Loading...
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.