Loading...
CBM Consulting Inc (2012) Residential RehabCITY OF RANCHO PALOS VERDES DESIGN PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into this 15th day of May, 2012 by and between the City of Rancho Palos Verdes (hereinafter referred to as the "CITY") and CBM Consulting (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 is described as follows: Residential Pavement Rehabilitation Project FY11-12, Areas 3 & 5 1.2 Description of Services CONSULTANT shall provide professional engineering services to design pavement resurfacing treatments for various streets in Areas 3 and 5 of the City, as described in the CITY's Request For Proposals, which is attached hereto as Exhibit "A" and incorporated herein by this reference, and in CONSULTANT's Proposal, which is attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of any conflict between the terms of this Agreement and 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 CONSULTANT's fault. [continued] Page 1 of 11 R6876-0001\1347704v1.doc Agreement for Design Professional Services ARTICLE 2 COMPENSATION 2.1 Fee CITY agrees to compensate CONSULTANT an amount not to exceed Ninety Six Thousand Twenty Six Dollars ($96,026) for services as described in Article 1. 2.2 Payment Address All payments due CONSULTANT shall be paid to: CBM Consulting, Inc. 1411 West 190th Street, Suite 525 Gardena, CA 90248 2.3 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. 2.4 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 Hourly Billing Rates, which is within Exhibit "B." The rates in Exhibit "B" shall be in effect through the end of this Agreement. Page 2 of 11 R6876-0001 \1347704v1.doc Agreement for Design Professional Services 2.5 Term of Agreement This Agreement shall commence on May 16, 2012 and shall terminate on December 31, 2012 unless sooner terminated pursuant to Article 4 of this Agreement. 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, 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), 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 CITY'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. Page 3 of 11 R6876-0001 \1347704v1.doc Agreement for Design Professional Services 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, 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 Page 4 of 11 R6876-0001 \1347704v1.doc Agreement for Design Professional Services 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 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. CONSULTANT agrees that it will not cancel or reduce said insurance coverage. (b) 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 Certificate of Insurance At all times during the term of this Agreement, CONSULTANT shall maintain on file with the CITY Clerk 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 or by CONSULTANT 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, CONSULTANT shall be paid an amount equal to the percentage of services performed prior to the effective date of termination or Page 5 of 11 R6876-0001\1347704v1.doc Agreement for Design Professional Services 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. 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 Page 6 of 11 R6876-0001 \1347704v1.doc Agreement for Design Professional Services 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 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. Page 7 of 11 R6876-0001\1347704v1.doc Agreement for Design Professional 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 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. [continued] Page 8 of 11 R6876-0001 \1347704v1.doc Agreement for Design Professional Services 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 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. Page 9 of 11 R6876-0001\1347704v1.doc Agreement for Design Professional Services 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 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 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: Page 10 of 11 R6876-0001\1347704v1.doc Agreement for Design Professional Services To CITY: Tom Odom, Director of Public Works City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 To CONSULTANT: Chuck Stephan 1411 West 190th Street, Suite 525 Gardena, CA 90248 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year first above written. Dated: 5 (q 11 Dated: 3;/'3 ATTE8T: B City Clerk R6876-0001 \1347704v1.doc Printed Name: Title: jr(t e ckeei(a 62,-L By: NAaQ La -k— Printed Name: ALi Aar‘icr� Title: ‘ita. AzNoco-r CITY OF ' ► CHO PALOS VERDES By: Mayor APPROVED AS TO FORM: By: Page 11 of 11 City Attorney Agreement for Design Professional Services Exhibit A CIT\i' OI FcHo DALOS V DES PUB[ IC \A/ORKS DEPARTMENT April 6, 2012 City of Rancho Palos Verdes Request for Proposal for Civil Engineering Design Services The City of Rancho Palos Verdes requests proposals from selected consulting firms for the design of the City's Residential Rehabilitation Project (Area 3 & 5). The list of streets that define this project is included as Exhibit "A". Area 3 Area 5 The Residential Rehabilitation Project (Area 3 & 5) will include resurfacing residential roadways in the northwestern and central sections of the City in accordance with the City's Pavement Management Report. The project elements should consider pavement maintenance treatments including microsurfacing, Cape Sealing, Asphalt Rubber Aggregate Membrane (ARAM) and pavement overlay. The project will also include tree root pruning, removal of sidewalk hazards, placement of ADA compatible access ramps, placement and replacement of traffic and street name signs as well as striping and markings. 30940 HAW T HORNE Bout FVARD / RANCHO PALOS VFRDFS CA 90275-5391 / (310) 544-5252 /FAX (310) 544-5292 / WWW FALOSVERDES COM/RE'v PRINTED 011 RECYCLED 14\PFR Exhibit A City of Rancho Palos Verdes Request for Proposals Residential Rehabilitation Program Area 3 & 5 4/6/2012 Page 2 of 10 The City's budget for the proposed project is $3M. It is the City's desire to begin constructing improvements in August/September of 2012. The design services shall be complete by June 2012. To be considered for this project, submit three (3) copies of the proposal to the Department of Public Works, 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275, Phone number (310) 544-5252, no later than 4:30 PM, on Wednesday, April 25, 2012. SCOPE OF WORK (a) Review existing records Proposal shall include time to review existing records, including but not limited to the Pavement Management Report, existing street construction plans, traffic plans, storm water runoff facility plans, street base maps and tax assessor maps. A number of these documents are on file with the Public Works Department. (b) Prepare construction plans as follows: All sheets are to be prepared in plan view only at 1" = 40' scale, with details as listed below, and as necessary to construct. For roadways to be reconstructed: Plan and profile sheets are required. Plans shall be at a 1" = 40' scale, shall include details as listed below and as necessary to construct. Plans for the overlay and reconstruction shall include the following details: • Pavement thickness and calculations • Location of fabric material if applicable • P.C.C. access ramps, in accordance with City and ADA standards • Reconstruction of P.C.C. curb & gutter which may cause major disturbances in the street's ability to convey water runoff properly • New curb and Gutter construction where no curb and gutter exist. • Repair and replacement of damaged/uplifted sidewalk • Asphalt Concrete leveling course and/or patching to address local failures and deformations • Areas to be removed and replacement (R&R), ie. areas to be patched • Areas to be Crack Sealed • Areas of grinding (Curb Lines, Cross Gutters, Joins, Street Crown/Elevation Adjustments (if necessary)) Exhibit A City of Rancho Palos Verdes Request for Proposals Residential Rehabilitation Program Area 3 & 5 4/6/2012 Page 3 of 10 • A method to maintain the drainage pattern and improve the condition of the paved shoulders and/or A.C. curb of streets without traditional P.C.C. curb & gutter • Utilities manholes, water & gas valves, and other utility access facilities within the overlay limits • Traffic signs and striping • Inventory of damaged/faded traffic and street name signs At this time it appears that there are no streets that will be reconstructed. It is possible, however, that upon review, a number of roadways may be determined to require reconstruction. Accordingly, proposals shall include a per sheet additive cost to accommodate this uncertainty. Preparation of traffic control plans may be required at intersections with major arterials. All plans shall be delivered to the City in both printed and electronic formats. Electronic submittals shall include *.pdf and *.dwg files and shall be compatible with the City's GIS system. (c) Prepare Engineer's Estimate. (d) Prepare technical specifications and special provisions. Specifications shall be delivered to the City both in printed format and on CD. All documents shall be prepared in Microsoft Word format. Any other computer generated documents, including plans and calculations, shall be submitted on CD in a format acceptable to the City of Rancho Palos Verdes (i.e. spreadsheets - Microsoft Excel and CAD drawings - AutoCAD ). Specifications for this project shall contain requirements of the contractor consistent with the provisions of the National Pollutant Discharge Elimination System (NPDES), the Clean Water Act, the Standard Plans for Public Works Construction (SPPWC) and Caltrans. (e) Pre -construction services. Provide pre -construction support including pre-bid questions and bid analysis. (f) Final Deliverables & As builds Prepare one set of reproducible plans for construction. At the end of the construction, prepare "As -Built" mylars and submit final drawings electronically on CD in CAD & PDF formats at the close of the project. (g) Project Schedule Exhibit A City of Rancho Palos Verdes Request for Proposals Residential Rehabilitation Program Area 3 & 5 4/6/2012 Page 4 of 10 Prepare a preliminary project scheduled created in MS Project and submitted in both electronic and hard copy format to the City. Shall take into account City holidays, street sweeping, and trash collection days. Clerical services and materials to carry out items 1 above shall be incorporated into the costs of the appropriate items. FORM OF PROPOSAL The Proposal shall be prepared in a "two sealed envelope" format. The first sealed envelope shall contain the technical proposal and shall include: 1. Qualifications and experience of the key individual assigned to this contract. 2. Qualifications and experience of the firm 3. Project Approach utilizing the outline of required work as listed above The second envelope shall contain the cost proposal and shall be outlined as indicated below: Item Amount Comments (a) Review Existing Records $ (b) Prepare Construction Plans $ (c) Prepare Engineer's Estimates $ (d) Prepare Technical specifications and $ special Provisions (e) Pre -construction support $ (f) Final Deliverables & As builts $ (g) Project Schedule $ GRAND TOTAL $ Exhibit A City of Rancho Palos Verdes Request for Proposals Residential Rehabilitation Program Area 3 & 5 4/6/2012 Page 5 of 10 EVALUATION PROCESS Technical proposals received will be evaluated on the following criteria: 1. Experience of firm in performing this type of service. 2. Relevant experience of individual team members assigned to the project. 3. Understanding of project as demonstrated by the thoroughness of the proposal, the introduction of innovative or cost-saving ideas and the approach to the study or design. 4. References from clients for whom similar work was performed. 5. Depth of staff available to perform services. 6. Previous work in RPV performed by the firm. 7. Previous work in RPV performed by members of the team. 8. Project Schedule. 9. Interview (if applicable) All questions are to be submitted in writing to City of Rancho Palos Verdes Department. of Public Works, 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275, Attention: Nicole Jules. Questions may be submitted via fax to (310) 544-5292 or e-mail to nicolearpv.com . All questions must be received by Wednesday April 18, 2012. Please note that the responses to this request for proposal are subject to the following conditions: Insurance The City of Rancho Palos Verdes requires the selected firm to have a minimum of $1,000,000.00 of professional errors and omissions insurance and a minimum of $1,000,000.00 of automobile liability insurance prior to entering into an agreement with the City. Acceptance of Terms Submission of a proposal shall constitute acknowledgment and acceptance of all terms and conditions hereinafter set forth in the RFP unless otherwise expressly stated in the proposal. Exhibit A City of Rancho Palos Verdes Request for Proposals Residential Rehabilitation Program Area 3 & 5 4/6/2012 Page 6 of 10 Right of Rejection by the City Not withstanding any other provisions of this RFP, the City reserves the right to reject any and all proposals and to waive any informality in a proposal. Financial Responsibility The proposer understands and agrees that the City shall have no financial responsibility for any costs incurred by the proposer in responding to this RFP. Interview If successful, the proposer will be invited to participate in an interview. The interview will be a part of final selection process. Award of Contract The selected firm shall be required to enter into a written contract with the City of Rancho Palos Verdes, in a form approved by the City Attorney. to perform the prescribed work. This RFP and the proposal, or any part thereof, may be incorporated into and made a part of the final contract; however, the City reserves the right to further negotiate the terms and conditions of the contract with the selected consultant. The contract will, in any event, include a maximum "fixed cost" to the City of Rancho Palos Verdes. Conferences During the Proposal Preparation Period As of the issuance date of this RFP and continuing until the time for submitting proposal has expired, the City will provide relevant information and access to City facilities and documents as necessary for all proposers to familiarize themselves with the requirements set forth in the RFP. Access to City facilities shall be during normal business hours and will require at least twenty-four (24) hours advance notice. Number of Copies Required The proposer must submit three (3) copies of the proposal. Proposals must be received by the Department of Public Works, 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275, (310) 541-5252, by the deadline indicated in this RFP. Exhibit A City of Rancho Palos Verdes Request for Proposals Residential Rehabilitation Program Area 3 & 5 4/6/2012 Page 7 of 10 Exhibit A Street 1 Length Area Limits AREA 3 Hawthorne BI NB Hawthorne Bl SB Beechgate Dr Blackhorse Dr Blackhorse Dr Browndeer Ln Browndeer Ln Browndeer Ln Deepbrook Dr Deepbrook Dr Delacroix Rd Diamond Head Ln Elkridge Dr Elmbridge Dr Falcon Rock PI Fawnskin Dr Flaming Arrow Dr Golden Arrow Dr Hales Corner Rd Hawkhurst Dr Hawthorne BI/Frontage Honey Creek Rd Larchbluff Dr Leacrest Dr Little Wood Dr Lone Valley Dr Longhill Dr Longhill Dr Longhill Dr Nokomis Rd Oaklon Dr Oconto Ave Rockhurst Rd Rockvalley Rd Rockvalley Rd Seashell Way Silver Arrow Rd Silvermoon Ln Sunny Point PI Warrior Dr Warrior Dr 4,515 4,515 1,210 1,286 710 300 2,130 1,510 360 550 1,515 1,700 1,950 1,095 320 1,360 808 1,075 814 1,928 300 1,025 585 700 180 415 1,041 1,915 800 740 130 217 230 585 690 155 3,116 630 400 475 1,205 139,965 139,965. 38,720. 41,152. 22,720. 9,900. 70,290. 48,320. 11,520. 17,600. 39,390. 54,400. 62,400. 35,040. 8,960. 35,360. 29,896. 27,950. 21,164. 57,840. 9,600. 26,650. 15,210. 21,700. 5,400. 10,790. 37,476. 61,280. 25,600. 20,720. 3,640. 7,595. 6,440. 16,965. 22,770. 4,805. 96,596. 15,750. 11,200. 15,200. 38,560. Silverspur Rd City Limits 1 City Limits Silver Arrow Rd E/s Hawthorne BI Els Warrior Dr Flaming Arrow Dr 2430'e/Warrior Honey Creek Dr Hawkhurst Dr N/S Longhill Dr Blackhorse Dr Browndeer Ln Browndeer Ln 1 Diamond Head Ln I Longhill Dr S/S Longhill Dr Delacroix Rd Fawnskin Dr Rockvalley Rd S/s Hawkhurst Dr Blackhorse Dr Browndeer Ln Seamount Dr I Browndeer Ln Browndeer Ln Elkridge Dr E/S 1 Flaming Arrow Dr E/S 1 Elkridge Dr EIS Deepbrook Dr Elkridge Dr I Warrior Dr Rockvalley Rd Deepbrook Dr W/s Deepbrook Dr W/s Beechgate Dr Silverspur Rd Diamond Head Ln Longhill Dr Silver Arrow Rd S/s Browndeer Ln City Limits Silverspur Rd Longhill Drive End Silver Arrow Rd E/s Flaming Arrow Dr 2430'e/Warner Elkridge Dr N/s Hawkhurst Dr S/S Rockvalley Rd Longhill Dr End Longhill Dr Elkridge Dr End Silver Arrow Rd S/S Browndeer Ln Beechgate Dr Longhill Dr Hawthorne B1 Blackhorse Dr End End End End End Flaming Arrow Dr E/S Silver Arrow Rd N/S Beechgate Dr End End End End End Hawkhurst Dr E/s End Blackhorse Dr End End Browndeer Ln Longhill Dr _ _ Exhibit A City of Rancho Palos Verdes Request for Proposal Slurry Seal and Overlay Design 4/6/2012 Page 8 of 10 Street AREA 5 Avenida Esplendida Avenida Magnifica Avenida Refinda Avenida Altisima Avenida De Calma CaIIe De Resolana Calle Del Pajarito Clipper Rd Crest Rd Crest Rd Crest Rd Crest Rd Crest Rd PVDW NB PVDW SB PVDW NB PVDW SB PVDW NB PVDW NB _ PVDW SB PVDW SB Hawthorne BI EB Hawthorne BI EB Hawthorne B1 W B Hawthorne BI NB Hawthorne BI NB Hawthorne BI W B Hawthorne BI NB Hawthorne BI SB Hawthorne BI SB Hawthorne BI SB Alta Vista Alta Vista Drive Alta Vista Drive Avenida Anillo Avenida Celestial Avenida Celestial Avenida Classica Avenida De Calma Avenida Elegante Avenida Esplendida Avenida Esplendida Exhibit A - Continued 1 Length Area 180 200 200 1,100 1,160 225 300 535 670 1,500 1,578 9,000. 10,000. 9,400. 26,400. 35,960. 9,225. 12,000. 19,260. 37,520. 54,000. 58,386. Limits Crest Rd E/s Crest Rd N/s Crest Rd N/s Crest Rd S/s Camino Porvenir S/s Avd De Calma E/s Avenida De Calms Seacove Dr 30' W/O Hawthorne BI W/s Avenida Esplendida E/s Avenida Elegante W/s 470 15,510. Avenida Tranquila 619 1,300 1,300 1,480 1,480 3,686 1,645 1,645 3,685 2,655 3,050 3,050 2,015 1,935 2,655 1,080 1,335 1,935 2,015 243 1,300 1,260 300 265 640 1,522 1,300 850 775 1,100 22,903. 44,200. 36,400. 56,240. 39,960. 132, 696. 60,865. 41,125. 95,810. 92,925. 91,500. 94,550. 64,480. 61,920. Dupre Dr N/s Avenida Classica Coast Guard Station 400' S/Golden Cove 400' S/Golden Cove Hawthorne BI Hawthorne BI N/s Berry Hill Dr S/s City Limits Berry Hill Dr S/s Palos Verdes Dr City Hall Entrance Vallon Dr N/s Vallon Dr N/s 98,235. 38,880. 40,050. 59,985. 58,435. 12,393. 54,600. 52,920. 9,600. 8,745. 19,200. 56,314. 40,300. 20,400. 28,675. 40,700. City Hall Entrance Rhone Dr S/s 50' S/Crest Rd Rhone Dr S/s Dupre Dr N/s Hawthorne Boulevard Alta Vista Drive W/S 6863 Alta Vista Drive Crest Road N/S Avenida Classica N/s 1 Avenida Classica S/s I Los Verdes Drive W/s Crest Road S/S Crest Rd S/s Crest Road W/s Avenida Classica S/s End End End Private Rd Calle De Suenos End End Palos Verdes Dr Avenida Classica E/s Avenida Tranquila Calle De Suenos 470' W/O Avd Tranquila Avenida Esplendida • W/s 400' S/Golden Cove Coast Guard Station Hawthorne B1 N/s 400' S/Golden Cove Berry Hill Dr S/s City Limits Berry Hill Dr S/s Hawthorne BI S/s City Hall Entrance Vallon Dr N/s City Hall Entrance Dupre Dr N/s Rhone Dr S/s Palos Verdes Dr 300' S/Crest Rd Rhone Dr S/s Dupre Dr S/s Vallon Dr N/s Alta Vista Drive W/S 6863 Alta Vista Drive Alta Vista Drive S/S , End North End South End 1 Crest Road S/s Camino Porvenir S/S End Avenida Classica N/s 1 Los Verdes Drive E/s Exhibit A City of Rancho Palos Verdes Request for Proposal Slurry Seal and Overlay Design 4/6/2012 Page 9 of 10 Street AREA 5 Avenida Selecta Avenida Tranquila Cachan Dr Calle De Suenos Calle Quieta Camino Pequeno Camino Porvenir Cartier Dr Cartier Dr Cartier Dr Cartier Dr Cartier Dr Chartres Dr Cheret PI Dupre Dr La Croix Dr Laurel Dr Lautrec PI Le Blanc PI Lebec PI Los Verdes Dr Marguerite Dr Marne Dr Marne Dr Matisse Dr Berry Hill Dr Rue Beaupre Rue De La Pierre Rue De La Pierre Rue Godbout Rue La Fleur Rue Langlois Rue Langlois Rue Langlois Rue Valois Sattes Dr Vallon Dr Vallon Dr Via Baron Via Baron Via Borica Via Cambron Exhibit A - Continued Length Area 503 1,665 445 2,320 160 145 2,330 845 365 1,200 350 1,385 1,665 460 160 160 652 460 610 200 2,130 2,240 750 1,835 1,830 1,615 185 1,170 1,370 375 868 735 1,155 775 2,230 2,080 2,385 400 460 400 2,235 815 Limits 11,569. j Avenida Esplendida 49,950. Crest Road S/S 12,015. Cartier Dr 85,840. Private Rd 6,400. ! Avenida De Calma 7,830. Calle De Suenos 62,910. Avenida De Calma E/s 21,970. Marne Dr E/s 11,680. Marne Dr E/s 38,400. Dupre Dr 11,200. Rhone E/s 44,320. Chartes Dr 53,280. j Sattes Dr 12,420. Chartres Dr 5,120. Cartier Dr 5,120. Sattes Dr 17,604. Marguerite Dr 11,960. Cartier Dr 15,860. Sattes Dr 6,000. `� Marne Dr Els 78, 810. _ Hawthorne BI N/s 76,160. Palos Verdes Dr 18,000. Vallon Dr S/s 58,720. Vallon Dr S/s 47,580. Sattes Dr 51,680. Via Victoria 7,770. 1 Palos Verdes Dr E/s 37,440. Via Rivera N/s 43,840. Via Rivera 12,000. 1 Via Rivera 27,776. Rue De La Pierre 19,110. Rue Beaupre N/s 36,960. Rue Beaupre N/s 24,800. Rue Valois 60,210. Via Rivera 66,560. Cachen PI 73,935. Hawthorne BI 12,800. Hawthorne BI 11,960. Via Palacio Dr W/s 10,400. Via Palacio Dr E/s 71,520. j Via Rivera N/s 26,188. Berry Hill Dr End End End Crest Rd End End Calle De Suenos End Dupre Dr Rhone Dr Chartres Dr Cachan PI Cartier Dr End Hawthorne Crest Rd End End End End Golf Parking Lot End End Cartier Dr Chartres Dr Palos Verdes Dr Rue Langlois W/s Rue Langlois N/s South End Via Victoria Via Borica South End Rue Valois Rue De La Pierre Rue Langlois East End Via La Cresta I Marne Dr End End North End End Exhibit A City of Rancho Palos Verdes Request for Proposal Slurry Seal and Overlay Design 4/6/2012 Page 10 431'10 Street AREA 5 Via Collado Via Del Mar Via La Cresta Via La Cresta Via La Cresta Via Lorado Via Lorado Via Maria Celeste Via Rivera Via Rivera Via Rivera Via Rivera Via Rivera Via Victoria Via Victoria Rhone Dr Rhone Dr AI ida PI Crest Rd Exhibit A - Continued 1 Length Area 125 585 650 2,365 255 780 625 235 890_ 670 2,475 1,425 665 435 2,430 1,300 745 190 475 4,500. 16,380. 18,200. 85,140. 7,140. 24,960. 20,000. 8,460. 28,480. 21,440. 79,200. 45,600. 21,945. 13,050. 77,760. 33,800. 23,840. 10,453. 15,675. Limits Via Cambron Via Rivera 320' W of Vallon Dr 320' W of Vallon Dr Vallon Dr Els Palos Verdes Dr Via Maria Celeste N Via Lorado Rue La Fluer S/s Rue La Fluer S/s Via Borica Rue De La Pierre Rue Valois North End Rue Godbout S/s Cartier Dr S/s Cartier Dr N/s Palos Verdes Dr W 1 470' W/O Avd Tranquila End End West End Vallon Dr W/s End Via Maria Celeste N Via Victoria End Rue De La Pierre Via Borica North End Rue Valois S/s Hawthorne BI Rue Godbout S/s 1 Via Rivera End Hawthorne BI End Avd Elegante Exhibit B KOA CORPORATION ('BM Consulting May 1, 2012 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd Rancho Palos Verdes, CA 90275 Attention: Nicole Jules RE: Proposal for Civil Engineering Design Services Dear Ms. Jules: I 4 1 1 W. I90th St., Suite 525 Gardena, CA 90248 t: 310.3 29.0102 f: 310.3 29.1021 www.koacorporation.com CBM Consulting, Inc. ("CBM"), a wholly owned subsidiary of KOA Corporation ("KOA"), appreciates the opportunity to submit qualifications to the City of Rancho Palos Verdes for Civil Design services. CBM has the expertise and resources required to assist the City of Rancho Palos Verdes for the design of the City's Residential Rehabilitation Project (Area 3 & 5) 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. CBM has teamed with KDM Meridian to provide services for this project. The CBM 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. Per the RFP, a fee proposal has been submitted in a separately sealed envelope. The proposal has been revised to include specific services as discussed. Sincerely, CBM Consulting, Inc. Chuck Stephan, P.E. (CA RCE C50481) V.P. of South Bay Operations LOS ANGELES ONTARIO ORANGE SAN DIEGO SOUTH BAY Exhibit B City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) Table of Contents Proposal for the City of Rancho Palos Verdes Civil Engineering Design Services for the Residential Rehabilitation Project (Area 3 & 5) I. KEY INDIVIDUALS 3 1 . 1 PROJECT MANAGER 4 1.2 PROJECT TEAM 6 KDM Meridian 8 2. FIRM EXPERIENCE 9 2. 1 FIRM PROFILE 9 2.2 PROJECT EXPERIENCE 1 0 2.3 REFERENCES 1 5 3. APPROACH AND SCOPE OF WORK 16 3. I PROJECT APPROACH 1 6 3.2 SCOPE OF WORK 1 6 3.3 PROJECT SCHEDULE 25 KOA CORPORATION CBM ('consulting Page 2 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) I. Key Individuals Exhibit B I . Key Individuals CBM proposes Chuck Stephan, P.E. as the design engineer and manager for the Residential Rehabilitation Project. Chuck has extensive experience with local pavement rehabilitation projects, including slurry seal, Cape Seal, overlay, full depth pulverization, and full reconstruction with conventional and ARHM pavement materials. Christine Kaskara, P.E. will assist Chuck with CAD and field engineering tasks. Christine is SWPPP QSD/QSP certified and will provide the required stormwater protection provisions in the plans and specifications. CBM proposes KDM Meridian for topographic survey work that will be required for any street reconstruction work. LII Principal Civil Engineer Chuck Stephan, P.E., LEED AP Firm Principal Senior Design / Project Manager Civil Engineering Design / SWPPP Compliance Christine Kaskara, P.E., QSD Design Engineer / SWPPP Developer PP KOA CORPORATION CBM Consulting 1 Engineering Survey KDM Meridian Rich Maher, PLS Principal Surveyor Page 3 City of Rancho Palos Vcrdes Residential Rehabilitation Project (Area 3 & 5) I. Key Individuals Exhibit B 1.1 PROJECT MANAGER CHUCK STEPHAN, PE, LEED AP VP of South Bay Operations Principal -In -Charge / Design Engineer / Project Manager Professional Experience Chuck Stephan has thirty years of extensive experience in civil engineering design and project management on projects for many municipalities and private firms. He has diverse project experience in planning, design, management, and construction of transportation, educational, institutional, industrial, aerospace, municipal, residential and commercial projects. Mr. Stephan works in multiple capacities as Principal -In -Charge, project manager, project engineer, lead engineer, design engineer, and construction engineer in both the civil and construction management disciplines. • Specializing in Project Management, Civil Engineering Design, and Construction Management for municipal Capital Improvement Projects, including pavement design and rehabilitation; ADA improvements; water pipelines; storm drain and sanitary sewers; medians and landscaping; parking lots; site improvements; plan checking; NPDES requirements. Education BS, Agricultural Engineering, California Polytechnic State University, San Luis Obispo (I 982) Year Entered Profession 1982 Year Started with Firm 2000 Registrations Prof Engineer (Civil) CA #C50481 (1993) Prof Engineer (Civil) OR # 18 72 PE (I 995) Prof Engineer (Civil) HI # PE-8432(CE) (I 996) LEED Accredited Professional (2007) Professional Affiliations American Public Works Association American Society of Civil Engineers • 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 2010-201 1, 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 Residential Rehabilitation Project (Area 3 & 5) I. Key Individuals Exhibit B 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 201 1 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 '/2 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. KOA CORPORATION CBM Consulting Page 5 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) I. Key Individuals Exhibit B 1.2 PROJECT TEAM CHRISTINE KASKARA, P.E., QSD Design Engineer Professional Experience Ms. Kaskara has over 9 years of experience in engineering including structural and civil assignments. At CBM, she assists in preparing civil engineering plans using AutoCAD. She also has practical experience in obtaining field information as necessary and preparing Safe Route to School (SR2S) applications. Christine received her QSD Certification in 2011. She previously worked for both the County of Riverside Department of Building and Safety and the Community Redevelopment Agency of Los Angeles, Christine is proficient in AutoCAD, RISA -3D, ENERCALC, TJ -Beam, WoodWorks Shearwalls. Project Experience La Habra 2009-2010 Street Rehab, La Habra, CA. 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 Council items and coordination with City staff. Education M.S., Civil Engineering, University of Southern California, Los Angeles, CA, (2004) B.S., Civil Engineering, Col Poly Pomona, Pomona, CA, (2002) Year Entered Profession 2002 Year started with Firm 2009 Registrations Prof Engineer (Civil) CA #C75585 (2 010) Certifications Qualified SWPPP Developer (QSD) / Qualified SWPPP Practitioner (QSP) #20336 Professional Affiliations Member of Chi Epsilon, Civil Engineering Honor Society completion. Work included preparing City 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. Residential & Arterial Overlay 201 1 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. PKOA CORPORATION ATIoN CBM Consulting Page 6 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) I. Key Individuals Exhibit B Annual Residential Overlay and Slurry Seal, Rancho Palos Verdes, CA: Assistant Construction Manager. CBM 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. Rancho Palos Verdes Drive East Catch Basins, Rancho Palos Verdes, CA: Assistant Construction Manager. Reviewed existing storm drain inlet conditions at multiple locations in Rancho Palos Verdes. Each location show some deficiencies that could be improved. Field conditions and typical improvements were discussed. Consultant Cost $15,000. Sepulveda Boulevard Pedestrian Improvements, Culver City, CA: Design Engineer. Prepared the Plans, Specifications, and Estimate (PS&E) for the enhancement of a '/2 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. Economic Stimulus E-76 Street Improvements Design. Hawthorne, CA: Assistant Design Engineer. CBM Prepared Preliminary Environmental Study for the purpose of receiving Categorical Exclusion without required technical studies. Prepared the required forms for the E-76 process. Carry out a site inspection to determine the % grind & overlay, the % R&R and the amount of damaged gutter that will need to be replaced on the 24 streets selected by the City. Prepared specifications, drawings and estimate for the street cross sections and drawings, detailing the limits of the improvements per segment. The streets were prioritized based on existing street conditions. Pacoima/Panorama Street Improvements at Various Locations, Los Angeles, CA: Assistant Design Engineer. Design, Construction Management and Observation services for the City's Annual Street Improvement Project included sidewalk improvements at various locations, street reconstruction and construction of gutters, curb, cross gutters and storm drains throughout the city. City of Signal Hill Cherry Avenue Improvement Project, Signal Hill, CA: Assistant Design Engineer. Responsible for the project management associated with the new design for the widening of Cherry Ave. between 20TH Street and 250ft south of PCH. The project includes a new storm drain, traffic signal upgrade at the PCH/Cherry Ave intersection, reconstruction of the street, PCC improvements and striping. Consultant Cost: $52,890.00. Idaho Street Rehab, La Habra, CA: Assistant Design Engineer: Prepared complete plans, specifications, and estimate for improvement of the intersection of La Habra Blvd & Idaho Street in the City of La Habra. The project included widening and construction of a right -turn packet; new video detection traffic signal controller system; new signal poles and street name signs; new curb, gutter, sidewalk, and driveway; storm drain system relocation; utility adjustments; utility pole relocation; decorative PCC crosswalk; asphalt concrete pavement; landscape and irrigation restoration. Construction Cost $250,000. KOA CORPORATION CBM Consulting Page 7 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) I. Key Individuals Exhibit B KDM Meridian Com, KDM MERIDIAN KDM Meridian is a professional Land Surveying and Civil Engineering consulting firm specializing in GPS, conventional land surveying, and project mapping, municipal engineering, and C.I.P. management. KDM Meridian is a California corporation located in the City of Lake Forest. The firm is currently fielding two survey crews on a regular basis to perform conventional and GPS land surveying, with the ability to provide up to four two-man crews on short notice. In-house personnel provide boundary, mapping, right-of-way, topographic, construction calculation, legal description, and related functions. There are eleven (1 1) regular full-time employees of whom four are California licensed surveyors. one licensed engineer, and one certified LSIT. The KDM Meridian staff functions as an extension of its client's staff to provide management, technical, and professional services in a responsive, cost effective, and professional manner, meeting their schedules and project goals. RICHARD C. MAHER, P.L.S. Firm Principal Mr. Maher is a Professional Land Surveyor registered in the State of California with twenty years experience in Land Surveying and Civil Engineering. Since 1999 Mr. Maher has assisted in the review, grading, and exam development of the Land Surveyor's Yearly Licensure Exams for the CA State Board for Professional Engineers and Land Surveyors and continued to participate in this capacity through 2007. Mr. Maher's experience includes extensive client relations, participating on a consulting basis, as part of a project team, or in the management of projects with over fifty different local, county, State, utility agencies, and private clients. In that capacity, he has been responsible in whole or in part in project development, right-of-way engineering, annexations, heavy and light construction, design topographic surveys, aerial control networks, legal descriptions, boundary surveys, records of survey, and parcel and tract map preparation. Mr. Maher's extended involvement in the details of survey department operations has provided him with working knowledge of state of the art technology, hardware, and software used industry wide. In doing so, Mr. Maher continues to be successful in providing the level of service unique to each client, acting as an extension of their staff, understanding their needs, anticipating issues, and providing solutions exceeding expectations. Education Civil Engineering University Curriculum — California State University, Fullerton, 1992 Land Surveying Continuing Education — Coastline Community College, Costa Mesa, 1995 Registrations Registration as a Professional Land Surveyor California, No. 7564 Professional Affiliations American Public Works Association American Society of Civil Engineers Professional Seminars Subdivision Map Act Professional Seminar - Santa Ana, CA (I 997) California Coordinate System Professional Seminar — Newport Beach, CA (I 998) ALTA/ACSM Surveys, Pacific Land Seminars - Pomona, CA (l 999) The Quasi Judicial Role of the Land Surveyor — Buena Park, CA (2001) More recently, Mr. Maher fulfilled the function of Survey Department Manager for a Civil Engineering and Survey Consulting firm in southern California specializing in Public Works with projects including street, sewer, water, and storm drain improvements, park, municipal and building improvements. KOA C oR['ORATION CBM Consulting Page 8 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 2. Firm Experience Exhibit B 2. Firm Experience 2.1 FIRM PROFILE CBM Consulting, Inc. 1411 W 190th Street Suite 525 Gardena, CA 90248 Tel: 310.329.0102 Fax: 310.329.1021 KOA Corporation 1055 Corporate Center Dr Suite 300 Monterey Park, CA 91754 Tel: 323.260.4703 Fax: 323.260.4705 www.koacorporation.com Over 20 Years in Business A California Corporation since 1995 Six Offices in California: Monterey Park Gardena West Los Angeles Orange Ontario San Diego PIP KOA CORPORATION CBM Consulting CBM Consulting ("CBM") is a multi -disciplined engineering consulting firm that has been providing Civil Engineering Design, Project Management, Construction Management and Observation, Grant Application Processing and NPDES Program Implementation services to private, commercial, industrial and municipal clients collaboratively for twenty years. Our extraordinary team combines a passion for design and management with a commitment to successful project delivery. CBM was recently acquired by KOA Corporation ("KOA"). KOA Corporation is one of the leading traffic engineering and transportation planning and design firms in California. Our professional planning and engineering staff members are available to provide the following services: 111111111111111111111111 Civil Engineering Project Management Construction Management & Observation Staff Assistance NPDES Program Implementation ADA Assessment & Improvements Plan Checking Transportation Planning / Analysis Highway & Infrastructure Design Traffic Signal / Lighting Design Storm Drainage & Design Intelligent Transportation Systems Design Signing and Striping Plans Transit / Rail Planning Circulation and Parking Studies Parking Design & Analysis Traffic & Parking Impact Studies Pedestrian & Bikeway Design Transportation Modeling Travel Demand Forecasting / Modeling Page 9 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 2. Firm Experience Exhibit B 2.2 PROJECT EXPERIENCE Residential & Arterial Overlay 201 I Design Thousand Oaks, California CBM Cost: $291,720 Construction Cost: $7 million Owner: City of Thousand Oaks Completion Date: May 201 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-HillIENR California Project of the Year 201 1 - Transportation Construction Cost: $5,000,000 Owner: Long Beach Transit Authority 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. CBM 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. PR! KOA CORPORI ION CBM Consulting Page 10 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) Exhibit B Arterial Roads Rehabilitation Project Fiscal Year 2010-201 1 Rancho Palos Verdes, California Consultant Cost: Construction Cost: Owner: Completion Date: Project Manager: Design Engineer: Contact: $70,000 $2 million City of Rancho Palos Verdes July 2011 Chuck Stephan, P.E. Chuck Stephan, P.E. Nicolas Hsieh, P.E. Nicole Jules, P.E. Senior Engineer 310.544.5275 2. Firm Experience 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: Construction Cost: Owner: Completion Date: Project Manager: Design Engineers: Contact: $265,000 $3 million Community Redevelopment Agency of Los Angeles July 2011 Chuck Stephan, P.E. Chuck Stephan, P.E. Nicolas Hsieh, P.E. Christine Kaskara, P.E. 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. PR IWA CORPORATION CBM consulting Page I I City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 2. Firm Experience Exhibit B La Habra Annual Street Rehabilitation Fiscal Years 2005-201 1 La Habra, California Construction Cost: Owner: Contact: Design Engineers: Construction Observers: —$3.5 million annually City of La Habra Sam Makar, P.E. Principal Civil Engineer 562.905.9720 Chuck Stephan, P.E. Nicolas Hsieh, P.E. Christine Kaskara, P.E. Nicolas Hsieh, P.E. Mauricio Zeledon, P.E. CBM 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: Owner: Completion Date: Contact: Principal -In -Charge: Project Manager: Design Engineer: Construction Manager: Construction Observer: $1.3 million City of Rancho Palos Verdes 2010 Nicole Jules, P.E. Senior Engineer (310)377-0360 Chuck Stephan, P.E. Chuck Stephan, P.E. Nicolas Hsieh, P.E. Chuck Stephan, P.E. Cris Cole CBM 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). KOA CoRPoIZ.\ 1 ION CBM Consulting Page 12 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) Pier Avenue Improvement Project Hermosa Beach, California Construction Cost: Owner: Start Date: Completion Date: Contact: Design Engineers: Exhibit B $250,000 City of Hermosa Beach April 2010 September 2010 Frank Senteno (310) 318-0211 Chuck Stephan, P.E. Nicolas Hsieh, P.E. Christine Kaskara, P.E. 2. Firm Experience CBM prepared plans, specifications and cost estimates, for street improvements on Pier Ave from Valley to Pacific Coast Highway. CBM 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. CBM managed subconsultants for survey and soils testing. CBM provided construction engineering services for this job at the request of Hermosa Beach. On -Call Engineering services for the Community Redevelopment Agency of Los Angeles Los Angeles, California Owner: Contact: Phone: Email: Alternate Contact: Construction Manager: Design Engineer: Community Redevelopment Agency/Los Angeles Leon Thomas, Senior Construction Supervisor 213.977.1971 Ithomas(c�cra. lacity.org Virginia Lit, Project Manager 626.590.0817 Scott Neumann Chuck Stephan, P.E. Pacoima Panorama Street and Sidewalk Improvement Projects Improvement project for the Community Redevelopment Agency of Los Angeles in the Panorama/Pacoima areas of Los Angeles. Included new ADA compliant sidewalks, driveways, and curb access ramps, utility relocation, striping, traffic signal modifications, street lighting, and pavement rehabilitation. Coordinated project with CRALA, B -Permits, LADWP, and LADOT. Construction Cost $1,100,000. Eastside Industrial Street and Sidewalk Improvement Project Improvement project for the Community Redevelopment Agency of Los Angeles. CBM provided Civil Engineering Design and Construction Observation support services for sidewalk and pavement improvements on various streets in the Eastside Industrial area of Los Angeles. Included new ADA compliant sidewalks, driveways, and curb access ramps, striping, and pavement rehabilitation. Construction Cost $850,000. KOA CORPORATION CBM Consulting Page 13 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) Exhibit B 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. Funding Source: STPL 2. Firm Experience 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. Lambert Road Rehab Phase 2: Sidewalk Gap Closure Phase 2/ Lambert Road Rehab, Beach Blvd to Idaho Street La Habra, California Construction Cost: $2,000,000 Owner: City of La Habra Completion Date: March 2008 Contact: Sam Makar, P.E. Senior Civil Engineer (562) 905-9720 Project Manager: Chuck Stephan, P.E. Design Engineer: Nicolas Hsieh, P.E. Funding Source: STPL The Beach Boulevard and Lambert Road Widening, Project No. 5 -TC -05, Rehabilitation from Beach Boulevard to Idaho Street, Project No. 8-R-06, and Lambert Road Sidewalk Gap Closure Phase 11, Project No. 4-R-06 improved the Beach Blvd/Lambert Road intersection by installing additional right and left turn lanes with associated signal pole relocations and ADA curb access ramps; completed curb & gutter improvements, repaired pavement surfaces and overlaid Lambert Road from Beach Blvd to Idaho Street; and completed the sidewalk system on Lambert Road from Beach Blvd to the easterly City limits. Because these projects had overlapping limits of work and required coordinated phasing, they were constructed in a single project to avoid construction conflicts. and Lambert Road KOA CORPORATION CBM Consulting Page I4 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 2. Firm Experience Exhibit B 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 1315 Valley Drive 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 OFLAHAWKAI La Habra California 90633-0337 � w 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 Manhattan Beach, California 90266 Steve Finton, City Engineer (310) 802-5352 City of Signal Hill 2175 Cherry Avenue Signal Hill, California 90755-3799 Charlie Honeycutt, Deputy City Manager (562) 989-7356 KOA CORPORATION (' B i ('on%utting Page 15 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 3. Approach and Scope of Work Exhibit B 3.Approach and Scope ofWork 3.1 PROJECT APPROACH The City of Rancho Palos Verdes (RPV) plans to construct improvements to rehabilitate residential street pavement surfaces encompassing plan areas 3 and 5, in accordance with the City's Pavement Management Report. While the main focus of the project will be pavement rehabilitation, associated work will include root pruning, concrete curb, gutter, sidewalk, and driveway repairs, ADA compliant curb access ramps, traffic and street name sign placement/replacement, traffic striping and markings, and protection or replacement of speed humps. CBM will consider all feasible pavement rehabilitation alternatives including microsurfacing, Cape Seal, ARAM, overlay, and reconstruction methods, and discuss the merits and cost impact of each alternative. CBM will recommend a design within the City's proposed project budget of $3 million. We will complete construction documents by the end of June 2012 in preparation for construction work in August/September 2012. 3.2 SCOPE OF WORK Existing Conditions The proposed project area includes approximately 118 residential street segments in plan Areas 3 and 5, in the northwest and central portions of the City (Arterial segments are not included in the proposed scope of work). From our preliminary field review for this proposal, it appears that most of the existing streets in general appear to be in good condition. Most streets will need a Type 11 slurry seal or Microsurface application to protect and restore the existing pavement surface. A few streets, including Via Rivera, may need more substantial work such as an asphalt overlay. CBM will review the types of asphalt materials available with City staff, including conventional mix, conventional mix with smaller aggregates, and asphalt rubber hot mix alternatives. Some streets such as Via Victoria may need full reconstruction, not for condition, but to reduce steep cross sections and crown height, and restore drivablility and access to adjacent properties. KOA CORPORATION CBM Consulting Page 16 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) Exhibit B 3. Approach and Scope of Work Typical existing pavement in good condition. This street will require crack cleaning, sealing, and a slurry seal or microsurface treatment. Striping will be restored and upgraded to meet current California MUTCD details. Typical street intersection locations without ADA curb access ramps. CBM will examine each intersection and determine appropriate curb ramp details for each location. KOA CORPORATION CBM Consulting Page I7 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) Exhibit B 3. Approach and Scope of Work Displaced curb and gutter. CBM will note locations requiring curb and gutter repairs, and associated tree root pruning. Some trees may require review by City staff and tree arborist prior to deciding on root pruning. Typical area that may require root pruning in the pavement section prior to slurry seal or overlay. KOA CORPORATION CBM Consulting; Page I8 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) Exhibit B 3. Approach and Scope of Work Displaced sidewalks. CBM will note locations requiring sidewalk repairs. Many of these areas may have associated tree root removal, even though trees at these locations have already been removed. Some locations with existing trees may require review by City staff and tree arborist prior to deciding on root pruning. Some locations have asphalt swales (i.e. "Hollywood berms"). CBM will specify treatment at these locations and include a specific plan detail. Treatment may include crack seal or a rubber sealant layer, and hand placement of an overlying slurry surface treatment. KOA CORPORATION CBM Consulting Page 19 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 3. Approach and Scope of Work Exhibit B Existing speed humps will be protected in place or replaced in kind. Striping and markings will be replaced. Existing cross gutter with slot. This type of gutter may present a hazard for bicyclists and strollers. CBM will review and recommend appropriate corrective measures to the City for these locations. Review Existing Records, CBM will research and review existing available project area records. Documents will include the Pavement Management Report (PMR), street construction plans, traffic plans, storm water runoff facility plans, street base maps and tax assessor maps. CBM will field verify the Length and Area measurements as shown in the PMR to ensure that they are accurate and provide sufficient quantities for the construction bid items. KOA CORPORATION CBM Consulting Page 20 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 3. Approach and Scope of Work Exhibit B Utility Notification CBM recommends notifying existing utility companies of the project so that any planned work can be completed before construction begins. CBM can provide utility notification services if desired. Field Inventory / Pavement Analysis The Project Manager will inspect the streets listed in the PMR to determine: • Curb & gutter, sidewalk, driveway, cross gutter, root pruning locations • ADA curb access ramp locations • Pavement repair locations • Pavement repair alternatives and preferred recommendation • Drainage flowline, swale, and asphalt shoulder recommendations • Locations of traffic calming features • Signing, striping, pavement markings • Locations of utility covers The field inventory will consider pavement condition; possible repair methods; local patch repairs; curb and gutter repairs (due to ponding and/or root displacement); sidewalk and driveways repairs; curb access ramp improvements; crack sealing; cross gutter repairs; survey monuments; striping and signing; traffic signal loop detectors; speed humps; and curb paint. Manholes and valves will be identified and referenced on the plans. CBM will document our findings and prepare a written report with our updated recommendations. We will meet with the City to review this document and assist in the budgeting and decision making process. Photographs will be taken throughout the project area for use during design and for pre -construction reference. Preliminary Design, From our Field Inventory and Pavement Analysis CBM will create a base plan of all proposed streets. We will rely on Assessor's Maps, City Maps, and available aerial photos to create this base map showing property line, streets, and an index guide of proposed improvement locations. We will document details of the required repairs. Locations and extent of work will be marked on preliminary plan sets for reference, denoted by address or other descriptive location. Detailed measurements will be made for curb repairs, etc. as necessary for clarity. Repair extents can be preliminarily marked in the field with white marking paint. CBM will determine the location and quantity of crack sealing, ac patching, slurry seal, concrete repairs, and tree root pruning and barrier installation. Location and extent of work will be designated on the plans and in spreadsheet format. It is assumed that striping and pavement markings will generally be replaced to existing conditions, modified to meet current California MUTCD requirements. During the investigation of existing asphalt conditions, CBM will discuss the various possible rehabilitation strategies with City staff. CBM has successfully implemented alternative cost-saving construction methods on other similar projects. In order of cost and life effectiveness, the following options will be presented (from lowest cost to highest): • Slurry seal type I FIN KOA CottPOR 1110\ CBM Consulting Page 21 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 3. Approach and Scope of Work Exhibit B ■ Slurry seal type II ■ Slurry seal type II with latex binder ■ Cape Seal ■ Asphalt Rubber Aggregate Membrane (ARAM) ■ Overlay with conventional asphalt ■ Overlay with latex modified asphalt ■ Overlay with pavement fabric (conventional or fiberglass) ■ Pulverization in place and paving ■ Pulverization, cement treated base, and paving ■ Full reconstruction Often we are able to develop pavement methods without resorting to full reconstruction, leading to significant savings. Streets anticipated to be slurry sealed or overlaid will be shown in plan view. It is anticipated that street configurations and dimensions will be based on existing City plans and assessors data similar to previous projects. A detailed site survey by a licensed surveyor will be performed only for streets requiring full reconstruction work. Some limited detailed areas may be provided as necessary for clarification. It is understood that no streets are anticipated to require full reconstruction at this time. If it is determined that full reconstruction is necessary, additional surveying and detailed design work can be provided at an added cost. Each sheet at 1"=40' scale will contain approximately one thousand feet of detailed design work. 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 comparable unit costs experienced on similar projects within the past year. CBM 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. CBM staff is certified to prepare NPDES documentation and monitor compliance. Specifications will be delivered to the City in both hard copy and electronic copy. Plans, Specifications and Estimate (PS&E). The project will be shown in plan view on 24"x36" plan sheets, with limited details as necessary for clarification. Typical sections and notes will designate pavement type and thickness, materials, and cross section dimensions. Plans for slurry seal and overlay areas will be shown at large scale, typically 1 "= 1 50'. Street work will be designated by hatching and notes, and will include local Removal & Replacement (R&R) areas. Detail plans will be provided where needed for clarity. Plan views will include notes, symbols, lines, or hatching designating pavement; pavement fabric; curb access ramps; curb & gutter repairs; driveway repairs; sidewalk repair; cross gutter repairs; ac patch repairs; tree root pruning and/or root barriers; ac leveling course; manholes, valves, and utility boxes in pavement; survey monuments; crack seal areas; grinds; drainage details; striping; fire hydrant markers; speed humps; header boards; and other features as necessary for clarity or instruction to the contractor. KOA CORPORATION CBM Consulting Page 22 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 3. Approach and Scope of Work Exhibit B Detailed plans for streets that will require full reconstruction will be prepared at 1"=40' scale in Plan & Profile format. CBM will prepare a full topographic survey with KDM Meridian, to show all relevant topographic details. Existing flowlines will be shown, and a new pavement surface designed for desired cross slope and drainage conditions. Plans will include details and reference to: • Required pavement thickness and calculations • Locations of fabric material (if applicable) • PCC curb access ramps in accordance with City and ADA standards • Repair or reconstruction of PCC curbs & gutters which may cause major disturbances in the street's ability to convey water runoff properly, or otherwise present a hazard • New curb & gutter construction where no curb and gutter currently exist, except that areas will AC swales may remain • Repair and replacement of damaged or uplifted sidewalks • Asphalt Concrete leveling courses and/or pavement patching to address local failures and deformations • Pavement areas to be removed and replaced • Pavement areas to be crack -sealed • Pavement areas requiring grinding (Curb lines, cross gutters, join locations, street • Crown or elevation adjustments) • A method to maintain the drainage pattern and improve the condition of paved shoulders, swales, or AC curbed streets lacking traditional PCC curbs & gutters. • Locations of utility manholes, water & gas valves, and other utility access covers within the project limits • Traffic signs, striping and markings • Inventory of damaged or faded traffic sign and street name signs Traffic Control Plans and Construction Phasing Plans will be prepared as needed for locations at major arterial intersections, or as needed to clarify locations with limited or affected access. 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 IO% 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 .xls, and .pdf versions. Project specifications will be based on the City's boilerplate document. CBM 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 KOA CORPORATION CBM Consulting Page 23 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 3. Approach and Scope of Work Exhibit B 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. Full Reconstruction Streets For this proposal, we are assuming a total of five additional sheets, representing 5,000 lineal feet of streets, to represent full street reconstruction plan and profile design work. Streets will be reconstructed to replace failed pavement and/or completely reconstruct streets to lower existing steep cross grades to standard conditions. CBM will subcontract surveying services to KDM Meridian. The topographic survey will show existing street improvements including curb, gutter, edge -of -pavement, driveways, utility covers, and other surface features. Survey work will include: • Research record maps, corner records, record centerline, right of way information and survey data from the County Surveyor's office. • Recover existing surface centerline monumentation • Establish coordinate of targets and centerline monumentation • Topographic survey Woodfern Drive CBM will include design for the reconstruction of Woodfern Drive to create a central drainage swale. Woodfern Drive is a short local residential street located off of Granvia Altamira. It has a crowned asphalt pavement surface that sheds stormwater to a curb and gutter section along the outer sides of the street. The street itself slopes downward from the upper end at the Via Sonoma intersection to a terminal culdesac, at which point surface water enters a catch basin with an 18" concrete pipe, and thence to a nearby canyon. To improve drainage conditions for adjacent properties, the City desires to change the street from a crowned cross section, to a valley type cross section along the lower 300' of street. The central valley will drain to the existing catch basin at the end of the culdesac. Existing curb and gutter improvements will remain in place—only the asphalt pavement section will be reconstructed. CBM will subcontract surveying services to KDM Meridian. The topographic survey will show existing street improvements including curb, gutter, edge -of -pavement, driveways, utility covers, and other surface features. The noted fee includes an allowance for replacement of survey monuments after completion of construction. Survey work will include: • Research record maps, corner records, record centerline, right of way information and survey data from the County Surveyor's office. • Recover existing surface centerline monumentation • Establish coordinate of targets and centerline monumentation • Topographic survey KOA CoRPoRA i ION CBM Consulting Page 24 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) 3. Approach and Scope of Work Exhibit B Preconstruction Services CBM will provide pre -construction support services including answering pre-bid questions and providing a construction bid analysis. Final Deliverables and As -Built Records CBM will prepare one set of reproducible plans for construction. After completion of construction, CBM will prepare "As -Built" mylars plan sheets and submit final drawings electronically on CD in .dwg and .pdf formats. Project Schedule CBM will prepare a preliminary project scheduled created in MS Project, and submitted in both electronic and hard copy format to the City. The schedule will take into account City holidays, street sweeping, and trash collection days. 3.3 PROJECT SCHEDULE ID Teak Name 1 NW Design 3 Review Existing Records 4 R dd I nventory 5 1 Prepare Construction Plans J e Prepare Engineer's Estimate 7 CBM Consutinp, Inc. Duration Start Finish I June' July ' Au 5120 5/27 613 PAo 6/17624 7/1 7/8.17/15 7/22 7/291415 -gni 1 day Mon 5/28/12 Mon 5/28/12 23 days Tue 5/29112 Thu 628(12 5 days Tue 5/29/2 Mon 614/12 5 days Tue 5129✓ t2 Mon 614/12 23 days Tue 5129112 Thu 6128112 23 days Tue 5/2912 Thu 612.8112 Prepare Technical Specification! 23 days Tue 5/2g12 Thu 6/28/12 6 Awerd 9 Pre -Construction Support 10 R nel Deliverables and As Guilts City of Rancho Palos Verdes Residential Rerlablittation Proioct (Area 3 & 5) 6 vilcs Fri 6/2912 Thu 819112 1 day Fri 811112 Fri 8/10/12 1 day Fri 8/10 /12 Fri 8110/12 KOA CORPORATION CBM Consulting Task Prnlect SU mmary Spilt External Tasks N1/r/MtMM��M�Nprurawa Progess External miles= e Milestone • Dea lin e Summary 111111=1.11. :zz�.z xz :ac�sa sac Page 25 City of Rancho Palos Verdes Residential Rehabilitation Project (Area 3 & 5) Fee Proposal Fee Estimate Item Amount Comments (a) Review Existing Records 3,500 (b) F'repare Construction Plans - Surface treatment streets $ 25,000 Full reconstruction streets (assume .Assumes 5 sheets P&P/ 5,000 5 sheets F&P/5,000 LF) $ 29,500 LF of street Includes allowance of $1,100 \ 'oodfern Drive Reconstruction $ 10,52E for survey mon't restoration (c) Prepare Engineer's Estimates $ 2,000 (d) Prepare Technical specifications and Special Provisions $ 10,000 (e) Pre -construction support $ 2,000 (f) Final Deliverables &As Builts $ 3,000 (g) Project Schedule $ 500 As needed for support during Construction Support Allowance $ 10,000 construction GRAND TOTAL $ 96,02E Clerical services, minor incidental costs, travel, copying, printing, telephone, gas, computer, and photographic costs are incidental and included in the basic hourly rates. Reconstruction - As -Needed Per Sheet additive cost for Plan & Profile Sheets at 1"=40' Scale: The first thousand feet will be $7,500. Each additional thousand feet will be $5,500 thereafter. KOA CORPORATION CBM Consulting 5/1/2012 ACORD 5/21/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Dealey, Renton & Associates PAHON/C. o. EXt):626-844-3070 FAX A X, No): 199 S. Los Robles #540 Pasadena, CA 91101 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CONTACT NAME: Marie Swaney INSURED KOACORPOR CBM Consulting, Inc a wholly owned subsidiary of KOA Corporation 1411 W 190th Street, #525 Gardena, CA 90248 310-329-0102 COVERAGES CERTIFICATE NUMBER: 1043915264 E-MAIL ADDRESS:mswaney@lnsdra.com INSURER(S) AFFORDING COVERAGE INSURER A :Travelers Indemnity Co. of Connecti INSURER B :Travelers Property Casualty Co of A INSURER C :ACE American Insurance Company INSURER D : INSURER E : INSURER F : REVISION NUMBER: NAIC # (15682 5674 22667 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP WLIMITS LTR INSR VD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A A B B C GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR X Contractual Liab X XCU Included GEN'L AGGREGATE LIMIT APPLIES PER: PRO -1 POLICY XT LOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS X HIRED AUTOS X X Ded/SIR $0 X UMBRELLA LIAB EXCESS LIAB SCHEDULED AUTOS NON -OWNED AUTOS IX OCCUR CLAIMS -MADE DED X RETENTION $0 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y 1 N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes. describe under DESCRIPTION OF OPERATIONS below Professional Liability Claims Made Y Y 6802075L840 Y Y N/A Y BA2A439568 Y CUP6464Y033 Y UB3679T819 3/13/2012 3/13/2013 3/13/2012 3/13/2013 3/13/2012 3/13/2013 3/15/2012 3/15/2013 623631684007 3/13/2012 3/13/2013 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $1.000.000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY ' $1,000.000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 Ded/SIR .s.0 COMBINED SINGLE LIMIT (Ea accident) , $1,000,000 BODILY INJURY (Per person) I $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ EACH OCCURRENCE $4,000,000 AGGREGATE $4,000,000 X WC STATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 $2,000,000 Per Claim $2,000,000 Annual Aggr $25,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) General Liability policy excludes claims arising out of the performance of professional services. Umbrella Policy is follow -form to underlying GL/AUTO/Employers Liability policies RE: Res. Rehab Project FY 11-12 -- *The CITY of Rancho Palos Verdes, its officers, agents and employees are named as an additional insured as respects general & auto liability for claims arising from the operations of the named insured. NOTE: Primary & non-contributory wording and waiver of subrogation applies per policy endorsement forms attached (see sections B&C of GL Endt). CERTIFICATE HOLDER City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes CA 90275-5391 ACORD 25 (2010/05) CANCELLATION 30 day/10 day for non -pay of premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE U © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 6802075L840 COMMERICAL GENERAL LIABILITY ISSUE DATE:5/21/2012 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON(S) OR ORGANIZATION(S): City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes CA 90275-5391 PROJECT/LOCATION OF COVERED OPERATIONS: *CITY of Rancho Palos Verdes, its officers, Res. Rehab Project FY 11-12. PROVISIONS A. The following is added to WHO IS AN INSURED (Section 11): The person or organization shown in the Sched- ule above is an additional insured on this Cover- age Part, but only with respect to liability for bod- ily injury", `property damage" or `personal injury caused, in whole or in part, by your acts or omis - sions or the acts or omissions of those acting on your behalf: a. In the performance of your ongoing oper- ations; b. In connection with premises owned by or rented to you; or C. In connection with your work and included within the "products -completed operations hazard." Such person or organization does not qualify as an additional insured for "bodily injury", "property damage" or "personal injury' for which that person or organization has assumed liability in a contract or agreement. agents and employees -- RE: The insurance provided to such additional insured is limited as follows: d. This insurance does not apply to the render- ing of or failure to render any "professional services". e. The limits of insurance afforded to the addi- tional insured shall be the limits which you agreed in that `contract or agreement requir- ing insurance" to provide for that additional insured, or the limits shown in the Declarations for this Coverage Part, whichever are less. This endorsement does not increase the limits of insurance stated in the LIMITS OF INSURANCE (Section III) for this Coverage Part. B. The following is added to Paragraph a. of 4. Other Insurance in COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV): However, if you specifically agree in a contract or agreement requiring insurance that, for the addi- tional insured shown n the Schedule, the insur- ance provided to that additional insured under this CG D3 82 09 07 © 2007 The Travelers Companies, Inc. Includes the copyrighted material of Insurance Services Office Inc., with its permission Page 1 COMMERICAL GENERAL LIABILITY Coverage Part must apply on a primary basis, or a primary and non-contributory basis, this insurance is primary to other insurance that is available to such additional insured which covers such additional insured as a named insured, and we will not share with the other insurance, provided that: (1) The "bodily injury" or "property damage" for which coverage is sought occurs; and (2) The "personal injury" for which coverage is sought arises out of an offense committed; after you have entered into that "contract or agreement requiring insurance" for such additional insured. But this insurance still is excess over valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when the additional insured is also an additional insured under any other insurance. C. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us in COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV): We waive any rights of recovery we may have against the additional insured shown in the Schedule above because of payments we make for "bodily injury", "property damage" or "personal injury" arising out of your work" on or for the project, or at the location, shown in the Schedule above, performed by you, or on your behalf, under a "contract or agreement requiring insurance" with that additional insured. We waive these rights only where you have agreed to do so as part of the "contract or agreement requiring insurance'. with that additional insured entered into by you before, and in effect when, the "bodily injury" or "property damage" occurs, or the "personal injury" offense is committed. D. The following definition is added to DEFINITIONS (Section V): "Contract or agreement requiring insurance" means that part of any contract or agreement under which you are required to include the person or organization shown in the Schedule as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs, and the "personal injury" is caused by an offense committed: a. After you have entered into that contract or agreement; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. CG D3 82 09 07 © 2007 The Travelers Companies, Inc. Includes the copyrighted material of Insurance Services Office Inc., with its permission Page POLICY #:BA2A439568 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions ofthe Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 5/21/2012 Named Insured: CBM Consulting, Inc a wholly owned subsidi Countersigned By: 04d -di (Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): *CITY of Rancho Palos Verdes, its officers, agents and employees -- RE: Res. Rehab Project FY 11-12. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 TRAVELERS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76(00) — 001 POLICY NUMBER: UB3679T819 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 3.00 % of the California workers' compensation premium otherwise due on such remuneration. Person or Organization City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes CA 90275-5391 DATE OF ISSUE: 5 / 21 / 2 012 017106 Schedule Job Description *CITY of Rancho Palos Verdes, its officers, agents and employees -- RE: Res. Rehab Project FY 11-12. ST ASSIGN: Auto insurance always follows the car, not the owner. Thus the vehicle owner's insurance is always primary. In addition, I have excerpted several paragraphs from the ISO Business Auto Coverage form (this is the coverage f orrn Fidelity & Guaranty uses). I believe that you will note that their coverage would indeed be primary with respects to the client. Section 11 Liability Coverage, A. Coverage, 1. Who Is An Insured, c. anyone liable for the conduct of an "insured" described above but only to the extent of that liability Section IV — Business Auto Conditions, B. General Conditions, 5. Other Insurance c. Regardless of the provisions of Paragraph a. above, this Coverage Form's Liability Coverage is primary for any liability assumed under an "insured contract". Section V Definitions, H. "Insured contract" means:, 5. "That part of any other contract or agreement pertaining to your business (including an indemnification of a rriunicipality in connection with work performed for a municipality) under which you assume the tort liability of another to pay for "bodily injury" or "property damage" to a third party or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. In this instance, the Additional Insured endorsement gives you the rights of the Named Insured with respect to notices of cancellation and non -renewal. Even though the endorsement states that the insurance would be excess (over any applicable coverage) by California state law the Insured's Auto insurance would always be primary with respect to the Insured's owned autos. b. Return the stolen property, at our ex- pense. We will pay for any damage that results to the "auto" from the theft; or c. Take all or any part of the damaged or stolen property at an agreed or appraised value. If we pay for the "loss", our payment will in- clude the applicable sales tax for the dam- aged or stolen property. 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this coverage form has rights to recover damages from another. those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. B. General Conditions 1. Bankruptcy Bankruptcy or insolvency of the "insured" or the "insured's" estate will not relieve us of any obligations under this coverage form. 2. Concealment, Misrepresentation Or Fraud This coverage form is void in any case of fraud by you at any time as it relates to this coverage form. It is also void if you or any other "insured", at any time, intentionally con- ceal or misrepresent a material fact concern - in a. b. c. d. g This coverage form: The covered "auto": Your interest in the covered "auto"; or A claim under this coverage form. 3. Liberalization If we revise this coverage form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the re- vision is effective in your state. 4. No Benefit To Bailee — Physical Damage Coverages We will not recognize any assignment or grant any coverage for the benefit of any per- son or organization holding, storing or trans- porting property for a fee regardless of any other provision of this coverage form. CA 00 01 03 10 (Rev. 02-11) COMMERCIAL AUTO 5. Other Insurance a. For any covered "auto" you own, this coverage form provides primary insur- ance. For any covered "auto" you don't own, the insurance provided by this cov- erage form is excess over any other col- lectible insurance. However, while a cov- ered "auto" which is a "trailer" is con- nected to another vehicle, the Liability Coverage this coverage form provides for the "trailer" is: (1) Excess while it is connected to a mo- tor vehicle you do not own. (2) Primary while it is connected to a covered "auto" you own. J b. For Hired Auto Physical Damage Cover- age. any covered "auto" you lease, hire, rent or borrow is deemed to be a covered "auto" you own. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". c. Regardless of the provisions of Para- graph a. above. this coverage form's Li- ability Coverage is primary for any liability assumed under an "insured contract". d. When this coverage form and any other coverage form or policy covers on the same basis, either excess or primary. we will pay only our share. Our share is the proportion that the Limit of Insurance of our coverage form bears to the total of the limits of all the coverage forms and policies covering on the same basis. 6. Premium Audit a. The estimated premium for this coverage form is based on the exposures you told us you would have when this policy be- gan. We will compute the final premium due when we determine your actual ex- posures. The estimated total premium will be credited against the final premium due and the first Named Insured will be billed for the balance, if any. The due date for the final premium or retrospective pre- mium is the date shown as the due date on the bill. If the estimated total prernium exceeds the final premium due, the first Named Insured will get a refund. b. If this policy is issued for more than one year. the premium for this coverage form will be computed annually based on our rates or premiums in effect at the begin- ning egin- ning of each year of the policy. © Insurance Services Office, Inc.. 2009 Page 9 of 12 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorse- ment, the provisions of the Coverage Form apply unless modified by the endorsement. Paragraph 5. Transfer of Rights Of Recovery Against Others To Us of the CONDITIONS section is replaced by the following: 5. Transfer Of Rights Of Recovery Against Oth- ers To Us We waive any right of recovery we may have against any person or organization to the extent CA T3 40 08 08 required of you by a written contract executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of the operations contemplated by such contract. The waiver ap- plies only to the person or organization desig- nated in such contract. « 2008 The Travelers Companies. Inc_ Page 1 of 1