HomeMy WebLinkAboutAGR-6677.A - WOLFE ENGINEERING AND DESIGN INC - 2019 ON-CALL CONSTRUCTION MANAGEMENT_INSPECTION SERVICESPROFESSIONAL SERVICES AGREEMENT
On-Call Construction Management/Inspection Services]
THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, as of 3\ 31 , 2019 ("Effective Date") by and among the
CITY OF ORANGE, a municipal 6orporation ("City") and WOLFE ENGINEERING AND
DESIGN, INC., a California corporation ("Contractor"), with its principal office for purposes of
this Agreement at 360 E. First Street#262, Tustin,CA,with reference to the following:
1. Services. Subject to the terms and conditions set forth in this Agreement,
Contractor shall provide to the reasonable satisfaction of City, the services set forth in Exhibit
A," which is attached hereto and incorporated herein by this reference. All services provided
shall conform to all federal, state and local laws,rules and regulations and to the best and highest
professional standards and practices. The terms and conditions set forth in this Agreement shall
control over any terms and conditions in Exhibit "A"to the contrary.
2. Compensation and Fees.
a. Contractor's total compensation for all services performed under this
Agreement, shall not exceed TWENTY-NINE THOUSAND NINE HUNDRED DOLLARS and
00/100($29,900.00)without the prior written authorization of City..
b. The above compensation shall include all costs, including, but not limited
to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental,
subsistence and all related expenses.
3. Payment.
a. As scheduled services are completed, Contractor shall submit to City an
invoice for the services completed, authorized expenses and authorized extra work actually
performed or incurred.
b. All such invoices shall state the basis for the amount invoiced, including
services completed,the number of hours spent and any extra work performed.
c.City will pay Contractor the amount invoiced within thirty (30) days of
approval of all deliverables.
d. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
4. Change Orders. No payment for extra services caused by a change in the scope
or complexity of work, or for any other reason, shall be made unless and until such extra services
and a price therefor have been previously authorized in writing and approved by City as an
amendment to this Agreement. The amendment shall set forth the changes of work, extension of
time, and adjushnent of the compensation to be paid by City to Contractor.
5. Licenses. Contractor represents that it and any subcontractors it may engage
possess any and all licenses which are required under state ar federal law to perform the work
contemplated by this Agreement and that Contractor and subcontractors, if any, shall maintain all
appropriate licenses, including a City of Orange business license, at its cost, during the
performance of this Agreement.
6. Indeaendent Contractor. At all times during the term of this Agreement,
Contractor shall be an independent contractor and not an employee of City. City shall have the
right to control Contractor only insofar as the result of Contractor's services rendered pursuant to
this Agreement. City shall not have the right to control the means by which Contractor
accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and
expense, furnish all facilities, materials and equipment which may be required for furnishing
services pursuant to tlris Agreement. Contractor shall be solely responsible for, and shall
indemnify, defend and save City harmless from all matters relating to the payment of its
subcontractors, agents and employees, including compliance with social security, withholding
and all other wages, salaries,benefits, taxes, exactions, and regulations of any nature whatsoever.
Contractor aclrnowledges that Contractor and any subcontractors, agents or employees employed
by Conhactor shall not, under any circumstances, be considered employees of City, and that they
shall not be entitled to any of the benefits or rights afforded employees of City, including, but not
limited to, sick leave, vacation leave, holiday pay,Public Employees Retirement System benefits,
or health, life, dental, long-term disability or workers' compensation insurance benefits.
7.Contractor Not AQent. Except as City may specify in writing, Contractor shall
have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an
agent. Contractor shall have no authority, express or implied, to bind City to any obligation
whatsoever.
8. Desienated Persons. Only those persons designated in Exhibit "A," if any, shall
perform work provided for under tlris Agreement provided that it is understood by the parties that
clerical and other nonprofessional work may be per£ormed by persons other than those
designated.
9. Assignment or Subcontracting. No assignment or subcontracting by Contractor
of any part of this Agreement or of funds to be received under tlus Agreement shall be of any
force or effect unless the assignment has had the prior written approval of City. City may
terminate this Agreement rather than accept any proposed assignment or subcontracting. Such
assignment or subcontracting may be approved by the City Manager or his/her designee.
10. Time of Comuletion. Contractor agrees to commence the work provided for in
this Agreement witlun t]uee (3) days of the date herein above stated and to diligently prosecute
completion of the work in accordance with the time period set forth in Exhibit "A" hereto or
othenvise agreed to by and between the representatives of the parties.
2
11. Time Is of the Essence. Time is of the essence in ttris Agreement Contractor
shall do all things necessary and incidental to the prosecurion of Contractor's work.
12. Reserved.
13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its
control, other than those delays caused by City, shall be an extension of time. No matter what
the cause of the delay, Contractor must document any delay and request an extension of time in
writing at the rime of the delay to the sarisfaction of Ciry. Any extensions granted shall be
limited to the length of the delay outside Contractor's control. If Contractor believes that delays
caused by City will cause it to incur additional costs, it must specify, in writing, why the delay
has caused addirional costs to be incurred and the exact amount of such cost at the time the delay
occurs. No additional costs can be paid that exceed the not to exceed amount stated in Secrion
2.a, above, absent a written amendment to tlris Agreement.
14. Products of Contractor. The documents, reports, studies, technical data, logs,
files, evaluarions, assessments,plans, designs, materials, manuals and other products produced or
provided by Contractor for this Agreement shall become the property of City upon receipt.
Contractor shall deliver all such products to City prior to payment for same. City may use, reuse
or otherwise utilize such products without restriction.
15. Eaual Emnlovment Oaaortunitv. During the performance of this Agreement,
Contractor agrees as follows:
a. Contractor shall not discriminate against any employee or applicant for
employment because of race, color, religion, sex, narional origin, mental or physical disability, or
any other basis prohibited by applicable law. Contractor shall ensure that applicants are
employed, and that employees are treated during employment, without regazd to their race, color,
religion, sex, national origin, mental or physical disability, or any other basis prohibited by
applicable law. Such actions shall include, but not be limited to the following: employment,
upgrading, demotion or transfer, recruitment or recruihnent advertising, layoff or terminarion,
rates of pay or other forms of compensation and selection for training, including apprenticeship.
Contractor agrees to post in conspicuous places, available to employees and applicants for
employment, a notice setting forth provisions of this non-discrimination clause.
b. Contractor shall, in all solicitations and advertisements for employees
placed by, or on behalf of Contractor, state that all qualified applicants will receive considerarion
for employment without regard to race, color, religion, sex, national origin, mental or physical
disability, or any other basis prohibited by applicable law.
c.Contractor shall cause the foregoing paragraphs (a) and (b) to be inserted
in all subcontracts for any work covered by this Agreement, provided that the foregoing
provisions shall not apply to subcontracts for standard commercial supplies or raw materials.
3
16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the
making, or in any way attempt to use its position as a contractor to influence any decision of City
in which Contractor Irnows or has reason to Imow that Contractor, its officers, partners, or
employees have a financial interest as defined in Secrion 87103 of the Government Code.
Contractor fixrther agees that it shall not be eligible to work as the design/build firm for the
project that is the subject of tlus Agreement.
17. Indemnitv.
a. To the fullest extent permitted by law, Contractor agrees to indemnify,
defend and hold City, its City Council and each member thereof, and the officers, officials,
agents and employees of City(collectively the "Indemnitees") entirely harmless from all liability
arising out of:
1) Any and all claims under worker's compensation acts and other
employee benefit acts with respect to Contractor's employees or subcontractor's employees
arising out of Contractor's work under this Agreement; and
2) Any claim, loss, injury to or death of persons or damage to
property caused by any act, neglect, default, or omission other than a professional act or omission
of Contractor, or person, firm or corporation employed by Contractor, either directly or by
independent contract, including all damages due to loss or theft sustained by any person, firm or
corporation including the Indemnitees, or any of them, arising out of, or in any way connected
with the work or services which are the subject of this Agreement, including injury or damage
either on or off City's property; but not for any loss, injury, death or damage caused by the active
negligence or willful misconduct of City. Contractor, at Contractor's own expense, cost and risk,
shall indemnify any and all claims, actions, suits or other proceedings that may be brought or
insrituted against the Indemnitees on any such claim or liability covered by this Subsection
17.a(2), and shall pay or sarisfy any judgment that may be rendered against the Indemnitees, or
any of them, in any action, suit or other proceedings as a result of coverage under this
Subsection.
b. To the fullest extent permitted by law, Contractor agrees to indemnify and
hold Indemnitees entirely harmless from all liability arising out of any claim, loss, injury to or
death of persons or damage to properiy caused by the negligent professional act or omission in
the performance of professional services pursuant to tlris Agreement.
c.Except for the Indemnitees, the indemnifications provided in this
Agreement shall not be construed to extend any third party indemnification rights of any kind to
any person or entity which is not a signatory to this Agreement.
d. The indemnitees set forth in this section shall survive any closing,
rescission, or termination of this Agreement, and shall continue to be binding and in full force
and effect in perpetuity with respect to Contractor and its successors.
4
18. Insurance.
a.Contractor shall carry workers' compensation insurance as required by law
far the protection of its employees during the progress of the work. Contractor understands that
it is an independent contractor and not entitled to any worker's compensation benefits under any
City program.
b. Contractor shall maintain during the life of this Agreement the following
minimum amount of comprehensive general liability insurance or commercial general liability
insurance: the greater of (1) Two Million Dollazs ($2,000,000) per occurrence; or (2) all the
insurance coverage and/or limits carried by or available to Consultant. Said insurance shall cover
bodily injury, death and property damage and be written on an occurrence basis.
c.Contractor shall maintain during the life of this Agreement, the following
minimum amount of automotive liability insurance: the greater of(1) a combined single limit of
One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or
available to Consultant. Said insurance shall cover bodily injury, death and property damage for
all owned, non-owned and hired vehicles and be written on an occurrence basis.
d. Any insurance proceeds in excess of or broader than the minimum
required coverage and/or minimum required limits which aze applicable to a given loss shall be
available to City. No representation is made that the minimum insurance requirements of this
Agreement aze sufficient to cover the obligations of Consultant under this Agreement.
e.Each policy of general liability and automotive liability shall provide that
City, its officers, officials, agents, and employees aze declazed to be additional insureds under the
terms of the policy, but only with respect to the work performed by Contractor under this
Agreement. A policy endorsement to that effect shall be provided to City along with the
certificate of insurance, which endorsement shall be on Insurance Services Office, Inc. Form CG
20 10 10 Ol. In lieu of an endorsement, City will accept a copy of the policy(ies)which evidences
that City is an additional insured as a contracting party. The minimum coverage required by
Subsection 18.b and c, above, shall apply to City as an additional insured.
Contractor shall maintain during the life of this Agreement professional
liability insurance covering errors and omissions azising out of the performance of this
Agreement with a minimum limit of One Million Dollazs ($1,000,000) per claim. Contractor
agrees to keep such policy in force and effect for at least five (5) yeazs from the date of
completion of this Agreement.
g. The insurance policies maintained by Contractor shall be primary
insurance and no insurance held or owned by City shall be called upon to cover any loss under
the policy. Contractor will determine its own needs in procurement of insurance to cover
liabilities other than as stated above.
5
h. Before Contractor performs any work or prepares or delivers any
materials, Contractor shall fumish certificates of insurance and endorsements, as required by
City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City,
wluch shall provide that the insurance in force will not be canceled or allowed to lapse without at
least ten(10) days' prior written norice to City.
i.Except for professional liability insurance coverage that may be required
by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted
to conduct the pertinent line of insurance business in California and having a rating of Grade A
or better and Class VII or better by the latest edition of Best's Key Rating Guide. In the case of
professional liability insurance coverage, such coverage shall be issued by companies either
licensed or admitted to conduct business in Califomia so long as such insurer possesses the
aforemenrioned BesYs rating.
j.Contractor shall immediately notify City if any required insurance lapses
or is otherwise modified and cease performance of tlus Agreement unless otherwise directed by
City. In such a case, City may procure insurance or self-insure the risk and charge Contractor for
such costs and any and all damages resulting therefrom, by way of set-off from any sums owed
Contractor.
k. Contractor agrees that in the event of loss due to any of the perils for
which it has agreed to provide insurance, Contractor shall look solely to its insurance for
recovery. Contractor hereby grants to City, on behaif of any insurer providing insurance to either
Contractor or City with respect to the services of Contractor herein, a waiver of any right to
subrogarion which any such insurer may acquire against City by virtue of the payment of any loss
under such insurance.
1.Contractor shall include all subcontractors, if any, as insureds under its
policies or shall fumish separate certificates and endorsements for each subcontractor to City for
review and approval. All coverages for subcontractors shall be subject to all of the requirements
stated herein.
19. Terminallon. City may for any reason terminate this Agreement by giving
Contractor not less than five (5) days' written norice of intent to terminate. Upon receipt of such
notice, Contractor shall immediately cease work, unless the notice from City provides otherwise.
Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily
provided and all allowable reimbursements incurred to the date of ternunation in compliance
with this Agreement, unless termination by City shall be for cause, in wluch event City may
withhold any disputed compensation. City shall not be liable for any claim of lost profits.
20. Maintenance and Insuection of Records. In accordance with generally accepted
accounring principles, Contractor and its subcontractors shall maintain reasonably full and
complete books, documents, papers, accounting records, and other information (collecrively, the
records") pertaining to the costs of and completion of services performed under this Agreement.
City and its authorized reptesentarives shall have access to and the right to audit and reproduce
6
any of Contractor's records regarding the services provided under this Agreement. Contractor
shall maintain all such records for a period of at least three (3) years after terminarion or
completion of this Agreement. Contractor agrees to make available all such records for
inspection or audit at its offices during normal business hours and upon three (3) days' norice
from City, and copies thereof shall be furnished if requested.
21. Comnliance with all Laws/Immiaration Laws.
a.Contractor shall be lmowledgeable of and comply with all local, state and
federal laws which may apply to the performance of tlris Agreement.
b. Contractor represents and wanants that Contractor:
1) Has complied and shall at all times during the term of tlris
Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes,
and orders, including, without limitarion, the umnigration Reform and Control Act of 1986
IRCA); and
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms
of this Agreement; and
3) Has properly maintained, and shall at all rimes during the term of
this Agreement properly maintain, all related employment documentation records including,
without limitarion, the completion and maintenance of the Form I-9 for each of Contractor's
employees; and
4) Has responded, and shall at all times during the term of this
Agreement respond, in a timely fasluon to any govemment inspection requests relaring to
immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the
Department of Homeland Security, the Department of I,abor, or the Social Security
Administration.
c.Contractor shall require all subcontractors to make the same
representations and warranties as set forth in Subsection 21.b.
d. Contractor shall, upon request of City, provide a list of all employees
working under this Agreement and shall provide, to the reasonable satisfaction of City,
verificarion that all such employees aze eligible to work in the United States. All costs associated
with such verification shall be borne by Contractor. Once such request has been made,
Contractor may not change employees working under tlus Agreement without written notice to
City, accompanied by the verificarion required herein for such employees.
e.Contractor shall require all subcontractors to make the same verificarion as
set forth in Section d.
7
f.If Contractor or subcontractor laiowingly employs an employee providing
work under ttris Agreement who is not authorized to work in the United States, and/or fails to
follow federal laws to determine the status of such employee, that shall constihzte a material
breach of this Agreement and may be cause for immediate termination of this Agreement by City.
g. Contractor agrees to indemnify and hold City, its officials, and employees
harmless for, of and from any loss, including but not limited to fines, penalties and conective
measures, City may sustain by reason of the Contrator's failwe to comply with said laws, rules
and regulations in connection with the performance of ttus Agreement.
22. Governin¢ Law and Venue. T7ris Agreement shall be conshued in accordance
with and govemed by the laws of the State of California and Contractor agrees to submit to the
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, Califomia.
23. Inte¢ration. This Agreement constitutes the entire agreement of the parties. No
other agreement, oral or written, pertaining to the work to be performed under tlris Ageement
shall be of any force or effect unless it is in wriring and signed by both parties. Any work
performed which is inconsistent with or in violation of the provisions of tlus Agreement shall not
be compensated.
24. Notice. Except as otherwise provided herein, all notices required under this
Agreement shall be in writing and delivered personally, by e-mail, or by first class mail, postage
prepaid, to each parry at the address listed below. Either party may change the notice address by
notifying the other party in writing. Notices shall be deemed received upon receipt of same or
within 3 days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e-mail shall be
deemed received on the date of the e-mail transmission.
CONTRACTOR" CTTY"
Wolfe Engineering and Design, Inc. City of Orange
360 E. First Street#262 300 E. Chapman Avenue
Tusrin, CA 92780 Orange, CA 92866-1591
Attn.: L.ori Wolfe Arin.: KathyNguyen
Telephone No.: (714)402-9645 Telephone No.: (714) 744-5528
E-Mail: loriwolfe@wolfe-engineering.com E-Mail: l guyen@cityoforange.org
25. Counteraarts. This Agreement may be executed in one or more counterparts,
each of which shall be deemed an original, but all of which together shall constitute one and the
same inshument. Signatures transmitted via facsimile and electronic mail shall have the same
effect as original signatures.
8
IN WITNESS of tlris Agreement, the parties have entered into tlris Agreement as of the
yeaz and day first above written.
CONTRACTOR" CITY"
WOLFE ENGINEERING AND DESIGN,INC., CTTY OF ORANGE, a municipal
a California corporation corporation
By: V By: 'C/!
Printed a ie: J W 0 L(" Rick Otto, City Manager
Title:SI D
By:APPROVED AS TO FORM:
Printed Name: 1-0121 W D l.
Title:a LC,2.'fl R-`I
Mary E. B 'ng
Senior Assistant City A om y
NOTE:The City reguires the following signature(s) on behalf of the Contractor:
1) the Chairman of the Board, the President or a Vice Presideng AND (2) the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or
an Assistant Treasurer. If only one corporate o cer exists or one carporate
officer holds more than one corporate office,please so indicate. OR
The corporate o cer named in a corporate resolution as authorized to enter
into this Agreement A copy of the cosporate reso[ution, certified by the
Secretary close in time to the execution of the Agreement, must be provided to
the City.
9
E IT "A"
5COPE OF SERVICES
Beneath this sheet.]
WOLFE ENGINEERING
AND DESIGN INC.
A CIVIL ENGINEERING COMPANY
j
1' 4
rsr7 * "
i }S +,,k;4'
h'M' .F L
y
ry
P, , p
t b,` . F
S
i—
c
F .
7
4f
r3.. :. 4, ,
1p.1
F,r
L '....l
y j
2'Sr'•• i . . 4sA.i .. Ii TRPYIR/PR+'1.•. .. • . - ... . ..
PROPOSAL FOR ON CALL TRAFFIC ENGINEERING/PLAN CHECKING/DESIGN/PUBLIC
WORKS INSPECTION SERVICES
CITY OF ORANGE
SERVING PUBLIC AGENCIES
FOR OVER 12 YEARS
Engineering and Design Inc.
l
City of Orange
Public Works Department
Attention: Kathy Nguyen
300 E.Chapman Avenue
Orange,CA 92866
RE: Proposal to Provide On-Call Traffic Engineering/Plan Checking/Design/Public Works
Inspection Services
Dear Ms. Kathy Nguye,
Wolfe Engineering appreciates this opportunity to submit our Proposal to the City of Orange.Wolfe
Engineering's staff has thorough knowledge and expertise in Traffic Signal Construction Management
and Inspection, Grant Funding Oversight, Plan Check, Civil Design and On-Site Staff Support Services.
Our past experience positions us to offer the above mentioned services to the City of Orange with
the highest level of skill and proficiency. We have a large portfolio of similar projects and services
and have a solid reputation with many other local municipalities.Wolfe Engineering has the ability to
take on additional work. We have added new personnel to our team and are continuously growing
as a company.
Wolfe Engineering has strong staff knowledge in Program Management and Construction
Management of Traffic Signal Improvements. We are proficient in carrying a project from inception
to construction by navigating the City process. Currently we are providing in-house staff services at
local agencies where we act as "extension of staff" and provide management for project design to
final plans to bidding to award to construdion to project close out. We have the ability to take the
necessary actions and steps to process a projed through the City and provide coordination with
contractors, utility purveyors and other agencies. Wolfe Engineering has assisted cities with funding
applications and grant processing. From the initial Preliminary Environmental Studies to the E76 to
Request for Reimbursement, Wolfe Engineering can navigate the funding process. We can also
provide othertraffic engineering services using hand picked engineering firms as sub-consultants.
We understand that the City wants the best for its residents and local businesses and strives to serve
the public to the best of their abilities. We will work closely with the City to maintain good
communication to assure that everything is being completed on schedule,within budget, and to the
highest quality possible.
Kind Regards,
Lori 5.Wolfe, PE
Lead Engineering Manager
Project Representative
Wolfe Engineering and Design Inc. LoriWolfe@Wolfe-Enaineering.com
360 E. First Street#262 Established:2005
Tustin,CA 92780 Legal Structure:S-CORPORATION
714-402-9645 Federal Employer I.D.Number:20-4128575
2 e sme.ri a.e oa.ian m
TABLE OF CONTENTS
COMPANY INFORMATION...............................................................................................4
TEAM...................................................................................................................................5
PROJECT SPOTLIGHTS.....................................................................................................b
RESUMES............................................................................................................................8
SCOPEOF WORK............................................................................................................15
PROJ ECT APPROACH.....................................................................................................17
COMPARABLE WORK.....................................................................................................19
REFERENCES ...................................................................................................................19
STATEMENTS ...................................................................................................................20
FEE PROPOSAL ............................................................................SEPARATE ENVELOPE
3 e e.an e.a oe.ia m
COMPANY INFORMATION
Wolfe Engineering & Design Inc. is a family owned engineering consulting firm and has been
committed to solely serving public agencies since October 2005. Our unique, exclusive service to
governmental agencies sets us apart from other engineering firms. We are constantly striving to
support our clients with innovative, creative and technically sound solutions within budget and on
schedule. We have completed 1000s of projects and services successfully and have a solid
reputation with our current clients. Being a small family owned firm means that each team member
is deeply invested into the company and cares immensely about the wellbeing of our clients and our
company. Another advantage of being a small firm means clients have direct, quick, clear, and
accessible communication to Wolfe Engineering. Lastly we are proud of our quick turn around
times and quality control measures. We put our hearts into Wolfe Engineering and this, and the
reasons listed above,sets up apart from other engineering firms.
Wolfe Engineering and Design Inc. has the expertise and resources to successfully deliver
engineering services as requested by the City.Wolfe Engineering is based in Tustin, California and
works on projects throughout Los Angeles, Orange, Riverside, and San Bernardino Counties. We
manage projects for public clients throughout all stages of the project, from conceptual design to
final engineering and construction.
Wolfe Engineering provides design, plan check, construction management, inspection, staff support,
development review services,grant funding oversight, on-site staff services and many other services.
We understand the city's goals and objectives to perform quality work, meet projed schedules, and
complete all work in a cost effective manner. Our strong background in construction management,
program management, street design, city-wide slurry seal management, pavement rehabilitation,
storm drain improvements (including water quality treatment features), federal funding
procurements, landscape enhancement,and NPDES compliance will provide superior support to City
staff.Wolfe Engineering has a qualified, experienced staff and the management tools to service your
needs. From the planning stages through the design phase to construction, we have a proficient
staff,resources,and financial depth to fit your needs.
Solely serving public agencies
In business for over 12 years(Family owned since 2005)
1000s of successful projects and services
30+Civi1 Engineering Experience
Our vision is to be the leader in serving public agencies by organizing our team to be a "consulting
municipality", understanding the uniqueness and purpose of our clients, and providing them with
superior quality services guided by the Golden Rule in all of our operations and relationships. We
believe that whoever is to be the leader in any industry must be the greatest servant to the client's
needs and expectations."
Wolfe Engineering and Design Inc. Established:2005
360 E. First Street#262 Legal Strutture S-CORPORATION
Tustin, CA 92780 Federal Employer ID Number: 20-4128575
Lori WoIfeQWolfe-Engi neering.com
4
eneinu.ine.na oa.ien inc
WOLFE ENGINEERING TEAM
JEFF WOLFE LORI WOLFE P.E.
Cofounder- Business Manager Cofounder- President/Construction
35+Year of Experience Manager, Program Manager
35+Year of Experience
STEVEN WOLFE E.I.T. DAVID BERRYMAM P.E. RAY BERRYMAN P.E.
Construction Management Lead ProjectEngineer BusinessAdvisor
b+Year of Experience 30+Year of Experience SO+Year of Experience
IPast President of Berryman &I Henigar Inc.
AI O'BALLES KENT ALLEN P.E.
Inspector Project Engineer
30+YearofExperience 30+YearofExperience GLEN DROGIN P.E.
Civil Engineer
nanc
DAN BERRYMAN P.E. DANIEL SWANN E.I.T.
Project Engineer Assistant Project Engineer
35+Year of Experience 2+Year of Experience
TEAM PARTNERS
LAND ENVIRONMENTAL TRAFFIC SIGNAL GEOTECHNICAL
SURVEYING COMPLIANCE DESIGN DESIGN
What sets Wolfe Engineering and Design Inc. apart from other larger firms is that we offer a team of
both highly creative and technically sound individuals. Ultimately, this balance of creativity and
technical proficiency, along with the accessibility of quick and responsive communication, makes Wolfe
Engineering the right choice for your Civil Engineering needs."
Steven Wolfe- Projed Engineer
5 ena eenne ena oe.ia inc
PROJECT SPOTLIGHTS
CONSTRUCTION MANAGEMENT/ INSPECTION
Ciri of La Mirada - La Mirada Blvd Traffic Signal Projed - 9 Intersections: Wolfe Engineering
provided program management and construction management for a large City-wide traffic signal
project for the City of La Mirada.Wolfe Engineering managed the project from the start by preparing
the RFP for design services to awarding the projed. The design consisted of upgrading 9
intersections with new LED safety lights (overhead lights), new countdown pedestrian heads, new
reflective street name signs on separate mast arms, replacement of 8" signal heads with 12" signal
heads, painting all existing heads and components to remain, new pedestrian push buttons per
current ADA standards, protective permissive left turn movement, dual left turn lanes and complete
new traffic signal. Wolfe Engineer kept the project on schedule and coordination between the City,
Contractor, Inspector, LA County and Sub-consultants was one of our top priorities. Maintaining
clear, effedive, and precise communication between all parties involved is one of our strengths as a
company. Project construction cost was$1,100,000. Construction Manger- Lori Wolfe.
City of Yorba Linda - Annual Slurry Seal and Re-Stripinq Project: Wolfe Engineering provided
Construction Management and Inspection forthe Cities annual slurry seal and striping.Notification
of the projed to the significant number of commercial businesses and residences was a high priority.
The City received positive feedback from local businesses regarding Wolfe Engineering's
upfront communication and notification of when/haw the construction will affect their
cherished businesses and how we strive to minimize any potentially deleterious closures of
driveways, sidewalks, and street lanes. Projed included leading the pre-construction meeting,
providing utility and testing coordination and scheduling. Reviewed project submittals, processed
change orders and RFI's. Processed progress payments. Prepared council reports. Provided public
outreach. Project construction cost was $2,100,000. Construction Manager- Steven Wolfe. Inspector
Alfred O'Balles.
PROGRAM AND PROJECT MANAGEMENT
City of La Mirada - Project Management: Wolfe Engineering provided Project Management
Services including assisting City staff in developing and scheduling projects from 2015-2018. We
have assisted the City in selecting consultants for Capital Improvement Projects including street
rehabilitation, city-wide slurry seal, traffic signal installation, construction survey, street and storm
drain projects. Provided coordination between consultants and City staff as well as other agencies
such as utility companies. Processed projects along the following path: inception - design - Council
Approval - bid package - contrector selection -construction - final close out- Notice of Completion.
Performed constructibility/plan check reviews. Project Manager-Lori Wolfe.
CIVIL DESIGN
City of Laguna Hills - EI Toro Road Street Enhancements: EI Toro Road is a major arterial street
with significant commercial and retail centers.Wolfe Engineering was responsible forthe design and
preparation of PS&E for street improvements,street widening,intersection layout,signing and
striping, and drainage improvements. We coordinated between all parties including: the
landscape architect, utility companies, Caltrans, and the City. Federal funding was obtained through
Caltrens. Due to the heavy traffic volumes,Wolfe Engineering took special care to ensure that local
businesses were not negatively affected. The successful completion shows our proven ability to
tackle major civil engineering design challenges while maintaining positive relations with local
businesses and the City.Designer-Jeff Wolfe.
La Mirada Blvd.Storm Drain Improvements:This project was designed to provide motorist a safe
commute along the highway. Several sumps along the highway created potential unsafe situations
for motorists and bicyclists.Wolfe Engineering provided storm drein design solutions(including
PS&E)to ensure highway safety for all.Designer-Steven Wolfe tr y q y
i i
6
e m ea,i a.a oa.ie i w
PROJECT SPOTLIGHTS
STAFF SERVICES
City of La Niirada - On-Site Staff Services - Wolfe Engineering has provided engineering,
construction management and project management services to City of La Mireda from
20'IS-2018. Wolfe Engineering understands cities processes, systems and key elements of public
works engineering. Wolfe Engineering has provide staff services for the cities of Yorba Linda,
Menifee, Jurupa Valley, Bellflower, Riverside County Flood Control District and La Mirada.We have
worked closely with the city as extension of the cities staff. We understand the how a city operetes
from the inside. Our team of expert engineers will meet the City's goals. Our team has the project
experience and availability to begin work immediately after the contrects are signed. Our staff will
work with the City at remotely or at City Hall.Staff Services-Lori Wolfe.
GRANT FUNDING OVERSIGHT
City of Laguna Hills- Moulton Parkway Rehabilitation: Moulton Parkway is a major arterial street
with significant commercial and retail centers.Wolfe Engineering was responsible forthe design and
preparation of PS&E for street rehabilitation plans and funding application and
reimbursement. We assisted the City in providing Grant preparation for Federal monies. We
processed the funding through Caltrens Local Assistance and County Transportation Authorities.
Federal funds were secured for street work.Wolfe Engineering has extensive experience in dealing
with Federel Funding processes. The successful completion shows our proven ability to tackle
major civil engineering design challenges while maintaining positive relations with local
businesses and the City.Funding services-Jeff Wolfe.
PLAN CHECK
Ciri of Yorba Linda - Development Plan Check Services Wolfe Engineering has provided plan
check services to the City of Yorba Linda for 9 years. Plan Check services include drainage
improvement plans, hydrologic and hydraulic calculations,street improvement plans including street
capacity, catch basin capacity, grading plans, water and sewer plans, tentative trect maps, easement
requirements, water quality management plans, encroachment permits, storm water pollution
prevention plans.We have provided consistent and accurate reviews for the City and our longevity
with the City demonstretes our quality and timely standards.
Ciri of La Mirada -Treffic Signal Plan Check Services Wolfe Engineering provided Traffic Signal
Plan Check Services for several traffic signal CIP projects through our On-Call contract. A specific
projed included review of 3 new signals at the intersections of Imperial Highway and Santa
Gertrudes, La Mireda Blvd and Rosecrans Avenue, and Imperial Highway and Ocaso. Coordination
with LA County for maintenance was required as the City contrects with LA County for maintenance.
Coordination with SCE was also required to verify service locations and safety lighting installation.
NPDES MANAGEMENT
City of Bellflower - NPDES Manaqement: Wolfe Engineering manages the NPDES program
including the compliance with permits, annual reports, watershed group inclusion. Manages
programs including development planning, development construction, illicit discharge/illicit
connection and public agency programs. Provides annual training. Wolfe Engineering is
knowledgeable in stormwater policies and concerns making us a valuable asset in NPDES progrem
management.
ene erine e a oe.iv i c
RESUMES
LORI WOLFE P.E. Q.SP/QSD
SUMMARY OF EXPERIENCE
Lori S. Wolfe possesses over 33 years of experience in the civil engineering field.
She specializes in traffic signal construction management, civil engineering
design, construction management, plan checking services, and staff support
services.She has designed and managed numerous capital improvement projects
throughout Southern California and has extensive knowledge in the civil
engineering field. She is experienced in complying with City, County, State, and
Federal regulations as well as adherence to Codes and Professional Standards. Lori
is currently successfully managing multiple capital improvement projects for the
City of La Mirada and has successfully managed many projects in the past.She will
be the primary contact for the duretion of the contract. Lori of years of experience
backing her knowledge ofthe industry:
ConstrudionManagement-20years
Plan Check Services-30 years
Engineering Design-33 years
Staff Services- 15 years
Construction Management
Treffic Signal Installation and Upgrades • Street Signing and Striping
City Wide Slurry Seals Median Improvements
Arterial Highway Rehabilitations MajorArterial Street Slurry Seals
Parking Lot Rehabilitations
Civil Engineering Design
Treffic Control Plans Street Rehabilitation Plans
SlurrySeal Projects StreetStriping Plans
City Hall Parking Lot Improvements
RighVLeftTurn Pockets(Beach Blvd)
Federal Funding City Facility Parking Lot Improvement
City Storm Drain Improvements
Encroachment Permits
Pro ram Mana ement99 GrantFunding
NPDES Progrem Management HSIP
CIP Progrem Management Orange County
Development Engineering Management Federal Funding
Caltrens Local Assistance
Plan Check Services
NPDES Progrem Management
CIP Program Management
Development Engineering Management
ena aer ny ena oeviqn inc
RESUMES
DAVID BERRYMAN P.E.
SUMMARY OF EXPERIENCE
Experienced in Project Management and performing Lead Engineer
responsibilities on numerous transportation, drainage, railroads, and other public
works projects. Managed large teams of stakeholders on regional projects through
regular team meetings ensuring every voice is heard and all is collectively aware of
project benefits and impacts. Well-versed technically with experience in preparing
hydraulics/hydrology reports, signing/striping plans,traffic control, erosion control,
and other typical disciplines of a major engineering project. Some of David's work
experience is shown below:
e
Beyer Blvd Track Rehabilitation and Slope Repair,SANDAG
Managed the design and plan preparation for the repair of a 20' high slope
running half the length of the project. Slope repair included 3 types of retaining
walls, a dreinage system, and an access road for City forces to maintain the new
drainage facility. Provided engineering support for the track rehab team and
coordinated their plans into the overall set.
EI Camino Real Street Widening,City of Carlsbad
Prepared full hydrology study using AES and design of storm drein using
StormCAD. Maintained QA/QCforthe project.
South Santa Fe Widening and Improvemenu Update,County of San Diego
Complete realignment and widening of a 1 mile stretch of roadway from 2 lanes to
4 lanes with median. This was to update to current standards. Managed the
project update to current County standards, updated current conditions and
introduced new design elements and features. Managed the conversion of the
project from AutoCAD LDD to Civil 3D.
Bastanchury/Valencia Mesa Bike Path,City of Fullerton(2012J
Class I bike path connection behind St. Jude Hospital in the Brea Canyon Flood
Control Basin. Managed the final design and PS&E package of a Class I Bike Path
through the side of an environmentally sensitive canyon. Managed Survey,
Environmental, Landscape,and Geotechnical sub-consultant team.
Bayshore Bikeway Preliminary Engineering,SANDAG(2008)
Managed and lead the Project Development Team meetings involving over 12
members including the U.S.Navy and the Port of San Diego. Coordinated between
disciplines including environmental,structurel,bikeway specialist,and survey.
9 e a e.,a a a oe.ia m.
RESUMES
DANIEL BERRYNiAN P.E.
SUMMARY OF EXPERIENCE
Daniel Berryman has 30+ years of civil engineering experience. He has a degree
in civil engineering and is a licensed civil engineer in the states of California and
Arizona. His expertise includes civil engineering design and CAD work. Daniel
Berryman also is experienced in project management and inspection.
City of Indio, CA. Project Manager- provided pavement rehabilitation services to
the City of Indio at five intersections. Project involved treffic signals, drainage
improvements and pavement reconstruction design.A portion of this project was
designed to meet Federal Funding Guidelines.
City of Hemet,CA. Project Engineer- prepared plans,specifications and estimates
for seventeen miles pavement rehabilitation for city-wide project. Completed the
project in three weeks to meetthe city's deadline.
Cathedral City, CA. Project Designer - designed widening and pavement
rehabilitation for Perez Road.
Rancho Mirage, CA. Project Designer - designed widening, pavement
rehabilitation and curb and gutter replacement for Gerald Ford Drive (2.5 miles),
Da Val Road, Frank Sinatra Drive, Monterey Avenue, Bob Hope Drive and Hwy 111.
City of Indian Wells, CA. Project Manager prepared plans, specifications and
estimates for pavement rehabilitation and curb and gutter replacement for both
residential and arterial streets throughout the city.
Rancho Mirage, CA. Project Manager prepared street widening plans for Bob
Hope Drive forthe Rancho Mirage RedevelopmentAgency.
Indian Wells, CA. Project Designer designed pavement rehabilitation project for
Cook Street in Indian Wells utilizing rubberized asphalt alternative.
City of San Diego,CA. Project Manager prepared detour plans for Interstate 5 and
Del Mar Heights Road urban interchange in the city.
City of San Diego, CA. Project Engineer prepared detour plans for Carmel
Mountain Road Construdion Project.
City of Santee, CA. Project Manager prepared detour plans for Cuyamaca Street
Construction Project.
10 E u a.n e.a Das19 t
RESUMES
AL 0'BALLES
Summary of Experience
AI has over 30 years of inspection experience. He is a multi-skilled construction
inspector with varied experiences in public works projects and water projects. He
is BNSF railway certified and D2/D3 water certified. His public works inspection
experience includes,water and sewer inspection, street improvements, slurry seal,
street rehabilitation, storm drain (RCP/RCB), barriers, retaining walls, sound walls,
pile foundations, railway construction, encroachment permits, SWPPP inspection,
field reconnaissance, and cost estimates and quality control. AI's qualifications
include successful completion of project types ranging from demolition,
maintenance, retrofits, to new construction. He has field inspected a variety of
project ranging from small improvements to complex, multi-million dollar public
infrastructure modernizations and construction of new facilities. AI's skills are well
regarded throughout Southern California local agencies.
EXPERIENCE
City of La Mirada,Senior Inspector
Generator - Provided inspection services for the installation of the Sheriff's
Station emergency generator.
Water facility relocation - Street Improvement inspection services for La Mirada
Boulevard at Imperial Hwy and Imperial Hwy at Telegraph Turn Pockets Project
including fire hydrant relocation,sidewalk construction,water district relocation
of underground equipment and surface restoration.
Traffic Signal Installation- Pothole inspection fortraffic signal conduit.
Storm Drein- Inspection services for new underground storm drein line.
City of Fullerton,Senior Inspector
Provided inspection services for the City of Fullerton for over 20 years.Inspedion
services included:
Arterial highway slurry seal Capital Improvement Projects
Residential slurry seal inspection
Annual slurry seal program Traffic control
Public Works department Utility inspections
miscellaneous inspection services Encroachment permit inspections
Land Development inspection Railway inspections
City of Long Beach, Maintenance Supervisor
City of Yorba Linda,Senior Inspector
11
e e ean e ooa oe.io i
RESUMES
STEVEN WOLFE E.I.T M.ASCE
Summary of Experience
Steven Wolfe has a Bachelors of Science Degree in Civil Engineering and has
passed the FE/EIT exam. He is on track to gain his Professional Engineer's license
from the State of California in late 2017. Steven Wolfe has experience working on
many different engineering projects for multiple cities throughout Southern
California including: Laguna Hills, Lake Forest,Yorba Linda, Bellflower, Perris,West
Hollywood, and La Mireda. His work experience includes:
Projed Management and Design Experience:
City of Yorba Linda Annual Pavement Preservation Project- Provided
Construction Management for the $2,100,000 annual slurry and
rehabilitation project. Facilitated weekly project progress meetings, lead
pre-construction meeting, managed RFI and change order submittals,
managed quantities, processed progress payments and oversaw the
inspection.
City of La Mirada - Construction Manager - Coordinating between
different stakeholders in a city wide traffic signal upgrade project.
Responsible for insuring effective communication between engineer,
contractor, the City, lead project manager, and inspector to assure that the
project is competed on time,within, budget,according to specifications,and
with minimal disruptions to the flow of the project.
CiTy of Yorba Linda - Steven Wolfe performs staff and civil engineering
services for the city of Yorba Linda. He is responsible for reviewing precise
grade, rough grade, conditional use permits, storm drain improvement
plans, geotechnical reports, SWPPPs, WQMPs, and Hydrology/ Hydraulic
Reports. This experience gives Steven a wide range of knowledge and
exposure to the entire process of land development, public works
engineering,and civil engineering design/implementation.
12 eoema.i e a a o..ia i
STEVEN WOLFE E.I.T M.ASCE (CONTINUED)
City of Laguna Hills - EI Toro Road Traffic Control Plan - Prepared treffic
control plans for the EI Toro Road off-ramp.A Caltrans encroachment permit
was required for work and traffic control on Interstate 5.
City of Bellflower - Prepared water quality report for a Fire Museum. The
project consisted of a new parking lot with a water quality treatment system
incorporated into the parking lot site. The design of the water quality system
was consistent with the LA County Regional Water Quality Control Board.
City of La Mirada- Steven Wolfe provided design/drafting services and
inspecting services for a LA Mirada Boulevard median improvement project
for the City of La Mirada. He was responsible for coordinating between the
contractor,the inspector,and the City.
City of La Mirada Storm Drain Improvement Design - Steven Wolfe was
the lead engineering designer and CAD operator for a storm drain
improvement plan for the city of La Mirada. He was responsible for solving
flooding problems on La Mirada Blvd.
RAYMOND BERRYMAN P.E.
BUSINESS DEVELOPMENT:
Ray Berryman was the owner of BSI, and Berryman and Henigar for over 35 years.
BSI was one of Southern California's largest civil engineering firms that solely
served public agencies. His company focused on public works engineering and
worked many cities throughout southern California and beyond.
Ray offers engineering advice and wisdom for the growth of Wolfe Engineering
and Design Inc. and helps us offer the best services for our clients. He has the
years of experience and wisdom from owning a large successful engineering firm
to help keep our priorities streight and pursue our purpose with integrity and
diligence.
13 eoema.n s a a oa.ie m.
RESUMES
JEFF WOLFE
PROJECT EXPERIENCE
Mr.Wolfe possesses 20 years of experience in the civil engineering field. He has a
broad spectrum of engineering services including: field reconnaissance, CAD
design, preparation of plans, estimating costs, inspection services, and writing
technical specifications. He has extensive experience and knowledge in the
design of street rehabilitation plans, street improvement plans, traffic control = •
plans and storms drain plans. He has completed various funding applications and
reimbursement packages for state and federally funded projects through Caltrans
Local Assistance. He is experienced in complying with City, County, State and
Federel regulations as well as adherence to Codes and Professional Standards,
including CAMUTCD.
City of Perris- Provided NPDES inspedions for Harley Knox Road. Harley Knox
Road consisted of 2 miles of new roadway with storm drain and water qualiTy dry
wells included. Inspections on proper BMP placement and maintenance were
preformed.
City of West Hollywood - Provided inspection services for sewer lateral
construction on La Brea Boulevard and Santa Monica Boulevard. Due to the high
volume of traffic along these streets, the project was completed at night. Traffic
control and NPDES compliance was an important issue for the City. The public
street was trenched for sewer lateral installation. The trenched areas were
resurfaced according to City standards:
City of Bellflower - Provided construction BMP inspection services for
construction and post construction projeds including BMP placement, BMP
maintenance and site management.
Yorba Linda, Inspection Services Provided inspection services for concrete work
at Hurless Barton Park. Concrete work includes access ramps, amphitheater,
sidewalks and walkways.
CIVIL ENGINEERING DESIGN
City of Laguna Hills
Prepared Street Rehabilitation Plans for Ridge Route Road
Prepared LeftTurn Pocket Plans for Paseo De Valencia.
Prepared Street Rehabilitation Plans for Cabot Road.
Prepared Construction and Traffic Control Plans for Lake Forest Road & EI Toro
Road.
City of Lake Forest ADA , Laguna Hills, CA. Responsible for preparing plans,
specifications and estimate for street rehabilitation, curb & gutter and sidewalk
replacement and access ramp reconstruction meeting currentADA requirements.
14 EnB earin0 en0 DasiO F
SCOPE OF WORK
Wolfe Engineering appreciates this opportunity to outline the scope of work for this proposal.Wolfe
Engineering's staff has thorough knowledge and expertise in Traffic Signal Construction Management
and Inspection,Grant Funding Oversight, Plan Check, Civil Design and On-Site Staff Support Services
and will focus on these subareas. Our past experience positions us to offer the above mentioned
services to the City of Orenge with the highest level of skill and proficiency. We are capable of
providing the technical services associated with the general treffic engineering needs of the City.All
our design work and improvement plan check will be performed by or under the responsible charge
of a California Licensed Professional Engineer. We have a large portfolio of similar projects and
services and have a solid reputation with many other local municipalities.
Wolfe Engineering has strong staff knowledge in Engineering Services.We are proficient in carrying
a project from inception to construction by navigating the City process. Currently we are providing
in-house staff services at local agencies where we act as "extension of staff" and provide
management for project design to final plans to bidding to award to construction to projed close
out.We have the ability to take the necessary action and steps to process a project through the City
and provide coordination with contractors, utility purveyors and other agencies. Wolfe Engineering
has assisted cities with funding applications and grant processing. From the initial Preliminary
Environmental Studies to the E76 to Request for Reimbursement,Wolfe Engineering can navigate the
funding process. We can also provide other traffic engineering services using hand picked
engineering firms as sub-consultants.
SERVICES PROVIDED
A. Program ManagemenVConstruction 2. Management
Management 3. CIP projects
1. CIP projects 4. Traffic Signal Improvements
2. Traffic Signal Improvements 5. Roadway Rehabilitation
3. Roadway Rehabilitation 6. Roadway Widening
4. RoadwayWidening 7. ADAAccess
5. ADAAccess 8. Drainage
6. Drainage 9. Signing and Striping
7. Signing and Striping 10. Funding
B. Plan Check E. NPDES
1. 10 day turn around for 1 st plan check 1. Regulations
2. 5 day turn around for all other checks 2. WQMP
3. Supervised by licensed engineer 3. Program Compliance
4. Development Projects F. Environmental Services-Sub
5. CIP Projects 1. CEQA
b. Traffic Control Plans 2. NEPA
C. EngineeringDesign G. GrentFunding
1. Assistwithmanagementoffinaldesign 1. Preparation
of treffic signals 2. Oversight
2. Civil Design 3. Federal/State/Local
3. Water Quality Design
4. Street and Storm Drain Design
D. On-site Staff Services
1. Extension of City Staff
15 eoamaa,ma o a oa.io m.
SCOPE OF WORK - PLAN CHECK
Availability
Based on our previous experience working with municipal agencies, we feel that our approach to
providing plan check services will fulfill the City's needs. We propose to have one licensed plan
check engineer at the City at least one day per week. We propose to have the same engineer at the
City the same day of the week every week, with the exception of rescheduling due to holidays,
vacation time or occasional conflicts. In cases of reschedule,the reschedule time will be coordinated
with City staff ahead of time to minimize disruptions to the normal work routine. This consistent work
schedule will enable City staff to more easily schedule meetings and provides a routine that is easy
for all to follow.
We propose thatthe majority of plan checking will be performed at Wolfe Engineering's office based
in Tustin with the time spent at the City dedicated primarily to reviewing plans with City staff,
attending City staff project meetings, and meeting with project applicants. A portion of the time
spent at the City will also be dedicated to organizing and cleaning projed files, picking up new
assignments and dropping off completed assignments,and logging in and logging out plan checks.
Plan Check Turn-around
The Wolfe Engineering Team is committed to completing thorough plan checks efficiently to meet
the needs of the District. As is currently the practice,we propose a 10 day standard turnaround time
for each plan check.
In the past we have on many occasions turned around plan checks in one week when quick
turnarounds were requested or as workload permitted. We have also performed quick checks on
smaller submittals the same day they were submitted,and in several instances when projects became
a high priority,we have completed comprehensive plan check in one to two days.
It is our objective to reduce the number of plan checks iterations for a given projed. It is our goal to
help minimize plan checks by increasing the time spent meeting and speaking over the telephone
with project applicants. In this way major design issues are flushed out early in the review process,
thus expediting the entire plan check process.
Checklist
Wolfe Engineering has developed plan check lisu to provide a complete and comprehesive review
of projeds. Our checklists include submittal requirements,sheet requirements,design specifications,
and conditions of approval requirements.
16 e e..n c am o..ia m
PROJECT APPROACH
Wolfe Engineering has a systematic and proven approach to managing and designing
projects. Wolfe Engineering has a specific projed approach for design,construction
management and program management. The systems we use have a solid structure that
have been implemented in many projects for a variety of clients. The structure of most
projects is typically consistent with our back bone project approach. Our back bone
approach is identified below. We then identify the uniqueness of each project and tailor our
project approach to fit the specific needs of the project.
A. ProjectAnalysis and Meetings 1. Project Walk With City Staff
1. Kick Off Meeting 2. Field Reconnaissance
2. Research and Review Available G. Right of Way Engineering
Documents and Record Data 1. Right of Way Acquisition
3. Progress Meetings 2. Negotiations
4. Public Outreach 3. Legal Descriptions and Exhibits
B. Utility Investigation and Coordination H. Construction Documents
1. Utility Notification 1. Preliminary Design
2. Utility Coordination Providing Plans to 1.1.Preliminary Plans
All Utility Companies 1.2.Preliminary Specifications
3. Notification Log and Correspondence 1.3. Preliminary Estimate
C. Design Survey 2. Final Design
1. Field Investigation 2.1.Revise Preliminary Plans and Prepare
2. Field Survey for Topographic Map and Final Improvement Plans
Cross Sections 2.2.Revise Preliminary Specifications and
3. Pothole Depth of Existing Utilities Prepare Final Improvement
4. Topographic Base Map Specifications
D. Geotechnical Engineering 2.3.Revise Preliminary Estimate and
1. Soils Investigation Prepare Final Improvement Estimate.
E. Environmental Services 3. Construction Documents
1. CEQA 3.1.Submit Signed Plans, Specs, and
2. NEPA Estimate.
F. Field Engineering
PROJECT MANAGEMENT APPROACH
Our project management approach is both proven and successful as exhibited by our affluent
project success rates. Our first order of business is to meet City's staff early to determine the
project requirements and objectives, critical issues and establish schedules and documents to
be used. We will initiate lines of effective communication and reporting, exchange e-mail
addresses and other communication devices. We will set the frequency of formal reporting
requirements. With each project assignment, Wolfe Engineering will create a comprehensive
plan in compliance with the City's guidelines and a schedule for completing the work. Wolfe
Engineering's plan and schedule will list each task and identify the activities that must be
completed immediately prior to the start of the next task.Wolfe Engineering's plan will comprise
of all phases, as well as other disciplines, including tasks to be performed by other entities, such
geotechnical, survey, right of way engineering, and structural to ensure the City's program is
orchestrated effectively and efficiently. Our goal is to keep the project on schedule and within
budget, using quality control/quality assurance
enainanme ana oe.iyn me
CONSTRUCTION MANAGEMENT/
INSPECTION APPROACH
Typical Project Schedule for Construction Management Projects are processed along the following path:
inception - design - Council Approval - bid package - contractor selection -construction - final close out -
Notice of Completion. Wolfe Engineering's Construction Management projects completed in the past year
indude 3 New Traffic Signals at Imperial Highway and Santa Gertrudes, Imperial and Ocaso and La Mirada
Boulevard and Rosecrans Avenue; 3 Traffic Signal Upgrades on Imperial Highway; Imperial Highway and
LeHingwell Blvd. Slurry Seal and Sign Upgrades; and La Mirada Boulevard Median Improvements. The
design projects indude La Mirada Boulevard Storm Drain Improvements, La Mirada Boulevard Median
Improvements, Civic Center and all City owned Facilities Parking Lot Seal Coat. Inspection services induded
Rosecrans Avenue Slurry Seal and La Mirada Boulevard Slurry Seal.
a.Project Analysis and meetings e.Bid Opening
b. Value engineering f.Review of Bids
c City Council Approval of Projed g. Award Projed
d. Advertise Project
a.Coordinate Pre-construdion meeting c.Process RFI's and prepare RR log
and prepare notes. d. Progress Payments
i.Attendees i.Process Change Orders and prepare
1.Contrador and sub- Change Order log
contractors ii.Maintain cost accounting records.
2.Utility agencies e.Proyress reports to City Engineer/
3.Project Stakeholders Manager
4.Inspector i.Quality assurance
ii.Request and Review ii.Compliance with federal and state
construction schedule requirements
iii. Request and Review submittals f.Acceptance of Project
iv. Notice to Prowed i.Council report for Acceptance of Work
b.Schedule weekly progress meetings ii.Notice of Completion filing with County
i.Coordinate with other g. Comply with federal and state funding
consultants,agencies, requirements
ii.Safety i. Projed filing system per Caltrans LAPM
iii. Track quantities ii.Prepare and process reimbursements
1 8
e e a.a o a oa.y m.
COMPARABLE WORK WITH PUBLIC
AGENCIES
Civil Storm Drain Design 15,000 City of La Mirada
Engineering
Design
Arterial Highway Rehabilitation 40,000 City of Layuna Hills
La Mirada Bivd. Median Improvements 8,000 City of La Mirada
NewportAve. Street Widening WQMP 10,000 City of Menifee
EI Toro Street Rehabilitation 50,000 City of Laguna Hills
Street Reconstruction and Water Main Replacement 40,000 Clty of Upland
Program/ Alondra Blvd Intersection Improvements with Signal 200,000 City of La Mirada
Construetion
U radesManagementpg
Traffic Signal Program Management-Alondra Blvd 300,000 City of La Mirada
and Phoebe
Traffic Signal Improvements- 3 intersections on 1,100,000 City o(La Mirada
Imperial Hwy. 3 Intersedions on LMB and Imoperial
Arterial and Residential Rehabilitation 50,000 City of Laguna Hills
City Facilities Parking Lot Seal Coat 60,000 City of Laguna Hills
Traffic Signal Irnprovements - 9 intersections on a 1,000,000 City of La Mirada
Mirada Blvd
Arterial and Residential Slurry Seal 800,000 City of La Mirada
Rosecrans Dual Leh Turn Pockets 200,000 City of La Mirada
Inspedion Street Widening/Water Quality/and SWPPP 20,000 City of Perris
Slurry Seal /Street Rehab InspecCion 2,100,000 CiYy of Yorba Linda
Parking Garage Improvements 40,000 City of West
Hollywood
SWPPP and BMP Inspections 80,000 City of Bellflower
Sewer Improvement Project 10,000 City of West
Hollywood
REFERENCES
1 1
19 e a.a e.a oe.e i=.
COMPARABLE WORK WITH PUBLIC
AGENCIES
Plan Grading Plans, Street and Storm Drain Improvements, On-Call City of Yorba Linda
Check Tentative Tract Maps, Line of Sight,Traffic Control Plans,
Striping Plans,WQMP Reports, SWPPP Reports,
Hydrology& Hydraulic Reports
Grading Plans,Water Quality Plans, Planning 70,000 Gty of Beliflower
Conditions, LID Reports, Green Streets
Grading Plans, Street& Storm Drain Improvement 100,000 City of La Mirada
Plans,Traffic Signal Improvement Plans
Tract Improvements Plans induding Rough Grade, 100,000 City of Menifee
Precise Grade, Street,Stonn Drain, Striping, Drainage
RepoKs,Water Quality Reports, SWPPP reports.
NPDES Proyram Manager OmCall City of Beltflower
Program Coordinator On-Call Cify of Menifee
NPDES Consultant On-Call City of Yorba Linda
Program Manager On-Call City of Jurupa Valley
Grant RosecransAvenue CorridorTraffic Signal City of La Mirada
Funding Improvements
Oversight
La Palma Avenue Street Rehabilitation City of Yorba Linda
EI Toro Road Streetscape City of Laguna Hills
Cabot Road RehabiliCation City of Laguna Hllls
Arterial Highway Rehabilitation City of Laguna Hills
CityStaff EnglneeringPlanCheck On-Call CityofYorbaLinda
Services
Planning Conditions of Approval On-Call City of Yorba Linda
NPDES/Water Quality On-Call City of[3ellflower
Assistant to the Gty Engineer On-Call City of Jurupa Valley
Program Management On-Call City of La Mirada
STATEMENTS
REQUESTED PER RFP
All terms and conditions outlined in the Consulting Services Agreement are acceptable.
The required insurance coverage will be obtained and Wolfe Engineering understands said
coverage is a prerequisite for entering into an agreement with the City.
10 e c aa,oa.a oas ip i.
City of Orange
Public Works Department
Attn: Kathy Nguyen
300 E.Chapman Avenue
Orange,CA 92866
RE: Fee Proposal to Provide On-Call Treffic Engineering/Plan Checking/Design/Public
Works Inspedion Services
Dear Ms. Kathy Nguyen,
Wolfe Engineering and Design Inc.appreciates the opportunity to submit this proposal to the City of
Orange forthe On-Call Traffic Engineering/Plan Checking/Design/Public Works Inspection Services.
Attached is the fee proposal for the project. Since the proposal is for On-Call services, Wolfe
Engineering's company rate sheet is attached in lieu of a fee proposal.
Thank you for this opportunity to again offer our services to the City of Orange. Should you have
questions during the selection process, please contact me at 714.402.9645.
Kind Regards,
Lori S.Wolfe P
Lead Engineering Manager
Projed Representative
Wolfe Engineering and Design Inc. LoriWolfena Wolfe-Enaineering.com
360 E. First Street#262 Established: 2005
Tustin, CA 92780 Legal Structure: S-CORPORATION
714-402-9645 Federal Employer I.D. Number: 20-4128575
21 e emaa.me.a o..ia m
FEE SCHEDULE
Principal Engineer 220
SeniorProject Manager 165
Senior Project Engineer 110
Project Engineer 110
Senior Staff Engineer 105
Staff Engineer,_ < ` , 9600. ;
Engineering Assistant 80
Designe[JI 95
Designer I 90.
Construction'Manager• 135 `"'
Senior Inspector 115
Inspector . : ' . .. 95 a: . : . .
Senior Surveyor 120
2=MamSurvey Crev 250
CADD Operator II 110
CADD Operato:l:.. 90?Q:: ; .
Word Processor II 7p.00
Word Processor I: ; :; 60
Clerical 50
Administrative Management," , 110
Administrative Assistant 65?4
Plan Checker III. . ; 135; . ;
Plan Checker II 120
Plan Checker I 95 . .
Hourly Charges for Personnel
OtherCharges
Reimbursable expenses incurred in connection with the work will be billed at cost plus 15%. Such
reimbursable expenses include the following:
Reproductions, printing, maps and project specific supplies related to the job.
Soils Engineers, surveyors, and other outside services.
Project specific fees, insurance, permits and Iicenses.
Mileage will be reimbursed per state standard.
This Schedule of Hourly Rates is incorporated into the agreement for the services provided. The effective
dates of this schedule are January 2018 to December 2018 and will be adjusted thereafter.
Invoices
Invoices will be submitted to the City monthly and are due upon receipt.
2z eneine.rino ena oesion ine