Loading...
Vali Cooper & Associates (2014) CITY OF RANCHO PALOS VERDES PROFESSIONAL/TECHNICAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into this eighteenth day of November, 2014, by and between the City of Rancho Palos Verdes (hereinafter referred to as the "CITY") and Vali Cooper & Associates, 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 follows: Fiscal Year 2012-13 and Fiscal Year 2013-14 Residential Streets Rehabilitation Project, Areas 1, 5B, and 9 1.2 Description of Services CONSULTANT shall provide construction management, inspection, and materials testing services as described in the CITY's Request For Proposals, which is attached hereto as Exhibit "A" and incorporated herein by this reference, and in CONSULTANT's Proposal, which is attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of any conflict between the terms of this Agreement and incorporated documents, the terms of this Agreement shall control. 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 CITY agrees to compensate CONSULTANT an amount not to exceed two hundred eighty-three thousand fifty-two dollars ($283,052) for services as described in Article 1. 2.2 Terms of Compensation CONSULTANT shall submit monthly invoices for the percentage of work completed in the previous month. CITY agrees to authorize payment for all undisputed invoice amounts within thirty(30) days of receipt of each invoice. CITY agrees to use its best efforts to notify CONSULTANT of any disputed invoice amounts or claimed completion percentages within ten (10) days of the receipt of each invoice. However, CITY's failure to timely notify CONSULTANT of a disputed amount or claimed completion percentage shall not be deemed a waiver of CITY's right to challenge such amount or percentage. Additionally, in the event CITY fails to pay any undisputed amounts due CONSULTANT within forty-five (45) days after invoices are received by CITY then CITY agrees that CONSULTANT shall have the right to consider said default a total breach of this Agreement and be terminated by CONSULTANT without liability to CONSULTANT upon ten (10)working days advance written notice. 2.3 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. 2.4 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,"which in any case shall meet or exceed prevailing wage rates. The rates in Exhibit"B"shall be in effect through the end of this Agreement. 2.5 Term of Agreement This Agreement shall commence on November 19th, 2014 and shall terminate on June 30th, unless sooner terminated pursuant to Article 4 of this Agreement. 2015 ARTICLE 3 VC Initial INDEMNIFICATION AND INSURANCE o) 3.1 Indemnification RPV Initial Page 2 of 11 To the maximum extent permitted by law, CONSULTANT shall defend, indemnify, and hold the CITY, its officials, officers, employees, agents and independent contractors serving in the role of CITY officials, and volunteers(collectively"Indemnitees") free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or equity, to property or persons, including wrongful death (collectively "Claims"), in any manner arising out of or incident to any acts or omissions of CONSULTANT, its officials, officers, employees or agents in connection with the performance of this Agreement, including reasonable attorneys' fees, and other related costs and expenses, except for such Claims arising out of the sole negligence or willful misconduct of the Indemnitees. With respect to any and all such Claims, CONSULTANT shall defend Indemnitees at CONSULTANT's own cost, expense, and risk and shall pay and satisfy any judgment, award, or decree that may be rendered against Indemnitees. CONSULTANT shall reimburse Indemnitees for any and all reasonable legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. CONSULTANT's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by CONSULTANT or Indemnitees. All duties of CONSULTANT under this Section 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 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 Page 3 of 11 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 the law. CONSULTANT shall require any subcontractor similarly to provide such compensation insurance for their respective employees. 3.6 Notice of Cancellation (a) All insurance policies shall provide that the insurance coverage shall not be cancelled or modified by the insurance carrier without thirty(30) days prior written notice to CITY, or ten (10) days notice if cancellation is due to nonpayment of premium. Additionally, CONSULTANT shall provide immediate notice to the CITY if 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 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. Page 4of 11 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 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 Page 5 of 11 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 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 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 Page 6 of 11 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 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, Page 7 of 11 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. 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. Page 8 of 11 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 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 notice, payment 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: Page 9 of 11 To CITY: Responsible Person: Michael W. Throne, Director of Public Works City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 To CONSULTANT: Responsible Person: Edward Durazo, Senior Project Manager Vali Cooper& Associates, Inc. 1935 Chicago Avenue, Unit A Riverside, CA 92507 [Signatures on next page.] Page 10 of 11 IN WITNESS WHEREOF,the parties hereto have executed this Agreement as of the date and year first above written. Dated: VALI COOPER & ASSOCIATES, INC. ("CONSULTT " By: Printed Nam : --,T01.14,tklfr ; Title: OO . 9 By: m .„,___ A.,_ Printed Name: /,/j4 ti K-v s S Title: G Pt' //74o � VERDES Dated: ! CITY OF RANCHO PALOS E DES ("CITY") /)(MorBy: ATTEST C--- APPROVED AS TO FORM 4' , y By: Y Page 11 of 11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 C.,-'v--v--'--v--v--v—s v--',_'.�'.�.-v--v-'v--v.-1.,-,v---.,-'.,-'.,-.�,•/-1v--',-'v---v---v-'.,—'.,-'v-'.,-'v-'v--vim'v-'.,-'./-.,-'./-s,--' v—s v-,v—s v--v---,\'n State of California >> County of DA-AN&evA ;>> 1►�LL_-�l P.. S c r r\c rp 4 . 'u€,uc. >> C On O� 2.01 } before me, 1 , >> Date Here Insert fame and Title of the Officer ,. personally appeared JcA-d'4 COLLANIS `k tJ' A Z kp,N Name(s)of Signer(s) >> who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) mare >> subscribed to the within instrument and acknowledged ;>> to me that /they executed the same in >> -hisihefitheir authorized capacity(ies), and that by >> /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 >> KELLY A.SENFT 101011 _�---��: laws of the State of California that theforegoing Commi“ion 411 1970328 ,. -Ji Nota Mk-California I paragraph is true and correct. P '' .I.) Nevada County i Comm.E Mar 22,2016 WITNESS my hand and official seal. Signature: , Place Notary Seal Above ) ignature of Notary Publi )� OPTIONAL - 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 >> C Title or Type of Document: CATY o1'r VAND t-c 9N--us 'f D D KkC.pcL Document Date: 1123 KkoNi 2-04 Number of Pages: U U i Signer(s)Other Than Named Above: CANN bF N►C,{o PAtu t 'EgrA% MASo4z. >> C Capacity(ies) Claimed by Signer(s) C Signer's Name: JOAN C'OO LA— S Signer's Name: N10,4'211144 12-0,% 4 Corporate Officer — Title( ): CAC) C(Corporate Officer — Title9g): fro ❑ Individual RIGHT THUMBPRINT ❑ Individual RIGHT THUMBPRINT 1 OF SIGNER OF SIGNER '• ❑ Partner—❑Limited ❑General ❑ Partner - ❑Limited ❑General Top of thumb here Top of thumb here �� ❑ Attorney in Fact ❑Attorney in Fact '' ❑ Trustee Ill Trustee ❑ Guardian or Conservator CIGuardian or Conservator C >> ❑ Other: ❑Other: >> Signer Is Representing: Signer Is Representing: \iWobf Ea2.,4%,,A, A oG lr . W ( o6 •`,4 ASsoy.,t ., >> ©2010 National Notary Association•NationalNotary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 Exhibit "A": City's Request For Proposals Exhibit "A" Exhibit "A" October 1, 2014 City of Rancho Palos Verdes Request for Proposal for Construction Management, Inspection, and Materials Testing Services The City of Rancho Palos Verdes requests proposals from selected qualified consulting engineering firms to provide construction management, inspection, and materials testing services related to the City's Residential Streets Rehabilitation Project. The successful firm will provide Construction Management, Inspection, and Materials Testing Services for the City's FY12-13 & FY13-14 Residential Streets Rehabilitation Project — Areas 1, 5B, and 9. The City is particularly looking for proposals with staff having prior experience overseeing concrete repair of sidewalks, curb and gutter, and driveways, ADA-compliant curb ramps, localized AC repair, crack routing and sealing, Asphalt Concrete (AC) overlay and slurry seal pavement resurfacing treatments, and signage and striping. To be considered for this project, submit four (4) copies of the proposal to the Department of Public Works, 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275, phone number (310) 544-5252, no later than 4:00 PM, on Friday, October 17, 2014. The City's budget for the proposed project is roughly $3.5M. The project is currently being advertised for construction bids and the bid opening is scheduled for Wednesday, October 29th. It is the City's desire to begin constructing improvements in late November/early December of 2014 and the project is given 100 working days for completion. No work will take place during the Winter Break when City Hall is closed from Christmas Eve to New Year's Day. The construction contractor will likely be working in multiple areas of the City at the same time and so more than one inspector will be needed for much of the project duration. Most of the streets will be receiving slurry seal, with only a small percentage of the streets receiving AC Overlay. The scope of work is defined below. SCOPE OF WORK CONSTRUCTION MANAGEMENT SERVICES (a) Oversee Inspection and Manage Project Construction (b) Review Daily Inspection Reports before submittal to City City of Rancho Palos Verdes Request for CM,Inspection,and Materials Testing Proposal 10/01/2014 Page 2 of 7 (c) Ensure compliance of work performed with specs (d) Attend Weekly Progress Meetings (e) Attend Pre-Construction Meeting (f) Serve as liaison between City and construction contractor (g) Respond to resident concerns in a timely fashion (h) Final Deliverables INSPECTION SERVICES (a) Inspect work for compliance with specs at all times work is in progress (b) Prepare Daily Inspection Reports (c) Attend Pre-Construction Meeting MATERIALS TESTING SERVICES It is requested to have materials testing to confirm compliance with specifications for the AC overlay and slurry seal materials. Please include the name of the materials lab/testing firm that will be used and the turn-around time for the test results to be provided to the City for each test. Timely turn-around of lab test results is an important aspect of this work. Furthermore, the City shall receive a comprehensive notebook binder that includes all of the test results upon completion of the project. The materials testing lab used shall be AASHTO-accredited and Caltrans-certified, and all technicians shall be certified in these testing methods. The City's expectations and anticipated scope of work for the materials testing includes: Asphalt Concrete Overlay: 1. Full-time batch plant inspection for the first day of overlay placement; frequency will be at the discretion of the City thereafter. 2. Testing shall include gradation/sieve analysis, asphalt content, air voids, bulk specific gravity of cores, and stability to meet Greenbook specifications 3. Loose asphalt mix samples shall be obtained per Greenbook specifications. 4. Nuclear gauge testing for proper compaction in the field. 5. Field samples shall be obtained and transported by a technician certified in AC Overlay testing methods Slurry Seal: 1. Field samples shall be obtained and transported by a technician certified in slurry seal testing methods City of Rancho Palos Verdes Request for CM,Inspection,and Materials Testing Proposal 10/01/2014 Page 3 of 7 2. Perform full set of tests on each sample to determine acceptable emulsion percentage and residual asphalt, in accordance with California Test 310 (extraction test), wet track abrasion, and aggregate compliance (sieve analysis and sand equivalent). 3. Testing shall be per Greenbook, AASHTO, ASTM, ISSA, and California test methods to ensure compliance with specifications. Clerical services and materials to carry out items listed above shall be incorporated into the costs of the appropriate items. FORM OF PROPOSAL The Proposal shall be prepared in a "two sealed envelope"format. The first sealed envelope shall contain the technical proposal and shall include: 1. Qualifications and experience of the key individuals assigned to this contract(be sure to clearly state the exact role that each individual will be serving for this contract). 2. Qualifications and experience of the firm 3. Project Approach utilizing the outline of required work as listed above The second envelope shall contain the cost proposal and shall be outlined as indicated below: Item 1 — Construction Management Services (a) Oversee Inspection and Manage Project $ Construction (b) Review Daily Inspection Reports before submittal to City (c) Ensure compliance of work performed with specs (d)Attend Weekly Progress Meetings (e)Attend Pre-Construction Meeting (f) Serve as liaison between City and construction co n tra cto r (g) Respond to resident concerns (h) Final Deliverables Item 2 - Inspection Services (a) Inspect work for compliance with specs at all times work is in progress (b) Prepare Daily Inspection Reports (c) Attend Pre-Construction Meeting City of Rancho Palos Verdes Request for CM,Inspection,and Materials Testing Proposal 10/01/2014 Page 4 of 7 Item 3 - Materials Testing Services $ (a)AC Overlay Testing $ (b) Slurry Seal Testing $ (c) Final Deliverables $ GRAND TOTAL $ EVALUATION PROCESS Technical proposals received will be evaluated on the following criteria: 1. Experience of firm in performing this type of service. 2. Relevant experience of individual team members assigned to the project. 3. Understanding of project as demonstrated by the thoroughness of the proposal. 4. References from clients for whom similar work was performed. 5. Depth of staff available to perform services. 6. Previous work in RPV performed by the firm. 7. Previous work in RPV performed by members of the proposed team. 8. Interview (if applicable) All questions are to be submitted in writing to City of Rancho Palos Verdes Department of Public Works, 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275, Attention: Melissa Countryman. Questions may be submitted via fax to (310) 544-5292 or e-mail to melissac(a�rpv.com . All questions must be received by noon on Tuesday, October 14, 2014. Please note that the responses to this request for proposal are subject to the following conditions: Insurance The City of Rancho Palos Verdes requires the selected firm to have a minimum of $1,000,000.00 of general liability insurance, with $2,000,000.00 aggregate (listing the City as additional insured), a minimum of $1,000,000.00 professional liability insurance, City of Rancho Palos Verdes Request for CM,Inspection,and Materials Testing Proposal 10/01/2014 Page 5 of 7 and a minimum of $1,000,000.00 of automobile liability insurance, with $2,000,000.00 aggregate, prior to entering into an agreement with the City. Acceptance of Terms Submission of a proposal shall constitute acknowledgment and acceptance of all terms and conditions hereinafter set forth in the RFP unless otherwise expressly stated in the proposal. Right of Rejection by the City Not withstanding any other provisions of this RFP, the City reserves the right to reject any and all proposals and to waive any informality in a proposal. Financial Responsibility The proposer understands and agrees that the City shall have no financial responsibility for any costs incurred by the proposer in responding to this RFP. Interview If successful, the proposer will be invited to participate in an interview. The interview will be a part of the final selection process. Award of Contract The selected firm shall be required to enter into a written contract with the City of Rancho Palos Verdes, in a form approved by the City Attorney, to perform the prescribed work. This RFP and the proposal, or any part thereof, may be incorporated into and made a part of the final contract; however, the City reserves the right to further negotiate the terms and conditions of the contract with the selected consultant. The contract will, in any event, include a maximum "fixed cost" to the City of Rancho Palos Verdes. Conferences During the Proposal Preparation Period As of the issuance date of this RFP and continuing until the time for submitting proposal has expired, the City will provide relevant information and access to City facilities and documents as necessary for all proposers to familiarize themselves with the requirements set forth in the RFP. Access to City facilities shall be during normal business hours and will require at least twenty-four(24) hours advance notice. Number of Copies Required The proposer must submit four (4) copies of the proposal. Proposals must be received by the Department of Public Works, 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275, phone number (310) 544-5252, by the deadline indicated in this RFP. City of Rancho Palos Verdes Request for CM,Inspection,and Materials Testing Proposal 10/01/2014 Page 6 of 7 Figure A Residential Streets Rehabilitation Project FY 12-13 & 13-14, Areas 1, 5B, & 9 Project Scope Overview Major Project Component Tons SF/LF Qty 1.5"AC Overlay Approx. 1650 N/A N/A Slurry Seal N/A Approx. 5,800,000 SF N/A Concrete Curb Access Ramps N/A N/A 5 Concrete Sidewalk and Driveway Approach N/A Approx. 3,700 SF N/A Concrete Curb and Gutter N/A Approx. 11,250 LF N/A Exhibit "B": Consultant's Proposal, including Schedule of Hourly Rates Exhibit "B" 'as : „, yy�3' ' Exhibit:"B" [p[p[p „., _ e :_______ _._:, _ .., ,F ..- - . , ____.._.„._____4 ----,.. __,,. . _.a ,,_,_:_„,,_..,,,._..,...--.....:,_......„.„........„:...„..,,,„ _ .t ., , ..-- , . t Vah & Associates n-c.. . �.- � . -` . - ?epwp;sF .. ( s - -n. '-'.. • •4.---. . - • . 'M-4" - CONSTRUCTION & PROGRAM MANAGEMENT f i : ,.,_.„ ,.:,..., ,, .•,• :-..•, . .-,,-.,..,,,,,,„:,.-;..,,:. .-..,,,,,,-;,,,- -. , ,vtor„,,,..„.•. -..,...,, _ _,.,,...,-..,,,,,;,:r,.,-,. ,,.,..., - 1 .. . .. , .,.., . , . :. , . , .., ,., : A ..any,, 4 r,, : • fes' - - f , y F -e f * � f .,,„.. .: . r,♦ .. ,�.__....._ _, , - ,... ',,,.. .",— ,..4 ..,„,....,..,::._ ., ,,.4 „, . — • .....„.._,.,,.._ , , ... ..t . .. , . . r.,„.-,--, ,,-;.. . .a,.,,,,.. : „it. .- •• -•,4..., ,.--:•• ' -,,,,-*i , •.- ,...., -----,4*- ,- ,,„,,k- e:-. .i.. ',,,- );fr-,'---------/- . . .---;:-•.,••---. .:.--‘,,,z...-,,,,,..-,,i,,-.4,---A-.-,,,,.:Ar,-..t.,-.t.,#--'-• ,-. - I ,'•• r --,- .f.-*.,•y-r---,q, - -,--L4..-...;-,..-:.--7.,,,-,---- -: -. -.7, .--. - - *••, ?7.:;•,-e: -- ,,it,-..-.-:- 4,,,... if.;ic--,, -;- .."Ek- _A-'17•_kii,t-- , '.. --.'---% N, fir. .: 4 " ' �� , b . .4 i* ' �' `~ s DR's r� A �+p r �, i r'} � � .R }' r.. _4a`'-~te -' -"'-••'-' _ " ----— -- . ',--,, . •_4. �k • .s . . � , �___ . ¢ "---- A _. -- . Proposal to Provide; ... _ Construction Management, Inspection, and Materials TestingServices For: FY 12-13 & FY 13-14 ResidentialStreets Rehabilitation Areas 1 5B, and 9 I(_____ ___ . _ _ ,. .. 4 ..._ , V.4. - -- , 4.,. . ..._._.,. ‘. I. , _ . ... ..:..1 i ... __-...4:7d4::a, _ -_ -1 rigishisiti,_,.... ,„__ . ---- ......,_ -,---.... diii---'.j>'< - , -.-.- ---:.-, 011111111111111r-- 1 _,i .. .. ..N.‘,.. .A _ . ' -1"‘ '1% ir ,. .. ... .., , ,,, -,:-._...._. ......... .- ,—. .! .•,:..,„...,:,. _ ___ _ ..-, ,--1,::,..., .,_ •..-._:.,,;:,_,-..„,„y „.„:„.,,t,.,_.,„,,,,,,,,,„, _•-•,:,-,L...„-„,:,...„:„,:•,,,,,,-...„,':'' . '. '.':'.'''''';'''''-:''''::.''' '' ' ' ' -. ' . : . -.. H:'.:::':';',7::::::':::.4- •- ,: a * - a 411) Lig CITY DFRANCHO PALOSVEROES CM�SemiueaforFiaca|Yee2013�014Residenda}[BnemuRehobi|itedonPn�a� ___� —_ ______. TABLE OF CONTENTS QUALIFICATIONS AND EXPERIENCE — KEY PERSONNEL 4 QUALIFICATIONS AND EXPERIENCE — FIRM 13 QUALIFICATIONS AND EXPERIENCE — SUBCONSULTANTS 18 PROJECT APPROACH 19 WORK PLAN APPROACH AND SCHEDULE 20 EXCEPTIONS TO THIS REQUEST FOR PROPOSAL 25 INSURANCE AND INDEMNIFICATION 26 wic�n�u�� �o m= =��=��~===°"=="°= 41110 yF[_ VALI COOPER & ASSOCIATES INC . CONSTRUCTION & PROGRAM MANAGEMENT October 17, 2014 Melissa Countryman City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd. Rancho Palos Verdes, California 90275 Re: Proposal to Construction Inspection Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project—Areas 1, 5B,and 9 Dear Ms. Countryman: Vali Cooper and Associates, Inc. (VC&A) is pleased to submit the following proposal to provide construction management, inspection and material testing services to the City of Rancho Palos Verdes (City) for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project Areas 1, 5B, and 9. VC&A is privileged to provide a highly qualified team to meet your requirements for these projects. Company Background and Qualifications VC&A was founded in 1987 and since has grown to a staff of over 175+ engineers, inspectors, and contract administrators working throughout California. Listed by Engineering News-Record for the past fourteen years as one of the nation's top 100 Construction Management firms, VC&A has earned a reputation for servicing clients' needs at a very high level statewide. Expert Personnel with the Right Combination of Talent and Experience VC&A is proposing a very cost effective approach to managing this project, while still providing the City with a successful and quality project to address the City's entire needs. Serving as our Contract Manager will be Ed Durazo, CPM, QSP. Ed will be responsible for managing the contract between the City and VC&A and he will work to carefully control budgetary costs while at the same time maintaining adequate staffing levels and verifying that all critical milestones and deadlines of this 100 working day project are met. We are excited to add to our team CPM Partners who will be providing Eric Strickland, PE as your Construction Manager/Inspector. Mr. Strickland provides vast experience in asphalt overlay and slurry seal improvement projects. Mr. Strickland is familiar with the City of Rancho Palos Verdes staff, City processes and procedures through his past experience serving as your Construction Manager for the Palos Verdes Drive South project in 2012. We are also proposing our Remi Nunez, who has over 28 years of experience in the public works industry serving as a Senior Public Works Inspector on many pavement rehabilitation projects and who will be serving as a secondary Inspector for the field inspection efforts. These two professionals will provide the City with extensive knowledge gained through their past experience on projects with scopes of work which among their many duties also involved sensitivity to businesses and residential neighborhoods associated with similar improvements. All aspects of this series of projects will be managed proficiently and proactively in order to protect the best interests of the City at all times, With regard to the total VC&A team, materials testing will be provided by our subconsultant Group Delta Consultants. Why VC&A? VC&A is poised and ready to assist the City with a top-notch, truly available team of construction professionals. Our team has the right attitude and technical expertise needed for the successful completion 700 SOUTH FLOWER STREET,SUITE 1100-:- LOS ANGELES,CA 90017 (213)232-1131 FAX: (213)688-0176 1110 • Lig CITY OF RANCHO PALOS VERDES CMIT Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project of this project. In summary, the VC&A team will provide several differentiators that make us the most qualified firm to represent the City of Rancho Palos Verdes on this exciting project: ▪ Highly competent staff with an unparalleled reputation and proven capability and expertise • Significant current and past experience working as an extension of client staff © Proven performance and relevant experience as evidenced by our excellent client references ▪ Extensive experience working on projects of a similar nature • A thorough understanding of this project, and a "jump start" plan to get this project underway quickly and efficiently in order to represent the City in the highest quality manner possible o And most of all, we really want this job!!! VC&A offers you the essential management experience and experienced staff with the right skills and commitment to provide the high-level support you require. We are committed to providing the City with the highest quality services available and look forward to building a successful working relationship with the City of Rancho Palos Verdes. Please do not hesitate to contact Ed at (626) 926-1568, or Edward.Durazo@valicooper.com,should you have any questions regarding our submittal. Respectfully submitted, VALI COOPER &ASSOCIATES, INC. PA 2- /I Agnes Weber, PE President/Principal-In-Charge Now...0e Vali cooper&Associates,Inc. CONSTRUCTION 1 PROGRAM MANAGEMENT CITY OF RANCHO PALOS VERDES CMIT Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project QUALIFICATIONS AND EXPERIENCE KEY PERSONNEL Recognizing the excellent relationship and past project experience between the City and designated experienced team members proposed by VC&A, the City of Rancho Palos Verdes can be assured that your project will be correctly and thoroughly managed in the most effective and efficient manner possible. Additionally, the "hands-on and firm, but fair" approach the VC&A team bring will verify your project is completed on schedule and within budget. Our team's relevant and local experience will allow us to troubleshoot problems in advance and develop cost effective solutions to keep the project on schedule, within budget and "moving" at all times. Organization Chart The following Organizational Chart outlines the structure of our proposed team and the relationships as well as respective responsibilities of each individual. Melissa Countryman Project Manager CONTRACT MANAGER Ed Durazo, CPM, QSP CONSTRUCTION MANAGEMENT l CONSTRUCTION INSPECTOR MATERIALS TESTING INSPECTION Eric Strickland. PE Remi Nunez John Thune GROUP CP M PARTNFRS DELTA Resumes Resumes for key personnel follow. to Vali Cooper&Associates,Inc. �/C NSTRUCTlON&PROGRAM MANAGEMENT • 4111/ Lai CITY OF RANCHO PALOS VERDES CMIT Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project Ed Durazo, CPM, QSP Role: Contract Manager Firm: Vali Cooper&Associates Ed Durazo has over 23 years of experience in the construction management Total Years of Experience:23 p g industry. Throughout his career, Ed has been recognized for his dedication, Education: efficiency and enthusiasm as a professional who strives on building General Studies relationships, and coaching and mentoring the people who surround him with his knowledge and expertise. Ed is a confidant and credible individual, Registrations/Certifications: with communications skills that inspire at all levels of business. He is a ▪ Certificate, Project meticulous organizer, who possesses excellent communication and team Management working abilities who also performs very well under pressure. With an a Certificate, Construction active commitment to continuous improvement and quality standards, he Management strives to create a positive atmosphere that motivates others and builds • California Stormwater team spirit. He possesses strong relationship building skills that typically Quality Association result in foundations of trust with his contacts, thus developing long term (CASQA), Qualified SWPPP and solid relationships with public agencies throughout California. Practitioner(QSP) g g Selected Project Experience AS-NEEDED CONSTRUCTION MANAGEMENT SERVICES City of San Diego, California Mr. Durazo served as Contract Manager providing construction management and inspection services to the City of San Diego Field Division. The firm was responsible for full resident engineer/inspection services for multiple projects, including: Harbor Drive Water Main Steel Pipeline Replacement, Point Loma Interceptor Sewer, Miramar Trunk Sewer, Balboa Park HDPE Irrigation Piping and the I-805/La Jolla Village Drive Interchange, to name a few. Mr. Durazo coordinated the staffing of project task orders and provided the oversight of the re/inspectors efforts on leading the weekly meetings, preparing daily reports, reviewing the contractor's schedule, performing field inspection, coordinating with water/wastewater operations, installation and verification per the approved traffic control plans, traffic control, coordinating construction activities, outages, and bypasses with users, coordinating construction activities with permitting agencies, reviewing material and compaction test reports, reviewing and approving monthly progress payment applications, negotiating and preparing change orders, and performing close-out services. Mr. Durazo also provided proposals for task orders, monthly budget updates and hiring/oversight of sub-consultants. 5TH STREET DRAINAGE AND REHABILITATION PROJECT City of Rancho Palos Verdes,California Mr. Durazo served as the Construction Manager for the installation of over 1000' of 36" HDPE storm drain and the construction of an energy dissipater outlet structure. The project also included new roadside drainage structures and an asphalt base leveling course along with the placement of rubberized asphalt, SAN RAMON DRAINAGE AND LANDSLIDE STABILIZATION City of Rancho Palos Verdes, California Mr. Durazo served as the Construction Manager for this $9 million project which consisted of the abandonment of an existing storm drain and the installation of new storm drain (HDPE and RCP); importing over 75,000 cubic yards of soil material to buttress and stabilizing the active landslide movement; constructing an energy dissipater; biological remediation; landscape removals and replacements; installation of surface drainage; and the re-construction of the existing access road. Mr. Durazo served as the City's representative for all construction issues. Vali Cooper&Associates,Inc. r-.J CONSTRUCTION&PPOGRAM MANAGEMENT __ • CITY OF RANCHO PALOS VERDES CMIT Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project ABALONE COVE SEWER IMPROVEMENTS PROJECT City of Rancho Palos Verdes, California Mr. Durazo served as Construction Manager for this $4.7 million project, which provided new sewer service to approximately 100 residents of Portuguese Bend who were on septic tanks and cesspools. The project consisted of installation of a gravity sewer system and house laterals, low-pressure sewer system and house connections, and 4 pump stations. Mr. Durazo was responsible for overseeing inspection services on the project and preventing any potential discharge of sewage into the local storm drains. Mr. Durazo was also responsible for cursory reviews of shop drawing submittals, Contractor RFI's, progress payments, and change orders. Mr. Durazo was handled as well community relations including updating the 'Hotline" and website and responding to the residents in a timely manner with answers to questions regarding the construction of the project. In addition to his construction management activities, Mr. Durazo assisted the city staff and design engineer in the redesign of the sewer lines to avoid unidentified obstructions. BIRCH STREET WIDENING FROM EAST OF FLOWER HILL STREET TO VALENCIA AVENUE REHABILITATION City of Brea, California Mr. Durazo served as Construction Manager for this project which involved the construction of curb and gutter on the north side of Birch Street/Rose Drive, construction of median, construction of driveways, cold planing and AC placement, drainage improvements, removal and construction of a fence, and signing and Striping. Mr. Durazo was also responsible for oversight of SWPPP requirements as well as the contractor's implementation of BMP requirements. Additionally, there was excavation of existing soil and fill slope grading at 2:1 slope. LAMBERT ROAD PERIMETER WALL AND WHITTIER SOUND WALL City of Brea,California As Construction Manager, Mr. Durazo provided construction management services for this City-inspected project and provided oversight of SWPPP requirements. The project consisted of a perimeter wall along the north side of Lambert Road and Whittier Blvd. Street. The block wall increased safety and aesthetics at the gateway into the Downtown Redevelopment Project area. Additionally, there were utility improvements, water line replacement and Street reconstruction. Vali Cooper&Associates,Inc. -�CONSTF.U:T10N E.PROGRAM MANAGEMENT CITY OF RANCHO PALOS VERDES CMIT Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project Eric Strickland, PE Firm: CPM Partners Role: Construction Manager/Inspector Total Years of Experience:35 Eric Strickland is a registered Professional Engineer (PE) with an extensive Education: knowledge of construction management services gained through more • ASS, Civil Technology than 35 years of relevant hands-on experience; including the management of large construction projects, capital improvement Registrations/Certifications: programs and claims analysis and resolution. During his career, he has • AZ Professional Civil represented both public and private owners in the management, Engineer(PE) No.27309 inspection, CPM schedule review, issue resolution and contract administration for road, treatment plants, and various types of Scheduling&Controls Software: infrastructure and building facility projects. As a Construction Manager • Primavera P6 he has participated in value engineering workshops, performed • Primavera P3 constructability reviews, prepared and received bids, reviewed ■ Primavera Contractor construction schedules, administered construction contracts, analyzed claims, resolved disputes and prepared final reports for owner ▪ Primavera SureTrak reimbursements. ■ Primavera Contract Manager Selected Project Experience • Primavera Expedition PALOS VERDES DRIVE SOUTH City of Rancho Palos Verdes, California Mr. Strickland served as the Resident Engineer for this project and was responsible for managing the arterial rehabilitation program. The project consisted of asphalt concrete paving operations including full depth patching; milling and over-laying with 2" lift of rubberized asphalt concrete and micro-surfacing, construction of new concrete bus pads; ADA compliant access ramps, and replacing sections of curb and gutter. Additional project features included a small segment of Keystone retaining wall; traffic signage and striping and pavement markings. SANTA ANA AVENUE IMPROVEMENTS County of San Bernardino, California As Construction Manager, Mr. Strickland provided QA/QC oversight on this ARRA funded project. The project included grading and placing asphalt concrete over class 2 base; placing an asphalt concrete dike, concrete curb and gutters, traffic striping and pavement markings, cold planning, and replacing and installing traffic loop detectors. REDWOOD TRUNK SEWER AND WWTP HEADWORKS PROJECT Oxnard,California Mr. Strickland served as construction manager responsible for project management, contract administration and oversight of inspection and materials testing services. This project consisted of construction of micro- tunneled trunk sewer and new headwork structures at Oxnard WWTP. Total construction cost of the related projects was over$100 Million. HAWTHORNE BOULEVARD REVITALIZATION PROJECT Lawndale, California Mr. Strickland served as the Construction Manager responsible for the daily work of an office engineer, inspectors, and materials testers on this $12 million project, which consisted of removing and re-grading the parking in the median, upgrading drainage, paving and slurry seal, improving sidewalks, traffic signals, signs, light poles, bus stops, irrigation, and landscaping. Vali Cooper&Associates,Inc. ;y�J c0►+STAJCT1Ory&PROGRAM MANAGEMENT r 7 • 0 Lit CITY OF RANCHO PALOS VERDES CMIT Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project INDIAN SCHOOL ROAD BETWEEN 35TH AVENUE TO 19TH AVENUE Phoenix, Arizona As Party Chief on survey crew, Mr. Strickland was responsible for all construction staking on project which consisted of widening the roadway from 2 lanes to 4 lanes with a center left turn lane, installing new storm drain system, replacing portions of the existing water main and sewer main, installing new concrete curb & gutter, sidewalks and driveways, new street lighting system grading and paving of roadway and installation of 2 new signalized intersections on this federally funded project. Project cost ranged between $1.5 million to $4 million. MCDOWELL ROAD BETWEEN 67TH AVENUE AND 75TH AVENUE Phoenix,Arizona Mr. Strickland served as a Lead Inspector/Assistant Project Supervisor for this federally funded roadway reconstruction/widening project. The project involved widening of the existing roadway from 2 lanes to 4 lanes, plus a center left turn only lane. It also included the installation of new storm drain and sanitary sewer lines, partial replacement of the existing water main, construction of concrete curb & gutter and sidewalk with installation of new street lighting and improvement of signalized intersection. Project cost ranged between $1.5 million to $4 million. 75TH AVE BETWEEN MCDOWELL&THOMAS ROADS Phoenix,Arizona Mr. Strickland served as a Lead Inspector/Assistant Project Supervisor for this federally funded roadway reconstruction/widening project. The Project involved widening of the existing roadway from 2 lanes to 4 lanes plus a center left turn only lane. It also included the installation of new storm drain and sanitary sewer lines, partial replacement of the existing water main, construction of concrete curb & gutter and sidewalk with installation of new street lighting and improvement of signalized intersection. Project cost ranged between $1.5 million to $4 million. SOUTHERN AVENUE BETWEEN 40TH STREET AND 24TH STREET Phoenix,Arizona Mr. Strickland served as a Lead Inspector/Assistant Project Supervisor for this federally funded roadway reconstruction/widening project. The Project involved widening of the existing roadway from 2 lanes to 4 lanes plus a center left turn only lane. It also included the installation of new storm drain and sanitary sewer lines, partial replacement of the existing water main, construction of concrete curb & gutter and sidewalk with installation of new street lighting and improvement of signalized intersection. Project cost ranged between $1.5 million to $4 million No....., Vali Cooper&Associates,Inc. _____ CONSTP�:n .M oN 8 PROGRAM MANAGEENT Lig CITY OF RANCHO PALOS VERDES CMIT Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project Remi Nunez Role: Senior Construction Inspector Firm: Vali Cooper&Associates Remi Nunez has over 28 years of experience in the public works industry, Total Years of Experience:28 most recently with the City of Corona Public Works Department as Senior Public Works Inspector overseeing pavement rehabilitation, Education: traffic management system installations, and a varied number of other • AS, Public Works,Citrus projects including sewer main installations. Mr. Nunez has also Co!lege,Azusa, CA performed inspection on other major engineering projects for the City of Corona such as fiber-optic installation of high-density polyethylene Registrations/Certifications: (HDPE) conduit and fiber optic cables; pavement rehabilitation which ▪ American Construction included cold-in-place recycling of asphalt concrete on major projects; Inspectors Association sidewalks, concrete structures, driveways, water main and service Registered Construction-IV installations; sewer main and lateral installations, lift stations, pump Inspector No.5210 stations; curbs and gutters, retaining walls, earthwork, street excavation o IMSA Traffic Signal and patchwork; drainage facilities, storm drains, landscape irrigation, Technician/Work Zone traffic signal installations, street lighting systems; and underground Safety(Level I) conduit installations, street painting, and street and traffic sign o Traffic Signal Field installations. Administratively speaking, he has provided services that Electrician (Level II) included scheduling, estimating, contract change order management, , Signs and Markings contractor payment approval, records maintenance, budget Specialist Level I and Level II management, public relations, permitting, and construction safety. He has also provided quality control/assurance inspection services in conformance with the Uniform Building Codes, Caltrans, and Greenbook standard specifications. Selected Project Experience BUENA SUERTE & LA MIRANDA MEDIAN ADA IMPROVEMENTS Rancho Santa Margarita, California Mr. Nunez provided inspection for this project. His responsibilities included the inspection of clearing and grubbing, confirming SWPPP best management practices(BMP's), mobilization, traffic control, inspection of asphalt concrete pavement placement, curb and gutter, sidewalk, signing and striping, adjusting of utilities, slurry seal, and ADA ramps. ANNUAL RESIDENTIAL SLURRY SEAL Rancho Santa Margarita, California Mr. Nunez provided inspection of mobilization, clearing and grubbing, traffic control, SWPPP (BMP's)best management practices, placement of type 1 and type 2 slurry seal (latex rubber modifier, emulsion aggregate), crack sealing, pavement striping, and pavement markers. PAVEMENT REHABILITATION PROJECT Rancho Santa Margarita, California Mr. Nunez's inspection efforts on this project consisted of clearing and grubbing, assuring SWPPP best management practices (BMP's), inspecting traffic control, asphalt concrete pavement, sidewalk reconstruction, signing and striping of pavement, traffic loop installation, installation of pedestrian count down modules, adjustment of utilities, manholes and water valves, and construction of ADA ramps. Vali Cooper&Associates,Inc. _ ___l CONSTRUCT1ON&PROGRAM MANAGEMENT --- 9 CITY OF RANCHO PALOS VERDES CMIT Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project TRAFFIC SIGNAL INSTALLATION AT VARIOUS LOCATIONS Garden Grove, California Mr. Nunez provided inspection of new traffic signals and striping at Garden Grove Blvd. and Partridge Street's, which consisted of new installation of conduits, pull boxes, signal poles, control cabinets, signing and striping. Additional work included traffic signal modifications and striping at Chapman Avenue and Springdale Street involving modification of existing pole upgrades, wheelchair ramp construction per ADA requirements, traffic loops and signing and striping. Also, traffic signal modifications and striping were completed at Lampson Avenue and Lamplighter Street as well as traffic signal modifications and striping at Brookhurst Street and Lampson Avenue. VALLEY VIEW STREET RECONSTRUCTION Garden Grove, California Mr. Nunez provided inspection for this federally funded project which consisted of removal of existing and installation of new raised median curb, colored concrete, handicapped curb ramps; bus pads, full depth pavement recycling and pulverization; cement treated base; micro crack; construction of aggregate base, asphalt concrete base course and rubberized asphalt concrete surface course; adjustment of existing surface utility covers to new grade; new traffic striping, signing, pavement markers and markings, traffic signal loops, landscaping and irrigation work, water meter and service installations. HARBOR BLVD REHABILITATION AND MEDIAN MODIFICATION Garden Grove, California Mr. Nunez provided inspection which consisted of installation of new raised median curbs, colored concrete, handicapped curb ramps, sidewalk, catch basins, bus pad, cross gutter; removal and replacement of failed pavement areas (AC Dig-outs); removal of a portion of the existing structural section including asphalt concrete and aggregate base; milling of existing AC pavement, crack sealing and pavement fabric; construction of asphalt concrete base course and asphalt concrete surface course; adjustment of existing surface utility covers to new grade; replacement of traffic striping, signing, pavement markers and markings, traffic signal loops, landscaping and irrigation work and other items not mentioned above but required by the plans and specifications. HARBOR BLVD STREET IMPROVEMENTS Garden Grove, California Mr. Nunez provided inspection for street improvements on Harbor Blvd between Palm Street and Lampson Avenue. Street improvements included street widening, new curbs and gutter, modifications to the existing median for a future signalized intersection, interim asphalt sidewalk, grinding of asphalt paving, slurry seal, landscaped median, new driveway approaches, and relocate main water main. FOUR ARTERIAL STREET REHABILITATIONS AT VARIOUS LOCATIONS Garden Grove, California Mr. Nunez provided on-call inspection services on the Four Arterial Street Rehabilitation project at various locations on Chapman Avenue. This project consisted of replacement of curb and gutter, driveway, wheel chair ramps and median curbs; pulverization of existing asphalt and base; asphalt resurfacing; and traffic striping and installation of traffic loops. Vali Cooper&Associates,Inc. _di CONSTRUCTION&PROGRAM MANAGEMENT 1 W4 ♦{.ewr/y.. 1 1 o Jw; CITY OF RANCHO PALOS VERDES CMIT Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project John Thune Role: Materials Tester John Thune has over 26 years of practical field experience. He has worked Firm: Group Delta Consultants on a variety of projects, ranging from large hillside grading jobs, to Total Years of Experience:26 commercial and industrial developments. John is currently serving as Field Education: Services Manager supervising 10 field technicians. He is responsible for B.S.James Madison internal QA/QC and client relations. University, Communications Selected Project Experience Registrations/Certifications: COSTA MESA HIGH SCHOOL PERFORMING ARTS THEATER AND MIDDLE • Caltrans Certified SCHOOL ENCLAVE ▪ ACI Field and Laboratory Newport Mesa Unified School District, California Certified Nuclear Gauge Certified Mr.Thune served as field manager for improvements to the Costa High Schools which included grading, concrete, steel, asphalt, and special inspection such as welding. COLTON CROSSING Colton, California Mr. Thune served as field services manager for the materials testing and inspection services for the Colton Crossing Separation Project located in the Union Pacific Railroad Company Railroad and BNSF right of way in the vicinity of the City of Colton. I-5/GENE AUTRY WAY WEST Anaheim, California Mr. Thune served as field services manager for all quality assurance materials testing on the extension of Gene Autry West over the Interstate 5, Manchester Avenue, and a new roadway terminating at the existing Haster Street arterial. ANAHEIM ON-CALL MATERIALS TESTING & INSPECTION SERVICES Anaheim, California Mr.Thune is the field services manager responsible for the QA/QC testing and observation for an ongoing on- call contract for the City of Anaheim. Projects include street reconstruction and rehabilitation and other infrastructure improvements. Many of the projects are performed using Caltrans specifications. His duties include daily interfacing with City Inspectors and contractors. MORENO VALLEY—ON-CALL MATERIALS TESTING AND INSPECTION Moreno Valley, California Mr. Thune is the field services manager for all projects for the City of Moreno Valley On-Call Materials Testing and Geotechnical Services Contract. Daily duties include scheduling field and fab shop inspections, review of project plans and specifications to insure contractor compliance, supervising technicians performing on-site testing, and preparation of reports for the City. ON-CALL CONTRACT-CONSTRUCTION MATERIALS TESTING AND GEOTECHNICAL SERVICES FOR FIVE ARTERIAL STREET REHABILITATION PROJECT Garden Grove,and Orange County, California Mr. Thune serves as the field services manager for the construction materials testing services on the Five Arterial Street Rehabilitation Project. The rehabilitation includes removal and replacement of failed asphalt Vali Cooper&Associates,Inc. CONSTRUCTION&PROGRAM MANAGEMENT 11 41, Lig CITY OF RANCHO PALOS VERDES CMIT Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project concrete, grinding and asphalt concrete overlay with pavement reinforcing fabric. The project scope of work also includes removal and replacement of Portland Cement Concrete (PCC) sidewalk, curb, and gutter, cross gutter, drive approaches, curb ramps, and new bus pads. TUSTIN AVENUE BRIDGE WIDENING Anaheim, California Mr. Thune was the field services manager for the soils and inspection testing services for the Tustin Avenue Bridge Widening project at the SR-91 Freeway. This two-year project involved soils testing and inspection during embankment fills, pile driving, retaining wall backfill, and slope compaction. Group Delta's field inspectors worked closely with City inspectors to ensure contractor compliance with both City of Anaheim Specifications and Caltrans Specifications. Greg provided QA/QC materials testing and inspection services. CALTRANS DISTRICT 8—SR-330 EMERGENCY REPAIRS San Bernardino, California Mr.Thune was the field services manager for the geotechnical investigation of proposed retaining walls along 1-215, north of SR-210 Segment 11 for civil design firm while working for SANBAG and Caltrans District 8. ON-CALL TESTING SERVICES City of Anaheim, California Mr. Thune served as Project Manager for the duration of this three year, $250,000.00 per year On-call Contract with the City. His duties included supervising and coordinating the GDC inspection team; providing City staff test results and recommendations on a daily basis; providing QA/QC testing and observation during street rehabilitation on many streets within the city; and performing testing and sampling per Caltrans specifications on A.C. paving and concrete placement. STATE ROUTE 73- ROUTE 5 TO FORD UNDERCROSSING Orange County, California As part of the general contractor's team, Mr. Thune served as Project Manager for this project. GDC staff provided quality control materials testing and inspection for the widening and RHMA-G overlay improvements for this stretch of Toll Road in Orange County. The project is ongoing and will eventually involve the placement of nearly 77,000tons of RHMA-G pavement. The QC components include inspection during asphalt concrete production and placement. GDC staff was responsible for initial mix design testing and preparation of the project Quality Control Manual. Inspection and testing services are being performed in accordance with the latest edition of the Caltrans Construction Manual and test methods. Field personnel monitored AC temperatures and thickness during placement. STATE ROUTE 74 WIDENING AND IMPROVEMENTS Riverside County, California As part of the general contractor's team, John served as Project Manager for this project. GDC staff provided quality control materials testing and inspection for the widening and improvements of the first segment of SR-74 in Riverside County. The project involved the improvement of approximately 5 miles of SR-74 between Lake Elsinore and Perris, including reconstruction of existing lanes and the addition of up to two lanes in each direction. The QC components included inspection during asphalt concrete production and placement. GDC staff was responsible for initial mix design testing and preparation of the project Quality Control Manual. Inspection and testing services were performed in accordance with the latest edition of the Caltrans Construction Manual and test methods. Field personnel monitored AC temperatures and thickness during placement. Nuclear gauge density testing was conducted on the finished AC to ensure compliance with project specifications. ' Vali Cooper&Associates,Inc. 4 CONSTRUCTION 6 PROGRAM MANAGEMENT f 12 • 410 r: L CITY OF RANCHO PALOS VERDES CM1T Services for Fiscal Year 2013/2014 Residential Streets Rehabilitation Project QUALIFICATIONS AND EXPERIENCE - FIRM Firm Profile Since our establishment in 1987, Vali Cooper & Associates, Inc. a:, > (VC&A) has provided construction and program management AT A GLANCE services to public and private sector clients throughout California. Established: 1987 We provide these services from project inception through Size of Staff: 175+ construction, project closeout and operations. When the public is Number of Offices: 9 your ultimate client, VC&A believes that project success is measured Organization: Corporation not only by meeting the schedule and budget, but also by providing a project that minimizes public inconvenience. DBE Status: None The VC&A Team has been providing construction management and Office Providing Services: staff augmentation for public agencies and private utility companies Vali Cooper&Associates, Inc. for the past 27 years. With a staff more than 175+ licensed 700 South Flower Street,Suite 1100 engineers, construction and program managers, inspectors, office Los Angeles,California 90017 engineers, technicians and administration support in offices iel: 213.232.1131 throughout the state, VC&A has developed a reputation of delivering Fax: 213.688.0176 unmatched management solutions that exceed client expectations. For the past fourteen years, VC&A has been listed by Engineering Office Locations: News-Record as one of the nation's top 100 construction • Riverside management firms. n Los Angeles • San Diego Among VC&A's core specialties are construction management and Orange inspection of infrastructure projects such as roadway and bridge • Emeryville (Corporate) construction, street improvements, sidewalk, driveway and • Sacramento • Lathrop curb/gutter repair, storm drain construction, traffic signal s Mur h • pv construction, and underground utility construction. • Carson City, Nevada Because construction management and inspection is our specialty, we have developed proven quality control measures and Services Provided: • administrative procedures that enable us to perform above and Program/Project Management • Construction Management/ beyond industry standards. VC&A has provided construction Inspection management and inspection services to over 200 different public • Storm Water Programs/Planning/ agencies, including every Caltrans district, several county measure Training agencies,and numerous cities and counties throughout California. • Engineering/Building Plan Check • VC&A staff understands the importance of providing timely Staff Augmentation inspections, accurate and thorough documentation of the work Markets Served: through daily diaries. VC&A staff has the hands-on experience and • Transportation training to effectively inspect local agency and Caltrans oversight • Building/Facilities projects and team member are extremely knowledgeable of • Water/Wastewater Greenbook and Caltrans specifications and procedures. Our staff also • Levee/Flood Control has the ability to quickly recognize issues and recommend solutions • NPDES Compliance to correct field problems. We have an excellent understanding of • Utilities what to expect and what is required on our projects and we have systems in place that enable us to respond quickly to any staffing request. Vali Cooper&Associates,Inc. CONSTRUCT?ON&PROGRAM MAN f.GDAENT r..u.,a I.. 1 ram,.tat+A• 13 Exhibit "C": TERMS FOR COMPLIANCE WITH CALIFORNIA LABOR LAW REQUIREMENTS 1. Consultant acknowledges that the project as defined in this Agreement between Consultant 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 1771.4, Contractor shall post job site notices, as prescribed by regulation. 4. 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. 5. 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. The 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. 6. 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. 7. 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 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. Exhibit "C" 0 • 8. 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. The Consultant shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the performance of this Agreement by the 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 11/2 times the basic rate of pay. 9. 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." 10. 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. 11. 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 agents) in connection with any work undertaken or in connection with the Agreement, including without limitation the payment of reasonable attorneys' fees, and other related costs and expenses. All duties of Consultant under this Section shall survive termination of the Agreement. Exhibit "C"