Loading...
KOA Corporation (2013) Realignment of PVDS CITY OF RANCHO PALOS VERDES DESIGN PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into this 5th day of March, 2013 by and between the City of Rancho Palos Verdes (hereinafter referred to as the "CITY") and KOA Corporation (hereafter referred to as "CONSULTANT"). IN CONSIDERATION of the covenants hereinafter set forth, the parties hereto agree as follows: ARTICLE 1 SCOPE OF SERVICES 1.1 Project Description The project (hereinafter "Project") is described as follows: CONSULTANT shall provide civil design services for the realignment of a section of roadway approximately 900 feet long along Palos Verdes Drive South, including evaluating the project area, reviewing existing documents, performing a land survey of the Project area, preparing construction-related plans and details, specifications and a cost estimate, and assisting the City in preparing the final bid documents. 1.2 Description of Services CONSULTANT shall perform design services required to realign the section of roadway located on Palos Verdes Drive South at the intersection of the Klondike Canyon and Portuguese Bend Landslides approximately 2200 feet east of Schooner Drive, including attending all required meetings and preparation of the documents necessary to solicit contractors for construction proposals. CONSULTANT is responsible for accurate and effective communication and record-keeping. These services are more fully described in CONSULTANT's Proposal, which is attached hereto as Exhibit "A" and incorporated herein by this reference. In the event of any conflict between the terms of this Agreement and any incorporated documents, the terms of this Agreement shall control. 1.3 Schedule of Work Upon receipt of written Notice to Proceed from the CITY, CONSULTANT shall perform with due diligence the services requested by the CITY. Time is of the essence in this Agreement. CONSULTANT shall not be responsible for delay, nor shall CONSULTANT be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of CITY to furnish timely information or to approve or disapprove CONSULTANT's work promptly, or delay or faulty performance by CITY, other consultants/contractors, or governmental agencies, or any other delays beyond CONSULTANT's control or without Page 1 of 11 R6876-000111557062v2.doc Agreement for Design Professional Services T CONSULTANT's fault. ARTICLE 2 COMPENSATION 2.1 Fee CITY agrees to compensate CONSULTANT an amount not to exceed forty-one thousand four hundred twenty-five dollars and no cents ($41,425.00) for services as described in Article 1. 2.2 Terms of Compensation CONSULTANT shall submit monthly invoices for the percentage of work completed in the previous month. CITY agrees to authorize payment for all undisputed invoice amounts within thirty (30) days of receipt of each invoice. CITY agrees to use its best efforts to notify CONSULTANT of any disputed invoice amounts or claimed completion percentages within ten (10) days of the receipt of each invoice. However, CITY's failure to timely notify CONSULTANT of a disputed amount or claimed completion percentage shall not be deemed a waiver of CITY's right to challenge such amount or percentage. Additionally, in the event CITY fails to pay any undisputed amounts due CONSULTANT within forty-five (45) days after invoices are received by CITY then CITY agrees that CONSULTANT shall have the right to consider said default a total breach of this Agreement and be terminated by CONSULTANT without liability to CONSULTANT upon ten (10) working days advance written notice. 2.3 Additional Services CITY may request additional specified work under this Agreement. All such work must be authorized in writing by the CITY's Director of Public Works prior to commencement. CONSULTANT shall perform such services, and CITY shall pay for such additional services in accordance with CONSULTANT's Schedule of Hourly Rates, which is within Exhibit "A". The rates in Exhibit "A" shall be in effect through the end of this Agreement. 2.4 Term of Agreement This Agreement shall commence upon execution by both parties and shall terminate on December 31, 2013, unless sooner terminated pursuant to Article 4 of this Agreement. Page 2 of 11 R6876-000111557062v2.doc Agreement for Design Professional Services , ARTICLE 3 INDEMNIFICATION AND INSURANCE 3.1 Indemnification, Hold Harmless, and Duty to Defend (a) Indemnity for Design Professional Services. In connection with its design professional services and to the maximum extent permitted by law, CONSULTANT shall hold harmless and indemnify CITY, and its officials, officers, employees, agents and independent contractors serving in the role of CITY officials, and designated volunteers (collectively, "Indemnitees"), with respect to any and all claims, demands, causes of action, damages, injuries, liabilities, losses, costs or expenses, including reimbursement of attorneys' fees and costs of defense (collectively, "Claims" hereinafter), including but not limited to Claims relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to in whole or in part to the negligence, recklessness, or willful misconduct of CONSULTANT or any of its officers, employees, subcontractors, or agents in the performance of its design professional services under this Agreement. (b) Other Indemnities. In connection with any and all claims, demands, causes of action, damages, injuries, liabilities, losses, costs or expenses, including attorneys' fees and costs of defense (collectively, "Damages" hereinafter) not covered by Section 3.1(a), and to the maximum extent permitted by law, CONSULTANT shall defend, hold harmless and indemnify the Indemnitees with respect to any and all Damages, including but not limited to, Damages relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to the acts or omissions of CONSULTANT or any of its officers, employees, subcontractors, or agents in the performance of this Agreement, except for such loss or damage arising from the sole negligence or willful misconduct of the CITY, as determined by final arbitration or court decision or by the agreement of the parties. CONSULTANT shall defend Indemnitees in any action or actions filed in connection with any such Damages with counsel of C1TY's choice, and shall pay all costs and expenses, including all attorneys' fees and experts' costs actually incurred in connection with such defense. Consultant's duty to defend pursuant to this Section 3.1(b) shall apply independent of any prior, concurrent or subsequent misconduct, negligent acts, errors or omissions of Indemnitees. (c) All duties of CONSULTANT under Section 3.1 shall survive termination of this Agreement. 3.2 General Liability CONSULTANT shall at all times during the term of the Agreement carry, maintain, and keep in full force and effect, a policy or policies of Commercial General Liability Insurance, with minimum limits of one million dollars ($1,000,000) for each occurrence and two million dollars ($2,000,000) general aggregate for bodily injury, Page 3 of 11 R6876-000111557062v2.doc Agreement for Design Professional Services death, loss or property damage for products or completed operations and any and all other activities undertaken by CONSULTANT in the performance of this Agreement. Said policy or policies shall be issued by an insurer admitted to do business in the State of California and rated in A.M. Best's Insurance Guide with a rating of A:VII or better. 3.3 Professional Liability CONSULTANT shall at all times during the term of this Agreement, carry, maintain, and keep in full force and effect a policy or policies of professional liability insurance with a minimum limit of one million dollars ($1,000,000) per claim and aggregate for errors and/or omissions of CONSULTANT in the performance of this Agreement. Said policy or policies shall be issued by an insurer admitted to do business in the State of California and rated in Best's Insurance Guide with a rating of A:VII or better. If a "claims made" policy is provided, such policy shall be maintained in effect from the date of performance of work or services on the CITY's behalf until three (3) years after the date of work or services are accepted as completed. Coverage for the post-completion period may be provided by renewal or replacement of the policy for each of the three (3) years or by a three-year extended reporting period endorsement, which reinstates all limits for the extended reporting period. If any such policy and/or policies have a retroactive date, that date shall be no later than the date of first performance of work or services on behalf of the CITY. Renewal or replacement policies shall not allow for any advancement of such retroactive date. 3.4 Automobile Liability CONSULTANT shall at all times during the term of this Agreement obtain, maintain, and keep in full force and effect, a policy or policies of Automobile Liability Insurance, with minimum of one million dollars ($1,000,000) per claim and occurrence and two million dollars ($2,000,000) in the aggregate for bodily injuries or death of one person and five hundred thousand dollars ($500,000) for property damage arising from one incident. 3.5 Worker's Compensation CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation insurance as required by the law. CONSULTANT shall require any subcontractor similarly to provide such compensation insurance for their respective employees. 3.6 Notice of Cancellation (a) All insurance policies shall provide that the insurance coverage shall not be cancelled or modified by the insurance carrier without thirty (30) days prior written notice to CITY, or ten (10) days notice if cancellation is due to nonpayment of premium. Additionally, CONSULTANT shall provide immediate notice to the City if it Page 4 of 11 R6876-0001\1557062v2.doc Agreement for Design Professional Services receives a cancellation or policy revision notice from the insurer. (b) CONSULTANT agrees that it will not cancel or reduce any required insurance coverage. CONSULTANT agrees that if it does not keep the aforesaid insurance in full force and effect, CITY may either immediately terminate this Agreement or, if insurance is available at a reasonable cost, CITY may take out the necessary insurance and pay, at CONSULTANT's expense, the premium thereon. 3.7 Entire Policy and Certificate of Insurance At all times during the term of this Agreement, CONSULTANT shall maintain on file with the CITY Clerk both a copy of the entire policy and a certificate of insurance showing that the aforesaid policies are in effect in the required amounts. The commercial general liability policy shall contain endorsements naming the CITY, its officers, agents and employees as additional insureds. 3.8 Primary Coverage The insurance provided by CONSULTANT shall be primary to any coverage available to CITY. The insurance policies (other than workers compensation and professional liability) shall include provisions for waiver of subrogation. ARTICLE 4 TERMINATION 4.1 Termination of Agreement (a) This Agreement may be terminated at any time, with or without cause, by the CITY upon thirty (30) days prior written notice. This Agreement may be terminated by CONSULTANT only for cause upon ninety (90) days prior written notice. Notice shall be deemed served if completed in compliance with Section 6.14. (b) In the event of termination or cancellation of this Agreement by CONSULTANT or CITY, due to no fault or failure of performance by CONSULTANT, CONSULTANT shall be paid compensation for all services performed by CONSULTANT, in an amount to be determined as follows: for work satisfactorily done in accordance with all of the terms and provisions of this Agreement as determined by the CITY, CONSULTANT shall be paid an amount equal to the percentage of services performed prior to the effective date of termination or cancellation in accordance with the work items; provided, in no event shall the amount of money paid under the foregoing provisions of this paragraph exceed the amount which would have been paid to CONSULTANT for the full performance of the services described in this Agreement. Page 5 of 11 R6876-000111557062v2.doc Agreement for Design Professional Services • ARTICLE 5 OWNERSHIP OF DOCUMENTS 5.1 Ownership of Documents and Work Product All documents, plans, specifications, reports, information, data, exhibits, photographs, images, video files and media created or developed by CONSULTANT pursuant to this Agreement ("Written Products") shall be and remain the property of the CITY without restriction or limitation upon its use, duplication or dissemination by the CITY. All Written Products shall be considered "works made for hire," and all Written Products and any and all intellectual property rights arising from their creation, including, but not limited to, all copyrights and other proprietary rights, shall be and remain the property of the CITY without restriction or limitation upon their use, duplication or dissemination by the CITY. CONSULTANT shall not obtain or attempt to obtain copyright protection as to any Written Products. CONSULTANT hereby assigns to the CITY all ownership and any and all intellectual property rights to the Written Products that are not otherwise vested in the CITY pursuant to the paragraph directly above this one. CONSULTANT warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the services and the production of all Written Products produced under this Agreement, and that the CITY has full legal title to and the right to reproduce the Written Products. CONSULTANT shall defend, indemnify and hold the CITY, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of CITY officials, harmless from any loss, claim or liability in any way related to a claim that CITY's use of any of the Written Products is violating federal, state or local laws, or any contractual provisions, or any laws relating to trade names, licenses, franchises, copyrights, patents or other means of protecting intellectual property rights and/or interests in products or inventions. CONSULTANT shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, equipment, devices or processes in connection with its provision of the services and Written Products produced under this Agreement. In the event the use of any of the Written Products or other deliverables hereunder by the CITY is held to constitute an infringement and the use of any of the same is enjoined, CONSULTANT, at its expense, shall: (a) secure for CITY the right to continue using the Written Products and other deliverables by suspension of any injunction, or by procuring a license or licenses for CITY; or (b) modify the Written Products and other deliverables so that they become non-infringing while remaining in compliance with the requirements of this Agreement. This covenant shall survive the termination of this Agreement. Upon termination, abandonment or suspension of the Project, the Page 6 of 11 R6876-000111557062v2.doc Agreement for Design Professional Services • CONSULTANT shall deliver to the CITY all Written Products and other deliverables related to the Project without additional cost or expense to the CITY. If CONSULTANT prepares a document on a computer, CONSULTANT shall provide CITY with said document both in a printed format and in an electronic format that is acceptable to the CITY. ARTICLE 6 GENERAL PROVISIONS 6.1 Representation The CITY representative shall be the Director of Public Works or his or her designee, and CONSULTANT shall notify CITY of CONSULTANT's designated representative. These individuals shall be the primary contact persons for the parties regarding performance of this Agreement. 6.2 Fair Employment Practices/Equal Opportunity Acts In the performance of this Agreement, CONSULTANT shall comply with all applicable provisions of the California Fair Employment Practices Act (California Government Code Sections 12940-48), the applicable equal employment provisions of the Civil Rights Act of 1964 (42 U.S.C. 200e-217), and the Americans with Disabilities Act of 1992 (42 U.S.C. § 11200, et seq.). 6.3 Personnel CONSULTANT represents that it has, or shall secure at its own expense, all personnel required to perform CONSULTANT's services under this Agreement. Any person who performs engineering services pursuant to this Agreement shall be licensed as a Civil Engineer by the State of California and in good standing. CONSULTANT shall make reasonable efforts to maintain the continuity of CONSULTANT's staff who are assigned to perform the services hereunder and shall obtain the approval of the Director of Public Works of all proposed staff members who will perform such services. CONSULTANT may associate with or employ associates or subcontractors in the performance of its services under this Agreement, but at all times shall CONSULTANT be responsible for its associates and subcontractors' services. 6.4 CONSULTANT's Representations CONSULTANT represents, covenants and agrees that: a) CONSULTANT is licensed, qualified, and capable of furnishing the labor, materials, and expertise necessary to perform the services in accordance with the terms and conditions set forth in this Agreement; b) there are no obligations, commitments, or impediments of any kind that will limit or prevent CONSULTANT's full performance under this Agreement; c) to the extent required by the standard of practice, CONSULTANT has investigated and Page 7 of 11 R6876-000111557062v2.doc Agreement for Design Professional Services considered the scope of services performed, has carefully considered how the services should be performed, and understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. 6.5 Conflicts of Interest CONSULTANT agrees not to accept any employment or representation during the term of this Agreement or within twelve (12) months after completion of the work under this Agreement which is or may likely make CONSULTANT "financially interested" (as provided in California Government Code Sections 1090 and 87100) in any decisions made by CITY on any matter in connection with which CONSULTANT has been retained pursuant to this Agreement. 6.6 Legal Action (a) Should either party to this Agreement bring legal action against the other, the validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California, excluding California's choice of law rules. Venue for any such action relating to this Agreement shall be in the Los Angeles County Superior Court. (b) If any legal action or other proceeding, including action for declaratory relief, is brought for the enforcement of this Agreement or because of an alleged dispute, breach, default or misrepresentation in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees, experts' fees, and other costs, in addition to any other relief to which the party may be entitled. (c) Should any legal action about a project between CITY and a party other than CONSULTANT require the testimony of CONSULTANT when there is no allegation that CONSULTANT was negligent, CITY shall compensate CONSULTANT for its testimony and preparation to testify at the hourly rates in effect at the time of such testimony. 6.7 Assignment Neither this Agreement nor any part thereof shall be assigned by CONSULTANT without the prior written consent of the CITY. Any such purported assignment without written consent shall be null and void, and CONSULTANT shall hold harmless, defend and indemnify the CITY and its officers, officials, employees, agents and representatives with respect to any claim, demand or action arising from any unauthorized assignment. Notwithstanding the above, CONSULTANT may use the services of persons and entities not in CONSULTANT's direct employ, when it is appropriate and customary to do so. Such persons and entities include, but are not necessarily limited Page 8 of 11 R6876-000111557062v2.doc Agreement for Design Professional Services .. to, surveyors, specialized consultants, and testing laboratories. CONSULTANT's use of subcontractors for additional services shall not be unreasonably restricted by the CITY provided CONSULTANT notifies the CITY in advance. 6.8 Independent Contractor CONSULTANT is and shall at all times remain, as to the CITY, a wholly independent contractor. Neither the CITY nor any of its agents shall have control over the conduct of CONSULTANT or any of the CONSULTANT's employees, except as herein set forth, and CONSULTANT is free to dispose of all portions of its time and activities which it is not obligated to devote to the CITY in such a manner and to such persons, firms, or corporations as the CONSULTANT wishes except as expressly provided in this Agreement. CONSULTANT shall have no power to incur any debt, obligation, or liability on behalf of the CITY or otherwise act on behalf of the CITY as an agent. CONSULTANT shall not, at any time or in any manner, represent that it or any of its agents, servants or employees, are in any manner agents, servants or employees of CITY. CONSULTANT agrees to pay all required taxes on amounts paid to CONSULTANT under this Agreement, and to indemnify and hold the CITY harmless from any and all taxes, assessments, penalties, and interest asserted against the CITY by reason of the independent contractor relationship created by this Agreement. CONSULTANT shall fully comply with the workers' compensation law regarding CONSULTANT and its employees. CONSULTANT further agrees to indemnify and hold the CITY harmless from any failure of CONSULTANT to comply with applicable workers' compensation laws. The CITY shall have the right to offset against the amount of any fees due to CONSULTANT under this Agreement any amount due to the CITY from CONSULTANT as a result of its failure to promptly pay to the CITY any reimbursement or indemnification arising under this Article. 6.9 Titles The titles used in this Agreement are for general reference only and are not part of the Agreement. 6.10 Entire Agreement This Agreement, including any other documents incorporated herein by specific reference, represents the entire and integrated agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be modified or amended, or provisions or breach may be waived, only by subsequent written agreement signed by both parties. 6.11 Construction In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be Page 9 of 11 R6876-000111557062v2.doc Agreement for Design Professional Services ' r resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 6.12 Non-Waiver of Terms, Rights and Remedies Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by the CITY of any payment to CONSULTANT constitute or be construed as a waiver by the CITY of any breach of covenant, or any default which may then exist on the part of CONSULTANT, and the making of any such payment by the CITY shall in no way impair or prejudice any right or remedy available to the CITY with regard to such breach or default. 6.13 Severability If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 6.14 Notice Except as otherwise required by law, any payment, notice or other communication authorized or required by this Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during CONSULTANT's or CITY's regular business hours or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses listed below, or at such other address as one party may notify the other: To CITY: Les Jones, Interim Director of Public Works City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 To CONSULTANT: Chuck Stephan KOA Corporation 1411 W. 190th Street, Suite 525 Gardena, CA 90248 Page 10 of 11 R6876-0001\1557062v2.doc Agreement for Design Professional Services 9 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year first above written. • 0/(3 Dated: KOA CORPORATION CCOf') By: Printed Name: 14lf�-- Title: Ike_ P1 By: Printed Name: \1 vo w &, •1+7 Title:,57„by Dated: CITY OF RANCHO PALOS VERDES ("CITY") By: iSiNc.et„.... Mayor ATTEST: APPROVED AS TO FORM: By: /- kaeaA_ City Clerk City Attorney Page 11 of 11 R6876-000111557062v2.doc Agreement for Design Professional Services Exhibit "A": Consultant's Proposal, including Schedule of Hourly Rates Exhibit "A" R6876-000111557062v2.doc A 1411 W. 190th St.,Suite 525 KOA CORPORATION Gardena,CA 90248 t: 310.329.0102 f:310.329.1021 CBM Consulting www.koacorporation.com March 29, 2013 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd Rancho Palos Verdes, CA 90275 Attention: Mr. Ron Dragoo RE: Proposal for Engineering Design Services for the Palos Verdes Drive South Realignment At Portuguese Bend Dear Mr. Dragoo: KOA Corporation ("KOA"), appreciates the opportunity to submit qualifications to the City of Rancho Palos Verdes for Civil Engineering Design services. KOA has the expertise and resources required to assist the City of Rancho Palos Verdes for the design of the Palos Verdes Drive South Realignment at Portuguese Bend in a timely and efficient manner. We are committed to working seamlessly with your staff and project team to ensure the successful delivery of this project. KOA has teamed with KDM Meridian to provide survey services for this project. The KOA team, our project systems, and our entire management structure are geared to providing flexible services to agencies such as yours. Descriptions of similar projects and respective references for these projects are included in our proposal. We assure that our key personnel will be assigned to the project for its duration and will not be removed or replaced by us without concurrence from the City of Rancho Palos Verdes. Every member of our proposed team is available to be committed to the projects assigned to us beginning the start date. Chuck Stephan, P.E., LEED AP will be the Management Contact and Project Manager for this contract. The contract would be managed though the South Bay office at 1411 W. 190th Street, Suite 525, Gardena, CA, 90248; Phone: 310.329.0102; Fax: 310.329.1021; Email: cstephan@koacorporation.com. Thank you for this opportunity to offer our services to the City of Rancho Palos Verdes. Should you have questions during the selection process, please contact me at 310.329.0102. Sincerely, KOA Consulting, Inc. //L—,- Chuck Stephan, P.E. (CA RCE C50481) V.P. of South Bay Operations LOS ANGELES ONTARIO ORANGE SAN DIEGO SOUTH BAY City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend Table of Contents Proposal for the City of Rancho Palos Verdes Engineering Services for the Palos Verdes Drive South Realignment at Portuguese Bend I. KEY INDIVIDUALS................................................3 1.1 ORGANIZATION CHART.................................3 7 J 1.2 PROJECT MANAGER.........................................4 1.3 PROJECT TEAM.................................................6 2. FIRM EXPERIENCE................................................5 2.1 FIRM PROFILE...................................................8 2.2 PROJECT EXPERIENCE......................................9 2.3 REFERENCES...................................................1 3 a 3.APPROACH AND SCOPE OF WORK.............14 ' 3.1 PROJECTAPPROACH .....................................14 4. FEE SCHEDULE....................................................19 r ORPORATION CSM Consulting Page 2 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 1. Key Individuals 1 . Key Individuals KOA proposes Chuck Stephan, P.E. as the project manager for the Palos Verdes Drive South Bicycle Compatible Lane Improvement Project. Chuck has extensive experience with arterial street pavement rehabilitation and improvement projects, conventional and ARHM pavement materials. Christine Kaskara, P.E. will provide design and field engineering tasks. Derry MacMahon will provide constructability review services for this project. KDM Meridian already has some preliminary aerial topographic survey work in the area as a part of a separate project. Detailed field survey work will be required to provide sufficient survey detail for the construction plans, and we propose utilizing KDM for those services. GeoEnvironmental Inc. has already completed a geotechnical engineering investigation and evaluation adjacent to the proposed project area. We propose utilizing the findings from their previous investigation as a basis for the roadway design section. If desired, we could obtain additional geotechnical investigation data at an added cost. LI ORGANIZATION CHART LA Principal r Senior Engineer Chuck Stephan, P.E., LEEDAP KOA Firm Principal Senior Design/Project Manager Engineering Survey Engineering Design Constructability Review Rich Maher, PLS Christine Kaskara, PE,4SD Derry MacMahon Principal Surveyor Design Engineer Construction Manager Patrick Earl, PLS Survey Manager CBM Consulting/ CBM Consultingf KOA Corporation KOA Corporation KDM Meridian KOA CORPORATION CBM Consulting Page 3 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend I. Key Individuals 1.2 PROJECT MANAGER CHUCK STEPHAN, PE, LEED AP VP of South Bay Operations Education Principal-In-Charge/ Design Engineer I Project BS,Agricultural Engineering, California Manager Polytechnic State University, San Luis Obispo (1982) Professional Experience Chuck Stephan has thirty years of extensive experience in Year Entered Profession civil engineering design and project management on projects 1982 for many municipalities and private firms. He has diverse Year Started with Firm project experience in planning, design, management, and 2000 construction of transportation, educational, institutional, industrial, aerospace, municipal, residential and commercial Registrations projects. Mr. Stephan works in multiple capacities as Prof. Engineer(Civil) CA#C50481 Principal-In-Charge, project manager, project engineer, lead (1993) engineer, design engineer, and construction engineer in Prof. Engineer(Civil) OR#1872PE both the civil and construction management disciplines, (1995) Prof. Engineer(Civil) Hl#PE-8432(CE) • Specializing in Project Management, Civil (1996) Engineering Design, and Construction Management for municipal Capital Improvement Projects, LEED Accredited Professional(2007) including pavement design and rehabilitation; ADA improvements; water pipelines, storm drain and Professional Affiliations sanitary sewers; medians and landscaping; parking American Public Works Association lots; site improvements; plan checking; NPDES American Society of Civil Engineers requirements. • Providing staff assistance to municipal engineering departments on temporary or part-time basis as needed; provide staff training in project management, design, and construction management skills. • Manage various funding sources including local, state, and federal-aid projects; SR2S; SRTS; STPL; various grant applications and reimbursement requests. Project Experience Arterial Roads Rehabilitation Project Fiscal Year 2010-2011, Rancho Palos Verdes, CA: Project Manager & Design Engineer. Prepared Plans, Specifications and Estimate for the rehabilitation of Palos Verdes (PV) Drive South in the City of Rancho Palos Verdes. PV Drive South is a challenging arterial highway winding along the bluffs of the Palos Verdes peninsula overlooking the Pacific Ocean. The street varies from a fully developed 4 lane divided highway with bicycle path, to a 2 lane highway over unstable creeping subgrade soils. Rehabilitation strategies included selective removal and replacement (R&R) areas, asphalt rubber hot mix (ARHM) and conventional asphalt overlays, and microsurface application. Work included the relocation and improvement of bus pads and shelters, retaining walls, PCC repairs, striping and markings. A comprehensive traffic sign field review and replacement plan was prepared to bring all traffic signs into uniformity and conformance with MUTCD requirements. Construction Cost $2,000,000. KOA CORPORATION CBM Consulting Page 4 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 1. Key Individuals Residential Streets Improvement Project, FY2009-2010 Area 4 and Area 8, Rancho Palos Verdes, CA: Project Manager & Design Engineer. Prepared Plans, Specifications and Estimate for the rehabilitation of various residential streets in the City of Rancho Palos Verdes. Project included Type II Slurry Seal and Cape Seal rehabilitation methods, associated concrete curb, gutter, sidewalk, and curb access ramp construction, and replacement of signs, striping and markings. Construction Cost$2M. City of La Habra Engineering Services — Program Management, Project Management, Design, Construction Management, La Habra, CA 2003 to Present: Provided engineering services to the City of La Habra Department of Public Works for the management, design, and construction of various public works capital improvement projects and studies. Projects included annual pavement rehabilitation projects and annual water main replacement projects. Residential & Arterial Overlay 2011 Design, Thousand Oaks, CA: Design Engineer. Prepared Plans, Specifications and Estimate for the City's 3 year Pavement Rehabilitation Project. Work included field review, documentation, and photographing of all street sections and repair locations; determination of rehabilitation strategies; preparation of plans, specifications, and estimate for bid; and bid support. The project included 50,000 tons of asphalt pavement reconstruction and Asphalt Rubber Hot Mix overlay on 30 miles of local, collector, and arterial streets. All work was completed in a compressed time schedule of 4 weeks. Construction Cost$7,000,000. Sun Valley EDA Public Improvement Project, Los Angeles, CA: Project Manager & Design Engineer. Engineering design services to develop Plans, Specifications, and Estimate (PS&E) for the repair and rehabilitation of 2 major arterial highways and 5 major intersections in the City of Los Angeles. Work included removal and replacement of failed AC and PCC pavement sections; reconstruction of driveways and curb access ramps to meet ADA requirements; milling and overlay of PCC and AC pavement; and complete reconstruction of intersections with cross gutters, grading, and paving. Construction Cost$3,000,000. Sepulveda Boulevard Pedestrian Improvements, Culver City, CA: Project Manager & Design Engineer. Prepared the Plans, Specifications, and Estimate (PS&E) for the enhancement of a %z mile section of Sepulveda Blvd in a busy commercial area of Culver City. The project included the challenging installation of landscaped areas with trees, plants, benches, curb access ramps, and driveway and sidewalk replacements in a fully developed area with outdoor dining and retail shops. Construction Cost $350,000. City of Hermosa Beach pavement rehabilitation projects, Hermosa Beach, CA 2001- present: Project Manager / Engineer. Provided project management, design, and construction management for various pavement improvement projects including residential streets, and arterial streets with federal-aid funding. Project included sidewalk repairs, ADA curb access ramps, storm drain repairs, curb &gutter replacement, grinding, asphalt pavement, and striping. FR KOA CORPORATION CBM Consulting Page 5 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 1. Key Individuals 1.3 PROJECT TEAM CHRISTINE KASKARA, P.E., QSD Education Design Engineer M.S., Civil Engineering, University of Southern California, Los Angeles, CA, Professional Experience ) (200404 Ms. Kaskara has nearly 10 years of experience in g. Engineering, Cal Poly Pomona, engineering including structural and civil assignments. At Pomona, CA, (2002) KOA, she prepares civil engineering plans, specifications and estimate (PS&E); assists in construction inspection, Year Entered Profession construction management and project management; obtains 2002 field information as necessary, and prepares Safe Route to Year started with Firm School (SR2S) grant applications. She previously worked for 2009 both the County of Riverside Department of Building and Safety and the Community Redevelopment Agency of Los Registrations Angeles. Her experience encompasses street design, site prof. Engineer(Civil) CA#C75585 plans, base maps, storm drain design, construction (2010) management, construction observation, contract administration, and educational/ commercial/ residential Certifications building design. Christine is proficient in AutoCAD and Qualified SWPPP Developer(QSD) / familiar with APWA and Caltrans Standards and Building Qualified SWPPP Practitioner(QSP) Codes. She received her QSD Certification in 2011. #20336 Project Experience Professional Affiliations Chi Epsilon, Civil Engineering Honor La Habra 2009-2010 Street Rehab, La Habra, CA. Society Assistant Design Engineer. Provided overall project management, engineering design, and construction management services for the City of La Habra's annual street rehabilitation project for fiscal year 2008-2009.Work included initial project area selection and field review, utility research, funding allocations, engineering design, coordination of surveying and geotechnical services, bidding and award, and construction management throughout completion. Work included preparing City Council items and coordination with City staff. Sun Valley EDA Public Improvement Project, Los Angeles, CA: Design Engineer. Engineering design services to develop Plans, Specifications, and Estimate (PS&E) for the repair and rehabilitation of 2 major arterial highways and 5 major intersections in the City of Los Angeles. Work included removal and replacement of failed AC and PCC pavement sections; reconstruction of driveways and curb access ramps to meet ADA requirements; milling and overlay of PCC and AC pavement; and complete reconstruction of intersections with cross gutters, grading, and paving. Construction Cost$3,000,000. Annual Residential Overlay and Slurry Seal, Rancho Palos Verdes, CA: Assistant Construction Manager. KOA Consulting provided project and construction management services for the City of Rancho Palos Verdes 2010 pavement rehabilitation project, which included street repairs consisting of Cape Seal, slurry seal, and reconstruction, ADA improvements, PCC curb, gutter, sidewalk and driveway repairs, signage, and striping. This project rehabilitated 92 residential and collector streets. Construction Cost$1,500,000. KOA CORPORATION CBM Consulting Page 6 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend I. Key Individuals SCOTT NEUMANN, QSP Education Construction Manager/Construction Observer B.S.Accounting State University of New York at Professional Experience Binghamton, Binghamton, NY(2002) Scott Neumann's responsibilities include construction field management; coordination between owner and engineer; Year Entered Profession contract administration/documentation; scheduling of crews 2002 and subcontractors; pay applications; subcontractor Year Started with Firm management; project cost controls; analyze and report 2004 current project financial status and cost to complete; attendance at weekly construction meetings; field Certifications reporting/logs, submittals; Request for Information; Change Qualified SWPPP Practitioner(QSP) Order Requests, Change Orders; and effective #22268 communication between all parties involved on assigned Certified Erosion, Sediment and Storm projects. Working on-staff with the CRA/LA, Mr. Neumann Water Inspector(CESSWI) #2496 has extensive management experience for public and NASSCO Inspector Training and redevelopment projects between LACDPW and Los Certification Program for the Inspection Angeles City. of Cured-in-Place-Pipe (CIPP) Installation Torrance Blvd Rehabilitation, T-43/44, Torrance, OSHA I0-hour Occupational Safety and CA: Construction Observer. The scope of work consisted Health Training Course in Construction of the grinding and removal of existing pavement, concrete Safety&Health#000391966 dated and asphalt paving, pavement slurry seal, removal and 5110/04 reconstruction of sections of the street, construction of curb and gutter, sidewalks, driveways, ADA ramps, Professional Affiliations irrigation and landscaping of existing medians, striping and American Public Works Association adjustment of utilities and other work. In addition to the above the project involved the removal and replacement of 50,500 SF of residential sidewalks, and the removal and replacement of cross gutters at 9 intersections. City Wide Street Improvements Project, City of Hawthorne, CA: Construction Observer for street and sidewalk rehabilitation at multiple sites throughout the City of Hawthorne. The project included removal and reconstruction of sections of the roadway, grind and overlay, sidewalk and curb ramp replacement, new signage and striping and construction of new landscaped medians. Project funded by the ARRA requiring compliance with all federal regulations. Construction Cost $2,300,000. Street Rehabilitation, 2007/2008, La Habra, CA: Construction Observer. Provided project management, design engineering, and construction management services to complete the annual street rehabilitation project. The project pulverized existing asphalt concrete in place and regraded as base material at significant savings and waste avoidance; constructed curb access ramps for ADA compliance; and upgraded fire hydrants. Included 12,000 tons of asphalt concrete placement, 42 curb access ramps, and 400,000 SF of pulverized pavement. Construction Cost$3,000,000. KOA CORPORATION CBM Consulting Page 7 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 2. Firm Experience 2. Firm Experience 2.1 FIRM PROFILE KOA Corporation ("KOA") is a multi-disciplined engineering KOA Corporation consulting firm that has been providing Civil Engineering Design, South Bay Office Traffic Engineering and Planning, Project Management, Construction Management and Observation, Grant Application Processing and 1411 W 190th Street NPDES Program Implementation services to private, commercial, Suite 525 industrial and municipal clients collaboratively for twenty years. Our Gardena, CA 90248 extraordinary team combines a passion for design and management with a commitment to successful project delivery. Tel: 310.329.0102 Fax: 310.329.1021 Our professional planning and engineering staff members are available to provide the following services: Corporate Office FRI Civil Engineering 1055 Corporate Center Dr Project Management Suite 300 PR Construction Management & Observation Monterey Park, CA 91754 R21 Staff Assistance NPDES Program Implementation Tel: 323.260.4703 Pffl. ADA Assessment & Improvements Fax: 323.260.4705 Plan Checking www.koacorporation.com Transportation Planning !Analysis PT. Highway& Infrastructure Design �! Traffic Signal 1 Lighting Design Storm Drainage & Design Intelligent Transportation Systems Design Signing and Striping Plans Transit / Rail Planning Circulation and Parking Studies PR Parking Design & Analysis Over 20 Years in Business Traffic & Parking Impact Studies N. Pedestrian & Bikeway Design A California Corporation since N Transportation Modeling 1995 PT. Travel Demand Forecasting/ Modeling Six Offices in California: Monterey Park Gardena West Los Angeles Orange Ontario San Diego KOA CORPORATION CSM Consulting Page 8 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 2. Firm Experience 2.2 PROJECT EXPERIENCE Residential &Arterial Overlay 2011 Design Thousand Oaks, California KOA Cost: $291,720 Construction Cost: $7 million Owner: City of Thousand Oaks Completion Date: May 2011 Design Engineers: Chuck Stephan, P.E. Nicolas Hsieh, P.E. Christine Kaskara, P.E. Contact: Tom Pizza, P.E. (805) 449-2430 Prepared Plans, Specifications and Estimate for the City's 3 year Pavement Rehabilitation Project. Work included field review, documentation, and photographing of all street sections and repair locations; determination of rehabilitation strategies; preparation of plans, specifications, and estimate for bid; and bid support. The project included 50,000 tons of asphalt pavement reconstruction and Asphalt Rubber Hot Mix overlay on 30 miles of local, collector, and arterial streets. All work was completed in a compressed time schedule of 4 weeks. Long Beach Transit Mall Long Beach, California McGraw-Hill/ENR California Project of the Year 201 I- Transportation F'" Construction Cost: $5,000,000 Owner: Long Beach Transit Authority 611 - Completion Date: March 2011 Contact: MIG, Inc., Darren Rector Phone: (714) 449-8935 "*=, darrenr@migcom.com Design Engineer: Chuck Stephan, P.E. Const. Support: Nicolas Hsieh, P.E. KOA provided civil and traffic engineering and design services, and construction support services as a subconsultant to MIG, Inc. for the Long Beach Transit Mall project. This project completely reconstructed sidewalks and bus stations on First Street from Long Beach Blvd to Pine Avenue. Subsequently the project was extended to Pacific Avenue in cooperation with the Long Beach Redevelopment Agency. This landmark project includes state of the '! art post-tensioned fabric bus shelter structures, contemporary art _ features, "living area" pedestrian furniture and amenities, full ADA compliance, and landscape and irrigation improvements. KOA CORPORATION CBM Consulting Page 9 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 2. Firm Experience Arterial Roads Rehabilitation Project Fiscal Year 2010-2011 Rancho Palos Verdes, California Consultant Cost: $70,000 Construction Cost: $2 million Owner: City of Rancho Palos Verdes Completion Date: July 2011 Project Manager: Chuck Stephan, P.E. Design Engineer: Chuck Stephan, P.E. Nicolas Hsieh, P.E. Contact: Nicole Jules, P.E. Senior Engineer 310.544.5275 Prepared Plans, Specifications and Estimate for the rehabilitation of Palos Verdes (PV) Drive South in the City of Rancho Palos Verdes. PV Drive South is a challenging arterial highway winding along the bluffs of the Palos Verdes peninsula overlooking the Pacific Ocean. The street varies from a fully developed 4 lane divided highway with bicycle path, to a 2 lane highway over unstable creeping subgrade soils. Rehabilitation strategies included selective removal and replacement (R&R) areas, asphalt rubber hot mix (ARHM) and conventional asphalt overlays, and microsurface application. Work included the relocation and improvement of bus pads and shelters, retaining walls, PCC repairs, striping and markings. A comprehensive traffic sign field review and replacement plan was prepared to bring all traffic signs into uniformity and conformance with MUTCD requirements. Sun Valley EDA Public Improvement Project Los Angeles, California Consultant Cost: $265,000 Construction Cost: $3 million Owner: Community Redevelopment Agency of Los Angeles Completion Date: July 2011 Project Manager: Chuck Stephan, P.E. - Design Engineers: Chuck Stephan, P.E. n Nicolas Hsieh, P.E. Christine Kaskara, P.E. + , Contact: Dora Huerta Assistant Project Manager 818.623.1060 Engineering design services to develop Plans, Specifications, and Estimate (PS&E) for the repair and rehabilitation of 2 major arterial highways and 5 major intersections in the City of Los Angeles. Work included removal and replacement of failed AC and PCC pavement sections; reconstruction of driveways and curb access ramps to meet ADA requirements; milling and overlay of PCC and AC pavement;and complete reconstruction of intersections with cross gutters, grading, and paving. FP KOA CORPORATION CBM Consulting Page 10 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 2. Firm Experience La Habra Annual Street Rehabilitation Fiscal Years 2005-2011 La Habra, California Construction Cost: —$3.5 million annually Owner: City of La Habra Contact: Sam Makar, P.E. Principal Civil Engineer 562.905.9720 Design Engineers: Chuck Stephan, P.E. - Nicolas Hsieh, P.E. Christine Kaskara, P.E. Construction Observers: Nicolas Hsieh, P.E. Mauricio Zeledon, P.E. KOA has provided engineering design and project management services for the City of La Habra's annual street rehabilitation and water main replacement projects since 2005. The pavement rehabilitation scope of work includes a complete assessment of pavement condition, geotechnical investigation, analysis of rehabilitation options and cost tradeoffs, development of plans, specifications and estimate, and management of the project throughout construction. Work included removal and replacement of curb, gutter, sidewalk, and driveways; construction of ADA curb access ramps; replacement of water pipelines, valves, hydrants, and services;full depth asphalt, and asphalt overlay. Residential Road Rehabilitation Project Fiscal Year 2009-2010 Rancho Palos Verdes, CA Cost: $1.3 million Owner: City of Rancho Palos Verdes Completion Date: 2010 Contact: Nicole Jules, P.E. Senior Engineer (310)377-0360 Principal-In-Charge: Chuck Stephan, P.E. Project Manager: Chuck Stephan, P.E. Design Engineer: Nicolas Hsieh, P.E. Construction Manager: Chuck Stephan, P.E. Construction Observer: Cris Cole KOA Consulting provided project and construction management services for the City of Rancho Palos Verdes 2010 pavement rehabilitation project, which included street repairs consisting of Cape Seal, slurry seal, and reconstruction, ADA improvements, PCC curb, gutter, sidewalk and driveway repairs, signage, and striping. This $1.3 million project rehabilitated 92 residential and collector streets (15 miles). FR KOA CORPORATION CBM Consulting Page I I City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 2. Firm Experience Pier Avenue Improvement Project Hermosa Beach, California I , �2 Construction Cost: $250,000 Owner: City of Hermosa Beach Start Date: April 2010 r Completion Date: September 2010 Contact: Frank Senteno - (310) 318-0211 Design Engineers: Chuck Stephan, P.E. Nicolas Hsieh, P.E. Christine Kaskara, P.E. KOA prepared plans, specifications and cost estimates, for street improvements on Pier Ave from Valley to Pacific Coast Highway. KOA also assisted Hermosa Beach in preparing all Federal documents in an expedited manner. The project consisted of the following: construction of curb and gutter, construction of curb access ramps, cold milling and AC overlay, and striping. KOA managed subconsultants for survey and soils testing. KOA provided construction engineering services for this job at the request of Hermosa Beach. Harbor Boulevard Rehabilitation Project; Harbor Boulevard & La Habra Boulevard Improvement Project La Habra, California Cost: $2,400,000 Owner: City of La Habra Completion Date: September 2009 Contact: Sam Makar Senior Civil Engineer (562) 905-9720 Project/Const Manager: Chuck Stephan, P.E. Construction Observer: Mauricio Zeledon, P.E. Construction Observer: Nicolas Hsieh, P.E. r r, Funding Source: STPL This federally-funded STPL project rehabilitated one mile of Harbor Blvd from Lambert Rd to Whittier Blvd, and improved the intersection at La Habra Blvd by widening the street and installing additional right and left turn lanes. This project was constructed in conjunction with a Rule 20 utility undergrounding project, and commercial improvements at adjoining properties. Work included storm drain box culvert; storm drains; curb, gutter, sidewalks, driveways; water pipelines, meter and fire hydrant relocations; bore casing under railroad right-of-way; traffic signals; pavement construction and asphalt rubber hot mix overlay. KOA CORPORATION CBM Consulting Page 12 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 2. Firm Experience 2.3 REFERENCES City of Buena Park 6650 Beach Boulevard Buena Park, California 90622 Jim Biery, City Engineer (714) 562-3672 City of Hermosa Beach 13 15 Valley Drive g Hermosa Beach, California 90254-3885 Frank Senteno, Public Works Director/City Engineer (310) 318-0211 City of La Habra 201 E. La Habra Blvd CITY ofUHABU La Habra California 90633-0337 Sam Makar, Senior Civil Engineer (562) 905-9720 City of Long Beach 333 West Ocean Boulevard Long Beach, California 90802 .. Sandra Gonzalez, Manager, Planning& Development Bureau (562) 570-3210 Parks, Recreation & Marine City of Manhattan Beach 1400 Highland Avenue C Manhattan Beach, California 90266 Steve Finton, City Engineer (3 10) 802-5352 City of Signal Hill 2175 Cherry Avenue Signal Hill, California 90755-3799 Charlie Honeycutt, Deputy City Manager (562) 989-7356 KOA CORPORATION CSM Consulting Page 13 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 3.Approach and Scope of Work 3.Approach and Scope of Work 3.1 PROJECT APPROACH Understanding The City of Rancho Palos Verdes plans to realign a portion of Palos Verdes Drive South at Portuguese Bend. The project will straighten an approximately 900 foot long section of roadway that has been misaligned by years of movement due to a long term creeping landslide in the area. Proposed Alignment 1 Existing Alignment The existing roadway consists of various layers of overlaid asphalt concrete pavement, with dirt shoulders and an adjacent above-ground utility pipe. It is proposed that the roadway be straightened by constructing a new roadway section to the north. Signing, striping and markings will be in accordance with the current California Manual of Uniform Traffic Control Devices (Ca MUTCD) requirements. The City plans to obtain the services of an experienced professional civil engineering design firm to evaluate the project area, prepare construction plans, specifications, and cost estimate, and assist the City in preparing this project for bid. KDM Meridian will perform a detailed topographic survey for this project. PIP KOA CORPORATION CBM Consulting Page 14 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 3.Approach and Scope of Work Field Inventory 1 Preliminary Design The design team will inspect the project area to assess the current site conditions, and develop proposed alignments for the proposed improvements. We will consult with City staff to discuss the various alternatives, and select the most desirable option before proceeding with final design work. Topographic Survey KDM is proposing to provide a detailed field survey consisting of the following Beginning approximately 2,100 feet northwesterly from Schooner Drive, our proposed field survey will collect 50' interval cross-sections, from edge of pavement on the ocean side, and extending approximately thirty feet (30') past edge of pavement on the northerly side, for a total length of one thousand feet (1,000'). Due to the existing heavy vegetation along the northerly side of the street, we will supplement the sections with spot elevations sufficient to provide a representative topographic surface within the limits of the survey. Because of the existing geological conditions of continuous southerly movement of the land within this area, we are not able to tie this survey to existing record monuments or maps, nor indicate record center line or right of way. I) Control Data a) Horizontal: California State Plane Zone 5 (NAD83). b) Vertical: NAVD 88. 2) Control Survey a) Establish horizontal and vertical control points within and adjacent to project. 3) Field Survey (see attached exhibit"A") a) Collect topographic data at 50' interval cross-sections for the project street reaches from limits as described above. Sections will be within limits as described. b) Supplement cross-sections in heavy vegetation areas with spot shots of clear ground. 4) Mapping a) Topographic i) Prepare standard mapping of survey detail collected. 5) Deliverables to consist of: a) AutoCAD drawing files of collected survey data, with related point files. b) Signed and sealed bond copy of site map. Geotechnical Survey We recommend utilizing the findings form previous geotechnical investigations for the design of the pavement section. However, we could provide additional investigation at an added cost if desired. Civil Design Services From the field review and preliminary alignment, topographic survey, and geotechnical data, KOA will complete the initial design plan. We will return to the field to verify the accuracy of our base plan and KOA CORPORATION CBM Consulting Page IS City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 3.Approach and Scope of Work update site information, surface topography, utility locations, and other details as are relevant to the scope of work. KOA will obtain and review existing record data, including street plans, utilities, traffic plans, assessor maps, storm water runoff facility plans, street base maps, etc. Utility companies will be requested to submit utility information, and advised to complete any planned work prior to street construction. We will utilize previously obtained record data that we have on file already. The project will be documented in plan view on 24"06" plan sheets, at a scale of 1"=40'. Finer scale will be included in details if necessary for clarification. Typical sections and notes will designate pavement type and thickness, materials, and cross section dimensions. Plan views will include notes, symbols, lines, or hatching designating construction features as necessary for clarity or instruction to the contractor. Photographs will be taken throughout the project area for use during design and as a pre-construction baseline reference. Plans will be developed using AutoCAD. Plans will be submitted in printed format, and in digital format as Awg and .pdf files in a format compatible with the City's GIS system. Engineer's Estimate Upon determination and approval of pavement rehabilitation methods and extents, construction quantities will be determined, and an estimated construction cost prepared. Costs will be based upon nominal unit costs experienced on similar projects within the past year.The estimate will be prepared in spreadsheet format in MS Excel. The estimate will be submitted in printed form and digitally in .xIs and .pdf formats. Technical Specifications and Special Provisions KOA will prepare specifications and provisions as necessary to describe the project, include adequate requirements for the work and performance of the contractor, and to define bid items. Specifications will include provisions to conform with the Americans with Disabilities Act, National Pollution Discharge Elimination System and Clean Water Act. It is assumed that the City will provide the necessary environmental documentation, and notification to the SWRQCB. Specifications will be prepared using MS Word. Specifications will be delivered to the City in printed form and digitally in .doc and .pdf formats. Preconstruction Meeting KOA will attend the preconstruction meeting; conduct meetings with City staff during the design phase; and provide nominal additional materials or meetings as necessary to finalize the project documents. KOA staff will be made available to answer questions of the City during the bid period. (f) Final Deliverables and As Built Record Plans Plans will be provided on 24"06" sheets for construction, and after construction in an "as Built" format based on marked up plans to be provided by the Contractor and/or City. Specifications and Estimate will be printed on 8.5"xI I" bond paper. Digital files will be provided in AutoCAD and PDF format for plans, and MS Office and Excel for specifications, tables, and estimates on CD format. KOA CORPORATION CBM Consulting Page 16 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 3. Approach and Scope of Work Clerical services, minor incidental costs, travel, copying, printing, telephone, gas, computer, and photographic costs are incidental and included in the basic hourly rates. Utility Notification KOA recommends notifying existing utility companies of the project so that any planned work can be completed before construction begins. Plans. Specifications and Estimate (PS&E) The project will be shown in plan view on 24"x36" plan sheets, with details as necessary for clarification. Typical sections and notes will designate pavement type and thickness, materials, and cross section dimensions. Street work will be designated by hatching and notes. Detail plans will be provided where needed for clarity. Plan views will include notes, symbols, lines, or hatching designating construction features as necessary for clarity or instruction to the contractor. Traffic Control Plans and Construction Phasing Plans will be prepared.. Draft plans will be submitted on bond sheets marked "DRAFT" for City review. At least two preliminary plan submittals will be delivered for review and comment by City staff. The final signed plan set will be submitted in printed and electronic format. Electronic format shall include .pdf files, and .dwg files compatible with the City's GIS format. The Engineer's Estimate of construction cost will include a description of each construction bid item, quantity, unit price, and total construction price. A construction contingency of 5% will be shown for the total estimated cost. The Estimate will be delivered to the City in both printed and electronic format. Electronic files will include.xis, and .pdf versions. Project specifications will be based on the City's boilerplate document. KOA will prepare complete specifications to include the project Special Provisions that will describe specific project requirements, and a complete description of each bid item and incidental work. Worksheets will be included as addenda to the specifications. Specifications will be delivered to the City in both printed and electronic format. Electronic files will include .doc, .xis, and .pdf versions as applicable. Specifications for this project will contain requirements consistent with provisions of the National Pollutant Discharge Elimination System (NPDES), the Clean Water Act, the Standard Plans for Public Works Construction (SPPWC) and Caltrans. All computer generated documents, including plans and calculations, will be submitted on CD in a format acceptable to the City of Rancho Palos Verdes. Preconstruction Services KOA will provide pre-construction support services including answering pre-bid questions and providing a construction bid analysis. FM KOA CORPORATION CBM Consulting Page 17 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 3. Approach and Scope of Work Final Deliverables and As-Built Records KOA will prepare one set of reproducible plans for construction. After completion of construction, KOA will prepare "As-Built" mylars plan sheets and submit final drawings electronically on CD in .dwg and .pdf formats. Design Limitations We acknowledge that the project area is located on an active creeping landslide, that is expected to be unstable for the foreseeable future. While KOA will provide a conventional roadway surfacing and structural section. It should be expected that the roadway will continue to move, and that future overlays, adjustments, and realignment work should be expected, and that we cannot warranty stability of the underlying geography. FM KOA CORPORATION CBM Consulting Page 18 City of Rancho Palos Verdes Palos Verdes Drive South Realignment at Portuguese Bend 4. Fee Schedule 4. Fee Schedule City of Rancho Palos Merdes Palos Verdes Drive South Lp Roadway Realignment at Portuguese Bend r TASK F1 RM 1;OURS MOUNT Detailed Feld RE-viewand Study 4 8 2 $1, Concepnal Aligrrnent 4 8 8 2 Detailed field suniey KDM M2riclian 4 2 1 $9 ,235 $13,21 Remwedshn9 records/Uffity Caarcination 4 8 8 prepare construction plans/Traffic Control and Phasing Plans 16 40 60 32 4 $16, prepare engineers estnxtes 2 8 4 2 2 $1, specifications and promsions 4 24 24 4 2 Preconstnx tion klt eb rig 4 fird deliver�es and as lxifts 2 4 8 2 $1 ,600 • • VVe can prWde adMonal C1Winspection services if desired) TOTAL HOURS: 36 108 114 38 15 RATE: $155 $110 $90 $110 $65 SUBTOTALS: $5,580 $11,880 $10,260 $4,180 $975 $41,425 FM KOA CORPORATION CBM Consulting F�'ge 19