Loading...
HomeMy WebLinkAboutAGR-6677 - WOLFE ENGINEERING AND DESIGN INC - 2018 ON-CALL CONSTRUCTION MANAGEMENT_INSPECTION SERVICESflc--.`77 PROFESSIONAL SERVICE5 AGREEMENT On Call Construction Management/Inspection Services] THIS PROFESSIONAL S +,RVICES AGREEMENT (the "Agreement") is made at Orange, California, as of er 2018 {herein refened to as the `Bffective Date") by and among the CITY OF ORANGE, a municipal cozporation ("City") and WOLFE ENGINEERING AND DESIGN, INC., a California corporation (the "Contractor"), with its principal office for purposes of this Agreement at 360 E. First Street#262, in the City of Tustin, State of California,with reference to the following: 1. Services. Subjeet to the terms and conditions set forth in this Agreement, Contractor shall provide to the reasonable satisfaction of City, the services set forth in E chibit A", which are attached hereto and incorporated herein by this reference. All services provided shall conform to all federal, sta.te 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. Comuensation and Fees. a. Compensarion for each project performed hereunder shall be determined by the hourly rates set forth in"Exhibit B",unless authorized in writing and approved by the City as an amendment to this Agreement. In no event shall Contractor's total compensation for all services performed during the term of this Agreement exceed TWENTY FIVE THOUSAND DOLLARS and 00/100($25,000.00)without prior written authorization of the City. b. Included in the total compensation for each project awarded are all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone,travel, auto rental, subsistence and all related expenses. 3. Pavment. 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. Chan e 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 the City as an amendment to this Agreement. The amendment shall set forth the changes of work, extension of time for preparation and adjustment of the fee 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 or 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. Indenendent 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 this Agreement. Contractor shall be .solely responsible for, and shall indemnify, defend and save City harmless from a11 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 Contractor shall not, under any circumstances, be considered employees of the City, and that they shall not be entitled to any of the benefits or rights afforded employees of the City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, denta.l, long-term disability or workers' compensation insurance benefits. 7. Contractor Not Agent. 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. Desi nated Persons. Only those persons designated in Exhibit "A", if any, shall perform work provided for under this Agreement provided that it is understood by the parties that clerical and other nonprofessional work may be performed by other employees of Contractor. 9. Assignment or Subcontractin. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this 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 designee. 2 10. Time of Completion. Contractor agrees to commence the work provided for in this Agreement within three (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 otherwise agreed to by and between the representa.tives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution 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 that are caused by the 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 time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by the City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional 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 absent a written amendment to this Agreement. 14. Products of Contractor. The documents, reports, studies, technical data, logs, files, evaluations, 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 Opuortunitv. 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, national origin or mental or physical disability. Contractor shall ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, or mental or physical disability. Such actions shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or tennination, 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 consideration for employment without regard for race, color, religion, sex, national origin, or mental or physical disability. 3 c. Contractor shall cause the foregoing paxagraphs (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. 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 knows or has reason to lrnow that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. Contractor further agrees that it shall not be eligible to work as the design/build firm for the project that is the subject of this Agreement. 17. Indemnitv. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold the City, its City Council and each member thereof, and the officers, employees and representatives of the City (herein referred to collectively as 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 Contractor's contractor'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 the Contractor, or person, firm or corporation employed by the 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. The 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 instituted against the Indemnitees on any such c1a00im or liability covered by this subparagraph, and shall pay or satisfy 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 subparagraph. 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 property caused by the negligent professional act or omission in the performance of professional services pursuant to this 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. 4 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 his successors. 18. Insurance. a. Contractor shall carry workers compensation insurance as required by law for 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, comprehensive general liability insurance or commercial general liability insurance written on an occurrence basis providing for a combined single limit of$2 million for bodily injury, death and property damage. c. Contractor shall maintain during the life of this Agreement, automotive liability insurance on a comprehensive form covering all owned, non-owned and hired automobiles providing for a combined single limit of $1,000,000 for bodily injury, death and property damage. d. Each policy of general liability and automotive liability shall provide that City, its officers, agents, and employees are declared 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 the City along with the certificate of insurance, which endorsement shall be on Insurance Services Office, Inc. Form CG 20 10 10 O1. In lieu of an endorsement, the City will accept a copy of the policy(ies)which evidences that the City is an additional insured as a contracting party. e. Contractor shall maintain during the life of this Agreement professional liability insurance coverage arising out of the performance of this Agreement with a combined single limit of$1,000,000. Contractor agrees to keep such policy in force and effect for at least five years from the date of completion of this Agreement. f.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 Iiabilities other than as stated above. g. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned general liability, automotive and professional liability insurance coverages on forms acceptable to City, which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10)days prior written notice to City. 5 h. 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 the State of 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 the State of California so long as such insurer possesses the aforementioned Best's rating. i.Con ractor shall immediately notify the City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by the City. In such a case, the 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. j.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 the City, on behalf of any insurer providing insurance to either the Contractor or to the City with respect to the services of Contractor herein, a waiver of any right to subrogation which any such insurer of said Contractor may acquire against the City by virtue of the payrnent of any loss under such insurance. k. Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to the City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. 1'he City may for any reason terminate this Agreement by giving the Contractor not less than five (5) days written notice of intent to terminate. Upon receipt of such notice, the Contractor shall immediately cease work, unless the notice from the City provides otherwise. Upon the termination of this Agreement, the City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement,unless termination by the City shall be for cause, in which event the City may withhold any disputed compensation. The City shall not be liable for any claim of lost profits. 20. Maintenance and Insuection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the records")pertaining to the costs of and completion of services performed under this Agreement. The City and any of their authorized representatives shall have access to and the right to audit and reproduce 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 termination or completion of this Agreement. Contractor agrees to make available all such records for 6 inspection or audit at its offices during normal business hours and upon three (3) days notice from the City, and copies thereof sha11 be furnished if requested. 21. Comnliance with all Laws/Immi ration Laws. a. Contractor shall be lrnowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. Contractor represents and warrants that Contractor: 1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration 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 times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, 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 fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance andlor worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. c. Contractor shall require all subcontractors to make the same representations and warranties as set forth in Section b. d. Contractor shall, upon request of the City, provide a list of all employees working under this Agreement and shall provide, to the reasonable satisfaction of the City, verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by the Contractor. Once such request has been made, Contractor may not change employees worlcing under this Agreement without written notice to the City, accompanied by the verification required herein for such employees. e. Contractor shall require all subcontractors to make the same verification as set forth in Section d. f. Any Contractor or subcontractor who knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or 7 fails to follow federal laws to determine the status of such employee shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by the City. g. The Contractor agrees to indemnify and hold the City, its officials, and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures, the City may sustain by reason of the Contrator's failure to comply with said laws,rules and regulations in connection with the performance of this Agreement. 22. Governin Law. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts. 23. Integration. This Agreement constitutes the entire agreement of the parties. No other agreement, oral or written, pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this 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 or by first class mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices may be sent by either e-mail or U.S. Mail. 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" CITY" Wolfe Engineering and Design,Inc. City of Orange 360 E.First Street#262 300 E. Chapman Avenue Tustin, CA 92780 Orange, CA 92866-1591 Attn.: Lori Wolfe Attn.: Kathy Nguyen Telephone No.: (714)402-9645 Telephone No.: (714)744-5528 E-Mail: loriwolfe@wolfe-engineering.com E-Mail: knguyen@cityoforange.org 25. Counteruarts. 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 instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. Remainder ofpage intentionally left blank;signatures on next pageJ 8 IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the date and year first above written. CITY" CITY OF ORANGE, a municipal corporation By: " tto, City Manager CONTRACT AND INSURANCE AP VED BY: ary Sh at Senio ' n 'ty Attorney i" CONTRACTOR" WOLFE ENGINEERING AND DESIGN,INC., a California corporation Note: Signature of Chairman of the By: Board,President or Vice President is Printed N me` C UU O requiredJ Title: Si l7 Note: Signature of Secretary,Assistant By: W Secretary, ChiefFinancial Officer or Printed Name: Zl S Ol Assista t Treasurer is also equiredJ Title: L C2C—TA i-`( 9 E II IBIT "A" SCOPE OF SERVICES Beneath this sheet.] WOLFE ENGINEERING AND DESIGN INC. A CIVIL ENGINEERING COMPANY 1,.,, y wk 1ri,. b7 S, F F; i .. i,? y 4., f 4 L 9 . c." r, 4 s . t""` .',, i a . x, - ary:, t 4ereiir h , .., k; i"i" k r F z- ; r, A'; e w i'.::.a°.,:`> r . .. .. .. . . . 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. 1 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 Nguyen, 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 construction to project close out. We have the ability to take the necessary actions 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. 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 S. Wolfe, PE Lead Engineering Manager Project Representative Wolfe Engineering and Design Inc. LoriWolfe@Wolfe-Engineerinq.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 E g r,eer g eoa oes g i o. TABLE OF CONTENTS COMPANY INFORMATION...............................................................................................4 TEAM...................................................................................................................................5 PROJECT SPOTLIGHTS.....................................................................................................6 RESUMES............................................................................................................................8 SCOPEOF WORK............................................................................................................15 PROJECT APPROACH.....................................................................................................17 COMPARABLE WORK.....................................................................................................19 REFERENCES ...................................................................................................................19 STATEMENTS ...................................................................................................................20 FEE PROPOSAL ............................................................................SEPARATE ENVELOPE 1 Englneenng an0 Deslgn Inc. 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 dirett, 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 project 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+Civil 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 LoriWolfe@Wolfe-Engineering.com Eng neering end Oesign 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..T. DAVID BERRYMAN P.E. RAY BERRYMAN P.E. Construction Management Lead Project Engineer Business Advisor 6+Year of Experience 30+Year of Experience S0+Year of Experience I I Past President of Berryman & Henigar Inc. AI O'BALLES KENT ALLEN P.E. Inspector Project Engineer 30+YearofExperience 30+YearofExperience GLEN DROGIN P.E. Civil Engineer QA/QC 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 - Project Engineer Englneering anE esign Inc. PROJECT SPOTLIGHTS CONSTRUCTION MANAGEMENT/ INSPECTION City of La Mirada - La Mirada Blvd Traffic Signal Project - 9 Intersections: Wolfe Engineering provided program management and construdion 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 project. 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, efFective, 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-Striping Project: Wolfe Engineering provided Construction Management and Inspection for the Cities annual slurry seal and striping. Notification of the project 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/how the construction will affect their cherished businesses and how we strive to minimize any potentially deleterious closures of driveways, sidewalks, and street lanes. Project 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 - contractor 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 for the 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 Caltrans. 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 drain design solutions(including PS&E)to ensure highway safety for all. Designer-Steven Wolfe Engineenng ana Das gn Inc. PROJECT SPOTLIGHTS STAFF SERVICES City of La Mirada - On-Site Staff Services - Wolfe Engineering has provided engineering, construction management and project management services to City of La Mirada from 2015-2018. 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 operates 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 contracts 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 for the 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 Caltrans Local Assistance and County Transportation Authorities. Federal funds were secured for street work. Wolfe Engineering has extensive experience in dealing with Federal 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 City 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 tract 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 demonstrates our quality and timely standards. City of La Mirada - Traffic 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 project included review of 3 new signals at the intersections of Imperial Highway and Santa Gertrudes, La Mirada Blvd and Rosecrans Avenue, and Imperial Highway and Ocaso. Coordination with LA County for maintenance was required as the City contracts 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 Management: 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 program management. w Englneenng an0 Design Inc. RESUMES LORI WOLFE P.E. QSP/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 s : - . 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 duration of the contract. Lori of years of experience backing her knowledge of the industry: Construction Management-20 years Plan Check Services-30 years Engineering Design-33 years Staff Services- 15 years Construction Management a Traffic Signal Installation and Upgrades Street Signing and Striping City Wide Slurry Seals Median Improvements Arterial Highway Rehabilitations MajorArterial Street Slurry Seals r _ , Parking Lot Rehabilitations Civil Engineering Design Traffic Control Plans Street Rehabilitation Plans Slurry Seal Projects Street Striping Plans City Hall Parking Lot Improvements RighULeft Turn Pockets(Beach Blvd) Federal Funding City Facility Parking Lot Improvement City Storm Drain Improvements Encroachment Permits Program Management Grant Funding NPDES Program Management HSIP CIP Program Management Orange County Development Engineering Management Federal Funding Caltrans Local Assistance Plan Check Services NPDES Program Management fi CIP Program Management Development Engineering Management Engineering anG Design Inc. l 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: 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 drainage 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 drain using StormCAD. Maintained QA/QC for the project. South Santa Fe Widening and Improvements 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(2012) 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,structural, bikeway specialist,and survey. Engineering enA Design Inc. RESUMES DANIEL BERRYMAN 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 e 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 traffic 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 meet the 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 1 1 1. 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 for the Rancho Mirage Redevelopment Agency. 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 Construction Project. City of Santee, CA. Project Manager prepared detour plans for Cuyamaca Street Construction Project. J Engineenng anE Design Inc. 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 walis, 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 for traffic signal conduit. Storm Drain - Inspection services for new underground storm drain line. City of Fullerton,Senior Inspector Provided inspection services for the City of Fullerton for over 20 years. Inspection services included: Arterial highway slurry seal Capital Improvement Projects Residential slurry seal inspection aAnnual 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 Engineering an0 Design Inc. 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 Mirada. His work experience includes: Project 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, (ead 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. e - - • . t Engineering and Design Inc. STEVEN WOLFE E.I.T M.ASCE (CONTINUED) City of Laguna Hills - EI Toro Road Traffic Control Plan - Prepared traffic control plans for the EI Toro Road off-ramp.A Caltrans encroachment permit was required for work and traffic contro) on Interstate 5. City of Beliflower - 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. s • City of La Mirada- Steven Wolfe provided design/drafting services and inspecting services for a LA Mirada Boulevard median improvement project for the Ciry 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. s . 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 straight and pursue our purpose with integrity and diligence. Engineering anA Design Inc. 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 Federal regulations as well as adherence to Codes and Professional Standards, including CAMUTCD. City of Perris - Provided NPDES inspections for Harley Knox Road. Hariey 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. a . _ 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 projects including BMP placement, BMP maintenance and site management. t`. Yorba Linda, Inspection Services Provided inspection services for concrete work i • 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 Left Turn 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 current ADA requirements. Engineering an0 Des gn Inc. 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 Orange with the highest level of skill and proficiency. We are capable of providing the technical services associated with the general traffic 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 finai plans to bidding to award to construction to project 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 ManagemenUConstruction 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. Roadway Widening 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 6. Traffic Control Plans 2. NEPA C. Engineering Design G. Grant Funding 1. Assist with management of final design 1. Preparation of traffic 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 I,;Engineering anE Design Inc. 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 that the 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 project 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 project. 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 lists to provide a complete and comprehesive review of projects. Our checklists include submittal requirements, sheet requirements,design specifications, and conditions of approval requirements. Engineenng anA Des gn Inc. PROJECT APPROACH Wolfe Engineering has a systematic and proven approach to managing and designing projects. Wolfe Engineering has a specific project 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. Project Analysis 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 ti :,, f Engineering end Des gn Inc. CONSTRUCTION MANAGEMENT/ INSPECTION APPROACH Typical Project Schedule for Construttion 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 include 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 Leffingwell Blvd. Slurry Seal and Sign Upgrades; and La Mirada Boulevard Median Improvements. The design projects include La Mirada Boulevard Storm Drain Improvements, La Mirada Boulevard Median Improvements, Civic Center and all City owned Facilities Parking Lot Seal Coat. Inspection services included 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 Project g. Award Project d. Advertise Project I • a.Coordinate Pre-construction meeting c.Process RFI's and prepare RFI 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.Progress 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 Proceed 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.Project filing system per Caltrans LAPM iii. Track quantities ii.Prepare and process reimbursements p Engineering anA Des gn Inc. J COMPARABLE WORK WITH PUBLIC AGENCIES Civil Storm Drain Design 15,000 City of La Mirada Engineering Design Arterial Highway Rehabilitation 40,000 City of Laguna Hills La Mirada Blvd. Median Improvements 8,000 City of La Mirada Newport Ave. 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 City of Upland Program/ Alondra Blvd Intersection Improvements with Signal 200,000 City of La Mirada Construction 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 of La Mirada Imperial Hwy. 3 Intersections 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 Improvements- 9 intersections on La 1,000,000 City of La Mirada Mirada Blvd Arterial and Residential Slurry Seal 800,000 City of La Mirada Rosecrans Dual Left Turn Pockets 200,000 City of La Mirada Inspection Street Widening/Water Quality/and SWPPP 20,000 City of Perris Slurry Seal/Street Rehab Inspection 2,100,000 City 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 a, o 1. i • o s • i j • . 04 A a1 Engineer ng an0 Design Inc. 7 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 City of Bellflower 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 including Rough Grade, 100,000 City of Menifee Precise Grade, Street,Storm Drain, Striping, Drainage Reports,Water Quality Reports, SWPPP reports. NPDES Program Manager On-Call City of Bellflower Program Coordinator On-Call City of Menifee NPDES Consultant On-Call City of Yorba Linda Program Manager On Call City of Jurupa Valley Grant Rosecrans Avenue Corridor Traffic 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 Rehabilitation City of Laguna Hilis Arterial Highway Rehabilitation City of Laguna Hills City Staff Engineering Plan Check On-Call City of Yorba Linda Services Planning Conditions of Approval On-Call City of Yorba Linda NPDES/Water Quality On-Call City of Bellflower Assistant to the City 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. Engineenng an0 Design Inc. City of Orange Public Works Department Attn: Kathy Nguyen 300 E. Chapman Avenue Orange, CA 92866 RE: Fee Proposal to Provide On-Call Traffic Engineering/Plan Checking/Design/Public Works Inspection Services Dear Ms. Kathy Nguyen, Wolfe Engineering and Design Inc. appreciates the opportunity to submit this proposal to the City of Orange for the 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, PE Lead Engineering Manager Project Representative Wolfe Engineering and Design Inc. LoriWolfe(c Wolfe-Engineering.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 Engineering and Des gn Inc. FEE SCHEDULE Principal Engineer 220 Senior Project Manager 165 r Senior Project Engineer i $110 mProject Engineer 110 R Senior Staff Engineer 105 Staff Engineer gg.00 s__.._. Engineering Assistant I $80. Designer U 95. Designer I 90. i Consfruction Manager I$135 Senior Inspector 115 Inspector __ .._._.._ 95'00__.. Senior Surveyor 120 e i 2-Man Survey Crew 250 CADD Operator II w 110 w CADD Operator I 4 90.2Q..____ Word Processor II rn j $7p"oo" Word Processor I 60. Clericai 50 v...___ s._ Administrative Management i $110 Administrative Assistant T 65 TM Pian Checker Iii 135 i _..___._... .. Plan Checker II 120 Plan Checker I 95 Hourly Charges for Personnel Other Charges 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 licenses. Mileage will be reimbursed per state standard. This Schedule of Houriy Rates is incorporated into the agreement for the services provided. Tiie effective dates of this schedule are January 2018 to December 2018 and will be adjusted thereafter. I nvoices Invoices will be submitted to the City monthly and are due upon receipt. Eng neering antl Des gn Inc.