handbook (WATCH) manual and the Manual of
Uniform Traffic Control Devices (MUTCD). FALCON
will verify that the requirements are implemented
by the contractor in his traffic control plans.
Prepare Calculations I Reports I Records
Correspondence
Successful projects must be administered in
compliance with the City & Caltrans Construction
Policies and Procedures "Local Assistance
Procedures Manuals ". Project records will be clear
and concise, as FALCON understands the
importance of project documentation. We are fully
aware that the files containing materials
acceptance tests, Certificates of Compliance, and
source inspection of commercial materials must be
complete and logged and are subject to auditing by
the City of Lake Elsinore and Caltrans Oversight.
Proper Documentation will be crucial for the City's
Funding Reimbursement.
Our proposed staff has extensive Caltrans and
City's documentation experience. Our inspectors
know that a complete record of the project must
include the following: a full set of all contracts
drawings, specifications, change orders, logs,
manuals, submittals, RFI's, correspondences with
all stakeholders and permitting agencies, reports
(daily, weekly, monthly) showing all daily activities,
contractors manpower, equipment, materials on
hand, materials testing reports and sampling,
copies of all permits, SWPPP plan and all reports
and updates, and all other contract documents
related to the construction of the project.
Materials Sampling Inspection & Source
Inspection
The FALCON Resident Engineer and Converse
Consulting under the direction of the City's Project
Manager are responsible for supervising and
coordinating the materials testing program.
Sampling and testing activities, and Source
Inspection conducted in accordance with CT -LAPM
and City's QAP, SIQMP, standards, frequencies, and
approved procedures. (CT- Materials Testing
Manual).
Under the directions of the City of Lake Elsinore,
Converse Consulting and FALCON will coordinate
all geo- technical services including scheduling
compaction testing, sampling and testing of fresh
concrete for compressive strength, aggregate
gradation for concrete and asphalt paving mix
design qualification and verification, compaction
testing for AC paving, JPCP, Lean Concrete Base,
sampling for various acceptance testing.
FALCON's Resident Engineer and his inspection
staff /office engineer will provide all required
Oversight to Quality Control (QC) /Quality
Assurance Plan (QAP) - Quality Control Plan (QCP),
and all source inspection. Similarly, testing,
approval and production, sampling and testing
verification by METS lab inspectors to verify
compliance with CT- QCIQAP, Newly created City's -
SIQMP manual and Encroachment Permit.
Surveying
Under the direction of the City's Project Manager,
the FALCON's Resident Engineer will coordinate
and oversee all survey staking services by Coory
Engineering and the Contractor's submitted survey
staking requests. FALCON's Resident Engineer will
coordinate reviewing all field control points and
coordinates with the Contractor, Caltrans, the City
of Lake Elsinore, and Designer to insure that all
field control points & existing ROW are per original
design. All requests for initial control staking in
accordance with the City, and Caltrans
Encroachment Permit.
During construction, our inspector (Tariq Malik,
PE) will verify grade, alignment, and any
conflicting utilities/ proximity to traffic and
establish a safe work environment. Verify grades,
subgrade, aggregate base, curb and gutter,
sidewalk slopes and ADA Ramps. It is important to
catch any errors in grade at subgrade where it is
much easier to either correct the Contractor's
mistake or revise the grades. If it is a plan error,
then we will consult with the designer for
clarification.
Change Orders and Claims
Our Resident Engineer and inspection staff bring
detailed understanding of the City and Caltrans
processes for administering Contract Change
Orders. We will work closely under the direction of
101 Page
d
y- SEngineering Services
City's Project Manager with the contractor to verify
that Change Orders are processed and executed in
a timely manner in accordance with the contract
documents and procedures. We will verify that
City's Project Manager has all the information
needed to make the right determination including
accurate and detailed information and cost
analysis, extra work reports with matching daily
diaries, field measurements, photos, certificate of
compliance, certified pay rolls, supporting RFI's,
correspondences, letters, design changes, and any
other relevant information. If any claims do arise,
we will document them appropriately and act to
resolve or mitigate damage as needed.
If disputed project - related issues cannot be
resolved in a manner acceptable to City and the
Contractor, FALCON's Team can assist City's
Project Manager with claims resolution including:
• Information gathering, finding of facts -
Inspection staff will examine pertinent
documentation and determine the
components of the subject dispute.
Negotiation, resolution,
arbitration or litigation
• FALCON's Resident
Engineer and his Inspection Staff
will provide technical and contractual support
to the extent requested by the City. This
includes preparing position papers to defend
the City's position, and work out details,
prepare presentation and all related
calculations & documentations.
The FALCON Team has an excellent record of
accomplishment completing projects with no
claims. Outstanding issues were resolved during
the project through a mutual understanding and a
spirit of partnering.
As -built Plans
FALCON's Team will update the as -built plans
during the construction phase of the project to see
that they are being kept up -to -date. Certified final
record revision drawings will be transferred to the
City immediately at the completion of construction
activities and final acceptance.
SWPPP
FALCON inspectors understand the importance of
managing the Storm Water Pollution Prevention
Plan ( SWPPP). All proposed Staff is QSP trained.
Tariq Malik is a QSP /QSD certified will be providing
the daily review of BMP's protection measures and
implementation.
Additionally, Dion Castro, QSP -TOR will be
providing our oversight inspection/ monitoring
compliance with approved SWPPP plan. Mr. Castro
provides similar oversight inspection on all FALCON
projects. He is considered a leading SWPPP / NPDES
professional in the Inland Empire. Similarly, the
inspectors are trained in the preparation of SWPPP
diaries, the review of Best Management Practices
(BMP's) to determine if they are working
satisfactorily, erosion control measures both
during the rainy season and throughout the year,
and immediately notify the RE of any problems
during the implementation of the SWPPP. The
FALCON team is well versed in the latest NPDES
requirements of the statewide general permit that
took effect July 2010 and latest standards.
Safety
FALCON recognizes that jobsite safety is the
highest priority on any worksite and requires
vigilance by everyone. The contractors with a goal
of an accident free worksite will execute Jobsite
safety duties. The Caltrans Safety manual and
Contractor's Safety Plan will guide the inspectors.
FALCON inspection staff is knowledgeable with the
Caltrans Safety Manual and the OSHA Construction
Safety Orders.
FALCON requires 10 -hour OSHA training for all
employees, focusing on such areas as confined
spaces, fall protection and personal safety
equipment. In addition, FALCON works under a
drug -free environment, requires pre- employment
drug testing, and randomly tests its existing
employees. The inspectors will attend the
Contractors and City Safety Meetings and promote
safety throughout the life of our contract.
Engineering Services
with City Construction Policies and Procedures.
Project records will be clear and concise, as
FALCON understands the importance of project
documentation. Proper Documentation will be
crucial for City's Funding Reimbursement (Federal,
State & Local).
Materials Sampling and Testing
Under the directions of the FALCON RE, Converse
Consulting, Inc., will coordinate all materials
sampling and testing of construction material and
work. Other material may be accepted based on
adequate Certificate of Compliance. All issues
relating to Quality Control (QC) /Quality Assurance
(QA) - Quality Control Plan (QCP) and testing, rebar
welding QCP, PC- QCP submittal review, approval
and production, sampling and testing verification
by FALCON & Converse inspectors to verify
compliance with CT -QC /QA manual.
Surveying
Under the direction of the FALCON RE, Coory
Engineering and FALCON'S inspectors will
coordinate with the Contractor, City Engineer all
requests for initial control staking in accordance
with the City and Caltrans Guidelines and
procedures. During construction, our inspectors
will verify bridge grades, footings, abutment
grades, column grades, soffit grades, lost deck
dowels, edge of deck grades, deck grades and
approach slab grades, finish grades, sub grade,
aggregate base, curb and gutter, and sidewalk
slopes.
Change Orders and Claims
FALCON RE, SR and inspection staff brings detailed
understanding of City and Caltrans processes for
administering Contract Change Orders per City's
standards & procedures and in compliance with
CT -LAPM. We will work closely under the direction
of the City Engineer and with the contractor to
verify that change orders are processed and
executed in a timely manner in accordance with
the contract documents.
FALCON's Team will monitor the as -built drawings
during the construction phase of the project to see
that they are being kept up -to -date. Certified final
record revision drawings will be transferred to the
City.
WORK PLAN
Proposed Contract Approach to Construction
Management
FALCON Engineering Services (FALCON) Team has
gained tremendous experience working on
previous projects and developed a strong working
relationship with many local agencies and
Caltrans. We also have successfully completed
projects for various local, state, and federal
agencies, such as Caltrans, Riverside County
Transportation Department (RCTD), Riverside
County Transportation Commission (RCTC), FHWA
and COE, City of San Bernardino and Inland Valley
Development Agency. Successfully managed
projects are as follows: 1 -10 /Citrus and Cherry
Interchanges (SANBAG), SR- 60 /Nason & Moreno
Beach Interchanges (City of Moreno Valley), 1-
215 /Van Buren Interchange, River Road Bridge
Project, 1 -15 /Cantu- Galleano Interchange Project,
and 1- 215 /Newport Road Interchange Project
(RCTD), SR -91 /La Sierra and Van Buren
Interchange Projects (City of Riverside), and
numerous other interchanges throughout the
Inland Empire.
FALCON team has a strong knowledge of the local
agencies procedures specifically Caltrans
standards & procedures.
The FALCON Team members are the best qualified
to provide construction management services. We
are ready to start by assisting City of Lake Elsinore
with the provision of Construction Management
Services as outlined in the RFP:
Y Provide Constructability Review
Y Administer Advertising
➢ Bidding and Award Services
➢ Construction Management
y Quality Control
Material Sampling /Testing
Construction Inspection
Y Construction Staking /Survey Services
Y Contract Administration
FALCON Resident Engineer will implement
121 Page_
N
Engineering Services
Construction Management guidelines for
monitoring the quality of the Contractor's work. He
will also compare this final set with the latest 2014 -
Caltrans specifications and updated procedures
and guidelines to insure compliance with
environmental and other regulatory requirements.
He will insure contractor's compliance and will
report results on daily, weekly and monthly basis
to the assigned City's Project Manager. FALCON's
PM, Resident Engineer, and Inspectors are a
dedicated group of professionals who will carry
their duties as directed by City of Lake Elsinore's
PM, an in accordance with the contract plans/
specifications/ and CT -LAPM, City's QAP, Federal
and other standards, all applicable rules,
regulations, standards, and requirements.
PROJECT UNDERSTANDING
FALCON team reviewed the plans, specifications,
and reports of the Southbound Deceleration Lane
Improvement Interstate 15 @ Railroad Canyon
Road and summarized the scope of work as
follows:
Our staffing strategy is based on providin�a
Resident Engineer to coordinate all field activities
with one inspector/ office engineer and draw on
various specialty inspection needs for SWPPP
signals & streetlights, and environmental
cliance.
The FALCON Team is prepared to provide quickly
qualified personnel who can work independently
or assist the City's Project Manager in managing a
wide variety of work. Our team can assist the City
of Lake Elsinore with all aspects of construction
management, construction activities and contract
administration including:
• Conduct the pre- construction meeting
• Provide the required labor compliance
administration services (interview workers,
review certified payrolls and other documents)
• Assist the City to ensure compliance with the
City's DBE and QAP programs
• Assist the City to prepare the project for final
review by Caltrans and FHWA
• Conduct the project closeout
• Provide Construction Management and
Construction Inspection Services
• Providing the public outreach required for the
project
• Providing the geo- technical review, sampling
and testing services required for the project in
accordance with the CT -LAPM and City's CAP
• Providing source inspection required for the
project in accordance with the City's QAP
• Providing construction staking and surveying
services required for the project in accordance
with the plans and specifications
• Developing a master construction schedule,
and monitoring and updating construction
schedule
• Conducting weekly construction meeting with
the contractor, City, and other involved parties.
Preparation and distribution of meeting
minutes
• Preparing and distributing all required notices,
and responding to complaints and resolving
problems as necessary
• Reviewing contractor change order requests,
and preparing necessary documentation for
submittal and approval or denial by the City.
• Reviewing contractor pay requests and
preparing necessary documentation for
submittal and approval by the City
• Managing all construction activities and project
controls
• Managing contract cost accounting system
• Conducting project walk - through(s) and
preparing punch list(s)
• Ensuring the project is implemented per the
approved set of plans, and preparing as -built
drawings at the completion of construction
• Maintaining proper project files and
documentation
• Coordinating close out of the project
• Delivering a final completed project to the City
which is in compliance with PS &E package, and
all applicable codes, standards, and
requirements
• Presenting to the City a complete project close
out file
PROJECT MANAGEMENT
The FALCON Team recognizes the importance of
effectively managing our staff and their logistics to
provide effortless and reliable service to the City.
13IPage
Em
FALCON
Enginecring Services
We have assigned Senior FALCON staff to manage
this contract. Wael Faqih, PE will be your Project
Manager and the single point of contact. Mr.
Faqih's 33 -plus year career has been dedicated to
design, construction management and inspection
of heavy civil projects requiring interfacing and
coordination with Caltrans, SANBAG, Local
Assistance Program, Cities, Counties and Funding
Agencies (local, state, Federal- FHWA/BIA). Mr.
Faqih will be responsible for managing the internal
operations of our team including resource
identification, scheduling and management, quality
control of deliverables.
FALCON will create and implement SIQMP in
addition to the City's Quality Assurance Program
(QAP) with the assigned City's Project Manager.
This QAP program has been successfully
implemented on many projects, and not only
verifies the quality of consultant engineering
services being provided, but serves to keep all
consultant staff up -to -date with the latest required
City's policies and procedures. Mr. Faqih will also
make regular site visits, work closely with the City's
Project Manager to monitor the contract budget
and staffing forecasts, report progress and provide
contract status reports. Mr. Faqih has managed
contracts with multiple sub - consultants. Mr. Faqih
understands the need for close coordination &
deliberate communication.
PROJECT APPROACH, STAFFING, AND SPECIALIZED
EXPERIENCE
The FALCON Management Team knows the
importance of providing qualified and experienced
personnel, capable of working independently, that
arrive on -site properly equipped and have the
necessary safety and technical training to start
work with no learning curve. Every Construction
Manager assigned to your projects will be
knowledgeable and experienced with all aspects of
required field and office construction engineering
work. Prior to being assigned to a project, our
Project Manager or Field Manager will review the
following specific topics.
All plans and standards
will comply with the
Caltrans Construction
COMPETENCE
FALCON Resident Engineer and the inspection staff
will coordinate with the City of Lake Elsinore,
Caltrans, and local /utilities agencies. All work will
be performed in compliance with the City's
practices, regulations, policies, procedures,
manuals and standards, In addition (when
applicable), this work includes full compliance with
the City and Caltrans procedures and guidelines,
contract plans /special provisions, and CT standard
specifications, standard plans, and various relevant
manuals. FALCON Team members are aware and
understand that construction schedules changes
and overtime, night work and multiple shifts are
plausible, and an essential part of the construction
environment.
SOURCE INSPECTION QUALITY MANAGEMENT
PLAN
The FALCON Team offers turnkey development of
project- specific SIQMPs as well as agency -wide
SIQMP development, as required by Caltrans and
other local transportation agencies for oversight
projects. FALCON assisted local agencies in
identifying and performing the necessary scope of
Source Inspection and Materials Inspection to
assure the successful completion and acceptance
of projects involving Caltrans right -of -way.
SCOPE OF SERVICES PROVIDED
The FALCON Team is committed to providing
construction management services of the highest
quality. A committed and trusted project manager
will provide continuity and seamless project
delivery. A flexible local team that will provide the
depth and expertise to deliver functional
construction solutions, (individually, with other
CM's professionals, or integrated within the City's
staff).
FALCON's experience in the implementation of City
of Lake Elsinore, Caltrans and other relevant
agencies requirements will expedite the project
completion, without sacrificing quality or safety.
FALCON's strength in management approach
FAMILIARITY WITH illustrates the understanding of the City's critical
PROCEDURES & needs. FALCON has the ability to assist in
REQUIREMENTS / TEAM
14 L P a g e_
auk .,. ,. :.,.�� f aP
Engineering Services
if(
resolving construction and technical issues in a
safe and streamlined manner.
Pre - Construction Services
Under the directions of the City of Lake Elsinore
Project Manager and the FALCON team will be
assisting the City with the following pre -
construction services:
Perform constructability/biddability review of the
final plans and special provisions.
FALCON has excellent track record on similar
previous projects schedule; reductions yielded
significant savings and public praise. On SR -91 /Van
Buren Interchange and La Sierra Interchange
projects, FALCON team reviewed both schedules
and recommended reducing schedule on Van
Buren from 22 Months to 14 Months and from 24
Months to 18 Months on La Sierra. City of Riverside
was receptive and special provisions and revised
accordingly. La Sierra Project and Van Buren
Interchange were completed on time.
0 Verify with the designer which of the utility list
has been actually potholed vs. using owner's as-
builts and recommend including language in the
instructions to bidders to verify exact utility
location of these "suspect utilities" as first order of
work.
This will give all parties adequate time to revise
designs or conduct early relocations and avoid
unnecessary delays and extra cost.
✓ Assist with responding to bidders questions,
and preparing and reviewing addendums
during bidding stage.
✓ Establish project filing system in accordance
with CT -Local Assistance Procedures Manual,
review quantities, and prepare bridge grades.
✓ Verify quantities for work completed for
payment including field measurement,
percentage work complete for various LS
items, and Final pay items.
✓ Assist the City Project Manager with
preconstruction meeting preparations.
✓ Establish good communications with all
stakeholders.
Construction Services Inspection /Field Oversight
Under the direction of City Project Manager, the
FALCON Resident Engineer and his inspection staff,
survey and material testing subs will be
implementing inspection guidelines for monitoring
the quality of the contractor's work. FALCON's
inspectors will become familiar with the following:
• Construction drawings and specifications
• Caltrans permit, standard plans &
specifications
• City of Lake Elsinore requirements, standards
and specifications that are incorporated into
the design by reference
• Caltrans Local Assistance Procedures Manual
(LAPM).
• Sections 15, 16 & 17 of LAPM.
• Caltrans QC /QA manuals
• Caltrans Construction Manual. All City of Lake
Elsinore- Guidelines /Manuals/ Procedures.
• Coordinating with Caltrans Oversight staff and
METS lab for QA- Source Inspection of materials
furnished.
• Follow the CT -LAPM Source Inspection Quality
Management Requirements, Obtain CTMETS
approval
• Applicable provisions of environmental,
protection plans, and procedures
• Project SWPPP documents & amendments
• The project schedule
• Verify materials certifications upon delivery to
project site and insuring that all materials
delivered are inspected and released by Source
Inspection Representative and comparing
orange tags /authorize to release form (TL -28)
and compare with form received directly from
Source Inspection Manager.
FALCON Inspectors, at a minimum, will provide the
following services:
• Inspect the project construction activities at all
stages
• Discuss field activities with the contractor prior
to starting work
• Coordinate with survey crew for staking
• Review plans for accuracy
• Check asphalt and concrete mix designs for
compliance with contract requirements
151Page
s ( F F 1
' `• Engineering Services
• Review details and material submittals, SWPPP
submittal, etc.
• Check the near - completed facilities to identify
discrepancies and deficiencies in the work
performed by the Contractor and prepare the
necessary punch lists
• Upon correction and re- inspection of observed
omissions and deficiencies, the Project
Manager will report to the City and coordinate
with the Resident Engineer for final inspection
and acceptance by the City.
Schedule
We anticipate a short project duration of —60
Working Days with the likelihood that the
Overhead Sign structure shop drawing
review /approval and fabrication & Source
Inspection may take longer than 60WD (unless
specified in the bid document that shop drawing
must be submitted within 10 -days of award.
16 i Page
oal
C 0,
U)
) I,
<c LU
LJ
eW
--------------
-------------
-----------
----------
---------------
.. . ........
.....
.....
----
------------- --- --------------- -------------
------
ao. -
------
------
IE
ro
o t
tm
ir
q,
,II T
t IJ "I tE 6
FU
w 9
,
o
0�
4'1
o
o
o o
o 0 0 Q U ul - 6 1,
CQ
ZI
12
3
Engineering Services
RELATED EXPERIENCE AND REFERENCES
1 -10 / CITRUS INTERCHANGE & GRADE SEPARATION
(SANBAG)
FALCON is providing construction management,
engineering, structure and bridge design services, and
field personnel to the San Bernardino Associated
Government (SANBAG) on the 1 -10 /Citrus Interchange -
$55.3M Improvement Projects.
I -10 /Citrus Interchange improvement involves the
replacement of existing UPRR overhead and
overcrossing bridges. Construction of new ramps, loop
on ramps, realignment and widening of existing ramps,
realignment of existing channels, multi -cell box culverts,
trapezoidal and rectangular channels, signalized
intersections, local street improvements, construction
of elaborate retaining wall /MSE wall systems to support
new ramp alignments /widening with unique
architectural features and themes.
Technical Features
• Freeway Widening, New ON /OFF Ramp
• New Acceleration /Deceleration Lanes
• New Loop On Ramp
• New Bridge Construction
• AC /JPCP, MSE Walls, Retaining Walls
• OH Signs, Signalized intersection
• Ramp Metering
• Numerous Utility Relocation
• AC Paving
• Stage Construction (Multiple Stages)
• Accelerated Schedule
Key Personnel:
Wael Faqih, PE, Project Manager
Tariq Malik, PE, ASR /SR
Dion Castro (SWPPP)
Steve Moore (Electrical)
1 -10 CHERRY INTERCHANGE & GRADE SEPARATION
(SANBAG)
FALCON is providing construction management,
engineering, structure and bridge design services for the
$49.7M project, which includes replacing existing
overhead and overcrossing bridges, retaining walls, loop
on ramps, realignment, and widening of existing ramps,
multi -cell box culverts, and local street improvements.
Work will also include relocation of numerous utilities
(Edison OH & Underground, water, communication, gas,
storm drains and sewer).
Technical Features
• Freeway widening, New ON /OFF /Loop Ramp
• CIP Box girder bridges (OC)
• AC /JPCP, MSE Wall, RW
• Acceleration / Deceleration Lanes
• AC & JPCP pavements, OH Sign Structures
• Numerous Utility Relocation
• Stage Construction (Multiple Stages)
• Accelerated Schedule
• Elaborate SWPPP plan & monitoring
• PR- Businesses and residents
• Coordination with multiple agencies
Key Personnel:
Wae) Faqih, PE, Project Manager
Tariq Malik, PE, ASR /SR
Steve Moore (Electrical)
Dion Castro (SWPPP)
1 -215 / VAN BUREN BLVD INTERCHANGE & GRADE
SEPARATION — RCTD
FALCON is providing construction management,
engineering, structure and bridge design services, and
181Page
4-1111-1111" Engineering Services
field personnel to the County of Riverside on the
$56.7M Interchange Improvement Project with multiple
funding sources (Local, State and Federal). Work
included reconfiguration of the existing tight diamond
interchange incuding the addition of new eastbound to
northbound entrance ramp; realignment and widening
of Van Buren Boulevard; replacement of the bridge
structures over BNSF railroad and 1- 215 - freeway;
realignment of southbound 1 -215; the addition of a
traffic signals on Van Buren Blvd at the ramps, ramp
metering, street lights, elaborate retaining wall system,
massive shoring for various construction stages.
Technical Features:
• New Overcrossing Bridge over Freeway
• New ramps (ON /OFF /ON -LOOP Ramp)
• Freeway Widening
• Local Street Improvements
• Acceleration /Deceleration lanes
• Stage Construction/ Temporary Detours
• CIP -PS -Box Girder Bridge (OC)
• Ac, JPCP, Ramp Termini
• MSE Walls /Retaining Wall
• Drainage Systems Improvement/ reconstruction
• Utility Relocation /Coordination
• Multi Agency Coordination
• Roadway widening, new alignment
Key Personnel:
Wael Faqih, PE, Resident Engineer
Tariq Malik, PE, SR /ARE
Dion Catsro (SWPPP)
Steve Moore (Signal /Electrical)
SR -91 /LA SIERRA INTERCHANGE & GRADE SEPARATION
CITY OF RIVERSIDE
This $29M project consisted of replacing existing La
Sierra Overcrossing over SR -91 freeway and La Sierra
Overhead over BNSF railroad tracks. With widening La
Sierra Avenue between Diana Street and Indiana Street,
ramp widening and realignment, constructing 12 MSE
and CIP retaining walls along ramps and bridge
abutments, sound walls, drainage, traffic signals and
street lighting improvements, relocating waterlines,
electrical and communications utilities through new
bridges. Project required extensive coordination with
Railroad and Caltrans Structures Design.
Technical Features:
• Freeway Widening, New Ramps, Realignment
• Acceleration / Deceleration Lanes
• AC /JPCP, signals, ADA compliance
• Massive MSE Walls with Unique Arch. Features
• PCPS Concrete Piles, H- Piles, CIDH Piles
• Falsework over RR Tracks
• CIP -PS -Box Girder Bridge
Key Personnel:
Wael Faqih, PE, Project Manager /RE -SR
MAGNOLIA AVENUE GRADE SEPARATION,
COUNTY OF RIVERSIDE (RCTD)
FALCON is providing construction management,
engineering, structure and bridge design services for
Magnolia G.S. ($42.7M). Proposed improvements
include the construction of railroad G.S. at the BNSF and
Magnolia Avenue at Grade crossing with a new four lane
overhead structure (bridge) over existing BNSF tracks.
Bridge approaches are supported by Retaining
Walls /MSE Walls systems on both ends, multiple walls
systems for pedestrian and vehicular support. The
construction of temporary MSE walls, shoring, casing
support system to facilitate construction of 13ft dia.
CIDH piles, and stage construction on both approaches.
Technical Features:
• G.S. over Railroad
• CIP -PS -Box Girder Bridge
• 13ft Dia. CIDH Piles
• Street Improvement, Signals, Street Lights
• Drainage Systems Improvement
• Utility Relocation /Coordination
• Roadway widening, local improvement
• AC /JPCP, ADA Compliance
Key Personnel:
191Page_
i ¢; N
-- Engineering Services
Wael Faqih, PE, Project Manager /Resident Engineer
Dion Castro (SWPPP)
Steve Moore (Signals /Electrical)
SR -60 / NASON STREET O.C. PROJECT, CITY OF
MORENO VALLEY, CA
FALCON is providing construction management,
engineering, structure and bridge design services and
field personnel to the City of Moreno Valley on the
$11M Interchange Improvement Project with multiple
funding sources (Local, State and Federal). Work
included replacement of existing 2 -lane bridge with a
225 -ft long by 110 -ft wide, 2 -span box girder bridge on
CIDH pile foundations; widening of Nason Street; raising
the profile of Nason Street; adjusting freeway
ramps /Nason intersections to meet the new profile
grade; adding street lights and sidewalks along both
sides of Nason Street; construction of a 1500 -ft long
soundwall with precast panels on CIDH piles; and other
associated utilities, drainage, and traffic signals
improvements. Sophisticated aesthetic features are
incorporated in the project design. The project
completed on an accelerated schedule. First stage of
the new bridge was constructed in a record 3 months
and bridge opened to traffic in less than 4 months.
Second stage was constructed after demolition of the
existing bridge and the entire project completed in 11
months except for the follow -on landscaping.
Key Personnel:
Wael Faqih, PE, Project Manager /Resident Engineer
Steve Moore (Signal & Electrical)
Dion Castro (SWPPP)
SR -60 / MORENO BEACH DRIVE INTERCHANGE
PROJECT, PHASE 1, MORENO VALLEY, CA
The SR -60 / Moreno Beach Drive Phase 1 project site is
located at the State Route 60 (SR- 60) Interchange and
Moreno Beach Drive in the City of Moreno Valley, CA.
The work for this project includes realigning the SR -60 /
Moreno Beach eastbound off - and -on- ramps. Also,
adding an eastbound auxiliary lane, the installation of a
new traffic signal at the new intersection of the
eastbound ramps and Moreno Beach Drive. The addition
of a retaining wall and ramp metering, extension of
Eucalyptus Avenue to Moreno Beach Drive, modification
of the traffic signal at the intersection of Eucalyptus
Avenue and Moreno Beach Drive, coordination of utility
relocations, irrigation, and related work. The work lies
within State of California (Caltrans) right -of -way.
Key Personnel:
Wael Faqih, PE, Project Manager /Resident Engineer
Steve Moore (Electrical /Signal)
Dion Castro (SWPPP)
SR -91 /VAN BUREN BOULEVARD INTERCHANGE
IMPROVEMENT, RIVERSIDE, CALIFORNIA
The SR -91 /Van Buren Boulevard Interchange Project
involves replacement of the existing overcrossing bridge
with a 61- meter -long, 46- meter -wide, and 2 -span cast -
in -place pre- stressed concrete box Girder Bridge. The
bridge was constructed in two stages with a closure
pour; superstructure supported by abutments and
columns on spread footings, construction of ramps
including a new eastbound entrance ramp, the existing
eastbound entrance ramp and westbound entrance and
exit ramps.
Key Personnel:
Wael Faqih, PE, Project Manager
Tariq Malik, PE, Asst. Resident Engineer /Lead Inspector
Dion Castro (SWPPP), Steve Moore (Electrical /Signal)
201Page
Engineering services
REFERENCES
Margery Lazarus, PE
Senior Engineer
(951) 205 -3491
margery,l @moval..or;g
Ali AI- Saadoon Senior Const.
Oversight Resident Engineer
(951) 276 -1945
ali al- saadoon _dot.ca.gov
Hugh Smith, PE
Engineering Division Manager
(951) 955 -6885
bmsrrith_@Iqlma.org
John Marcenic, PE
Project Manager
(951) 955 -3727
jmarcine @rctlma.org
City of Moreno Valley Construction Management:
14177 Frederick St - SR -60 /Moreno Beach Dr.
Moreno Valley, CA 92552 ;Interchange
Caltrans District 8
California Dept. of
Transportation
464 W. Fourth St.
San Bernardino, CA 92401
Riverside County
Transportation Dept. (RCTD)
2950 Washington Street
Riverside, CA 92504
Riverside County
Transportation Dept. (RCTD)
2950 Washington Street
Riverside, CA 92504
Ashraf Mohammad, PE Caltrans District 8
Senior Engineer California Dept. of
(951) 232 - 3859 Transportation
Ash_raf Mohammad @dot.ca.ROV 464 W. Fourth Street
San Bernardino, CA 92401
- SR -60 /Nason Street Bridge
Construction Management:
- I -10/ Citrus Ave Interchange
- 1 -10 /Cherry Ave Interchange
- 1 -15 Cantu Galleano Road I.C.
Construction Management:
- 1- 215 /Van Buren Blvd I.C.
Improvement
- River Road Bridge
- Magnolia G.S.
Construction Management;
-1- 215 /Van Buren I.C.
Construction Management
-SR -60 /Nason IC project
-SR -60 /Moreno Beach Drive
-1- 215 /Van Buren IC
fay �SF�, t..ak.s. �..5�'� .. irkkx:.,v`.
Tayfun Saglam, PE Riverside County Construction Management:
Project Manager Transportation Department - River Road Bridge
(951) 955 -2871 (RCTD) 1 -215 Van Buren I.C.
tsaglam rctlm.a.gig 352414 th Street Riverside, CA
Siong Yap, PE
Senior Construction Engineer
(951) 232 -3922
sion� yap(a�dot.ca.�ov
Hugh Smith, PE
Engineering Division Manager
(951) 955 -6885
hsmi @rctlma.o—rg
Caltrans District 8
California Dept. of
Transportation
464 W. Fourth St.
San Bernardino, CA 92401
Riverside County
Transportation Dept. (RCTD)
2950 Washington Street
Riverside, CA 92504
Construction Management:
1 -10/ Citrus Ave Interchange
- I -10 /Cherry Ave Interchange
1 -15 Cantu Galleano Road I.C.
Construction Management:
- 1- 215 /Van Buren Blvd I.C.
Improvement
- River Road Bridge
- Magnolia G.S.
21 1 P a g e
U
Y�
o �
C
C
C
W
m
N
jj
NISV9 ? 31VN W II
�,,
sY
....
..�,.. �,,,,,,,£ . ... .........{
....n,,. .................. .e.,,...,,,.,
t ..,,,.,,.....,,..,,.
>
> i
f
M ONINIV1321
.._.�.SIIV
„
� Sd WV21 AVM3321d
€
JNIA3Mns
i
>
> >
dSNI NOI LJn211SNOJ
r
>
> >
€ >
NOIUVJ0132 Allllln
i ..
., .
£ SlIW213d /'INIA OVIDNO U
> >
j >
s
j
SWIVIJ /9NIln03HJS
3n_ . .................._...,..,M., _. ____�_ .
. F
. ..
�_..
A3Auns /EJNI1S311VIN31VW
>
> >
_ . __ � _ d .,
> > `
.._
>
_...........,.__.._. __,,,,,,,,,,,,,�,,,,�.,� n
53JIA213S ONVMV'8 JN14419
. �. _.,, _
>
> >
>
> >
>
....,,_..
>
> i
>
>
> I
M31A321 AlIlI8H1Jf1,2�1SNOn
SINVI
>
> >
> >
>
>
XQ 1.>VWVJ3DJQ,,,,lN,Q,14Mxt3av,_
y
_._., ........ 4 ...
.._
..,.
>
> >
> >
#
>
a
SdWV219NIN301MAVM33213
'J3a IVDOI /31V1S /03d
i
> > > >
>
t
>
>
>
> >
>
\>
SJ3dS SNVId 021VaNV1S 1�
i
NOI1Vnn03
m
N In
m l m
V) i
m
V)
m
WN131N32121nJ /M S2iV3A
�
3JN3lU3dX3 30 S2 Vlk
M
m
€ O t
m
O H
N
Ill £
ti
O
m
c Q EUv1
Ui Q
1 Q 1
U
W W
U
i
O? v) p �M
Q Oi(N7' i
U
(6
0€ N
N
i
d. Z
°- W
v i
L
u
C C d
o7/ U Q) [ U 06 Z)
N OJ C
00 v U :.
J C
�' U a3
V) op
Z W
m
s, co
4J 06
_ .6 O m� co 0 � N
O m O m >
(0 �� 0 of
U m
i 0 p?j C
] m O�
C 0
O
Q n-
x
C
0
V) N
i
VI Vl C N to
N 0 i N Q
v t N
Q
3 N Vf 3
3
N i
{p a1
W
,`
1`
( �+ Z :�;
\
_Q
Z 1
? U
Z .2
W
.e \ �--i
cy U
p U \ -1 [ (-% O O
I— U , \ U
O Ln O
\ O
i O
O
O
N K
K N
.-� _ m
K N K N N
H H
ci �-i
ri
_ V)
V) _
V1{ _ _ V) V1 K
_
V) I i
V)
N m
i N Ln
Ln
v �:
i
�£
lad) Sa33NIJN3
a
a a I Q
a
a Q u s
U
v Ln
U Q) rn, z U
v M; Z
IUD
a Z U v m p
IVNOISS3JO'dd 43SN3:)Il
v
v
j
...,..,
W
W O S
£
0
C I
W i
O
E
O (
O
S
O v i
c UU
U I
N
a
J
i
4
I
7
Z
Z
Q-0 O Q -0 ; N
N 4J J>
fo O N
O
O
fo O
LL
cc
G C N U N I
F
i V) i—
(0
U 3
Y
V)
V'
N
LS z I j Q Z j
O ;. 0 -O
C O>� j(
-O
l 12-
C\
�i- 0-
1— Q v) q M
� £ m L
O U) {
to —@-i
m
N
m . , W o ,
RESUMES OF KEY PROJECT TEAM MEMBERS
FALCON
WAEL FAQIH, PE
Principal Engineer
Project Manager /Resident Engineer
Constructability Review
Education — M.S.C.E
Professional Engineer, CA #C55538
Professional Experience:
Mr. Faqih has 33 years of experience in the construction management and inspection of heavy civil projects including
highway construction on the National Highway Systems and bridge construction, interchanges, G.S.s, sewer and
drainage disposal systems, highways (PCC and AC pavements), local streets improvements (widening, overlay, signals,
landscaping, drainage retaining walls, and sidewalks) and industrial buildings. He has extensive experience managing
multiple projects requiring interfacing and coordination with Caltrans -Local Assistance Program, Counties, Funding
Agencies (Local, State, Federal - FHWA /BIA), Railroad and Utilities companies, environmental and regulatory agencies.
He has knowledge of Caltrans construction practices, policies, procedures, standards, OSHA /CALOSHA, MUTCD,
WATCH, SWPPP, NPDES and PM 10. Mr. Faqih has successfully dealt with highly sensitive environmental constraints
on construction methods, monitoring and mitigation plans with local, state, and federal regulatory agencies. With Mr.
Faqih extensive knowledge and expertise, he provides guidance and resolution in maintaining claim avoidance. He has
the ability to make effective and sound decisions concerning field issues and work in progress. Mr. Faqih performed
constructability review of project plan, specifications, estimates, administers advertising, bidding and award services
and developed a probable construction schedule. Mr. Faqih is ready available to support City of Lake Elsinore at the
jobsite or project construction at a moment notice. He effectively manages, trains and gives general direction to the
FALCON team.
Project Experience:
Magnolia Ave G.S., Riverside County CA
PM /Resident Engineer - for Magnolia Project to construct railroad G.S. at the (BNSF) Burlington Northern -Santa Fe
Railroad and Magnolia Avenue at Grade crossing including a new four lane overhead structure (bridge) over existing
BNSF tracks supported by 9 bents and 2 abutments. Substructure comprises of 13' diameter x 88' --100' deep CIDH
piles (total 18 CIDH piles @ 2 piles per bent). Both bridge approaches are supported by Retaining Walls /MSE Walls
systems on both ends, multiple walls systems for pedestrian and vehicular support. Construction of temporary MSE
walls, shoring and casing support system to facilitate construction of CIDH piling, stage construction on both
approaches and temporary bridge over Arlington channel to support temporary detour at the east end of the project.
County of Riverside: 1 215 /Van Buren Interchange
Resident Engineer - for $35.7M project including replacing existing BNSF railroad overcrossing with 2 -Stage pre -cast
structure, realignment of the Van Buren Boulevard, new overcrossing bridge over 1 -215 freeway, new hook -type
ramp, auxiliary lanes added to the mainline and the southbound main lane on 1 -215. Five retaining walls up to 30 feet
high will be constructed along Railroad tracks /southbound on -ramp, southbound off ramp, north and south sides of
Van Buren Boulevard and west of the 1 -215 freeway, and east of northbound on -ramp to minimize impact to the
railroad and MRB right -of -way.
_23IPage
SANBAG: I -10 /Citrus & 1 -10 Cherry Ave. Fontana, CA
Project Manager- for the 1 -10 /Citrus Avenue Interchange - $33.49M & I -10 /Cherry Avenue Interchange - $49.7M
Improvement Projects. Both 1 -10 /Citrus and Cherry Interchange improvements involve the construction of bridges
over UPRR tracks and freeway, new ramps, loop ramps, realignment and widening of existing ramps, realignment of
existing channels, multi -cell box culverts, trapezoidal and rectangular channels, signalized intersections, local street
improvements, Construction of elaborate Retaining Wall /MSE wall systems to support new ramp alignments /widening
with unique architectural features and themes. Work will also include relocation of numerous utilities (Edison OH &
Underground, water, communication, gas, storm drains and sewer.
City of Moreno Valley: SR -60 /Moreno Beach Drive
Project Manager /RE - for SR -60 Moreno Beach ($8.4M) project that includes realigning the SR -60 /Moreno Beach
eastbound off - and -on- ramps, adding an eastbound auxiliary lane, installation of a new traffic signal at the new
intersection of the eastbound ramps and Moreno Beach Drive, adding a retaining wall, adding ramp metering,
extension of Eucalyptus Avenue to Moreno Beach Drive, modification of the traffic signal at the intersection of
Eucalyptus Avenue and Moreno Beach Drive, coordination of utility relocations, irrigation, and related work.
City of Moreno Valley: SR -60 /Nason Interchange
Project Manager /RE - for SR -60 Nason ($13M) project that includes replacement of the SR 60 /Nason Street
overcrossing structure, widening of Nason Street from Fir Avenue to Elder Avenue, and modification of the
intersection and traffic signals at the intersections of the eastbound and westbound ramps and Nason Street,
completion of auxiliary lanes, coordination of utility relocations, installation of landscaping, irrigation, and hardscape,
construction of soundwall between Elder Avenue and SR -60.
City of Riverside: SR -91 /La Sierra Interchange
Project Manager Structures Representative - on this $29M Interchange Improvement Project consisting of replacing
existing La Sierra Overcrossing over SR -91 freeway and La Sierra Overhead over BNSF RR Tracks with widening La
Sierra Avenue between Diana Street and Indiana Street, ramp widening and realignment, constructing 12 MSE & CIP
retaining walls along ramps and bridge abutments, sound walls, drainage, traffic signals and street lighting
improvements, relocating waterlines, electrical and communications utilities through new bridges.
City of Riverside: SR -91 /Van Buren Interchange Project Manager & Structures Representative - for this $34.5M
project consisting of replacing the existing overcrossing bridge with a 61- meter -long, 46- meter -wide, and 2 -span cast -
in -place pre- stressed concrete box girder bridge. The bridge is being constructed in two stages with a closure pour;
superstructure supported by abutments and columns on spread footings, construction of ramps including a new
eastbound entrance ramp, the existing eastbound entrance ramp and westbound entrance and exit ramps;
construction of various retaining walls; construction, relocation and coordination of various utilities along the new
alignment. Project requires extensive coordination with Caltrans Structures Design Oversight, Construction Oversight
and METS lab for QA /QC oversight.
24L_Page
TARIQ MALIK, PE O;� / =tLGION
rry irrerna sen?cvs
A Resident Engineer/
Inspector- Office Engineer
Education - M.S.C.E
Professional Engineer, Civil, CA #C79653
Professional Experience: Mr. Malik has 16 years of experience performing construction management and inspection
of various heavy civil projects including railroad, bridges, G.S.s, interchanges and flood control channels.
Project Experience:
County of Riverside: 1 215 /Van Buren Interchange
SR /Assistant RE - For $35.7M project including replacing existing BNSF railroad overcrossing with 2 -Stage pre -cast
structure, realignment of the Van Buren Boulevard, new overcrossing bridge over 1 -215 freeway, new hook -type
ramp, auxiliary lanes added to the mainline and the southbound main lane on 1 -215.
SANBAG: 1 -10 /Citrus Avenue & 1 -10 Cherry Interchange Project — Fontana
Assistant RE and Structures Inspector - I -10 /Citrus Interchange- $55.3M and 1 -10 /Cherry Interchange- $49.71M
Improvement Projects. Both I -10 /Citrus and Cherry Interchange improvements involve the construction of bridges
over UPRR tracks and freeway, new ramps and loop on ramps.
Henry Ford G.S. Project, Wilmington, Ca
Project Engineer /Construction Inspector - For the important heavy railroad connector on the south end of the
Alameda Corridor, which connects directly with the Ports of Los Angeles and Long Beach. Major elements of the $88
million contract include a 1.2 -mile (1.9- meter) long viaduct structure for railroad with pre -cast concrete girders, steel
girders, steel trusses
City of Riverside, SR -91 Van Buren Blvd Interchange
Principal Assistant Structures Rep. - $34.5M project includes generating bridge grades, checking shoring submittals,
field inspection and monitoring of various bridge elements including falsework construction and removal, formwork,
concrete pours for stem & soffit & deck pours, stage construction, generating PS elongation values and monitoring
stressing operations for stage construction.
Riverside County Transportation Department (RCTD) /River Road Bridge Replacement
Project /Principal Assistant Structures Representative
$38M project consisting of replacing existing —600' steel girder bridge with 1200'- 10 -span CIP -PS concrete structure
to provide all season crossing over the Santa Ana River, Mr. Malik work also includes drainage improvement,
signalized intersections, roadway re- alignment, etc.
STEVE MOORE FALCON
Electrical /Signal Inspector
Mr. Moore has 26 years of experience in electrical design, inspection and maintenance of traffic signal and street
lighting systems as well as structures inspection, SWPPP inspection and contract management. Mr. Moore has been
working with Falcon since 2010 and is currently working on 1 -10 Citrus, 1 -10 Cherry Projects in Fontana.
PROJECT EXPERIENCE
County of Riverside: 1 215 /Van Buren Interchange Improvement Project: Electrical Inspector for $31M project
including replacing existing BNSF railroad overcrossing with 2 -Stage pre -cast structure, realignment of the Van
Buren Boulevard, new overcrossing bridge over 1 -215 freeway, new hook -type ramp, auxiliary lanes added to
the mainline and the southbound main lane on 1 -215. Five retaining walls up to 30 feet high will be constructed
along Railroad tracks /southbound on -ramp, southbound off ramp, north and south sides of Van Buren Boulevard
251Page
and west of the 1 -215 freeway, and east of northbound on -ramp to minimize impact to the railroad and MARB
right -of -way.
y SANBAG: I -10 /Citrus & 1 -10 Cherry Avenue Interchange Project - Fontana, California
Electrical and signals inspector for the 1 -10 /Citrus Interchange- $32.6M and 1 -10 /Cherry Interchange- $493M
Improvement Projects. Both I -10 /Citrus and Cherry Interchange improvements involve the construction of
bridges over UPRR tracks and freeway, new ramps, loop on ramps, realignment and widening of existing ramps,
realignment of existing channels, multi -cell box culverts, trapezoidal and rectangular channels, signalized
intersections, local street improvements, Construction of elaborate Retaining Wall /MSE wall systems to support
new ramp alignments /widening with unique architectural features and themes. Work will also include relocation
of numerous utilities (Edison OH & Underground, water, communication, gas, storm drains and sewer.
r SR -91 /Van Buren Blvd Interchange Project Riverside, CA
Construction inspector responsible for field inspection and monitoring of various electrical system elements
including street lighting, traffic signals, ramp metering and microwave vehicle detection systems, removal and
construction of curb, gutter and sidewalk. Also perform inspection for SWPPP monitoring and compliance.
Project Name and Location: Public Works Operations Supervisor, Pomona CA
Project Role - Project Manager for various City street light and traffic signal projects providing direction and
technical support to staff. Liaison for City street light and traffic signal projects providing contractor's detailed
standards for construction. Directed in -house and contract services for annual catch basin cleaning program.
Developed, oversee and control a combined operating budget of over $4.5 million.
DION CASTRO, QSD, TOR, ' FALCON
SWPPP INSPECTOR �aw g sae es
Mr. Castro holds a Masters Degree in Environment and Community and is a Qualified SWPPP Developer and Trainer of
Record in the State of California. Mr. Castro is a Certified Professional in Erosion and Sediment Control (CPESC 5813)
and has 25 years of experience in the NPDES compliance. He has spent the last 4 years working as a consultant with
the California Department of Transportation (Caltrans) as a Storm Water Coordinator in District 8 and the previous
years in City Government for San Bernardino and Riverside performing point source pollution compliance. His
regulatory understanding of National Pollutant Discharge Elimination System won first place award for Clean Water
Act Excellence while working for the City of Riverside in 2006.
r Certified Professional in Erosion and Sediment Control (CPESC 5813)
y Trainer of Record — California Stormwater Quality Association
➢ Environmental Compliance Inspector grade IV —California
➢ Water Environment Federation
y Certified Utilities Safety Administrator — National Safety Council
Project Experience
Y On -Call Specialty Services / Caltrans District 08
Y Inland Empire Utilities Agency
Y 1- 215 /Van Buren Interchange Project
Y 1 -10 Citrus & Cherry Ave Interchange
➢ SR -60 Nason Interchange Project
261 Page_
SIVA K. SIVATHASAN, PH.D., PE, GE, DGE, QSD, F. ASCE
VICE PRESIDENT /PRINCIPAL ENGINEER
EDUCATION
Ph.D., Civil Engineering, UC Davis, CA
M.S., Civil Engineering, UC Davis, CA
B.S., Civil Engineering, University of Peradeniya,
Sri Lanka
REGISTRATIONS /CERTIFICATIONS
CA Geotechnical Engineer - 2708
CA Civil Engineer - 63185
Diplomat in Geotechnical Engineering - 1169
CFR 1910.120 OSHA 8 -Hour Refresher Training
CFR 1910.120 OSHA 40 -Hour Training
Nuclear Soil Density Gauge Certification
EXPERIENCE SUMMARY
Dr. Sivathasan is a registered civil and geotechnical engineer in California, with 20 years of geotechnical,
earthquake engineering, and construction experience. He has been with Converse for less than a year. He is skilled
at analyzing complex geotechnical problems and prepared comprehensive reports with detailed
recommendations. He also has extensive knowledge of managing geotechnical observation and testing, special
inspection and material testing, and Caltrans source inspection services. He has been providing source inspection
for major transportation projects in Southern California. He is familiar with the procedure and protocol for special
inspection outside of Caltrans. Siva will be 40% available for this project.
PROJECT EXPERIENCE
San Gabriel Trench Project, San Gabriel, CA: Project Manager for Quality Assurance - Geotechnical observation
and testing and special inspection and material testing for 2.2 -mile grade separation project to lower 1.4 -mile
section of Union Pacific railroad track in a trench through the city of San Gabriel Bridges constructed at Ramona
Street, Mission Road, Del Mar Avenue and San Gabriel Boulevard.
Riverside Avenue /UPRR Grade Separation, Riverside, CA: SMR and Project Manager for Quality Assurance -
Developed Source Inspection Quality Management Plan (SIQMP) for SANBAG and Caltrans review and approval.
Managed the source inspection, geotechnical observation and testing, and special inspection and material testing.
Lenwood Road /UPRR Grade Separation in Barstow, CA: SMR and Project Manager for Quality Assurance -
Developed Source Inspection Quality Management Plan (SIQMP) for SANBAG review and approval. Managed the
source inspection for the subject project.
Ramona Avenue /UPRR Grade Separation, Montclair, C: Project Manager /Project Engineer for Quality Assurance -
Responsible for technicians and inspectors and providing quality assurance of construction through geotechnical
observation and testing, and special inspection and material testing for the City of Montclair and SANBAG.
Hunts Lane /UPRR Grade Separation, Colton, CA: Project Manager /Project Engineer for Quality Assurance -
Responsible for technicians and inspectors and providing quality assurance of construction through geotechnical
observation and testing, and special inspection and material testing for the City of Colton and SAN BAG.
1 -10 /Tippecanoe Avenue Interchange Improvement Phase I and Phase II, San Bernardino, CA: SMR and Project
Manager for Quality Assurance- Developed the SIQMP for the project for SANBAG. The SIQMP was reviewed and
approved by Caltrans. Managed the source inspection, geotechnical observation and testing, and special
inspection and material testing.
271 Page
I -10 /Date Palm Interchange Improvement, Coachella Valley, CA: Project Manager for Quality Assurance
Geotechnical observation and testing, special inspection and material testing. Project included asphalt pavement,
rigid pavement, bridge improvements, and drainage improvements.
1 -15 /Cantu - Galleano Ranch Road Interchange, Mira Loma, CA: Project Manager /Project Engineer - Responsible for
geotechnical observation and testing and special inspection and materials testing. The new interchange included
on- and off - ramps, auxiliary lanes to the Highway 60 transition and an extension of Cantu - Galleano Ranch Road
from Hamner Avenue, over the freeway and east to Etiwanda Avenue. It is a two -span continuous 2.80 meter deep
cast -in -place prestressed concrete box girder bridge approximately 129 meters in length and up to 46 meters in
width.
BRIAN SCOTT
FIELD TECHNICIAN
REGISTRATIONS /CERTIFICATIONS
Nuclear Gauge Certified
ACI Concrete Field Testing - Grade I
Caltrans 125 Sampling Highway Materials & Products
Caltrans 216 Relative Compaction, Soils & Aggregates
Caltrans 231 Relative Compaction, Soils & Aggregates (Nuclear)
Caltrans 375 In -Place Density & Relative Compaction of Hot Mix Asphalt Using Nuclear Gauge
Caltrans 504 Air Content, Freshly Mixed Concrete, Pressure
Caltrans 518 Density of Fresh Concrete
Caltrans 533 Ball Penetration in Fresh Portland Cement Concrete
Caltrans 539 Sampling Freshly Fixed Concrete
Caltrans 540 PCC Cylinder Fabrication
Caltrans 556 Slump of Fresh Portland Cement Concrete
Caltrans 557 Temperature of Freshly Mixed PCC
EXPERIENCE SUMMARY
Mr. Scott have 11 years of experience working as a field technician, 10 of those with Converse, providing field and
laboratory testing and inspection services for various projects, including pipelines, wastewater treatment plants,
essential buildings, schools, dams and other types of work. As Field Technician, Mr. Scott is responsible for
providing field and laboratory testing services for soils, aggregates, and concrete. He is experienced in field density
testing of soils with sand cone and nuclear gauge test methods during grading and post grading activities, dealing
with unsuitable soils removal, construction of keyways and cut - and -fill slope. Mr. Scott is 100% available for this
project
PROJECT EXPERIENCE
Reconstruction of Van Buren Blvd. & 1 -215 Interchange, Riverside County, CA: Field Technician - Performed
observation and field density testing for the project, which consisted of reconstruction of the existing Van Buren
Boulevard Interchange on the 1 -215 in the County of Riverside, California. The improvements included
reconstructing the existing tight diamond interchange on the 1 -215 and Van Buren Boulevard, widening of the 1-
215, bridge structure replacements, local street improvements, and modification of the interchange ramps and
signalization of the ramp termini.
1 -10 Widening - Westbound, Yucaipa, CA: Field Technician Provides as- needed compaction testing and inspection
and services during construction as per Caltrans requirements. The project includes the addition of a new lane on
westbound Interstate 10 between Yucaipa and Redlands. The project will add a general purpose lane to
approximately 3.5 miles of westbound 1 -10 between Live Oak Canyon Road in Yucaipa and Ford Street in Redlands.
28 ( Page
French Valley Parkway, Temecula, CA: Field Technician Provides as- needed compaction testing and inspection
services. The overall project includes a new principal arterial (French Valley Parkway) between Jefferson Avenue
and Ynez Road, a new interchange on 1 -15 at French Valley Parkway, a new Collector /Distribution System of lanes
along both sides of 1 -15 between Winchester Road and the 1 -15/1 -215 Junction, and modifications to the I-
15 /Winchester Road Interchange.
Boulder Avenue Bridge, Highland, CA: Field Technician Provides as- needed compaction testing and inspection and
services. The project consists of replacing the Boulder Avenue Bridge over City Creek, constructing roadway
approaches, various street improvements, the construction /modification of creek slopes, re- profiling of the
roadway, extension of two existing pipe culverts, replacement of the Bledsoe Creek double -cell reinforced
concrete box, and the relocation of the MWD overflow outlet and other utilities.
-10 /Citrus Avenue and Cherry Avenue Interchanges, Fontana, CA: Field Technician Provides as- needed
compaction testing and inspection and services for the project, which consists of reconstruction of the
interchanges at Citrus Avenue and Cherry Avenue at 1 -10. This multi- staged project includes replacement of the
bridges over the 1 -10 at both interchanges, widening of the bridges over the Union Pacific Railroad, addition of
loop ramps, widening of existing ramps, construction of retaining walls and arterial street widening.
North Vineyard Avenue Grade Separation, Ontario, CA: Field Technician Provides as- needed compaction testing
and inspection and services. The project includes a highway grade separation underpass beneath the existing
Union Pacific Railroad Alhambra Subdivision Line elevating the railroad approximately 4 feet and depressing
Vineyard Avenue under the bridge.
Palm Avenue Grade Separation, San Bernardino, CA: Field Technician Provides as- needed compaction testing
and inspection and services. The project includes grade separating Palm Avenue over the BNSF tracks and Cajon
Boulevard about 300 feet north of the current at -grade crossing. A new connector from Palm Avenue to Cajon
Boulevard will be constructed around a new detention basin added to accommodate onsite drainage.
WILLIAM KOWALSKI
FIELD TECHNICIAN
REGISTRATIONS /CERTIFICATIONS
ACI Certified Technician
Nuclear Gauge Certified
Caltrans 125 Sampling Highway Materials & Products
Caltrans 216 Relative Compaction, Soils & Aggregates
Caltrans 231 Relative Compaction, Soils & Aggregates (Nuclear)
Caltrans 504 Air Content, Freshly Mixed Concrete, Pressure
Caltrans 518 Density of Fresh Concrete
Caltrans 533 Ball Penetration in Fresh Portland Cement Concrete
Caltrans 539 Sampling Freshly Fixed Concrete
Caltrans 540 PCC Cylinder Fabrication
Caltrans 557 Temperature of Freshly mixed Portland Cement Concrete
EXPERIENCE SUMMARY
Mr. Kowalski has over 10 years of experience working as a field technician, 8 of those with Converse. He has performed
field testing for various public works and private construction projects, including bridges, highways, water treatment
facilities, schools, public buildings, and residential development. Bill is 100% available for this project.
PROJECT EXPERIENCE
Reconstruction of Van Buren Blvd. & 1 -215 Interchange, Riverside County, CA: Field Technician - Performed
observation and field density testing for the project, which consisted of reconstruction of the existing Van Buren
291 Page
Boulevard Interchange on the 1 -215 in the County of Riverside, California. The improvements included reconstructing
the existing tight diamond interchange on the 1 -215 and Van Buren Boulevard, widening of the 1 -215, bridge structure
replacements, local street improvements, and modification of the interchange ramps and signalization of the ramp
termini.
1 -10 Widening - Westbound, Yucaipa, CA: Field Technician Provides as- needed compaction testing and inspection and
services during construction as per Caltrans requirements. The project includes the addition of a new lane on
westbound Interstate 10 between Yucaipa and Redlands. The project will add a general purpose lane to approximately
3.5 miles of westbound 1 -10 between Live Oak Canyon Road in Yucaipa and Ford Street in Redlands.
French Valley Parkway, Temecula, CA: Field Technician Provides as- needed compaction testing and inspection
services. The overall project includes a new principal arterial (French Valley Parkway) between Jefferson Avenue and
Ynez Road, a new interchange on 1 -15 at French Valley Parkway, a new Collector /Distribution System of lanes along
both sides of 1 -15 between Winchester Road and the 1 -15/1 -215 Junction, and modifications to the 1 -15 /Winchester
Road Interchange.
Boulder Avenue Bridge, Highland, CA: Field Technician Provides as- needed compaction testing and inspection and
services. The project consists of replacing the Boulder Avenue Bridge over City Creek, constructing roadway
approaches, various street improvements, the construction /modification of creek slopes, re- profiling of the roadway,
extension of two existing pipe culverts, replacement of the Bledsoe Creek double -cell reinforced concrete box, and the
relocation of the MWD overflow outlet and other utilities.
I -10 /Citrus Avenue and Cherry Avenue Interchanges, Fontana, CA: Field Technician Provides as- needed compaction
testing and inspection and services for the project, which consists of reconstruction of the interchanges at Citrus
Avenue and Cherry Avenue at 1 -10. This multi- staged project includes replacement of the bridges over the 1 -10 at both
interchanges, widening of the bridges over the Union Pacific Railroad, addition of loop ramps, widening of existing
ramps, construction of retaining walls and arterial street widening.
North Vineyard Avenue Grade Separation, Ontario, CA: Field Technician Provides as- needed compaction testing and
inspection and services. The project includes a highway grade separation underpass under the existing Union Pacific
Railroad Alhambra Subdivision Line elevating the railroad approximately 4 feet and depressing Vineyard Avenue under
the bridge.
Palm Avenue Grade Separation, San Bernardino, CA: Field Technician Provides as- needed compaction testing and
inspection and services. The project includes grade separating Palm Avenue over the BNSF tracks and Cajon Boulevard
about 300 feet north of the current at -grade crossing. A new connector from Palm Avenue to Cajon Boulevard will be
constructed around a new detention basin added to accommodate onsite drainage.
SAMIR M. KHOURY. P.E., PLS �IIIt(
nN
PROJECT LAND SURVEYING
EXPERIENCE SUMMARY
Mr. Khoury has over 40 years of experience in the field of Civil Engineering and Land Surveying. Over the years, Mr.
Khoury has provided multiple consulting services to numerous cities in Southern California. He is familiar with Caltrans
Survey Manual and has extensive experience in dealing with all aspects of heavy civil projects and services along with
site development skills for municipal, residential, commercial and industrial projects. Mr. Khoury's skills include but
are not limited to all aspects of surveying from research to establishing survey control for boundary, construction and
topographic surveys. He is experienced in using Robotic Total Stations and Data Collectors. His responsibilities include
the preparation of maps, legal descriptions and plats, parcel and tract maps, lot line adjustments, and easement
exhibits. He performs all aspects of surveying from chainman to acting Party Chief. He prepares topographic and
boundary maps, civil improvement plans, street, sewer, water, storm drain, grading and drainage. Mr. Khoury is also
301 Page
skilled in the preparation of mass grading layouts, lot studies, the analysis and utilization of geotechnical reports,
earthwork calculations /site balancing and the production of site plans and tentative tract maps.
REGISTRATIONS /CERTI FICATIONS
Diploma in Surveying, V.T.C., Kalandia, 1964
BS Civil Engineering, California State University Long Beach, CA 1973
R.C.E., CA Civil: C- 30567, Exp. 3/31/2016
PROJECT EXPERIENCE
Surveyor: SR -60 /Moreno Beach Dr. Interchange Improvement, City of Moreno Valley, CA
Mr. Khoury provided on this $8.4M project construction staking and survey services for freeway ramps and streets
improvements. His responsibilities for this project included realigning the SR -60 /Moreno Beach eastbound off- and on-
ramps, adding an eastbound auxiliary lane, installation of a new traffic signal at the new intersection of the eastbound
ramps and Moreno Beach Drive, etc.
Surveyor: Arrow Highway — Full Improvements — 2 % Mile Irwindale, CA
Mr. Khoury provided construction management, inspection, construction staking /surveying for Arrow Hwy full
improvements. Mr. Khoury's duties included preparing staking notes, performing slope, rough, and finish grade, curb,
drainage, and reference points for replacing all monuments destroyed during construction.
Construction Manager, Gladstone Street, Irwindale, CA.
Mr. Khoury managed the construction of this rehabilitation project, which involved the complete reconstruction of
pavement and signal upgrades. Project finalized through the Federal Stimulus Fund. The project was audited by the
State and Federal government and received high review remarks.
PROJECT BUDGET
See separate sealed envelope / e -mail for cost proposal.
CITY'S CONSULTANT CONTRACT
FALCON did not identify any sections of the City's standard consultant contract that pose concerns and
would require negotiations or modification in order to be acceptable to consultant.
31 1 P a g e
77777
15�
CD
0
0
CD
0
0
dC
tw
Lf)
0
C 0
76
(D
<
a)
U
a)
u 0
u
M
(U
T5
Z
vi
-1
'2
0
b.0
a)
u
::3
0�
0
L/)
0
U
ED
LU
u
u
W
\
(L) G
a
Iz
V)
G1
v
U
w
w (UL)
CL
<
fu
Lr)
u
<
UA
<
U
rz 0
M
U
W
u
(D
(D
u
--
>
>
a)
>
C:
m
CD
0-
or-
Ln
LL
CL
Lli
LLJ
C
cr
LL
6
.>
u
W>
Z�q-
u
L—n
n CL
a)
� IO O M M
O O O (D
O O N N
O �- �2 �2
U) 0) U) Eli
N
W �
d
O
M N
N O M M
M W (D
U
a(0 im E
N
o
�
0
M N
z
E
M
GE
°a'o
a
N
a+
N
r r r
N
c o U> a a
� p� j U O y� >
M
M C\l
Q_'
ffl EA EA
m
O)
O O O ' m. 0-
O U O
.O
d
�
N,:
sa.
°
a
o
N =
co O O
a d ^
U
2i
0)
O
p
.N- O O O
C
` m O
.O
W .0
dU
n
D)
(n C
-O"" N E N
U
m
10
�
N
N .N-
Eli EA w EA
U c O a 2°
O O o 0
c
0
W
>
0
z
D
m
U
O N W 00
o
c�c
Z � C
N
D
N W U) 4)
(D (1) O O
W
n m
O O
O O
o o
M(D
M
00 O O
Z N F U U
C
[1
�
cV
�2
Eli (fl EA
a �
d Q
0
M U O
a a
�c)U
V)
U
� U � O_ U u
O
O
=
ya e�
m Lo
U_
O
O� C
G
w
v �
0 0 0 0
v
U
O O O O
y�roo�
a�o�
W Q) U ro c
a
K
Ln (n O O
N O
N
, V�
mV)�ron,
yo
02
d
(D (o
�
O y,e `
sz
Q)
�
UtgL) U
m
QU U d
°
N
"O
O 0(r)v00v
3
Q
0
O"
O N
O
M
O
1\1 °
O M
O 1--
N
Vd)
O
Ffl 00
M
69
d' O
(fl O
O It
O M
C\l
O O
MO
>
0
a
LO
O
Z
N
m m
op
W �
d
O
M N
a
O
O
M N
a(0 im E
N
o
�
0
M N
z
E
°a'o
a
E
C
O N yr
Cl) N
c o U> a a
� p� j U O y� >
M
M C\l
a
U
O)
O O O ' m. 0-
O U O
.O
Q
N,:
sa.
°
a
O
a
0
C
Y
a d ^
U
2i
co N mckux'.
U m
m
�co
°
` m O
.O
W .0
o yr
n
v'
(n C
-O"" N E N
m o c
F-
N
U c O a 2°
O O o 0
c
0
�L J
>
0
z
oM N
a+ c
ro O Z
d
c�c
Z � C
N
O d �
�a
W
n m
O O
O O
o o
M(D
M
O
Z N F U U
C
°ll�
y Z
cV
�2
a�wti
a �
d Q
0
M U O
a a
�c)U
EA
U
� U � O_ U u
4)
O O
O
ya e�
m Lo
o 1 Q) O
N O
O� C
G
v �
y�roo�
a�o�
W Q) U ro c
a
? m
O
Y
N
, V�
mV)�ron,
yo
02
O y,e `
sz
Q)
UtgL) U
a
QU U d
op
W �
d
O �� � (L a
3 v) m a O CJ
.Q N
a(0 im E
N
O C N vi w
rn0 ma
co
°a'o
a
a
c o U> a a
� p� j U O y� >
M
O
o.
a
U
O)
O O O ' m. 0-
O U O
.O
(6p (0
�
°
a
O
a
0
C
Y
L
Q Q h 7
U
W
m
2
W �
d
O �� � (L a
3 v) m a O CJ
.Q N
a(0 im E
M
O C N vi w
rn0 ma
d W
m
e
c o U> a a
� p� j U O y� >
a
L Y
O
o.
a
O)
O O O ' m. 0-
O U O
.O
(6p (0
0
o
46
<
a
0
C
Y
L
Q Q h 7
U
W
N
U m
m
3
O
` m O
.O
W .0
o yr
n
v'
(n C
-O"" N E N
m o c
00
U c O a 2°
O O o 0
c
z
Y o m C/5
o i m
ca a
O N
W
n m
O O
O O
o o
M(D
M
O
Z N F U U
C
°ll�
ON
cV
�2
N
y .2— °
o m 0-0 a
0
ffl (I)
69
EA
� U � O_ U u
2
m m
G U
C W o
o
In a `o
d �
d K
� C
O W
W �
d
O �� � (L a
3 v) m a O CJ
O ._
M
O C N vi w
rn0 ma
d W
m
e
c o U> a a
� p� j U O y� >
a
L Y
O
o.
a
O)
O O O ' m. 0-
O U O
.O
(6p (0
0
o
46
<
a
0
C
Y
L
Q Q h 7
U
W
N
U m
m
3
O
` m O
.O
E
o yr
n
v'
(n C
-O"" N E N
h y O N a
m m
G U
C W o
o
In a `o
d �
d K
� C
O W
W �
d
O �� � (L a
3 v) m a O CJ
M
O C N vi w
rn0 ma
m
e
c o U> a a
� p� j U O y� >
✓�,
o
m
w U
U a 0 +�. S„ O) O
GO.3 m m N
00
W~
O
a
0
m
(� N N N
U a
y O i a m s
D
Y
3
o.
O „O .O j o N
° o
U
v'
(n C
h y O N a
U c O a 2°
x .. ..,w :
EXHIBIT B
LIST OF SUBCONTRACTORS
[ATTACHED]
LIST OF SUB - CONSULTANTS/ SUBCONTRACTORS
Project Name: SB Deceleration Lane Improvement Interstate 1 -15 at RailRoad C n Rd
Project No. 4432
Consultant Name: Falcon Engineering Services Inc.
NAME
DESCRIPTION OF WORK CONTRACTED:
CONVERSE CONSULTANTS
DESCRIPTION OF WORK CONTRACTED:
TELEPHONE
MATERIAL SAMPLING AND TESTING &
909 - 796 -0544
SOURCE INSPECTION
ADDRESS
10391 CORPORATE DRIVE
1718 N. NEVILLE STREET
CITY, ZIP
REDLANDS, CA 92374
ORANGE, CA 92865
NAME
DESCRIPTION OF WORK CONTRACTED:
COORY ENGINEERING
DESCRIPTION OF WORK CONTRACTED:
CIVIL ENGINEERING AND LAND SURVEYING
CONSTRUCTION SURVEYING STAKING
TELEPHONE
714 - 202 -8700
ADDRESS
1718 N. NEVILLE STREET
CITY, ZIP
ORANGE, CA 92865
NAME
DESCRIPTION OF WORK CONTRACTED:
TELEPHONE
ADDRESS
CITY, ZIP
Duplicate this form as necessary to report all subconsultant (s) information.