Loading...
Ardurra Group Inc (Anderson-Penna Partners Inc) - FY2015-009-02 AMENDMENT NO 2 TO AGREEMENT FOR CONTRACTUAL SERVICES THIS AMENDMENT NO. 2 TO THE AGREEMENT FOR CONTRACTUAL SERVICES("Amendment No 2")by and between the CITY OF RANCHO PALOS VERDES,a California municipal corporation ("City") and ARDURGROUP, INC , a Florida corporation ("Consultant") is effective as of the /9 day of /f/DV, 2019 RECITALS A City entered into that certain Agreement for Contractual Services dated July 15,2014 ("Agreement") with Anderson — Penna Partners, Inc , whereby Anderson — Penna Partners, Inc ("Anderson — Penna") agreed to on-call professional services to include civil engineering design, survey and mapping,construction management,and project inspection services("Services")through June 30, 2018 B The Agreement provided for a maximum contract sum of$25,000 per specific written task, with an annual not-to-exceed amount of$60,000, for a total Contract Sum of$240,000 C On July 31,2018,City and Anderson—Penna entered into Amendment No 1 to the Agreement, which extended the Term of the Agreement through June 30, 2019, and increased the annual not-to-exceed amount from$60,000 to$210,000 for FY 2018-2019,for a maximum Contract Sum of$450,000 D On or about September 27, 2018, Anderson— Penna was purchased by Consultant Ardurra Group, Inc Consultant is the successor-in-interest to Anderson —Penna E City and Consultant now desire to amend the Agreement to reflect Consultant's status as successor in interest to Anderson— Penna and acceptance of assignment of the Agreement and subsequent amendments thereto, and to extend the Term through June 30, 2020, and set the compensation for FY 2019-2020 at a not-to-exceed amount of$60,000, for a maximum Contract Sum of$510,000 TERMS 1 Contract Changes The Agreement is amended as provided herein Deleted text is indicated in stfikedIfeugh and added text in bold italics a Section 2 1, Fee, is hereby amended to read: "CITY agrees to compensate CONSULTANT in accordance with CONSULTANT's Schedule of Hourly Rates, which is within Exhibit "B", and shall meet or exceed prevailing wages, but shall not exceed Sixty Thousand Dollars ($60,000) per fiscal year through FY 2017 1-8, FY 2019 20 and shall net exceed Twe Hundred Ten •.•: `: .. 1,!!! - ! : •,for services as described in Article 1 The total compensation shall not exceed $510,000 (Five Hundred and Ten Thousand Dollars). - . . - . : - • . . . . ! : !,t!! On-call services that are reimbursed by a trust deposit shall not count towards the maximum (N392I765 1) amount CONSULTANT shall be paid for such services The rates in Exhibit "B" shall be in effect through the end of the term of this Agreement " b Section 2.5, Term of Agreement, is hereby amended to read: "This Agreement shall commence on July 1, 2014 and shall terminate on June 30, 2020June 30,2019,unless sooner terminated pursuant to Article 4 of this Agreement No extensions shall be permitted beyond June 30, 2020." c Section 3.1, Indemnification, Hold Harmless, and Duty to Defend, is hereby replaced in its entirety with the following. "To the full extent permitted by law, Contractor agrees to indemnify, defend and hold harmless the City,its officers,employees and agents("Indemnified Parties") against,and will hold and save them and each of them harmless from,any and all actions,eitherjudicial,administrative,arbitration or regulatory claims,damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened(herein "claims or liabilities")that may be asserted or claimed by any person,firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Contractor,its officers,employees,agents,subcontractors,or invitees,or any individual or entity for which Contractor is legally liable("indemnitors"), or arising from Contractor's or indemnitors' reckless or willful misconduct, or arising from Contractor's or indemnitors'negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses,including legal costs and attorneys'fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City,its officers,agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Consultant hereunder;and Consultant agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Consultant for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work,operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers,agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys'fees. (d) Contractor shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant shall be fully responsible to indemnify City hereunder therefore,and failure of City to monitor compliance with (N3921765 1}01203 0006/559787 1 -2- these provisions shall not be a waiver hereof This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Consultant in the performance of professional services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City's sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City's negligence,except that design professionals' indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement." d Exhibit "D", Acknowledgement of Assignment, is hereby added to the Agreement, as attached hereto. 2 Continuing Effect of Agreement.Except as amended by Amendments No 1 and 2, all provisions of the Agreement shall remain unchanged and in full force and effect From and after the date of this Amendment No 2, whenever the term "Agreement" appears in the Agreement, it shall mean the Agreement, as amended by Amendments No 1 and 2 to the Agreement 3 Affirmation of Agreement; Warranty Re Absence of Defaults. City and Consultant each ratify and reaffirm each and every one of the respective rights and obligations arising under the Agreement Each party represents and warrants to the other that there have been no written or oral modifications to the Agreement other than as provided herein Each party represents and warrants to the other that the Agreement is currently an effective,valid,and binding obligation Consultant represents and warrants to City that,as of the date of this Amendment No 2,City is not in default of any material term of the Agreement and that there have been no events that,with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement City represents and warrants to Consultant that, as of the date of this Amendment No 2, Consultant is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement 4 Adequate Consideration.The parties hereto irrevocably stipulate and agree that they have each received adequate and independent consideration for the performance of the obligations they have undertaken pursuant to this Amendment No 2 5 Authority The persons executing this Amendment No 2 on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authonzed to execute and deliver this Amendment No 2 on behalf of said party, (iii) by so executing this Amendment No 2,such party is formally bound to the provisions of this Amendment No 2,and(iv) the entering into this Amendment No 2 does not violate any provision of any other agreement to which said party is bound [SIGNATURES ON FOLLOWING PAGE] (N3921765 1)01203 0006/559787 1 -3- IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written CITY CITY OF RANCHO PALOS VERDES, a municipal corporation : . . • , Mayor ATTES 41.111.- 41IrAVA Emil olboT� , y Clerk APPROVED AS TO FORM ALESHIRE & WYNDER, LLP Wi iam•W W der, City Attorney CONSULTANT ARDURRA GROUP, INC , a Florida corporation c A By . Name (part, .P�-/tie , // Title G fd By /`_ Name LISA FE NJ N A Title . 00N460(oc i PTU pig c_ Address VILE 721-373/ f rcj Sfir-�{.4- 041,L ZS O NE PPO/2--r T trAcij C.11 civo(00 Two corporate officer signatures required when Contractor is a corporation,with one signature required from each of the following groups 1)Chairman of the Board,President or any Vice President,and 2)Secretary,any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer CONTRACTOR'S SIGNATURES SHALL BE DULY NOTARIZED,AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR'S BUSINESS ENTITY (N3921765 I}01203 0006/559787 1 -4- rbfImo' CA-L—trORNTA ALL—PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document STATE OF CAW-OR-NIA //0 JAIL ei COUNTY OF tOS ANGES Y`N'' -�� L On (1IiC) ,2019 before me,/t (a cid6r,personally appeare( 712 1 ,proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capaclry(ies),and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS m. and official seal ptmna PAULA R.ELDON • y _ /Eommission# be '� Signature , 4 Expires September �aro. Bonded Thea Troy Fein harem 8004857019 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT El INDIVIDUAL El CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) El PARTNER(S) ❑ LIMITED El GENERAL NUMBER OF PAGES ❑ ATTORNEY-IN-FACT El TRUSTEE(S) El GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING (NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE {N3921765 1}01203 0006/559787 1 CALIFORNIA CERTIFICATE OF ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate venfies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document State of California County of Ora/24,4 On ('— a j — 020 /1 , before me, Arit{ k'tJp/t2/ NotarYPub1ic. personally appeared l—06t— /V( , /7t n oc, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authonzed capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of State of Califonua that the foregomg paragraph is true and correct AMY KAPLAN No[aryPublic Caldorma `� Orange County > Commission k 2145492 WITNESS my hand and official seal My Comm Expires Mar 7 2020 SIGNATURE /' o/ 119l i V PLACE NOTARY SEAL ABOVE Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of attached document Title or type of document it/L . .I/ Document Date / 1— / ge / 1 Number of Pages Signer(s) Other than Named Above Exhibit D Acknowledgment of Assignment THIS ACKNOWLEDGMENT OF ASSIGNMENT ("Assignment") by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation ("City"), and ARDURRA GROUP, INC , a Florida corporation ("Ardurra"), is effective as of the August _, 2019 ("Effective Date") A City and Anderson — Penna Partners, Inc ("Anderson - Penna"), entered into an Agreement for on-call professional services to include civil engineering design,survey and mapping, construction management, and project inspection services dated June 30, 2018 ("Agreement") B On July 31,2018,City and Anderson-Penna amended the Agreement,to extend the Term of the Agreement through June 30,2019,and increased the annual not-to-exceed amount from $60,000 to $210,000 for FY 2018-2019, for a maximum Contract Sum of$450,000 C Ardurra has informed the City that Anderson—Penna has assigned to Ardurra and Ardurra has assumed from Anderson- Penna all of Anderson-Penna's rights and obligations under the On-Call Agreement D Anderson-Penna and Ardurra have requested that City acknowledge and accept this assignment, and City is willing to do so NOW,THEREFORE, in consideration of the mutual promises of the parties hereto and for other good and valuable consideration,the receipt and sufficiency of which is hereby acknowledged, City and Ardurra agree as follows TERMS Representations Ardurra represents and warrants the following a That Anderson - Penna has assigned to Ardurra and Ardurra has assumed from Anderson - Penna all of Anderson - Penna's rights and obligations under the Agreement, b That Ardurra has sufficient experience and expertise to perform the obligations of Anderson - Penna under the Agreement, c That, to the best of Ardurra's knowledge, no default presently exists under the Agreement and no state of facts exists which would constitute a default under the Agreement, and d That the terms of this Assignment are consistent with the terms of all agreements between Anderson-Penna and Ardurra related to the assignment of the Agreement (N392I765 1)OI203 0006/559787 1 2 Assumption of Rights and Obligations Ardurra hereby accepts all of Anderson - Penna's interests and rights under the Agreement and assumes and agrees to perform all of Anderson - Penna's obligations under the Agreement in accordance with the terms, covenants, and conditions thereof, on, from, and after the Effective Date Ardurra acknowledges that(i) it has received a copy of the Agreement and is fully familiar with its terms, and (ii) City has made no representations concerning the Agreement except as expressly provided herein Ardurra further acknowledges and agrees that the Agreement shall control the obligations of Ardurra and City, and that the Agreement shall control over any inconsistent provision in any agreement that may exist between Anderson - Penna and Ardurra 3 Payment of Invoices Ardurra represents and warrants that per its agreement with Anderson- Penna,invoices for work performed under the Agreement up through July 31,2019,shall be paid to Anderson - Penna, and invoices for work performed after such date shall be paid to Ardurra City will pay all invoices accordingly in reliance on this representation Ardurra agrees to indemnify, defend, and hold harmless City from and against any claim by Anderson-Penna for payment of any invoice for work performed under the Agreement after July 31, 2019 5 Due Execution The person(s) executing this Assignment on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Assignment on behalf of said party, (iii) by so executing this Assignment,such party is formally bound to the provisions of this Assignment,and(iv)that entering into this Assignment does not violate any provision of any other agreement to which said party is bound 6 Full Force and Effect The parties further agree that, except as specifically provided in this Assignment,the terms of the Agreement shall remain unchanged and in full force and effect [SIGNATURES ON FOLLOWING PAGE] (N392I765 1)01203 0006/559787 I IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the date and year first-above written CITY CITY OF RANCHOPALOS VERDES, a municipal i,„ drCo .. - .,.;, ..,. : C Manager ATT N:, 411 riump 1.4716„„,.? Emi y ow..Crri, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP Will W Wynder ity Attorney ARDURRA GROUP, INC , a Florida corporation By fG� Name *'a e r A'-e C i *// Title Guy f By9)-12.4(-__ � Y� Name LISA AA PE/JA)A Title Ai/qA.)44/N4 pt21N Cl 17A L v, cE fR1:"SIDENT Address 3 7 3 7 $1 rci S 17 (Sur.1-4 aro AIR W/40/4- D eaat CA 926(o Two corporate officer signatures required when Consultant is a corporation,with one signature required from each of the following groups 1)Chairman of the Board,President or any Vice President,and 2)Secretary,any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer CONSULTANT'S SIGNATURES SHALL BE DULY NOTARIZED,AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONSULTANT'S BUSINESS ENTITY (N3921765 I)01203 0006/559787 1 .. AMENDMENT NO. 1 TO AGREEMENT FOR CONTRACTUAL SERVICES THIS AMENDMENT TO THE AGREEMENT FOR CONTRACTUAL SERVICES ("Amendment")by and between the CITY OF RANCHO PALOS VERDES,a general law city& municipal corporation ("City"), and ANDERSON-PENNA, INC., a California corporation ("Contractor") is effective as of the 31st day of July, 2018. RECITALS A. City and Contractor entered into that certain Agreement for contractual services dated July 15, 2014, terminating on June 30, 2018 (the "Agreement"), whereby Contractor agreed to provide on-call professional/technical services to include civil engineering design, survey and mapping,construction management and project inspection services,as requested by City Staff(the "Services"). B. The Agreement provided for a maximum contract sum of$25,000 per specific written task, or$60,000 per fiscal year, for a total contract amount of$240,000. C.' City and Contractor now desire to amend the Agreement to extend the Term through June 30, 2019, and to increase the annual not-to-exceed amount from $60,000 to $210,000 for FY 2018-19, for a maximum contract amount of$450,000. The increased annual amount for FY 2018- 19 is due to an increase in the number of projects for which Contractor's Services will be required. TERMS 1. Contract Changes. The Agreement is amended as provided herein. Deleted text is indicated in strikethrough and added text in bold italics. (a) Section 2.1, Fee, is amended as follows: "CITY agrees to compensate CONSULTANT in accordance with CONSULTANT's Schedule of Hourly Rates,which is within Exhibit"B",and shall meet or exceed prevailing wage rates,but shall not exceed twenty five thousand dollars($25,000)per specific written Task and in any case shall not Sixty Thousand Dollars($ 60,000)per fiscal year through FY 2017-18,and shall not exceed Two Hundred Ten Thousand Dollars($210,000)for FY 2018-19, for services as described in Article 1. The total compensation shall not exceed Four Hundred Fifty Thousand Dollars($450,000). On-call services that are reimbursed by a trust deposit shall not count towards the maximum amount CONSULTANT shall be paid for such services. The rates in Exhibit"B" shall be in effect through the end of the term of this Agreement." (b) Section 2.5, Term of Agreement, is amended as follows: "This Agreement shall commence on July 1,2014 and shall terminate on June 30,2018June 30, 2019, unless sooner terminated pursuant to Article 4 of this Agreement." 2. Continuing Effect of Agreement. Except as amended by this Amendment, all provisions of the Agreement shall remain unchanged and in full force and effect. From and after the date of this Amendment,whenever the term"Agreement"appears in the Agreement,it shall mean the Agreement, as amended by this Amendment to the Agreement. 3. Affirmation of Agreement; Warranty Re Absence of Defaults. City and Contractor each ratify and reaffirm each and every one of the respective rights and obligations arising under the Agreement.Each party represents and warrants to the other that there have been no written or oral modifications to the Agreement other than as provided herein. Each party represents and warrants to the other that the Agreement is currently an effective,valid,and binding obligation. Contractor represents and warrants to City that,as of the date of this Amendment,City is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement. City represents and warrants to Contractor that,as of the date of this Amendment,Contractor is not in default of any material term of the Agreement and that there have been no events that,with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement. 4. Adequate Consideration.The parties hereto irrevocably stipulate and agree that they have each received adequate and independent consideration for the performance of the obligations they have undertaken pursuant to this Amendment. 5. Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(i)such party is duly organized and existing,(ii)they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii)by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and(iv)the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. [SIGNATURES ON FOLLOWING PAGE] 01203.0001/308425.1 -2- IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation City Manager AT% 4-11, City APPROVED APPROVED AS TO FORM: ALESHIRE &WYNDER, LLP W" City Attorne CONTRACTOR: ANDERSON-PENNA PARTNERS, INC., a California corporation By: "'A-4-e,- x( Li Name: Lisa M.Penna,PE,OSP Title: ' President/CEO By: /4r!i �eeell Nme 1 �,Ltw- Title: CE Address: 3737 Birch Street, Suite 250 Newport Beach, CA 92660 Two corporate officer signatures required when Contractor is a corporation,with one signature required from each of the following groups: 1)Chairman of the Board,President or any Vice President;and 2)Secretary,any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONTRACTOR'S SIGNATURES SHALL BE DULY NOTARIZED,AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR'S BUSINESS ENTITY. 01203.0001/308425.1 -3- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES On Lily)t /u ,2018 before me, -4-At o 3. (3LI/(6) ,personally a peared �-1 SY 01• Peti1S,proved to me on the basis of satisfactory evidence to be the person( whose name is/aie'subscribed to the within instruTent and acknowle ed to me th e/she/tVy execute the same in his/her/their authorized capacity(ies),and that by (s/her/ eir signatur s) on the instrument the person , or the entity upon behalf of which the person(s) acted, executed the instru ent. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. amu,,. ANTONIO JOSEPH tELELLO '� ""i'1. COMM#2125847 WITNESS myhand and o ficial seal. t j" �� Z E � �'� ORANGE COUNTY NOTARY PUBLIC-CALIFORNIA Z Signature: /,m. , ' 1t " MY COMMISSION EXPIRES �vv SEP. 04, 2019 / OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: (NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01203.0001/308425.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES On �✓ * I n ,2018 before me,('1 1'a 75.fx(l(l' ,personally appeared/4/16WG.v(sti ,proved to me on the basis of satisfactory evidence to be the person(, j whose namess/ subscribed to the within instrument and acknowledged to me thate/she/tfiiey executed th'e same in hi/her/thpifauthorized capacity(ies)-,and that by M/her4tieir signature(yfin the instrument the person or the entity upon behalf of which the personks7 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official sealANTONIO JOSEPH BELELLO `' '�'�^^ COMM#2125847 T Z ..�, ORANGE COUNTY Signature: �' Q `. rFt NOTARY PUBLIC-CALIFORNIA Z MY COMMISSION EXPIRES —I SER 04, 2019 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: (NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01203.0001/308425.1 • CITY OF RANCHO PALOS VERDES ON-CALL DESIGN PROFESSIONAL/TECHNICAL SERVICES AGREEMENT THIS AGREEMENT("Agreement") is made and entered into this 15th day of July, 2014, by and between the City of Rancho Palos Verdes (hereinafter referred to as the "CITY") and Anderson — Penna Partners, Inc. (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 on-call services as follows: Provide Engineering services to include Civil Engineering Design,survey and mapping, Construction Management and project inspection services as requested by Staff. 1.2 Description of Services CONSULTANT shall: provide services in accordance with the CITY's Request for Proposals, which is attached hereto as Exhibit "A" and incorporated herein by this reference, and CONSULTANT'S Proposal, which is attached hereto as Exhibit "A" and incorporated herein by this reference. In the event of any conflict between the terms of this Agreement and incorporated documents, the terms of this Agreement shall control. In the event of any conflict between Exhibits "A" and "B," the terms of Exhibit "A" 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. ARTICLE 2 COMPENSATION 2.1 Fee Page 1 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services 11 CITY agrees to compensate CONSULTANT in accordance with CONSULTANT's Schedule of Hourly Rates, which is within Exhibit "B," and shall meet or exceed prevailing wage rates, but shall not exceed twenty-five thousand dollars($25,000) per single project and in any case shall not to sixty thousand dollars ($60,000) per fiscal year for services as described in Article 1. On-call services that are reimbursed by a trust deposit shall not count towards the maximum amount CONSULTANT shall be paid for such services. The rates in Exhibit "B" shall be in effect through the end of the Agreement. 2.2 Payment Address All payments due CONSULTANT shall be paid to: Anderson Penna Partners, Inc. 20280 Acacia St, Suite 100 Newport Beach, CA 92660 2.3 Terms of Compensation CONSULTANT shall submit monthly invoices for the 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 within ten (10)days of the receipt of each invoice. However, CITY's failure to timely notify CONSULTANT of a disputed amount shall not be deemed a waiver of CITY's right to challenge such amount. 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 Prevailing Wages CITY and CONSULTANT acknowledge that this project is a public work to which prevailing wages apply. The Terms for Compliance with California Labor Law Requirements is attached hereto as Exhibit"C" and incorporated herein by this reference. 2.5 Term of Agreement This Agreement shall commence on July 1, 2014 and shall terminate on June 30, 2018 unless sooner terminated pursuant to Article 4 of this Agreement. ARTICLE 3 INDEMNIFICATION AND INSURANCE Page 2 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services 411, 3.1 Indemnification, Hold Harmless, and Duty to Defend (a) Indemnity for Design Professional Services. In connection with its design professional services and to the maximum extent permitted by law, CONSULTANT shall hold harmless and indemnify CITY, and its officials, officers, employees, agents and independent contractors serving in the role of CITY officials, and designated volunteers (collectively, "Indemnitees"),with respect to any and all claims, demands, causes of action, damages, injuries, liabilities, losses, costs or expenses, including reimbursement of attorneys' fees and costs of defense (collectively, "Claims" hereinafter), including but not limited to Claims relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to in whole or in part to the negligence, recklessness, or willful misconduct of CONSULTANT or any of its officers, employees, subcontractors, or agents in the performance of its design professional services under this Agreement. (b) Other Indemnities. In connection with any and all claims, demands, causes of action, damages, injuries, liabilities, losses, costs or expenses, including attorneys' fees and costs of defense (collectively, "Damages" hereinafter) not covered by Section 3.1(a), and to the maximum extent permitted by law, CONSULTANT shall defend, hold harmless and indemnify the Indemnitees with respect to any and all Damages, including but not limited to, Damages relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to the acts or omissions of CONSULTANT or any of its officers, employees, subcontractors, or agents in the performance of this Agreement, except for such loss or damage arising from the sole negligence or willful misconduct of the CITY, as determined by final arbitration or court decision or by the agreement of the parties. CONSULTANT shall defend Indemnitees in any action or actions filed in connection with any such Damages with counsel of 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. 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 or authorized 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 Page 3 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services 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 or authorized 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. Said policy or policies shall be issued by an insurer admitted or authorized 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. 3.5 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 law. CONSULTANT shall require any subcontractor similarly to provide such compensation insurance for their respective employees. 3.6 Notice of Cancellation (a) All insurance policies shall provide that the insurance coverage shall not be cancelled or modified by the insurance carrier without thirty (30) days prior written notice to CITY, or ten (10) days notice if cancellation is due to nonpayment of premium. Additionally, CONSULTANT shall provide immediate notice to the CITY if CONSULTANT receives a cancellation or policy revision notice from the insurer. (b) CONSULTANT agrees that it will not cancel or reduce any required insurance coverage. CONSULTANT agrees that if it does not keep the aforesaid insurance in full force and effect, CITY may either immediately terminate this Agreement or, if Page 4 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services • insurance is available at a reasonable cost, CITY may take out the necessary insurance and pay, at CONSULTANT's expense, the premium thereon. 3.7 Entire Policy and Certificate of Insurance At all times during the term of this Agreement, CONSULTANT shall maintain on file with the CITY Clerk both a copy of the entire policy and a certificate of insurance showing that the aforesaid policies are in effect in the required amounts. The commercial general liability policy shall contain endorsements naming the CITY, its officers,agents and employees as additional insureds. 3.8 Primary Coverage The insurance provided by CONSULTANT shall be primary to any coverage available to CITY. The insurance policies (other than workers compensation and professional liability) shall include provisions for waiver of subrogation. ARTICLE 4 TERMINATION 4.1 Termination of Agreement (a) This Agreement may be terminated at any time,with or without cause, by the CITY upon thirty(30)days prior written notice or by CONSULTANT upon ninety(90) days prior written notice. Notice shall be deemed served if completed in compliance with Section 6.15. (b) In the event of termination or cancellation of this Agreement by CONSULTANT or CITY, due to no fault or failure of performance by CONSULTANT, CONSULTANT shall be paid compensation for all services performed by CONSULTANT,in an amount to be determined as follows:for work satisfactorily done in accordance with all of the terms and provisions of this Agreement as determined by the CITY, CONSULTANT shall be paid an amount equal to the percentage of services performed prior to the effective date of termination or cancellation in accordance with the work items; provided, in no event shall the amount of money paid under the foregoing provisions of this paragraph exceed the amount which would have been paid to CONSULTANT for the full performance of the services described in this Agreement. ARTICLE 5 OWNERSHIP OF DOCUMENTS 5.1 Ownership of Documents and Work Product All final 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 Page 5 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services 0 410 CITY without restriction or limitation upon its use, duplication or dissemination by the CITY. All Written Products shall be considered "works made for hire,"and all Written Products and any and all intellectual property rights arising from their creation, including, but not limited to, all copyrights and other proprietary rights, shall be and remain the property of the CITY without restriction or limitation upon their use, duplication or dissemination by the CITY. CONSULTANT shall not obtain or attempt to obtain copyright protection as to any Written Products. CONSULTANT hereby assigns to the CITY all ownership and any and all intellectual property rights to the Written Products that are not otherwise vested in the CITY pursuant to the paragraph directly above this one. CONSULTANT warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the services and the production of all Written Products produced under this Agreement,and that the CITY has full legal title to and the right to reproduce the Written Products. CONSULTANT shall defend, indemnify and hold the CITY,and its elected officials,officers, employees, servants, attorneys,designated volunteers,and agents serving as independent contractors in the role of CITY officials, harmless from any loss, claim or liability in any way related to a claim that CITY's use of any of the Written Products is violating federal, state or local laws, or any contractual provisions, or any laws relating to trade names, licenses, franchises, copyrights, patents or other means of protecting intellectual property rights and/or interests in products or inventions. CONSULTANT shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, equipment,devices or processes in connection with its provision of the services and Written Products produced under this Agreement. In the event the use of any of the Written Products or other deliverables hereunder by the CITY is held to constitute an infringement and the use of any of the same is enjoined, CONSULTANT, at its expense, shall: (a) secure for CITY the right to continue using the Written Products and other deliverables by suspension of any injunction, or by procuring a license or licenses for CITY; or(b) modify the Written Products and other deliverables so that they become non-infringing while remaining in compliance with the requirements of this Agreement. This covenant shall survive the termination of this Agreement. Upon termination, abandonment or suspension of the Project, the 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 Page 6 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services 0 0 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 §§ 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 1990 (42 U.S.C. § 11200, et seq.). 6.3. Audit The CITY or its representative shall have the option of inspecting,auditing,or inspecting and auditing all records and other written materials used by CONSULTANT in preparing its billings to the CITY as a condition precedent to any payment to CONSULTANT. CONSULTANT will promptly furnish documents requested by the CITY. Additionally, CONSULTANT shall be subject to State Auditor examination and audit at the request of the CITY or as part of any audit of the CITY, for a period of three(3)years after final payment under this Agreement. 6.4 Personnel CONSULTANT represents that it has, or shall secure at its own expense, all personnel required to perform CONSULTANT's services under this Agreement. Any person who performs engineering services pursuant to this Agreement shall be licensed as a Civil Engineer by the State of California and in good standing. CONSULTANT shall make reasonable efforts to maintain the continuity of CONSULTANT's staff who are assigned to perform the services hereunder and shall obtain the approval of the Director of Public Works of all proposed staff members who will perform such services. CONSULTANT may associate with or employ associates or subcontractors in the performance of its services under this Agreement, but at all times shall CONSULTANT be responsible for its associates' and subcontractors' services. 6.5 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 Page 7 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services of the services under this Agreement. 6.6 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. 6.7 Legal Action (a) Should either party to this Agreement bring legal action against the other, the validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California, excluding California's choice of law rules. Venue for any such action relating to this Agreement shall be in the Los Angeles County Superior Court. (b) If any legal action or other proceeding, including action for declaratory relief, is brought for the enforcement of this Agreement or because of an alleged dispute, breach,default or misrepresentation in connection with this Agreement,the prevailing party shall be entitled to recover reasonable attorneys' fees, experts' fees, and other costs, in addition to any other relief to which the party may be entitled. (c) Should any legal action about a project between CITY and a party other than CONSULTANT require the testimony of CONSULTANT when there is no allegation that CONSULTANT was negligent,CITY shall compensate CONSULTANT for its testimony and preparation to testify at the hourly rates in effect at the time of such testimony. 6.8 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. Page 8 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services 0 • 6.9 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. 6.10 Titles The titles used in this Agreement are for general reference only and are not part of the Agreement. 6.11 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. 6.12 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. 6.13 Non-Waiver of Terms, Rights and Remedies Page 9 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services • • 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. 6.14 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. 6.15 Notice Except as otherwise required by law, any payment, notice or other communication authorized or required by this Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during CITY's regular business hours or (b) on the third business day following deposit in the United States mail, postage prepaid,to the addresses listed below,or at such other address as one party may notify the other: To CITY: Responsible Person: Michael Throne, Director of Public Works City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 To CONSULTANT: Responsible Person: Lisa M. Penna, PE, President/CEO Address: 20280 Acacia St, Suite 100, Newport Beach, CA 92660 Page 10 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services • • IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year first above written. Dated: Anderson — Penna Partners, Inc. ("CONSULTANT") By: 15/;;;20ake _ Printed Name: 1„.ilitjA -,Isfj4NA Title: 4rzt DJTEJtEZ' . By. ' 1%1 AY-it'-a-a Printed Name: Lt‹_ M, Luc Title: C FO /01j Dated: CITY OF RANCHO PALOS VERDES ("CITY") Y I ii B ' E1 1A lay• lo ATTEST: (_____, APPRO ED AS TO FORM: By: _ ti i.f ifi / a:4BY City lerk __ City Attorney Page 11 of 11 R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services • • Exhibit "A": CITY's Request for Proposals R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services Exhibit"A" May 30, 2014 Anderson Penna Attention: Bob Merrell 20280 SW Acacia St Newport Beach, CA 92660 Dear Bob: The City of Rancho Palos Verdes would like to include your firm on its list of authorized On-Call consultants. Accordingly we are requesting a copy of your Statement of Qualifications and other related services your firm provides and the associated hourly rates. These qualifications must be relative to Public Works/Engineering Services your firm provides. In July 2014 the Public Works Department will be asking the City Council to approve contractual agreements with several On-Call service providers (a copy of the most current contract is attached —this contract may be revised by the City Attorney prior to City Council authorization of the contracts. If this occurs staff will provide you with a copy of the revised standard On-Call agreement). This requires that we receive the requested information within 7 working days (by June 6). If you should have any questions or I can be of assistance, please contact me vie email at rond@rpv.com. The City reserves the right to reject any or all Statements of Qualifications. Thank you, Ron Dragoo Senior Engineer 410 • Exhibit "B": CONSULTANT's Proposal, including Schedule of Hourly Rates R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services Exhibit"B" • 0 Statement of Qualifications for On-Call EngineeringServices Cityof RPalos Verdes Engineering/Public Works Department - - --- --f- -Itt ,,,c_t:. -: 7 7 , . ., __,,--- ..' .„,:"---. 1---1 s ', -- ....---;,-,-- ---',' ,.. -'"''''-- - i r . ----,?"" -- 4,.,-_,4-....1.''''' .... i 4.1 ' f-4-'-;:.:414-7-•:44 .' __ :t- -111.- ' ';'. - - ---,„ ' zp.Alte . '''.'1 7:41' 11:,-.: -;:1-:1 ''•*, Al, ' ' '. - I , ^0? ...--t-44 .i..,-,:,,,,,? . .,--': *, -, -- - ,,,-. - 1 -•..,,:''''' ;., '- , ' ti„,,,,.. .,....... , 4.4../1„,.-._ _4. . -. ' .. , ,...__, `., ....----4'_ -.-it--z..---- '. 'rptig.:,irsiww !Woo ,IbM ‘..-:-.7:-_----_-• • • ,-,,, _I, ,- - • -."-- : i, ; iiiii- r ..,ih.., . s ...T., 2,,„ -.1 —,-..--,774:, . -......„ _,.. ,--.-„,.,.. ..: „:„ ,.. ) , _ .,. ..,.----.-.--. , )-;---,;_.-..1,:v.gicli. iii,....._ -, _., _,_,4.. _. 4prierr. . \ * r _/411/fifr 7 1 I *Sk A , . ,,, i y, _ „A.r.. 1...„, I, ,1/4, 'As),,,,; - i t_ l_-:- - ., - , ."-- //A .ice L s ,_ June 6, 2014 Submitted by: ANDERSON . pENNA • PARTNERS IN PROJECT DELIVERY • 20280 Acacia St., Suite 100 Newport Beach, CA 92660 Telephone: (949) 428-1500 Fax: (949) 258-5053 www.andpen.com • • ANDERSON • PENNA • PARTNERS IN PROJECT DELIVERY . June 6,2014 Ron Dragoo City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Boulevard Rancho Palos Verdes,CA 90275 Subject: Statement of Qualifications for On-Call Engineering Services Dear Ron: In response to your request on May 30, 2014,enclosed is our Statement of Qualifications. AndersonPenna Partners, Inc.(APP) is pleased to submit our qualifications to provide professional engineering and consulting services to the City of Rancho Palos Verdes on an on-call basis. Our proposal has been prepared in accordance with typical requirements and will meet all of the City's objectives in producing valuable and useful construction documents. APP is qualified to participate in the Consultant Team Program for the following reasons: • APP has completed a number of varied projects for the city that include several storm drain installations and street rehabilitation or reconstruction projects. • Principal-level involvement on all projects will ensure the City of a consistently well-produced quality product. I am confident that our approach to tackling any project the City of Rancho Palos Verdes might assign and our qualifications will provide the City with a consultant that will successfully complete projects within budget and on schedule. We are sincerely interested in being selected for the Consultant Team and look forward to your favorable consideration. If you have any questions,please contact me at the number below. Respectfully, AndersonPenna Partners,Inc. i/ .01AC€A Robert Merrell,PE Lisa M. Penna, PE Senior Project Manager President/CEO 20280 ACACIA ST, SUITE 100 • NEWPORT BEACH, CA 92660 PHN 949 428 1500 FAX 949 258 5053 www.ANDPEN.COM Lai City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Table of Contents FIRM BACKGROUND,EXPERIENCE,AND QUALIFICATIONS 2 PROJECT MANAGER'S BACKGROUND AND EXPERIENCE4 REFERENCES/PROJECTS 5 CONTACT INFORMATION 10 APPROACH TO SCOPE OF WORK 11 RESUMES 15 FEE SCHEDULE........................................ 19 11Page ANDERSON•PENNA ♦.wT•.twtt w rw041cr OrL.vtw♦ 0 • 241 City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Firm Background, Experience, and Qualifications AndersonPenna Partners, Inc. Qualifications APP specializes in project delivery for local and regional public agencies and transportation authorities throughout the western United States,with an emphasis on practical,experienced and cost effective solutions. Our team of professionals provides construction oversight and inspection, project and construction management,grant application and management,and civil engineering planning and design.Our clients range from various cities and counties to transportation agencies and special districts.APP also provides staff augmentation for public works and planning departments,federal compliance for ARRA and other federally funded projects, railroad bridge inspection and rating,and peer plan review/plan check services. We are a California corporation that has been in business since 2005,and are a woman-owned DBE and ,: . Certified SBE.We are headquartered in Newport Beach, CA and have more than 60 employees operating out of Small firm focus Commuted to Southern California,as well as supporting several on customer getting the job satellite and/or project/client offices for several field service,big firm APP done right resources operations employees. Strengths By design, our staff is comprised of professionals with extensive experience working directly for public agencies.Our familiarity and know-how gained by Partnering with stall with working side-by-side with local and regional agency staff, our clients for substantial in developing collaborative relationships with outstanding project municipal services community and business stakeholders,and by partnering delivery experience effectively with state and federal regulatory agencies, delivers successfully completed projects and services, well-managed budgets,and thoroughly satisfied stakeholders and clients. APP tailors its management approach to carefully monitor program effectiveness,and closely track work quality,quantity,and cost. Delivering projects under aggressive schedules requires careful management, administration,and oversight of project development teams from inception to completion with committed,complete ownership of all aspects. The firm is in excellent financial status,with no conditions that may impede its ability to provide these services. A summary of APP professional services include: • Program Management,Construction Management,and Inspection Services • Project Management or Staff Augmentation for Public Works/Planning • Civil Engineering Design Services • Financial Consulting,Assessment District Formation and Grant Administration • Energy Efficiency Consulting and Construction Oversight AND/E"�RSON-PENNA PA 1tiCMS M �AUJECO[L+Vf R. * 0 il City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Project Management APP's approach to project management is one of assuming full responsibility for quality,schedule adherence and cost control of the project,thus assuring the client gets the full attention of our Project Team throughout its duration. Robert Merrell,P.E.will lead the APP Team as Project Manager. As Project Manager,he will be responsible for the day-to-day direction for the project development activities,prepare monthly progress reports,and will be the primary point of contact to the City of Rancho Palos Verdes. Professional and technical personnel will be selected for this contract by the Project Manager based on their specific qualifications and expertise tailored to the various projects assigned by the City. The APP project team is known for their responsiveness and pro-active approach to problem solving and creative methods of resolution in a cost-effective,efficient manner. SubconsuItant Management APP's Project Team may include subconsultants who are an integral part of the Team. Examples of subconsultants would be for traffic engineering and landscape architecture. Our Project Manager,as described above,will direct the efforts of the Project Team as a single point of contact for the City. All information and communication with the subconsultants will flow through the Project Manager. APP has successfully managed complex project teams in the past and continues to do so with the client experiencing only one unified project team. All subconsultants are managed as an extension of APP's staff,and will follow quality control procedures approved by APP. Project Progress Administration Throughout the course of our engagement,APP's Project Manager will schedule and hold periodic status report meetings with the City's Project Manager at intervals mutually agreed upon. Each scheduled meeting will have an agenda and will cover appropriate project-related items. It is APP's intention to communicate frequently with the City to ensure the project is meeting the City's expectations. This will help streamline the review process,thereby saving time in the design schedule. It is anticipated progress meetings will be held for milestone submittals,or review thereof,unless additional meetings are mutually agreed upon. APP utilizes software to track labor,expenditures,and other resources on every project. Employees enter time into their electronic timesheets. Job numbers and labor codes are entered to track labor per project and further break it down to tasks per job. Subconsultant expenses,mileage,reproduction,or other reimbursables are also entered into the database on a weekly basis for each project. On a monthly basis,project reports are printed and used by the Project Managers in generating monthly invoices. The format of the invoice varies with client preferences but generally indicates the contract amount,amount previously invoiced,and remaining contract amount. Wage .lo�-- ANDERSON-PENNA 0 ECT 0,,C4• do • il City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Quality Assurance Our Strategic Approach to a Quality Project Understand the Project:Quality control starts at the beginning of a project through planning and controls.At the forefront of a project,our project manager will Understand the Project pie discuss the proposed scope of work,projected schedule, = --- th pro and estimated costs in detail with the client to ensures.`. %4> that the project scope and goals are fully understood ,t, from the onset. Quality 0 Management o The Right People for the Project:Our project team has Process 3 extensive,relevant experience in completing projects in �� c3 Orange and Los Angeles County and within numerous Po 41_g • / cities in Southern California.Our team will hit the 41:* ground running,delivering on schedule and within sanriltar budget. �bconsultants Communication:Our project manager has an excellent track record communicating with clients,subconsultants,staff,and stakeholders.Frequent communication and tracking of project progress is integral to his approach to every project. Familiar Subconsultants:Subconsultants selected for our Team are ones we frequently have worked with earlier and have long standing relationships with. Schedule Control:We have project management tools that forecast staff requirements and labor allocations three months in advance. Project Manager's Background and Experience The basis of our management approach rests on APP's experience with public works projects such as street rehabilitation,reconstruction,and widening and the quality of the key personnel assigned. The approach is driven by our"hands-on" Project Manager,who will monitor the progress of not only APP,but the rest of the project team members as well. The Project Manager assigned to this contract is Mr.Robert Merrell,P.E. He will work directly with the assigned staff members to ensure that adequate resources are devoted to the project and that assignments are being properly completed on schedule. All subconsultants are managed as an extension of our staff,and will follow the same quality control procedures. APP is known for responsiveness and pro-active approach to problem solving and creative methods of resolution in a cost- effective,efficient manner. Bob has participated in the City's On-Call program in the past and has completed many varied assignments working directly for the City Engineer and staff. For the City of Rancho Palos Verdes,the following major projects were completed by Bob Merrell: • Miraleste Storm Drain Design and Inspection • Construction Management for recent Residential Street Program • Point Vicente Interpretive Center Expansion and Storm Drain • Bronco Storm Drain and Construction Management • San Ramon Storm Drain and Hillside Restoration 4, Page D.��- ANDERSON•PENNA LQ4 N .°OJCCf Gc4.1VC., IP • il City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services • Residential Street Program(RPV)-50 Streets(Incl.Inspection) Assisting Mr.Merrell in a Project Engineer role and as the Alternate Project Manager/Project Engineer will be Mr.Joe Buckner,PE,PLS. Mr.Buckner has over 20 years experience in civil engineering and holds a professional registration as a Civil Engineer and as a Land Surveyor. The first 6 years of his experience dealt mainly with residential, commercial,and industrial development projects for developers. The last 16 years of his experience have been devoted to public works type projects such as: street rehabilitations,reconstruction,and widenings; state highway and freeway interchanges;storm drain design;and legal descriptions,plats,and mapping. Mr.Buckner has been a Principal/Project Manager for more than fifteen(15)years and has managed a wide variety of public works projects for local Cities such as Anaheim,Orange,Oceanside,Laguna Beach, and Moreno Valley. His resume can be found toward the end of this proposal. Similar projects Mr.Buckner has managed while at APP include: • Lincoln Avenue Street Rehabilitation Project,City of Orange • Lincoln Avenue Street Median Beautification Project,City of Anaheim • Sunshine Way Parkway Improvements,City of Anaheim • Fire Mountain Roadway Improvements,City of Oceanside References/Projects Civil Design and Master Plan Development APP is both experienced and technically current in the design,construction,rehabilitation,maintenance, and funding of highways,roadways,storm drains,water and wastewater facilities and systems.In addition, our staff is fully versed in the planning and modeling of wastewater facilities,hydrology and hydraulic analysis and utility relocation. Services • Technical studies and feasibility studies for roadways and utility projects • Hydrology and Hydraulic modeling and studies • Master plans for sewer,drainage and roadways • Capital Improvement Program management,permitting assistance and funding applications • Consultant oversight • Plans,specifications and estimate preparation for public works - Roadways - Water and Reclaimed Water - Sewer trunklines,collectors,and mains - Drainage facilities - Traffic handling,signing,striping and signals • Assistance with project advertisement for bid and support during construction • Coordination with utilities,neighboring agencies,and regulatory agencies Wage /w--- ANDERSON.PENNA PART•o[RS h P40.CC.CELIViaf * 0 AlIll City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Related Experience City of Fountain Valley-15 Year Capital Sewer Program Orr ' v. . Re-evaluated the Master Plan recommendations for the I .I: .f c -1" Year 2 improvements,and designed the recommended 1 sewer rehabilitation projects. Projects included a total of 19 .''P "'! ' ril : ,.- --` .. 7:- P J J . . v-11 segments,approximately 5,300 linear feet of sewer, k.,�:`,` ;, �,� Ii �-;7. �T..--� : ��'' -i. scattered throughout the City's service area.Coordinated • .;' •Er �` =-f . with the City's maintenance department to prioritizer'''.7'Ipamolowoor— -,' " .�.; ;�---.-_,� .4.7) with improvements,provided concept design,final design, plans, , ,,:':, _ ' _ -'- specifications and estimates and bidding assistance.Also r't•"' 1• .,r ,! 1 completed a Master Plan Supplement to the 15 Year - -1. program that included CCTV inspection,GIS updates,and a ;..:..�i.,+s..•rj.f.--.„7-,—. .. L review of the City's rate structure. City of Long Beach,Atlantic/PCH Intersection Improvements Preparation of construction documents for roadway, utility = and parking lot improvements at this key arterial .- ._- intersection, including the design of parking lot lighting, '� ,_ 7` drainage improvements,and fencing. - , City of Long Beach Atlantic Avenue Rehabilitation # _- Preparation of construction documents for roadway `�` improvements for Atlantic Avenue from Roosevelt Road to 4011.7'4";':::' 52nd Street. Project included ADA and concrete roadway - .'' . :Tait . improvements. City of Long Beach,Spring Street Rehabilitation let4. Provided engineering services for the rehabilitation of 3Illh - .r miles of Spring Street including a portion within Caltrans _a"''�'1 • . jurisdiction. The project included pavement reconstruction ; . -�- , ' -=" - J 's=.0r�` 1. -; ,,' .. and rehabilitation, reconstruction of curb ramps to current - I : , , " -+ ADA criteria,cross-gutter and curb/gutter reconstruction, -77 / and signing and striping. / -...—' ANDERSON•PENNA •►..R' t.+S •M rR OJ CCT OCt1YChT • 0 Ai City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services City of Long Beach,Infrastructure Master Plan ; .-.. •r a4.-7AA Performed a detailed infrastructure master plan and Capital � 714v,....11,-",,,, � - ,-- ; Improvement Plan Study involving$25 million in drainage - 4 ;, and sewer improvements. � . .� � +�• s ;s._4..%: , ''p: , i.,:',. , le, 0- ''''''-'4- I' - -,, it r---,----, , / . '.) - ,-* .., t A. ' .". #ill • si_rs, ,t. , fie. ler/' .► fit/ La Palma Avenue/Kraemer Boulevard Improvements, ;; - :AI ill 4i. Anaheim ' ! , a .' r" i t APP staff prepared plans,specifications and cost estimates ili 0 - .a .. for the widening of this key arterial intersection in the City ofli• Ili• tt • • • '- 'i 1 Anaheim. The project included the design of a raised, s---, • , ---' ,d * = r- landscaped median, parkway landscaping,traffic signals, ..= Iltir '"traffic control,a MSE wall and significant redesign of private - -4i .� property improvements. The approval process included obtaining an easement and encroachment permist from the County of Orange and Caltrans. 7I Page /-- ANDERSON•PENNA PATgCNM v90JlCT O[LIYLR• 410 0 City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Construction Management and Inspection APP's construction management and inspection team has worked throughout California,and includes experienced program,project and construction managers,resident engineers,structures representatives,office engineers,labor compliance specialists,public works and structural inspectors, utility coordinators,and project and documents control support staff.We specialize in the successful delivery and audit-proof reimbursement of local agency projects that utilize all types of funding. Services • Program Management of multiple capital projects from conception to completion • Constructability/bidability plan review and peer review services • Project and construction management • Contract administration • Public works,special/deputy,structures,OSHPD and LEED inspection • Construction NPDES/SWPPP/WQCP monitoring and oversight • Project and documents control • Claims avoidance and resolution support • Integration and management of federal,state and local funding contract and labor • compliance provisions Related Experience ---, City of Newport Beach,Construction Management iiiammt,--,,--- .. y J't ',Y-'„. Services for Jamboree Roadway and Bridge Widening at _ ---f..; - i SR-73 Construction Management �,....--'~ APP is the Construction Manager for this project to a ii. -Fu. improve traffic flow on Jamboree Road from Bayview =.=_ _F Way to MacArthur Blvd over SR-73.The improvements • 11, . will provide for one additional through travel lane in each .q direction resulting in 10 lanes total. N s 1.: . 1 \. City of Torrance, Construction Support Services for Del . f yam:,..►.........i ., - ._ Amo Blvd. Extension,T-30,Phase 2 : .�--T ......-.....p..,-7,.....—„:,,- . APP is providing project management,construction , r ' • structural inspection and public works .j,::: `' • ., management, P �+ ` I inspection for a new 4-lane roadway and widening of an \. .. •. —.� - _ _ - existing segment of Del Amo.This ARRA/RSTP/MTA -. funded project includes a new bridge over the BNSF .r' ; - • . ... Railway's mainlinetracks, MSE retainingwalls drainage ç . :?' - improvements,relocation of a railroad spur track, --• .--r�:.' ,. •• . ' .., reconstruction of affected off-site facilities and substantial utility coordination. Wage l-r ANDERSON•PENNA wt.r[w .r �.[OJCCt O[LIvCa. • 0 Ail City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services * _3 City of Fountain Valley,Year 2 Sanitary Sewer Capital / } s Improvement Project:Master Planning/Modeling, P'-- - k_ A Vis.~} Design,and Construction Management -1r1 - - ,a: u �' APP worked with the City on the planning,design,and ._ yip construction management of the recommended Year 2 {" 1 ' jp . ,..k CIP sewer improvements as identified in the City's 2007 _ Master Plan.Construction of 19 projects addressing more -. -... . _ h , than 5,300 linear feet of sewer improvements wasL ,/ 4. ;may_ completed in December 2011. ' City of Bellflower,Construction Management and - . ,; ' Inspection of West Branch Greenway Landscaping APP provided project and construction management, • Is 4 - _ office engineering, labor compliance and inspection for this ARRA funded civil and landscaping project that bisects r .- 1 `, ,- the City diagonally starting at Lakewood Boulevard at the .�,K'i 444_ " " r . northwest following an abandoned railroad right of way southeasterly to the SR-91. y� - l 411111111111111 City of Carson,Construction Management Services for Congresswoman Juanita Millender-McDonald °` Community Center ' . ' it—, I- - — APP provided project and construction management, _ inspection,and procurement assistance for this Roof, - HVAC,Solar Panels,and Community Center Refurbishment '"'" contract.A performance contract delivery method project, -_- _-_-- this �this involved design/build of certain project elements.The _ _ . ; 1 • construction contract incorporated Agency,ARRA, and _ "Y // * r � - J I EECBG requirements.The Community Center remained ` - r _-f,'- , 1 ; :I open and operational throughout construction. �' 9IPage ANDERSON•PENNA o.i► •w[Mi w raptC* OCIJCAr , 0 0 Al City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Contact Information Proposer: AndersonPenna Partners,Inc. Project Manager: Robert Merrell,PE Office Location: Newport Beach Address: 20280 Acacia Street,Suite 100 Newport Beach,CA 92660 Phone: (949)428-1500 Fax: (949)258-5053 e-mail: bmerrell@andpen.com The above named project manager will remain in place throughout the duration of this contract unless a suitable replacement is approved by the City of Rancho Palos Verdes. , 10IPage ..■"--- ANDERSON•PENNA ow•w[ww owUdtCt Dtlitw• . 0 0 IL, il City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Approach to Scope of Work The following hypothetical Scope of Work is anticipated as typically applicable to the"On-Call Services" assignments. The approach to the various types of projects will generally follow the approach described. The orderly development of carrying out assignments for the City of Rancho Palos Verdes will follow a chronology of tasks. The work will typically be carried out based on our experience on these types of projects. The scope of work has been divided into several tasks,which are described below. Task 1 Kick-off Meeting,Project Team Meetings Task 2 Research Existing Data Task 3 Utility Research Task 4 Field Surveys Task 5 Base Map Task 6 Conceptual Plans(35%Submittal) Task 7 Plans,Specifications,and Estimate(60%,90%and 100%) Task 8 Construction Support Task 1—Kick-off Meeting,Protect Team Meetings Prior to commencing work on the project,we will schedule a project kick-off meeting with the City's Project Manager. The purpose of the meeting will be to clearly define the lines of communication between APP and the City,to introduce the key personnel on the APP Team,to assess the availability of data from the City,and to clearly define the scope of work to be undertaken. We also propose to meet with the City on a monthly basis,depending on the size and complexity of the project,to coordinate the project design,determine work objectives,respond to any questions arising throughout the design,review progress,discuss relevant issues,and to facilitate coordination between the City and the APP team. Meeting minutes,indicating discussion items and resolution or action required to resolve issues,will be prepared for each meeting. Task 2—Research Existing Data All pertinent data and information will be assembled and reviewed for consistency and completeness. We will research and obtain from the City of all pertinent improvements such as street plans,storm drain plans,signal plans,pavement delineation,and irrigation plans. We will also search at the City and/or the County for horizontal and vertical control for the project limits. Task 3-Utility Research We will coordinate with the City of Rancho Palos Verdes and obtain a current utility contact list. We will contact the various utility agencies to obtain copies of their facility plans and inquire as to upcoming projects within the project limits that may need to be considered during the plan development. Letters will be sent to the appropriate utility companies and a Utility Log will be started,documenting the correspondence between APP and the various entities. Task 4-Field Surveys We will perform the necessary field surveys for the project. The field surveys will commence with the establishment of horizontal and vertical control for the project. We typically propose to cross section the existing streets at 50 foot intervals and at breaks in alignment,such as BC's,EC's and PRC's. The cross-sectioning will cover the limits of proposed improvements and extend into private property to 111Page �-- � ANDERSON•i'ENNA rnw*rtaS M •w0J[C, OL►+vEa, • 0 0 ILii City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services ensure adequate coverage for the design surveys. The field surveys will also include topographic surveys whereby all surface utilities and objects of culture will be located within the project limits. Depending on the nature of the project,we will tie out existing monumentation or ties that will may be destroyed during construction and file a corner record with the County Surveyor. Once construction is nearing completion,we will reset destroyed monuments and/or ties and again file a post-construction corner record. Task 5-Base Map This task involves the combination of collected information from Tasks 2 through 4 above. The base map will typically be prepared and formatted for a plan scale of 1"=20'. The base map will contain all surface features,existing subsurface utilities per as-built information received,street centerline,right-of-way lines, parcel lines,addresses and assessor parcel numbers. The base map will serve as the basis of our design and will be distributed to the project team. Task 6-Conceptual Plans(35%Submittal) Utilizing the base map and our understanding of the assignment,we will create the conceptual plans for the project. The conceptual plans will show the necessary improvements. The plans will have enough design information to convey the intent of design. The conceptual plans will be submitted to the City for review. We anticipate this submittal will culminate in the approval of the geometrics and kick-off of the final construction documents. Task 7-Plans,Specifications,and Estimate(60%.90%and 100%1 The preparation of PS&E will commence immediately following the City's review and approval of the 35%Conceptual Plans. The PS&E will be comprised of many components and are typically as follows: ✓ Title Sheet ✓ Sections,Details I Street Improvement Plans(Plan and Profile) ✓ Drainage Plans I Landscape and Irrigation Plans I Traffic Signal Plans I Signing and Striping I Traffic Control Plans Title Sheet The title sheet will identify the projects location with a vicinity map and limits on a location map. This sheet will contain items such as the project title,general notes, basis of bearings, bench mark,reference data,sheet index,disposition and construction notes,and a quantity estimate. Sections,Detail Sheet This sheet will contain typical sections for the project length, detailing cross sectional information not shown on the street plans. The sections are intended to give the Contractor clear direction on how the median improvements and street widening are to be constructed. 12IPagP /=r ANDERSON•PENNA • 0 kikii City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Street Plan&Profiles Street plan and profiles will be prepared to a scale of 1"= 20' horizontal and 1"=2'vertical. The plan view will display the existing conditions and improvements along with the proposed storm drain,median or street widening work. Drainage Plans In many instances,drainage facilities are impacted by street modifications. We will make the necessary modifications to the catch basins and connecting storm drain laterals as part of the street widening. We will provide the necessary hydrology and hydraulic calculations for sizing the storm drain inlets. Landscape and Irrigation Plans Landscape and Irrigation plans will be prepared by a landscape architect. Traffic Signal Plans Traffic Signal plans will be prepared by a traffic consultant. Signing and Striping Plans Depending on the nature of the project, APP will prepare signing and striping plans. The plans will be prepared to a scale of 1"=40'. The striping plans will show center lines,right-of-way lines,relevant existing or proposed street improvements, left-turn pocket lengths, driveway locations, all existing, proposed and removal signs,stripes, pavement markings,curb markings,and parking restrictions. Any work required to transition the proposed stripes to join with existing stripes will be provided. Traffic Control Plans Traffic control plans are typically prepared, especially at intersections were large volumes of traffic are present. Traffic control plans will be prepared at 1"=40'scale. The design, legend,and location of all work area signs, barricades, and necessary additional traffic controls are designated and placed on the plan sheets. In addition,general notes applying to construction traffic control and a plan legend will be placed on the plan. Specifications and Estimate We will prepare the bid proposal and special provisions in accordance with the standard City format and the latest edition of the Standard Specifications for Public Works Construction (Green Book) and the appropriate standard drawings. Striping and Traffic Signal components will follow Caltrans Standard Specifications. A preliminary engineer's estimate will be prepared for comment by the City; a final estimate will be prepared following plan approval. Task 8-Construction Support The APP team will provide support services to the City in connection with the construction of the project. The support services for these types of projects are generally: • Attend pre-bid meeting • Answer bidders questions during the bid period • Assist City in reviewing bids and award 13IPage �: ANDERSON I'ENNA •wll••.[ 4 M►w0 [Ct O[ vtw• o 0 City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services a Attend pre-construction meeting ■ Shop drawing reviews • Respond to RFI's/RFC's during construction • Assist City with Change Orders • Prepare"as-built"drawings 14IPagP /-- ANDERSON•PENNA ww(wt N pwOJCLt OLLI/Lw• . • • City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Resumes Robert Merrell, PE Extensive background in project design and construction management Project Manager developed over 25 years working in public works engineering. Specific areas of expertise include freeway improvements,railroad grade Project Experience separations,storm drain facilities,regional channel improvements, • City of Rancho Palos large dams,major arterial and collector street widenings and bridge Verdes projects. • City of Anaheim REPRESENTATIVE PROJECTS • City of Oceanside Via Canada Storm Drain,City of Rancho Palos Verdes. The ' roect • City of Orange p � was necessary to eliminate a flooding problem that resulted from an Education inefficient inlet condition into a Los Angeles County storm drain that BS/1974/Civil Engineering/ resulted in recurring flooding onto a residential property. Following a California State University, study period,contract documents were prepared. Directed the Long Beach preparation of construction documents and completed the construction administration and inspection for the project. Registrations 1976/PE/CA#28100 +Miraleste Plaza ADA Ramps,City of Rancho Palos Verdes. This was a CDBG project under a short time frame. Plans and Specifications were Years of Experience completed as well as the construction administration and inspection Entered the profession in for the project. 1973 Miraleste Plaza Storm Drain,City of Rancho Palos Verdes. This project included the design and plan preparation to replace the entire undersized and deteriorating storm drain network within the Miraleste Plaza. The storm drain was extended into an existing canyon with an improved outlet structure. Palos Verdes Drive East Storm Drain Improvements,City of Rancho Palos Verdes. Project involved design and preparation of plans,specifications and estimates for the installation of drainage improvements along Palos Verdes Drive East from Bronco to southeast of Headland Drive. Steep terrain was a constraint for the outlet into a natural drainage course. Directed the preparation of construction documents and completed the construction administration and inspection for the project. Fire Mountain Roadway Improvements,City of Oceanside. The project consisted of design and preparation of improvement plans,specifications and estimates for the widening and drainage improvements to Fire Mountain Roadway at Laura!Road. Responsible for managing and design oversight of the street improvement plans,prepared specifications and estimates as well as construction assistance to the City. Platinum Triangle Master Land Use Plan,Sewer and Drainage Studies,City of Anaheim. Prior to approving the Platinum Triangle Master Land Use Plan(PTMLUP),the Department of Public Works needed to study the affects to major and local sanitary sewer and storm drainage facilities. The firm was contracted to study both of these facility systems. The project consisted of researching existing data regarding current sewer and storm drain master plans,facilities and requirements. Updating and modeling the sewer and storm drain facilities for the area were completed to determine the areas of local benefits for individual facilities. Finally,mitigations were developed for future developments 15IPaP ="--- ANDERSON•PENNA ' 'rC ? M••O![Cl OCllvtn• • III All City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services concerning identified sewer and storm drain deficiencies. Responsible for the drainage study portion of the project. Downtown Parkway Enhancement Project,City of Oceanside. The project consisted of implementing another phase of the downtown parkway renovations. The existing parkways were generally 12 feet in width and most were made up of a varied hardscape from concrete to dirt to asphalt concrete. The improvements consisted of decorative brick inlays with tree wells. Palm trees were the primary tree planted within the wells. In conjunction with the parkway improvements,curb and gutter as well as drive approaches were reconstructed to extent necessary to complete the enhancement. The City Drive Widening,City of Orange. The project consisted of design and preparation of plans specifications and estimates for the widening of The City Drive from the Garden Grove(22)Freeway to Chapman Avenue in conjunction with the development of The Block at Orange. One lane was added to each side of the existing roadway and raised medians were added along the centerline. Responsible for managing staff,coordinating subconsultants and the preparation of construction documents. Plans included plan and profile,construction details,drainage details,typical sections,and cross sections. Glassell Street and Walnut Avenue Storm Drain,City of Orange. The project consisted of design and preparation of improvement plans,specifications and estimates for approximately 2,800 feet of storm drain conduit with many laterals and inlets. Responsible for managing the hydrologic and hydraulic analysis,design and plan preparation and the coordination of subconsultants. Virginia Park Storm Drain Improvements,City of Laguna Beach. The project consisted of design and preparation of plans,specifications and estimates for the installation of over 1,000 feet of storm drain in very steep terrain. Besides the terrain,other constraints for the project were the close proximity to many utilities and an alignment through private property. Completed the hydrology/hydraulic study, managed the preparation of storm drain improvement plans and conducted the construction management and inspection for the project. 16IPage ..d.irc—....,--- -N, ANDERSON•['ENNA i . • • LiCity of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services Joe R. Buckner, PE, Twenty years'experience in planning and design of streets, PLS highways,freeways,and arterial streets,right-of-way engineering, grading,sewer,water and storm drains. Project Engineer REPRESENTATIVE PROJECTS Project Experience Lincoln Avenue Street Rehabilitation,City of Orange. Responsible • City of Irvine for the management and preparation of rehabilitation plans and • City of Buena Park striping plans. The project consisted of substantial"digouts",AC • City of Yorba Linda leveling course and 2"ARHM overlay. The plans consisted of title • City of Orange sheet,typical sections,rehabilitation plans,striping plans,and curb • City of Anaheim ramp details for ADA compliance. Coordination with the City, • City of Tustin County,and Metrolink was involved. • City of Santa Ana • City of San Buenaventura Lincoln Avenue Median Beautification Project,City of Anaheim. • Ci of Santa Clarita Responsible for the management and design of conceptual design and final construction documents. The project consisted of • City of Oceanside approximately 4.0 miles of roadway where median modifications • City of Agoura Hills and planting were implemented per the City's Master Plan for the Education corridor. New median openings were designed at key locations BS/1986/Civil Engineering/ while existing openings were closed where traffic movements were California State University, minimal. Conceptual plans were prepared in conformance with the Fullerton master plan and processed through the City for approval prior to Re istrations the construction document phase. Plans included typical sections, g plan and profiles,signing and striping,signal modifications,traffic 1989/PE/CA#45531 control,irrigation,planting,specifications and estimates. 1995/PLS/CA#7206 p g p Years of Experience Sunshine Way Parkway Improvements,City of Anaheim. Entered theprofession in 1986 Responsible for the design of conceptual design and final construction documents. The project consisted of providing a pedestrian walkway along the street as well as design an aesthetically pleasing landscape palette. The project consisted of street plan and profile,typical sections,planting and irrigation plans and grading details. Fire Mountain Roadway Improvements,City of Oceanside. The project consisted of design and preparation of improvement plans,specifications and estimates for the widening and drainage improvements to Fire Mountain Roadway at Laural Road. Responsible for design of the street improvement and striping plans. 25th Street(Palos Verdes Drive South)Street Rehabilitation,City of Rancho Palos Verdes. Responsible for the preparation of rehabilitation plans and drainage improvements. The project consisted of placing a variable AC overlay to smooth out the street cross section,provisions for a pedestrian access way along the road,and the upgrading of the existing drainage systems. The plans consisted of street plan and profile,typical sections,storm drain plans,specifications and estimate. Three Arch Bay Street Reconstruction,City of Laguna Beach. Responsible for the management of field surveys,street plan and profile,specifications,and estimates. The project consisted of reconstructing the existing streets within the Three Arch Bay Community(TAB). The TAB Community consists of approximately 500 residences within the City of Laguna Beach. The project provided for new curb and 17IPage —— N. ANDERSON•PENNA I..TMC.•1 4 ..va,ct r GL 11tw• • 0 Li, il City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services gutters,and improved rolled curb and gutter system,the placement of new cross gutters at key locations to better direct runoff,and the upgrading of existing drainage systems. Lot Line Adjustments,City of Anaheim. As part of the 1-5 widening through the city of Anaheim,several remnant parcels were deeded to OCTA and later to the City of Anaheim. Each parcel on its own was not a buildable site. Lot Line Adjustments were prepared consolidating lots into one buildable site that were to be sold. Responsible for the review of record data and title reports,preparation of the plats and legal descriptions. Harbor Boulevard/Katella Avenue Intersection Enhancements,City of Anaheim. Responsible for the preparation of construction documents. The project consisted of modifications to the northwest and northeast quadrants of the intersection to implement Master Plan landscaping enhancements. Plans included typical sections,plan and profiles,signing and striping,signal modifications,traffic control, irrigation,planting,specifications and estimates. Beach Boulevard/Orangethorpe Avenue Intersection Improvements,City of Buena Park. Responsible for the preparation of construction documents for this project. The intersection improvements include the addition of a left turn lane in all directions and designated right turn lanes in each direction on Beach Boulevard. The City added the rehabilitation of Orangethorpe from Western to Stanton as part of the project as well as median landscape enhancements along Orangethorpe west of Beach. Plans included typical sections,plan and profiles,construction details,drainage details,pavement delineation,and cross sections. 18IFage /1.--- ANDERSON•PENNA C M rR0.0CC* DC Livt R. • • il City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services AndersonPenna Partners,Inc. July 1,2014-June 30,2015 Standard Billing Rate Schedule for Palos Verdes Engineering Services Municipal Services Staff Hourly Rate' Staff Hourly Rater Principal $180 Principal $230 Project Manager $160 Project Executive $195 Quality Assurance Manager $150 Program/Project Manager $160-$185 Senior Engineer $140 Assistant Project Manager $105-$145 Project Engineer $130 Plan Check Engineer $85-$135 Traffic Engineer $125 Planner $95-$110 Associate Engineer $115 _ Public Works Technician* $110 Designer* $110 Code Enforcement Consultant $125 CADD Drafter* $85 Code Enforcement Officer* $60-$75 Administration* $75 Permit Technician* $65 Funding Services Railroad Safety Services Staff Hourly Rates Staff Hourly Rate' Project Manager $160 Principal $180 - Assessment Engineer $160 Quality Assurance Specialist $165 Analyst* $110-$125 Structural/Track Engineer $135 Administration $75 Engineering Technician* $85 *Subject to Overtime and Doubletime Inspector* $65-$75 Construction Services Regular Time Overtime Staff Ratel Mon—Fri2 Saturday3 Sunday/Holiday Principal $160 n.a. n.a. n.a. Construction Manager $145-$160 n.a. n.a. n.a. Resident Engineer $185 n.a. n.a. n.a. Structures Representative $135-$185 n.a. n.a. n.a. Construction Supervisor $135 n.a. n.a. n.a. Office Engineer $85-$135 n.a. n.a. n.a. Labor Compliance $90 n.a. n.a. n.a. Document Control $90 n.a. n.a. n.a. Public Works Technician $110 $165 $165 $198 Administration $75 $113 $113 $135 Public Works inspector(Prevailing Wage) $98 $147 $147 $176 Public Works Inspector(Non-Prevailing Wage) $92 $138 $138 $166 Building Inspector(Non-Prevailing Wage) $85 $128 $128 $153 19I Pale �--- ANDERSON•PENNA • • City of Rancho Palos Verdes Statement of Qualifications On-Call Engineering Services 1 The above hourly rates include wages, fringe and general & administrative overhead and fee, as well as typical supplies, tools and equipment required to perform services. A 4 hour minimum callout applies. 2 Rate applies to the first four hours of overtime during the week;all overtime in excess of four hours is paid at the Sunday/Holiday rate. 3 Rate applies to the first 12 hours worked.All other time is paid at the Sunday rate. Other Direct Costs: Reimbursement of identifiable non-salary costs that are directly attributable to the project such as oversized and/or color reproduction costs, site facility hard phone line and/or internet service charges,non-commuter project miles and/or other travel expenses to remote fabrication yards/ batch plants,overnight postage/couriers,etc.,are billed at actual cost plus 5 percent to cover overhead and administration. Travel charges to a casting/fabrication yard or batch plant will include the hourly billing rate plus travel expenses as listed in the Caltrans Travel Guide (State rates). Non-commuting mileage required for travel on the project and to and from locations other than the project site are billed at the allowable IRS mileage reimbursement rate(currently$0.56 per mile). Fees for expert witness services:Charged at$300.00 per hour with a 4-hour minimum per day. Fees for subconsultant services: Billed at actual cost plus 10 percent to cover overhead and administration. Payment Terms: A late payment finance charge at a rate of 12 percent per annum will be applied to any unpaid balance commencing 60 days after the date of original invoice. Should the Contract duration be extended beyond the term noted above, rates will be subject to annual and/or periodic revisions as necessary to accommodate inflationary trends,salary adjustments and the general costs of business, as mutually agreeable to the parties and approved via Contract amendment prior to implementing higher rates. Exclusions to Scope&Fee: The following items are specifically excluded: • Legal advice • Temporary field office facilities,equipment,furniture,utilities and/or services • Building Code Inspection,Soils and/or materials deputy inspection and/or testing • Specialized Software(other than MS Office Suite)&MS Project • Additional services not specifically called for in the proposal 20IPage AAr.9.---- -NI, ANDERSON•PENNA •• • w ►w D.rt GDCIIV(w. 4110 Exhibit "C" Terms for Compliance with California's Labor Law Requirements 1. CONSULTANT acknowledges that the project as defined in this Agreement between Contractor and the CITY,to which this Terms for Compliance with California Labor Law Requirements is attached and incorporated by reference, is a"public work"as defined in Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code ("Chapter 1"). Further, CONSULTANT acknowledges that this Agreement is subject to(a)Chapter 1, including without limitation Labor Code Section 1771 and (b)the rules and regulations established by the Director of Industrial Relations ("DIR") implementing such statutes. CONSULTANT shall perform all work on the project as a public work. CONSULTANT shall comply with and be bound by all the terms, rules and regulations described in 1(a) and 1(b) as though set forth in full herein. 2. California law requires the inclusion of specific Labor Code provisions in certain contracts. The inclusion of such specific provisions below, whether or not required by California law, does not alter the meaning or scope of Section 1 above. 3. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages for each craft, classification, or type of worker needed to perform the Agreement are on file at City Hall and will be made available to any interested party on request. CONSULTANT acknowledges receipt of a copy of the DIR determination of such prevailing rate of per diem wages,and CONSULTANT shall post such rates at each job site covered by this Agreement. 4. CONSULTANT shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. CONSULTANT shall, as a penalty to the CITY, forfeit two hundred dollars ($200) for each calendar day, or portion thereof,for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by CONSULTANT or by any subcontractor. 5. CONSULTANT shall comply with and be bound by the provisions of Labor Code Section 1776, which requires CONSULTANT and each subcontractor to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the CITY of the location of the records. 6. CONSULTANT shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6 and 1777.7 and California Administrative Code title 8, section 200 et seq. concerning the employment of apprentices on public works projects. CONSULTANT shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, CONSULTANT shall provide CITY with a copy of the information submitted to any applicable apprenticeship program. Within sixty(60)days after concluding work pursuant to R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services Exhibit"C" this Agreement, CONSULTANT and each of its subcontractors shall submit to the CITY a verified statement of the journeyman and apprentice hours performed under this Agreement. 7. CONSULTANT acknowledges that eight (8) hours labor constitutes a legal day's work. CONSULTANT shall comply with and be bound by Labor Code Section 1810. CONSULTANT shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. CONSULTANT shall,as a penalty to the CITY, forfeit twenty-five dollars ($25) for each worker employed in the performance of this Agreement by CONSULTANT or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight(8) hours in any one(1)calendar day and forty(40)hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of CONSULTANT in excess of 8 hours per day,and 40 hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than 1/2 times the basic rate of pay. 8. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861,CONSULTANT hereby certifies as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 9. For every subcontractor who will perform work on the project,CONSULTANT shall be responsible for such subcontractor's compliance with Chapter 1 and Labor Code Sections 1860 and 3700, and CONSULTANT shall include in the written contract between it and each subcontractor a copy of those statutory provisions and a requirement that each subcontractor shall comply with those statutory provisions. CONSULTANT shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a periodic review of the certified payroll records of the subcontractor and upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. CONSULTANT shall diligently take corrective action to halt or rectify any failure. 10. To the maximum extent permitted by law, CONSULTANT shall indemnify, hold harmless and defend (at CONSULTANT's expense with counsel reasonably acceptable to the CITY)the CITY, its officials,officers,employees,agents and independent contractors serving in the role of CITY officials, and volunteers from and against any demand or claim for damages, compensation,fines, penalties or other amounts arising out of or incidental to any acts or omissions listed above by any person or entity (including CONSULTANT, its subcontractors, and each of their officials, officers, employees and R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services Exhibit"C" . . • 410 agents) in connection with any work undertaken or in connection with the Agreement, including without limitation the payment of all consequential damages, attorneys'fees, and other related costs and expenses. All duties of CONSULTANT under this Section shall survive termination of the Agreement. R6876-0001\1726250v.2 Agreement for On-Call Design Professional/Technical Services Exhibit"C"