Loading...
CBM Consulting Inc (2012) Storm Drain Rehab PROFESSIONAL/TECHNICAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into this 1st day of May, 2012 by and between the City of Rancho Palos Verdes (hereinafter referred to as the "CITY") and CBM Consulting, Inc. (hereafter referred to as "CONSULTANT"). WHEREAS, the City has awarded a construction contract to Sancon Engineering Inc. for the purpose of rehabilitating existing storm drains; and WHEREAS, the City requires services of a consultant to provide GPS mapping and documentation services of the construction work. IN CONSIDERATION of the covenants hereinafter set forth, the parties hereto mutually agree as follows: ARTICLE 1 SCOPE OF SERVICES 1.1 Proiect Description The Project is described as follows: 2012 Storm Drain Rehabilitation and Lining Project. 1.2 Description of Services CONSULTANT shall provide construction inspection services, as described in CITY'S Request For Proposals, which is attached hereto as Exhibit "A" and incorporated herein by this reference, excluding mapping tasks, and CONSULTANT's Proposal, which is attached hereto as Exhibit "B" and incorporated herein by this reference. 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. Page 1 of 11 R6876-0001\1454058v2.doc ARTICLE 2 COMPENSATION 2.1 Fee CITY agrees to compensate CONSULTANT an amount not to exceed fifty-six thousand five hundred and sixty dollars ($56,560) for services performed as described in Article 1. 2.2 Payment Address All payments due CONSULTANT shall be paid to: CBM Consulting, Inc. 1411 W. 190th Street, Suite 525 Gardena, CA 90248 2.3 Terms of Compensation CONSULTANT shall submit monthly invoices for the percentage of work completed in the previous month. CITY agrees to authorize payment for all undisputed invoice amounts within thirty (30) days of receipt of each invoice. CITY agrees to use its best efforts to notify CONSULTANT of any disputed invoice amounts or claimed completion percentages within ten (10) days of the receipt of each invoice. However, CITY's failure to timely notify CONSULTANT of a disputed amount or claimed completion percentage shall not be deemed a waiver of CITY's right to challenge such amount or percentage. Additionally, in the event CITY fails to pay any undisputed amounts due CONSULTANT within forty-five (45) days after invoices are received by CITY then CITY agrees that CONSULTANT shall have the right to consider said default a total breach of this Agreement and be terminated by CONSULTANT without liability to CONSULTANT upon ten (10) working days advance written notice. 2.4 Additional Services CITY may request additional specified work under this Agreement. All such work must be authorized in writing by the CITY's Director of Public Works prior to commencement. CONSULTANT shall perform such services, and CITY shall pay for such additional services in accordance with CONSULTANT's Schedule of Hourly Rates,which is within Exhibit "B." The rates in Exhibit "B" shall be in effect through the end of this Agreement or December 31, 2012, whichever occurs first. 2.5 Term of Agreement This Agreement shall commence on May 1, 2012 and shall terminate on December 31, 2012, unless sooner terminated pursuant to Article 4 of this Agreement. Page 2 of 11 R6876-0001\1454058v2.doc ARTICLE 3 INDEMNIFICATION AND INSURANCE 3.1 Indemnification, Hold Harmless, and Duty to Defend (a) Indemnity for Design Professional Services. In connection with its design professional services, CONSULTANT shall hold harmless and indemnify CITY, and its officials, officers, employees, agents and independent contractors serving in the role of CITY officials, and designated volunteers (collectively, "Indemnitees"), with respect to any and all claims, demands, causes of action, damages, injuries, liabilities, losses, costs or expenses, including reimbursement of attorneys' fees and costs of defense (collectively, "Claims" hereinafter), including but not limited to Claims relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to in whole or in part to the negligence, recklessness, or willful misconduct of CONSULTANT or any of its officers, employees, subcontractors, or agents in the performance of its design professional services under this Agreement. (b) Other Indemnities. In connection with any and all claims, demands, causes of action, damages, injuries, liabilities, losses, costs or expenses, including attorneys' fees and costs of defense (collectively, "Damages" hereinafter) not covered by Section 3.1(a), CONSULTANT shall defend, hold harmless and indemnify the Indemnitees with respect to any and all Damages, including but not limited to, Damages relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to the acts or omissions of CONSULTANT or any of its officers, employees, subcontractors, or agents in the performance of this Agreement, except for such loss or damage arising from the sole negligence or willful misconduct of the CITY, as determined by final arbitration or court decision or by the agreement of the parties. CONSULTANT shall defend Indemnitees in any action or actions filed in connection with any such Damages with counsel of CITY's choice, and shall pay all costs and expenses, including all attorneys' fees and experts' costs actually incurred in connection with such defense. Consultant's duty to defend pursuant to this Section 3.1(b) shall apply independent of any prior, concurrent or subsequent misconduct, negligent acts, errors or omissions of Indemnitees. (c) All duties of CONSULTANT under Section 3.1 shall survive termination of this Agreement. 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 Page 3 of 11 R6876-0001\1454058v2.doc or policies shall be issued by an insurer admitted to do business in the State of California and rated in A.M. Best's Insurance Guide with a rating of A:VII or better. 3.3 Professional Liability CONSULTANT shall at all times during the term of this Agreement, carry, maintain, and keep in full force and effect a policy or policies of professional liability insurance with a minimum limit of one million dollars($1,000,000)per claim and aggregate for errors and/or omissions of CONSULTANT in the performance of this Agreement. Said policy or policies shall be issued by an insurer admitted to do business in the State of California and rated in Best's Insurance Guide with a rating of A:VII or better. If a "claims made" policy is provided, such policy shall be maintained in effect from the date of performance of work or services on the CITY's behalf until three (3)years after the date of work or services are accepted as completed. Coverage for the post-completion period may be provided by renewal or replacement of the policy for each of the three (3)years or by a three-year extended reporting period endorsement, which reinstates all limits for the extended reporting period. If any such policy and/or policies have a retroactive date, that date shall be no later than the date of first performance of work or services on behalf of the CITY. Renewal or replacement policies shall not allow for any advancement of such retroactive date. 3.4 Automobile Liability CONSULTANT shall at all times during the term of this Agreement obtain, maintain, and keep in full force and effect, a policy or policies of Automobile Liability Insurance, with minimum of one million dollars ($1,000,000)per claim and occurrence and two million dollars ($2,000,000) in the aggregate for bodily injuries or death of one person and five hundred thousand dollars ($500,000) for property damage arising from one incident. 3.5 Worker's Compensation CONSULTANT agrees to maintain in force at all times during the performance of work under this Agreement worker's compensation insurance as required by the law. CONSULTANT shall require any subcontractor similarly to provide such compensation insurance for their respective employees. 3.6 Notice of Cancellation (a) All insurance policies shall provide that the insurance coverage shall not be cancelled by the insurance carrier without thirty (30) days prior written notice to CITY, or ten (10) days notice if cancellation is due to nonpayment of premium. CONSULTANT agrees that it will not cancel or reduce said insurance coverage. (b) CONSULTANT agrees that if it does not keep the aforesaid insurance in full force and effect, CITY may either immediately terminate this Agreement or, if Page 4 of 11 R6876-000111454058v2.doc insurance is available at a reasonable cost, CITY may take out the necessary insurance and pay, at CONSULTANT's expense, the premium thereon. 3.7 Certificate of Insurance At all times during the term of this Agreement, CONSULTANT shall maintain on file with the CITY Clerk a certificate of insurance showing that the aforesaid policies are in effect in the required amounts. The commercial general liability policy shall contain endorsements naming the CITY, its officers, agents and employees as additional insureds. 3.8 Primary Coverage The insurance provided by CONSULTANT shall be primary to any coverage available to CITY. The insurance policies (other than workers compensation and professional liability) shall include provisions for waiver of subrogation. ARTICLE 4 TERMINATION 4.1 Termination of Agreement (a) This Agreement may be terminated at any time,with or without cause, by the CITY upon thirty(30)days prior written notice or by CONSULTANT upon ninety(90) days prior written notice. Notice shall be deemed served if completed in compliance with Section 6.14. (b) In the event of termination or cancellation of this Agreement by CONSULTANT or CITY, due to no fault or failure of performance by CONSULTANT, CONSULTANT shall be paid compensation for all services performed by CONSULTANT, in an amount to be determined as follows:for work satisfactorily done in accordance with all of the terms and provisions of this Agreement, CONSULTANT shall be paid an amount equal to the percentage of services performed prior to the effective date of termination or cancellation in accordance with the work items; provided, in no event shall the amount of money paid under the foregoing provisions of this paragraph exceed the amount which would have been paid to CONSULTANT for the full performance of the services described in this Agreement. ARTICLE 5 OWNERSHIP OF DOCUMENTS 5.1 Ownership of Documents and Work Product All documents, plans, specifications, reports, information, data, exhibits, photographs, images, video files and media created or developed by CONSULTANT pursuant to this Agreement ("Written Products") shall be and remain the property of the CITY without restriction or limitation upon its use, duplication or dissemination by the CITY. Page 5 of 11 R6876-0001\1454058v2.doc 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 The CITY representative shall be the Director of Public Works or his or her designee, and CONSULTANT shall notify CITY of CONSULTANT's designated Page 6 of 11 R6876-0001\1454058v2.doc representative. These individuals shall be the primary contact persons for the parties regarding performance of this Agreement. 6.2 Fair Employment Practices/Equal Opportunity Acts In the performance of this Agreement, CONSULTANT shall comply with all applicable provisions of the California Fair Employment Practices Act (California Government Code Sections 12940-48), the applicable equal employment provisions of the Civil Rights Act of 1964 (42 U.S.C. 200e-217), and the Americans with Disabilities Act of 1992 (42 U.S.C. § 11200, et seq.). 6.3 Personnel CONSULTANT represents that it has, or shall secure at its own expense, all personnel required to perform CONSULTANT's services under this Agreement. Any person who performs engineering services pursuant to this Agreement shall be licensed as a Civil Engineer by the State of California and in good standing. CONSULTANT shall make reasonable efforts to maintain the continuity of CONSULTANT's staff who are assigned to perform the services hereunder and shall obtain the approval of the Director of Public Works of all proposed staff members who will perform such services. CONSULTANT may associate with or employ associates or subcontractors in the performance of its services under this Agreement, but at all times shall CONSULTANT be responsible for its associates and subcontractors' services. 6.4 CONSULTANT's Representations CONSULTANT represents, covenants and agrees that: a)CONSULTANT is licensed, qualified, and capable of furnishing the labor, materials, and expertise necessary to perform the services in accordance with the terms and conditions set forth in this Agreement; b)there are no obligations, commitments, or impediments of any kind that will limit or prevent CONSULTANT's full performance under this Agreement; c) to the extent required by the standard of practice, CONSULTANT has investigated and considered the scope of services performed, has carefully considered how the services should be performed, and understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. 6.5 Conflicts of Interest CONSULTANT agrees not to accept any employment or representation during the term of this Agreement or within twelve (12) months after completion of the work under this Agreement which is or may likely make CONSULTANT "financially interested" (as provided in California Government Code Sections 1090 and 87100) in any decisions made by CITY on any matter in connection with which CONSULTANT has been retained pursuant to this Agreement. 6.6 Legal Action Page 7 of 11 R6876-0001\1454058v2.doc (a) Should either party to this Agreement bring legal action against the other, the validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California, excluding California's choice of law rules. Venue for any such action relating to this Agreement shall be in the Los Angeles County Superior Court. (b) If any legal action or other proceeding, including action for declaratory relief, is brought for the enforcement of this Agreement or because of an alleged dispute, breach, default or misrepresentation in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees, experts' fees, and other costs, in addition to any other relief to which the party may be entitled. (c) Should any legal action about a project between CITY and a party other than CONSULTANT require the testimony of CONSULTANT when there is no allegation that CONSULTANT was negligent, CITY shall compensate CONSULTANT for its testimony and preparation to testify at the hourly rates in effect at the time of such testimony. 6.7 Assignment Neither this Agreement nor any part thereof shall be assigned by CONSULTANT without the prior written consent of the CITY. Any such purported assignment without written consent shall be null and void, and CONSULTANT shall hold harmless, defend and indemnify the CITY and its officers, officials, employees, agents and representatives with respect to any claim, demand or action arising from any unauthorized assignment. Notwithstanding the above, CONSULTANT may use the services of persons and entities not in CONSULTANT's direct employ, when it is appropriate and customary to do so. Such persons and entities include, but are not necessarily limited to, surveyors, specialized consultants, and testing laboratories. CONSULTANT's use of subcontractors for additional services shall not be unreasonably restricted by the CITY provided CONSULTANT notifies the CITY in advance. 6.8 Independent Contractor CONSULTANT is and shall at all times remain, as to the CITY, a wholly independent contractor. Neither the CITY nor any of its agents shall have control over the conduct of CONSULTANT or any of the CONSULTANT's employees, except as herein set forth, and CONSULTANT is free to dispose of all portions of its time and activities which it is not obligated to devote to the CITY in such a manner and to such persons, firms, or corporations as the CONSULTANT wishes except as expressly provided in this Agreement. CONSULTANT shall have no power to incur any debt, obligation, or liability on behalf of the CITY or otherwise act on behalf of the CITY as an agent. CONSULTANT shall not, at any time or in any manner, represent that it or any of its agents, servants or employees, are in Page 8 of 11 R6876-0001\1454058v2.doc any manner agents, servants or employees of CITY. CONSULTANT agrees to pay all required taxes on amounts paid to CONSULTANT under this Agreement, and to indemnify and hold the CITY harmless from any and all taxes, assessments, penalties, and interest asserted against the CITY by reason of the independent contractor relationship created by this Agreement. CONSULTANT shall fully comply with the workers' compensation law regarding CONSULTANT and its employees. CONSULTANT further agrees to indemnify and hold the CITY harmless from any failure of CONSULTANT to comply with applicable workers' compensation laws. The CITY shall have the right to offset against the amount of any fees due to CONSULTANT under this Agreement any amount due to the CITY from CONSULTANT as a result of its failure to promptly pay to the CITY any reimbursement or indemnification arising under this Article. 6.9 Titles The titles used in this Agreement are for general reference only and are not part of the Agreement. 6.10 Entire Agreement This Agreement, including any other documents incorporated herein by specific reference, represents the entire and integrated agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be modified or amended, or provisions or breach may be waived, only by subsequent written agreement signed by both parties. 6.11 Construction In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 6.12 Non-Waiver of Terms, Rights and Remedies Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by the CITY of any payment to CONSULTANT constitute or be construed as a waiver by the CITY of any breach of covenant, or any default which may then exist on the part of CONSULTANT, and the making of any such payment by the CITY shall in no way impair or prejudice any right or remedy available to the CITY with regard to such breach or default. 6.13 Severability Page 9 of 11 R6876-0001\1454058v2.doc If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 6.14 Notice Except as otherwise required by law, any notice or other communication authorized or required by this Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during CONSULTANT's or CITY's regular business hours or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses listed below, or at such other address as one party may notify the other: To CITY: Tom Odom, Director of Public Works City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 To CONSULTANT: Chuck Stephan, Vice President 1411 W. 190th Street, Suite 525 Gardena, CA 90248 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the Page 10 of 11 R6876-0001\1454058v2.doc date and year first above written. Dated: CBM CONSULTING, INC. (Consulta t) By: , Printed Name: ('fis Title: (//kJ6rditt7L-- By: A't— /Wel Printed Name: Ode.L.y frlAc MANat3 Title: lac cE O&. sipe -r Dated: `5-45//� CITY OF RANCHO PALOS VERDES ("City") BY: 'r V\14/a,„etii4 • MAYO' ATTEST: CITY CLERK Page 11 of 11 R6876-0001\1454058v2.doc , , Exhibit "A": CITY'S Request For Proposals Exhibit"A" R6876-0001\1454058v2.doc 2012 STORM DRAIN REHABILITATION AND LINING PROJECT CONSTRUCTION INSPECTION AND MAPPING SERVICES Project Description Installation of lining in approximately 6,000 linear feet of storm drain pipe, point repairs, invert rehabilitation, cleaning, video inspection, potential for installation of ancillary drainage structures such catch basins and manholes, providing signage and traffic control. Actual lengths and quantities are to be confirmed by Contractor and approved by Engineer prior to ordering any materials. Project Schedule Project is scheduled to begin in May 2012 and conclude in July 2012. There are 90 calendar days in the construction contract. Scope of Work: Inspection • Understand the scope of work, construction documents and permitting requirements; • Provide daily report of weather conditions, construction activities,personnel and equipment(see project specifications); • Log and collect data generated by CCTV inspections, installation and curing procedures; • Provide inspection of cleaning, CCTV Inspections, invert repairs, installation and curing of concrete invert paving and cured-in-place pipe lining,point repairs and installation of ancillary structures as required; • Record material types,method of construction, diameter and lengths of pipe sections receiving cleaning and lining for payment purposes; • Ensure compliance of construction activities with specifications and encroachment permits (including traffic control and NPDES requirements); • Effectively communicate with City and Contractor(written and orally). Mapping • Develop asset mapping program for storm drains and ancillary structures identified as part of this project; • Provide GPS handheld mapping device and software (see hardware specifications); • Provide field laptop (see hardware specification); • Perform asset map data collection(map points) of storm drain system inlets, outlets and other ancillary structures identified in the project; • Geo-reference project data(video, dailies, inspection reports, etc) to asset map data; • Provide QA/QC and post-processing of mapping data and prepare export files. Deliverables • Log of daily activity, inspector's report, material tickets, etc; • Mapping hardware(laptop and handheld) and software (single user license to City); • Geo-referenced asset dataset in a format compatible with the City's GIS database and LA County GIS standards. Exhibit "B": Consultant's Proposal and Schedule of Hourly Rates Exhibit"B" R6876-0001\1454058v2.doc 1411 W. 190th St.,Suite 525 Gardena,CA 90248 .�; t:310.329,0102 f 310.329.1021 www.koacorporation.com April 17, 2012 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd Rancho Palos Verdes, CA 90275 Attention:Andy Winje RE: Proposal for Inspection of the 2012 Storm Drain Rehabilitation and Lining Project Dear Mr.Winie: CBM Consulting, Inc. ("CBM") appreciates the opportunity to submit qualifications to the City of Rancho Palos Verdes for Construction Inspection services. CBM has the expertise and resources required to assist the City of Rancho Palos Verdes in completing the 2012 Storm Drain Rehabilitation and Lining project in a timely and efficient manner. We are committed to working with your staff and project team to ensure the successful delivery of this project. The CBM team, our project systems, and our entire management structure are geared to providing flexible services to agencies such as yours. Descriptions of similar projects and respective references for these projects are included in our proposal. Our team includes experienced engineers and planners, with registrations and licenses in the State of California. Chuck Stephan. P.E. will be the Management Contact and Project Manager for this contract. The contract would be managed though our South Bay office at 1411 W. 190th Street, Suite 525, Gardena, CA, 90248; Phone: 310.329.0102; Fax: 310.329,1021; Email: cstephan@koacorporation.com. Thank you for this opportunity to offer our services to the City of Rancho Palos Verdes. Should you have questions during the selection process, please contact me at 310.329.0102. Sincerely, CBM Consulting, Inc. Chuck Stephan, P.E. (CA RCE C50481) V.P. of South Bay Operations LOS ANGELES OAKLAND ONTARIO ORANGE COUNTY SAN DIEGO City of Rancho Palos Verdes 2012 Storm Drain Rehab and Lining CHUCK STEPHAN, PE, LEED AP VP of South Bay Operations Education Principal-in-Charge I Design Engineer/ Project BS,Agricultural Engineering, California Polytechnic State University, San Luis Manager Obispo (1982) Professional Experience Year Entered Profession Chuck Stephan has over thirty years of extensive 1982 experience in civil engineering design and project Year Started with Firm management on projects for many municipalities and private 2000 firms. He has diverse project experience in planning, design, management, and construction of transportation, Registrations educational, institutional, industrial, aerospace, municipal, ProfEngineer(Civil) CA#C50481 . residential and commercial projects. Mr. Stephan works in (1993) multiple capacities as Principal-In-Charge, project manager, Prof Engineer(Civil) OR#1 project engineer, lead engineer, design engineer, and f 995) construction engineer in both the civil and construction ( Prof Engineer(Civil) HI#PE-8432(CE) management disciplines. 199b ( ) • Specializing in Project Management, Civil LEED Accredited Professional(2007) Engineering Management Design, and Construction g for municipal Capital Improvement Projects, Professional Affiliations including pavement design and rehabilitation; ADA American Public Works Association improvements; water pipelines; storm drain and American Society of Civil Engineers neers sanitarysewers; medians and landscaping; parking lots; site improvements;plan checking; N PDES requirements. • Providing staff assistance to municipal engineering departments on temporary or part-time basis as needed; provide staff training in project management, design, and construction management skills. • Manage various funding sources including local, state, and federal-aid projects; SR2S; SRTS; STPL; various grant applications and reimbursement requests. Project Experience City of La Habra Engineering Services — Program Management, Project Management, Design, Construction Management, La Habra, CA 2003 to Present Provided engineering services to the City of La Habra Department of Public Works for the management, design, and construction of various public works capital improvement projects and studies. Projects included: Annual pavement rehabilitation projects, Annual water main replacement projects + Arterial rehabilitation projects with federal-aid funding + Intersection improvements with federal-aid funding • Pedestrian facilities (Curb, gutter, sidewalk,ADA ramps) with Safe Routes to School funding ♦ Alley reconstruction with CDBG funding ♦ Plan checking • Bid Assistance + Federal-aid reimbursements LOS ANGELES OAKLAND ONTARIO ORANGE COUNTY SAN DIEGO City of Rancho Palos Verdes 2012 Storm Drain Rehab and Lining • Park facility ADA improvements,athletic fields, survey staking • Storm drain improvements Lambert Road Rehabilitation Project, La Habra, CA: Project Engineer. Provided project engineering and construction management for the Lambert Road street rehabilitation project. This Caltrans funded project provides for arterial rehabilitation of pavement, ARHM pavement, construction of new landscaped medians, curb access ramps, sewer lining, and water improvements. Construction Cost$800,000. Brea Standard Drawings, Brea, CA: Design Engineer. Assisted the City of Brea in completely updating existing and developing new Standard Plans for public works construction. Standard plans included street, sewer, water, street lighting, traffic signals, landscaping, irrigation, and storm drain improvement details. Consultant Cost$24,000. City of Hermosa Beach pavement rehabilitation projects, Hermosa Beach, CA 2001- present: Project Manager / Engineer. Provided project management, design, and construction management for various pavement improvement projects including residential streets, and arterial streets with federal-aid funding. Project included sidewalk repairs, ADA curb access ramps, storm drain repairs, curb &gutter replacement,grinding,asphalt pavement, and striping, City of Signal Hill Cherry Avenue Improvement Project, Signal Hill, CA: Design Engineer. Responsible for the project management associated with the new design for the widening of Cherry Ave. between 20TH Street and 250ft south of PCH. The project includes a new storm drain, traffic signal upgrade at the PCH/Cherry Ave intersection, reconstruction of the street, PCC improvements and striping. (Estimated Construction Cost: $52,890.00) Verdugo Boulevard Street Improvements, La Canada Flintridge, CA: Project Manager. This project consists of improvements to an existing street. Improvements included removal of existing asphalt and concrete pavement, base materials, native soils, and other materials. Prepared plans indicating the construction of new curbs, gutters, sidewalk, driveways, asphalt pavement, and drainage structures. Myrtle Area Improvements, Hermosa Beach, CA: Project Manager for the preparation of construction plans, specifications and cost estimate for the Myrtle Area Improvements, which will consist of minor sidewalk repairs, concrete patching, pavement overlay and resurfacing. Project will consist of preliminary engineering, record research, site review, and developing base map documents; final engineering in preparing, reviewing, and refining construction documents with the City, performing constructability reviews, notifying utilities, and attending the pre-construction meeting. LOS ANGELES OAKLAND ON FAR(° ORANGE COUNU7Y SAN DIEGO City of Rancho Palos Verdes 2012 Storm Drain Rehab and Lining KEVIN HIGGINS Education Construction Manager BS-Business Management California State Polytechnic University(1987) Professional Experience Mr. Higgins has more than 15 years of Public Works, Capital Year Entered Profession Improvement and Private Construction, Purchasing, Project 1996 Management, Field Construction Management and Inspection experience. He has participated in numerous Certifications cations street/highway widening projects, development of over 100 Multiple Management Project communities in land development including right of way, Management Landscape, and SWPPP NOl s, mass grading, grade separations, storm drain, box Training Courses culverts, sewer collection systems, drainage systems, 24-Hour and 8-Hour Caltrans SWPPP mainline water systems, ductile iron water lines, public / Certified fed I Construction Certified private street improvements, flood control channels, public landscaping, several park-sites, bond exoneration work and city acceptance on over 100 projects that included curb and gutter removals and replacement, asphalt grinding, trench repairs, cap paving, full section paving, and striping, BMP recommendations, traffic signals, sound walls, street lighting, and dry utilities. • Ensures and maintains agency standards and specifications per approved plans while ensuring projects remain on schedule and within budget. Cognizant of the requirements and progress of the work at all times during any projects. • Maintained BMPs for SWPPP, WQMP and NPDES compliance, wrote daily, weekly reports and regularly communicated with all departments while maintaining budgets and controlling costs. • Overseen many public/ private landscape and street improvement projects with County Flood Control, Caltrans, various Water Departments, Los Angeles, Riverside and San Bernardino Counties, and Parks and Recreation Departments, Redevelopment Agencies, Various Cities, and the Department of Fish and Game. Project Experience Etiwanda Storm Drain,Water, Sewer& Public Street Improvements, Rancho Cucamonga, CA: Construction Manager. Responsible for inspections and quality control on all aspects of public works including site analysis, rough grading, sewer systems, 60" storm drain, drainage systems, water systems, plan review, dry utilities coordination and installation, Rule 20 undergrounding, and all public street improvements. Coordinated all work, scheduled improvements, scheduled all survey and soils and materials testing, coordinated meetings with the engineers, utility companies and city officials, quality assurance inspection per standards and specifications and maintenance of all BMPs for SWPPP, and NPDES compliance. Project included storm drain tie-ins, abandoned existing 4" water line and install new 8" line for CVWD, public street expansion/widening that included asphalt grinding, sawcut and removals, full section paving, and cap paving, curb and gutter, decorative cobble curb, and sidewalk within Caltrans District 8 right-of-way under the Church Street and Etiwanda overpass and project close out. Project Cost: $7.4 Million. LOS ANGELES OAKLAND ONTARIO ORANGE COUNTY SAN DIEGO • City of Rancho Palos Verdes 2012 Storm Drain Rehab and Lining Storm Drain and Water Line Upgrade and Street Widening Project for Church Street / Alicante Project, Rancho Cucamonga, CA: Construction Manager. Responsible for management, supervision of 60" storm drain tie-in to existing County Flood Control channel, 2,200' feet of 60"- 78" storm drain installation, 8"- 24" water mainline relocation, 30" water mainline installation, public and private 4"fire line water installation and domestic water to 218 units, fire hydrant relocations and new installation, public street improvements and widening. Coordinated inspections, meetings and multi- agency cooperation, processed and reviewed plans and permits, cost control, contracts and change orders, daily logs and record keeping, site analysis, maintained all SWPPP and NPDES BMPs and completed all bond work. Work completed for KB Homes. Project Cost: $ 10.2 Million. Developments at Las Haciendas, City of Victorville, CA: Senior Construction Manager. Responsible for supervision, inspection, and coordination of infrastructure improvements including 25,000' LF of 4"- 18" water mainline, 18"-48" storm drain, 10"- 12" sewer mainline installation, and existing storm drain and water mainline relocation. Also, consisted of street realignment and widening, public street improvements including curb and gutter, base course prep and paving, drainage, walls, and dry utilities. Coordinated inspections, meetings and agency cooperation, processed and reviewed plans and permits, cost control, contracts and change orders, daily logs and record keeping, and maintained all SWPPP 1 NPDES BMPs. Completed final punch lists, final street capping, signing and striping, and final street monumentation and center line ties. Project Cost: $ 12.6 Million. Bonita Ridge and Bonita Canyon, Fontana, CA: Construction Manager. Responsible for project schedules, inspection and cost management for 319 lots and 5 tracts. Duties included working closely with other project managers, purchasing, onsite construction, city and county agencies, civil and soils engineers, utility consultants, sub-contractors and the public to ensure quality standards. Work included rough and finish grading, 8"- 24"ductile iron water line installation, 18"—48" RCP Storm Drain systems, catch basins, BMP recommendations, construction management, inspections, infrastructure, wet and dry utilities, street improvements to include curb and gutter, sidewalks, asphalt paving, R&R and final cap paving. Project also included CFD landscaping, park-sites, block walls, traffic signals, street lighting, SWPPP permits, Nol's,final punch lists and bond work. Project Cost: $ 18.7 Million. 19th Street I Colonies Parkway to Tanglewood, City of Upland, CA: Construction Manager. Responsible for supervision, inspection and coordination of public street improvements including rough grading, storm drain, sewer systems, drainage, walls, dry utilities, street widening, curb and gutter, sidewalk, asphalt paving, traffic signals, street lighting, and Landscape Maintenance District (LMD) landscaping, parks and trail system with decorative concrete and pavers per all approved plans and specifications. Coordinated inspections, utilities, meetings, staking, soils testing, and agency cooperation. processed plans and permits and completed final punch lists and bond work for two KB Home tract developments. Project Cost: $ 7.9 Million. Hamner Avenue, Archibald Avenue, 65th and 68th Streets Public Works Project, County of Riverside, Mira Loma, CA: Construction Manager. Responsible for supervision and coordination of public street improvements including grading, sewer systems, storm drain system, drainage, walls, dry utilities, street widening to include curb and gutter, sidewalks, asphalt paving, signage and striping, street lighting, traffic signals and jurupa County Service District (jCSD) landscaping. Coordinated inspections, meetings and agency cooperation, processed plans and permits and completed bond work on three large scale housing tracts. Project Cost: $ 16.1 Million. LOS ANGELES OAKLAND ONTARIO ORANGE COUNTY SAN DIEGO City of Rancho Palos Verdes 2012 Storm Drain Rehab and Lining NICOLAS HSIEH, P.E., QSD/QSP Education Construction Inspection/QSP B.S. Loyola Marymount University, Electrical Engineering(2006) Professional Experience Nicolas Hsieh joined CBM as an assistant design engineer. Year Entered Profession His responsibilities include the preparation of plans, 2006 specifications, and estimates (PS&E) for public works Year Started with Firm projects. His experience encompasses site plans, street 2006 design, storm drain design, base maps and preformed construction inspection. Nick received his PE in 2010; QSD Registrations certified in 2011; and completed a Pavement Preservation P.E. CA#76809 (2010) Treatment Construction training program from Caltrans National Highway Institute. He is familiar with agency Certifications guidelines for Caltrans, and the Los Angeles County QSD/QSP#0 1323 (201 1) Department of Public Works (LACDPW). Mr. Hsieh is 24 hour SWPPP Training computer literate in AutoCAD. Nicolas has his B.S. AutoCAD 2007, Westech College Electrical Engineering from Loyola Marymount University Pavement Preservation Treatment and is also a member of APWA. Construction, Caltrans National Highway Institute. Project Experience Caltrans Local Assistance Resident Engineers Academy(2009) Pavement Rehabilitation Projects, Hermosa Beach, National Association of Sewer Service CA: Construction Observer. Observed and assisted the Companies (NASSCO) Inspector City of Hermosa Beach in field inspection during pavement Training and Certification Program rehabilitation construction. Project included sidewalk for the Inspection of Cured-In- repairs, ADA curb access ramps, storm drain repairs, curb Place-Pipe(CIPP) Installation & gutter replacement, grinding, asphalt pavement, and striping.This was a federal-aid project, including employee interviews and prevailing wage rate reviews. Residential Overlay & Slurry Seal 2007, Rancho Palos Verdes, CA: Assistant Construction Manager 1 Construction Observer. Responsible for contractor coordination, documentation, photography and controls including preliminary notices, invoicing, submittals, certified payrolls, releases, etc. Also conducted and documented regular meetings and dealt with the numerous public relations issues. Supervised traffic control. Closed out the project and filed the Notice of Completion. Street Rehabilitation 07/08, La Habra, CA: Assistant Design Engineer I Construction Observer. Measurements, plan view design on CAD, quantities, cross sections. CBM provided project management, design engineering, and construction management services to complete the annual street rehabilitation project. Washington Boulevard Realignment, Rush Pacifica, Inc., Culver City, CA: Assistant Construction Manager. CAD -- notes, cross sections, profile (existing and new), new elevation points, quantities, plan view design, printed out plan sheets, Worked on specs. Coordinate utility meetings. Patterson & 27th Street Improvement, Signal Hill, CA; Assistant Project Manager. Provided CAD — profile, plan view design services. The project included the construction of a new AC paved LOS ANGELES OAKLAND ONTARIO ORANGE COUNTY SAN DIEGO City of Rancho Palos Verdes 2012 Storm Drain Rehab and Lining street along Patterson St., between California Ave. and Olive St., including new curb &gutter, ADA ramps, driveways, asphalt curb, removal of redundant oil lines and coordination with local utility companies Cypress Street Sidewalk Improvements, La Habra, CA: Assistant Design Engineer. Provided Design Services on this project which constructed sidewalk infill and curb access ramps on Cypress Street from Whittier Blvd to La Habra Blvd as part of a Safe Routes to School funded project. The project provided full ADA-compliant sidewalk improvements along Cypress Street, and removed impeding walls,fences,and landscaping allowing children to walk to school off of the street. Walnut Street Sidewalk Improvements, La Habra, CA: Assistant Design Engineer. Provided Design Services. CBM Consulting (now KOA Corporation) assisted the City in completing SR2S funding applications for sidewalk and ADA curb access ramp improvements on Walnut Street north of Whittier Blvd.Applications are pending. Eastside Industrial Project, CRA/LA, CA: Assistant Design Engineer. This project provided plans, specifications, and estimate to construct sidewalk repairs, ADA improvements, drainage improvements, and pavement rehabilitation on 6 streets in an industrial area of Los Angeles. CBM coordinated work with City departments and agencies including LADOT, B Permits, CRALA, Engineering, and Construction. Pacoima/Panorama Street Improvements at Various Locations, Los Angeles, CA: Assistant Design Engineer. Design, Construction Management and Observation services for the City's Annual Street Improvement Project included sidewalk improvements at various locations, street reconstruction and construction of gutters, curb, cross gutters and storm drains throughout the city. Lambert Road Rehab Phase 2, La Habra, CA: Assistant Design Engineer. Provided design for the Lambert Rd Rehabilitation project, overall project management, construction management, and inspection services. Project included federal-aid STPL, and Safe Routes to School funding. Because Beach Blvd is a State highway, significant Caltrans coordination and inspection was involved. LOS ANGELES OAKLAND ONTARIO ORANGE COUNTY SAN DIEGO City of Rancho Palos Verdes 2012 Storm Drain Rehab and Lining CHRISTINE KASKARA, P.E., QSDIQSP Education Construction Inspection/QSP B.S. Loyola Marymount University, Electrical Engineering (2006) Professional Experience Ms. Kaskara has over 9 years of experience in engineering Year Entered Profession including structural and civil assignments. At CBM, she 2006 assists in preparing civil engineering plans using AutoCAD. Year Started with Firm She also has practical experience in obtaining field 2006 information as necessary and preparing Safe Route to School (SR2S) applications. Christine received her QSD Registrations Certification in 2011. She previously worked for both the P.E. CA#76809 (2010) County of Riverside Department of Building and Safety and the Community Redevelopment Agency of Los Angeles, Certifications Christine is proficient in AutoCAD, RISA-3D, ENERCALC, QSD/QSP#01323 (2011) TJ-Beam,WoodWorks Shearwalls. 24 hour SWPPP Training AutoCAD 2007, Westech College Project Experience Pavement Preservation Treatment Construction, Caltrans National Rancho Palos Verdes Drive East Catch Basins, Highway Institute. Rancho Palos Verdes, CA: Assistant Construction Caltrans Local Assistance Resident Manager. Reviewed existing storm drain inlet conditions at Engineers Academy(2009) multiple locations in Rancho Palos Verdes. Each location National Association of Sewer Service show some deficiencies that could be improved. Field Companies (NASSCO) Inspector conditions and typical improvements were discussed. Training and Certification Program Consultant Cost$15,000. for the Inspection of Cured-In- Place-Pipe(CIPP) Installation Idaho Street Rehab, La Habra, CA: Assistant Design Engineer: Prepared complete plans, specifications, and estimate for improvement of the intersection of La Habra Blvd & Idaho Street in the City of La Habra. The project included widening and construction of a right-turn packet; new video detection traffic signal controller system; new signal poles and street name signs; new curb, gutter, sidewalk, and driveway; storm drain system relocation; utility adjustments; utility pole relocation; decorative PCC crosswalk; asphalt concrete pavement; landscape and irrigation restoration. Construction Cost$250,000. Annual Residential Overlay and Slurry Seal, Rancho Palos Verdes, CA:Assistant Construction Manager. CBM Consulting provided project and construction management services for the City of Rancho Palos Verdes 2010 pavement rehabilitation project, which included street repairs consisting of Cape Seal, slurry seal, and reconstruction, ADA improvements, PCC curb, gutter, sidewalk and driveway repairs, signage, and striping. This project rehabilitated 92 residential and collector streets. Construction Cost$1,500,000. Street Improvement on Pier Ave. Hermosa Beach, CA: Assistant Construction Manager. CBM prepared plans, specifications and cost estimates, for street improvements on Pier Ave from Valley to Pacific Coast Highway. CBM also assisted Hermosa Beach in preparing all Federal documents in a expedited manner. The project consisted of the following: construction of curb and gutter, construction of curb access ramps, cold milling and AC overlay, and striping. CBM managed subconsultants for survey LOS ANGELES OAKLAND ONTARIO ORANGE COUNTY SAN DIEGO City of Rancho Palos Verdes 2012 Storm Drain Rehab and Lining and soils testing. CBM provided construction engineering services for this job at the request of Hermosa Beach. Construction Cost$250,000. Hermosa Beach 8th Street, Hermosa Beach, CA: Assistant Construction Manager. This project rehabilitated 8th Street from Valley Drive to Pacific Coast Highway. This minor arterial rehabilitation will include PCC pavement milling, AC leveling course, AC overlay, curb, gutter, and sidewalks, striping and markings. CBM provided design services to complete the plans, specifications, and estimate.Assisted the City in completing SR2S funding applications for sidewalk and ADA curb access ramp improvements on 8th Street in Hermosa Beach. Valley Dr. & Aviation Blvd. Resurfacing, Manhattan Beach, CA: Assistant Construction Manager. CBM provided Construction Engineering and Project Management services for the City of Manhattan Beach for these two projects including rehabilitation of Aviation Boulevard from Marine Avenue to Manhattan Beach Boulevard, and Valley Drive from 15th Street to Sepulveda Boulevard. The worked included asphalt pavement milling and overlay, localized reconstruction, utility adjustments, striping and markings,and other incidental work. Both of these projects were funded with ARRA grants. CBM performed complete management throughout construction such that the project was completed in accordance with federal-aid requirements. The scope of work included daily record keeping and inspection, weekly meeting notes and reports, photographs, change order and Request for Information processing, DBE/UDBE monitoring, Quality Assurance Program (QAP) implementation, City and utility coordination, and employee interviews. Annual La Habra Water Replacement 2010-2011, La Habra, CA: Design Engineer. CBM provides design services for the City of La Habra annually since 2003. Work included replacement of 11,000 LF of 6" and 8" PVC water mains, fire hydrants, valves and fittings, air release/vacuum relief assemblies,flushing risers, and 200 water services.The project was constructed in coordination with the annual street rehabilitation project. Construction Cost$1,000,000. Brea Standard Drawings, Brea, CA: Design Engineer. Assisted the City of Brea in completely updating existing and developing new Standard Plans for public works construction. Standard plans included street, sewer, water, street lighting, traffic signals, landscaping, irrigation, and storm drain improvement details. Consultant Cost$24,000. Pacoima/Panorama Street Improvements at Various Locations, Los Angeles, CA: Assistant Design Engineer. Design, Construction Management and Observation services for the City's Annual Street Improvement Project included sidewalk improvements at various locations, street reconstruction and construction of gutters, curb, cross gutters and storm drains throughout the city. City of Signal Hill Cherry Avenue Improvement Project, Signal Hill, CA: Assistant Design Engineer. Responsible for the project management associated with the new design for the widening of Cherry Ave. between 20TH Street and 250ft south of PCH. The project includes a new storm drain, traffic signal upgrade at the PCH/Cherry Ave intersection, reconstruction of the street, PCC improvements and striping. Consultant Cost: $52,890.00. LOS ANGELES OAKLAND ONTARIO ORANGE COUNTY SAN DIEGO City of Rancho Palos Verdes 2012 Storm Drain Rehab and Lining SCOPE OF WORK CBM Consulting will provide full-time construction inspection services in accordance with the Request for Proposals. This project will include the cleaning, inspection, and repair and/or lining of existing deteriorated or damaged storm drain pipelines. The City anticipates the point repair of up to five specific locations, and lining of 6,310 linear feet of various pipes ranging from 12" to 54" in diameter at 68 locations throughout the City. The work will include incidental items such as mobilization, traffic control, signage, notification, and storm water pollution prevention measures. Labor Compliance The project requires that the Contractor conform to California prevailing wage rate law. CBM will review Contractor's Certified payroll report submittals and verify that they meet requirements. In addition, CBM will spot-check payroll against daily reports and to verify the correct number, name, and classification of workers on the job site. Material Testing CBM recommends that field testing and sampling be made by a certified material testing laboratory service to verify correct placement and quality of material incorporated into the project. We have included an allowance for testing to be made at the option of the City. CBM would coordinate testing throughout the project. Working Time A total of 90 calendar days has been allotted to the Contractor for completion of all work on this project. CBM recommends that some additional time be allocated prior to the start of work to allow for compilation of project requirements (reports and submittals), review and approval of submittals, and pre-planning coordination with the Contractor, coordination with residents, and DigAlert notification. Some post construction time should be allotted for review and verification of all required project documentation, and completion of any remaining punchlist work. NOTE: This project will overlap with inspection work being done on a curb ramp construction project. CBM could utilize the same inspector concurrently if desired,thereby offering a cost savings to both projects. Daily Reports CBM will prepare daily reports recording the work done, personnel, classification, weather, equipment, and material incorporated into the project each day. Daily reports will be augmented with site photographs, and material certificates. CBM will log and collect data generated by CCTV inspections, repairs, installation of lining, and other repairs made throughout the project. CBM will record the material types, sizes, locations, and construction methods pertaining to each pipe section encountered and/or repaired. CBM will ensure compliance with permit conditions, including stormwater NPDES, traffic control, signage, and notification requirements. All documentation will be communicated to the City verbally and in writing. Project Coordination CBM will plan on verifying and assisting the Contractor in coordination efforts with City staff, residents, school, and affected agencies and utilities as needed. LOS ANGELES OAKLAND ONTARIO ORANGE COUNTY SAN DIEGO City of Rancho Palos Verdes 2012 Storm Drain Rehab and Lining Weekly Statement of Working Days: CBM will prepare a weekly statement of working days documenting the construction progress, time of completion, delays and time extensions, and submit to Contractor and the City on a weekly basis. The weekly statement of working days is typically discussed and agreed upon at each progress meeting and transmitted as an attachment to the minutes. Best Management Practices: CBM will review and ensure conformance with storm water pollution control requirements. CBM staff are QSP/QSD certified to prepare and inspect storm water protection devices, including Best Management Practices, Since this project affects less than an acre of soil, a formal SWPPP will not be required. Progress Payments CBM will record daily progress on our daily reports, and review and verify progress payment applications. Plans. Specs and As-Builts: CBM will periodically review the Contractor's as-built updates on the approved job plan set, identify missing items and require the Contractor to keep as-built records up to date throughout the project. Deliverables CBM proposes providing the following deliverable products for this project: • List of Contractor's requirements per the project agreement and construction documents • Preconstruction meeting agenda and minutes • Verification of required postings • Verification of certified payroll • Coordination with testing lab • Verification of test results • Compilation of material certificates • Field observation and daily reports of labor, equipment, materials, and work completed • Project photographs pre-, during, and post-construction • Copies of email and written correspondence • Weekly statement of working days • As built records • Verification of progress payments LOS ANGELES OAKLAND ONTARIO ORANGE COUNTY SAN DIEGO City of Rancho Palos Verdes 2012 Storm Drain Rehabilitation and Lining Project FEE SCHEDULE (DATED 4/17/2012) Project Inspccc+on QSP TASK/DELIVERABLE Manager TOTAL Other Direct Hourly Rates(Fully Burdened): $130.00 588 00 $88.00 HOURS Costs FEE ESTIMATE Pre-Construction 4 16 2 22 $ 2,104.00 Construction 24 444 24 492 $ 44,304.00 Post-Construction 8 24 32 $ 3,152.00 Reimbursabtes(Mileage) $ 2,004.00 2,000.00 I. SUBTOTAL Optional Items Material Testing(Allowance) 0 $ 5,000.00 $ 5,000.00 0 SUBTOTAL $5,0001 1 TOTAL HOURS 36 484 26 546 TOTAL FEE AMOUNT $ 4,680.00 $ 42,592.00-$ 2,288.00 $ 7,000.00 Assumes 90 calendar days for construction 1 Exhibit "A": Consultant's Proposal and Schedule of Hourly Rates Civil Engineering, Project Management, Construction Management & Observation Federal Compliance Work, including preparation oflans P z specifications and Engineer's estimate. Fee Estimate PROFESSIONAL ENGINEERING & MANAGEMENT SERVICES 2009 & 2010 2011 2012 0 Principal-In-Charge/Program Director $155.00 $163 $177 0 QA/QC Manager 130.00 $137 $143 0 Senior Engineer 130.00 $137 $143 0 Senior Project Manager 130.00 $137 $143 0 Construction Manager 130.00 $137 $143 0 Traffic Engineer 150.00 $158 $165 0 Project Manager 120.00 $126 $132 0 Resident Engineer 120.00 $126 $132 0 Project Engineer.. 120.00 $126 $132 0 Assistant Construction Manager ...1 10.00 $116 $121 0 Office Engineer 110.00 $105 $110 0 Design Engineer 110.00 $105 $1 10 0 Assistant Project Manager 100.00 $105 $110 0 Associate Engineer 100.00 $105 $1 10 0 Project Controls 100.00 $105 $110 0 Senior Construction Observer.. 90.00 $95 $99 0 Construction Observer 85.00 $89 $94 0 Public Works Inspector 80.00 $84 $88 0 CAD Technician 75.00 $79 $83 0 Technician 70.00 $74 $77 0 Administrative & Clerical Support 65.00 $68 $72 The rates shown above may be negotiable for long-term,multi-classification contracts and/or assignments that utilize full-time staff exclusively at the Client's offices or project site. EXPENSES Project expenses are billed at cost plus 10%. Project expenses include:Non-commuter automobile mileage City of Rancho Palos Verdes 12/9/2009 Project i Page 1