Loading...
CC SR 20251202 J - Storm Drain CCTV and Condition Assessment PSA CITY COUNCIL MEETING DATE: 12/02/2025 AGENDA REPORT AGENDA HEADING: Consent Calendar AGENDA TITLE: Consider awarding a professional services agreement to Pipe Tec, Inc. for condition assessment services for the Storm Drain Asset Management Program. RECOMMENDED COUNCIL ACTION: (1) Award a professional services agreement to Pipe Tec, Inc. for Citywide storm drain closed circuit television and condition assessment services for the Storm Drain Asset Management Program (CIP Project 8701) in the amount of $424,200, with a 15% contingency of $63,630, for a term of 120 days; and (2) Authorize the Mayor to execute the agreement in a form approved by the City Attorney. FISCAL IMPACT: The recommended Council action will result in an expenditure not - to-exceed $487,830. This amount is included in the Fiscal Year (FY) 2025-26 Adopted Budget for $500,000. Amount Budgeted: $500,000 Additional Appropriation: N/A Account Number(s): 330-400-8701-8005 (CIP Fund – Storm Drain Asset Management Program & Master Plan Update – Engineering Design services) VR ORIGINATED BY: Brandon Mesker, Associate Engineer Deanna Fraley, PE, Principal Engineer REVIEWED BY: Ramzi Awwad, Public Works Director APPROVED BY: Ara Mihranian, AICP, City Manager ATTACHED SUPPORTING DOCUMENTS: A. Professional Services Agreement with Pipe Tec, Inc. (page A-1) B. Proposal from Pipe Tec, Inc. (page B-1) C. Request for Proposals for Citywide CCTV and Condition Assessment (page C-1) D. Project Budget Sheet for the Storm Drain Asset Management Program from the FY2025-26 Capital Improvement Program (page D-1) 1 BACKGROUND: The FY 2025-26 Capital Improvement Program (CIP) includes funding for the Storm Drain Asset Management Program (Attachment D). The purpose of the Storm Drain Asset Management Program is to inventory and assess the condition of the City’s storm drain infrastructure, which the City’s current records show to be comprised of approximately 25 miles of storm drain pipes; 770 catch basins, inlets, outlets, and grates; and 270 manholes. This infrastructure collects and conveys storm water downstream, where it may be treated or discharged to open land or bodies of water. After assessing and understanding the condition of the storm drain infrastructure, Staff can plan repairs that reduce the risk of sinkholes or other drainage problems and develop a maintenance plan to take actions that reduce the overall life cycle cost of the storm drain infrastructure. Additionally, an asset management plan allows the City to forecast funding needs into future years. The first step in developing a Storm Drain Asset Management Program is conducting a condition assessment, including closed-circuit television (CCTV) inspection, of all storm drain infrastructure owned by the City. DISCUSSION: On September 17, 2025, Staff advertised a Request for Proposals (RFP) for a Citywide storm drain CCTV and condition assessment. The RFP was posted online via PlanetBids and the proposed scope of services generally includes collecting/confirming general information such as material, diameter, and length, recording CCTV, and performing a physical condition assessment of all City-owned storm drain infrastructure. A more thorough description of the scope of work can be found in the RFP (Attachment C). The City received five proposals by the RFP deadline of October 8, 2025. An evaluation panel of five Staff members scored and ranked the proposals and determined that Pipe Tec, Inc. was the highest scoring proposal as shown in the table below: Table 1 – Proposal Final Scoring RFP Citywide Storm Drain Assessment Scoring Sheet JS&TM Perf. Pipe Pipe Tec Sewer Stormers Wood Rodgers Criteria Value Score Score Score Score Score Approach to Scope of Services 20% 1.55 1.4 1.5 1.4 0.8 Organization & Staffing 15% 0.9 1.1 1.2 0.7 1.2 Staff Qualifications & Experience 15% 1.05 1.2 1.3 0.8 1.4 Sample Reports & Data Collection 20% 1.4 1.5 1.6 1.5 1.7 Schedule 20% 0.6 2 1.6 1.2 1.1 Quality Control 10% 0.825 0.6 0.8 0.6 0.7 2 Total 100% 6.61 7.21 7.55 6.70 3.61 Staff negotiated a fee of $424,200, with a 15% contingency of $63,630, with Pipe Tec, Inc. (Pipe Tec) based on the proposal submitted to the City (Attachment B). To evaluate whether the proposed cost was fair and reasonable, Staff compared Pipe Tec’s pricing to recent City projects with similar scopes and contacted other municipalities that have recently completed comparable work. Recent City costs for competitively procured CCTV inspection of storm drain pipes have ranged from $5 to $15 per linear foot; however, there are many variables such as pipe diameter, steep slopes, and damage or blockages obstructing efficient inspection. Other agencies indicated that their storm drain CCTV inspection costs also had very large variations for the same reasons. Additionally, most comparable recent projects were for small scale inspections of a few segments of pipe. To further assess Pipe Tec’s proposed price, Staff also reviewed costs for recent sanitary sewer CCTV inspection projects and found that they ranged from $1 to $3 dollars per linear foot. However, CCTV of storm drain pipes is more complex because they are typically larger, less predictable, harder to access, more debris-prone, structurally diverse, and more susceptible to environmental conditions when compared to CCTV of sanitary sewer pipes. Staff adjusted the recent project costs for the factors above and determined that a negotiated fee of $2.50 per linear foot is fair and reasonable. Other elements of the cost proposal, such as CCTV inspection of catch basins and manhole shafts, were compared to recent competitively procured catch basin cleaning contracts and found to be similar. The project schedule anticipates starting the work included in the scope of this agreement on or around December 8, 2025 and completing the work in approximately 3 -4 months, or approximately March 2026. Upon completion of the CCTV and condition assessment work, Staff will engage with another professional services consultant to utilize Pipe Tec’s assessment to develop a prioritized list of recommended repairs and preventative maintenance with cost estimate s and schedules. CONCLUSION: Staff recommend awarding a Professional Services Agreement (Attachment A) to Pipe Tec for Citywide storm drain CCTV and condition assessment services for the Storm Drain Asset Management Program in the amount of $424,200 with a contingency of $63,630. ALTERNATIVES: In addition to Staff recommendation, the following alternative actions are available for the City Council’s consideration: 1. Do not award a professional services agreement to Pipe Tec, Inc. and direct Staff to re-solicit proposals. 2. Take other action, as deemed appropriate. 3 01203.0001/835260.1 1 PROFESSIONAL SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and PIPE TEC, INC. A-1 01203.0001/835260.1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND PIPE TEC, INC. THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and entered into on November 18, 2025, by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation (“City”) and PIPE TEC, INC., a California Corporation (“Consultant”). City and Consultant may be referred to, individually or collectively, as “Party” or “Parties.” RECITALS A. City has sought, by issuance of a Request for Proposals, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Consultant, following submission of a proposal for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Article 1 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: ARTICLE 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Consultant shall provide those services specified in the “Scope of Services”, as stated in the Proposal, attached hereto as Exhibit “A” and incorporated herein by this reference, which may be referred to herein as the “services” or “work” hereunder. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the services required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Consultant covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose A-2 01203.0001/835260.1 2 intended. For purposes of this Agreement, the phrase “highest professional standards” shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Consultant’s Proposal. The Scope of Service shall include the Consultant’s Proposal which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such Proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Consultant shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 California Labor Law. If the Scope of Services includes any “public work” or “maintenance work,” as those terms are defined in California Labor Code section 1720 et seq. and California Code of Regulations, Title 8, Section 16000 et seq., and if the total compensation is $1,000 or more, Consultant shall pay prevailing wages for such work and comply with the requirements in California Labor Code section 1770 et seq. and 1810 et seq., and all other applicable laws, including the following requirements: (a) Public Work. The Parties acknowledge that some or all of the work to be performed under this Agreement is a “public work” as defined in Labor Code Section 1720 and that this Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works contracts and the rules and regulations established by the Department of Industrial Relations (“DIR”) implementing such statutes. The work performed under this Agreement is subject to compliance monitoring and enforcement by the DIR. Consultant shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Consultant shall pay prevailing wages to the extent required by Labor Code Section 1771. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at City Hall and will be made available to any interested party on request. By initiating any work under this Agreement, Consultant acknowledges receipt of a copy of the DIR determination of the prevailing rate of per diem wages, and Consultant shall post a copy of the same at each job site where work is performed under this Agreement. (c) Penalty for Failure to Pay Prevailing Wages. 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 A-3 01203.0001/835260.1 3 Consultant shall, as a penalty to the City, forfeit $200 (two hundred dollars) 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. (d) Payroll Records. Consultant shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Consultant and each subconsultant 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. (e) Apprentices. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations 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 60 (sixty) days after concluding work pursuant to this Agreement, Consultant and each of its subconsultants shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (f) Eight-Hour Work Day. Consultant acknowledges that 8 (eight) hours labor constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section 1810. (g) Penalties for Excess Hours. 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 $25 (twenty five dollars 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 8 (eight) hours in any one calendar day and 40 (forty) 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 (eight) hours per day, and 40 (forty) 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 one and 1½ (one and one half) times the basic rate of pay. (h) Workers’ Compensation. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees if it has employees. In accordance with the provisions of California Labor Code Section 1861, Consultant 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.” A-4 01203.0001/835260.1 4 Consultant’s Authorized Initials ________ (i) Consultant’s Responsibility for Subcontractors. For every subcontractor who will perform work under this Agreement, Consultant shall be responsible for such subcontractor's compliance with Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, and shall make such compliance a requirement in any contract with any subcontractor for work under this Agreement. Consultant shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a review of the certified payroll records of the subcontractor on a periodic basis or 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 such failure by any subcontractor. 1.5 Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant’s performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.6 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (i) has thoroughly investigated and considered the scope of services to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Consultant discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the Contract Officer in the form of a Change Order. 1.7 Care of Work. The Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City’s own negligence. A-5 01203.0001/835260.1 5 1.8 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.9 Additional Services City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written Change Order is first given by the Contract Officer to the Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to 15% (fifteen percent) of the Contract Sum; or, in the time to perform of up to 90 (ninety) days, may be approved by the Contract Officer through a written Change Order. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. It is expressly understood by Consultant that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates and that Consultant shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other Consultants. No claims for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. If in the performance of the Services, the Contractor becomes aware of material defects in the Scope of Work, duration, or span of the Services, or the Contractor becomes aware of extenuating circumstance that will or could prevent the completion of the Services, on time or on budget, the Contractor shall inform the City’s Contract Officer of an anticipated Change Order. This proposed change order will stipulate the facts surrounding the issue, proposed solutions, proposed costs, and proposed schedule impacts. 1.10 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the “Special Requirements” attached hereto as Exhibit “B” and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit “B” and any other provisions of this Agreement, the provisions of Exhibit “B” shall govern. A-6 01203.0001/835260.1 6 ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in the “Schedule of Compensation” attached hereto as Exhibit “C” and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed $424,200.00 (Four Hundred Twenty Four Thousand Two Hundred Dollars) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.9. 2.2 Method of Compensation. (a) The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (iii) payment for time and materials based upon the Consultant’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. (b) A retention of 10% shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory and timely completion of services. This retention shall not apply for on-call agreements for continuous services or for agreements for scheduled routine maintenance of City property or City facilities. 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Consultant is required to attend additional meetings to facilitate such coordination, Consultant shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Consultant shall furnish to City an original invoice, using the City template, or in a format acceptable to the City, for all work performed and expenses incurred during the preceding month in a form approved by City’s Director of Finance. By submitting an invoice for payment under this Agreement, Consultant is certifying compliance with all provisions of the Agreement. The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub- contractor contracts. Sub-contractor charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. A-7 01203.0001/835260.1 7 City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within 45 (forty-five) days of receipt of Consultant’s correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the “Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer through a Change Order, but not exceeding 60 (sixty) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Consultant shall within 10 (ten) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of A-8 01203.0001/835260.1 8 this Agreement, however caused, Consultant’s sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding 120 days except as otherwise provided in the Schedule of Performance (Exhibit “D”). ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Consultant. The following principals of Consultant (“Principals”) are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Michael Prlich President (Name) (Title) Tom Vukojevic General Manager (Name) (Title) It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only the personnel included in the Proposal to perform services pursuant to this Agreement. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement. Consultant shall notify City of any changes in Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. City shall have the right to approve or reject any proposed replacement personnel, which approval shall not be unreasonably withheld. 4.2 Status of Consultant. Consultant shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City. Consultant shall not at any time or in any manner represent that Consultant or A-9 01203.0001/835260.1 9 any of Consultant’s officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Consultant, nor any of Consultant’s officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City’s employees. Consultant expressly waives any claim Consultant may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be Ramzi Awwad, Director of Public Works, or such person as may be designated by the Director of Public Works. It shall be the Consultant’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Consultant’s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City; all subcontractors included in the Proposal are deemed approved. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more 25% (twenty five percent) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Consultant or any surety of Consultant of any liability hereunder without the express consent of City. A-10 01203.0001/835260.1 10 ARTICLE 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. Without limiting Consultant’s indemnification of City, and prior to commencement of any services under this Agreement, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. (b) Automobile liability insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Services to be performed under this Agreement, including coverage for any owned, hired, non- owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. (c) Professional liability (errors & omissions) insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Agreement. (d) Workers’ compensation insurance. Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit “B”. 5.2 General Insurance Requirements. (a) Proof of insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be A-11 01203.0001/835260.1 11 approved by City’s Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (b) Duration of coverage. Consultant shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Services hereunder by Consultant, its agents, representatives, employees or subconsultants. (c) Primary/noncontributing. Coverage provided by Consultant shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. (d) City’s rights of enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain and continuously maintain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. (f) Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. (g) Enforcement of contract provisions (non-estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. (h) Requirements not limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other A-12 01203.0001/835260.1 12 requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (i) Notice of cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a 30 (thirty) day notice of cancellation (except for nonpayment for which a 10 (ten) day notice is required) or nonrenewal of coverage for each required coverage. (j) Additional insured status. General liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. (k) Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (l) Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Consultant’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. (m) Pass through clause. Consultant agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. (n) Agency’s right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant 90 (ninety) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant’s compensation. (o) Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. A-13 01203.0001/835260.1 13 (p) Timely notice of claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Consultant is legally liable (“indemnitors”), or arising from Consultant’s or indemnitors’ reckless or willful misconduct, or arising from Consultant’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (a) Consultant will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys’ fees incurred in connection therewith; (b) Consultant will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Consultant hereunder; and Consultant agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Consultant for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Consultant hereunder, Consultant agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys’ fees. Consultant shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Consultant in the performance of professional A-14 01203.0001/835260.1 14 services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Consultant shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies or other documents relating to the disbursements charged to City and services performed hereunder (the “books and records”), as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Consultant’s business, custody of the books and records may be given to City, and access shall be provided by Consultant’s successor in interest. Notwithstanding the above, the Consultant shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the “documents and materials”) prepared by Consultant, its employees, subcontractors and agents in the performance of this A-15 01203.0001/835260.1 15 Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Consultant will be at the City’s sole risk and without liability to Consultant, and Consultant’s guarantee and warranties shall not extend to such use, reuse or assignment. Consultant may retain copies of such documents for its own use. Consultant shall have the right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. Moreover, Consultant with respect to any documents and materials that may qualify as “works made for hire” as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed “works made for hire” for the City. 6.4 Confidentiality and Release of Information. (a) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered “voluntary” provided Consultant gives City notice of such court order or subpoena. (c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorney’s fees, caused by or incurred as a result of Consultant’s conduct. (d) Consultant shall promptly notify City should Consultant, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed there under. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. A-16 01203.0001/835260.1 16 ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 7.2 Disputes; Default. In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is 15 (fifteen) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City to give notice of the Consultant’s default shall not be deemed to result in a waiver of the City’s legal rights or any rights arising out of any provision of this Agreement. 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Consultant’s acts or omissions in performing or failing to perform Consultant’s obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Consultant, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Consultant to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other A-17 01203.0001/835260.1 17 provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Consultant shall file a statutory claim pursuant to Government Code Sections 905 et seq. and 910 et seq., in order to pursue a legal action under this Agreement. 7.7 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days’ written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event of termination without cause pursuant to this Section, the City need not provide the Consultant with the opportunity to cure pursuant to Section 7.2. 7.8 Termination for Default of Party. If termination is due to the failure of the other Party to fulfill its obligations under this Agreement: (a) City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the A-18 01203.0001/835260.1 18 compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. (b) Consultant may, after compliance with the provisions of Section 7.2, terminate the Agreement upon written notice to the City‘s Contract Officer. Consultant shall be entitled to payment for all work performed up to the date of termination. 7.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney’s fees. Attorney’s fees shall include attorney’s fees on any appeal, and in addition a party entitled to attorney’s fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Consultant covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Consultant’s performance of services under this Agreement. Consultant further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Contract Officer. Consultant agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects her/his financial interest or the financial interest of any corporation, partnership or association in which (s)he is, directly or indirectly, interested, in violation of any State statute or regulation. The Consultant warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. A-19 01203.0001/835260.1 19 8.3 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class. 8.4 Unauthorized Aliens. Consultant hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C. § 1101 et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys’ fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Blvd., Rancho Palos Verdes, California 90275 and in the case of the Consultant, to the person(s) at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in 72 (seventy two) hours from the time of mailing if mailed as provided in this section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. A-20 01203.0001/835260.1 20 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.5 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.6 Warranty & Representation of Non-Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of “financial interest” shall be consistent with State law and shall not include interests found to be “remote” or “noninterests” pursuant to Government Code Sections 1091 or 1091.5. Consultant warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Consultant is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Consultant’s Authorized Initials _______ A-21 01203.0001/835260.1 21 9.7 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] A-22 01203.0001/835260.1 22 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation David L. Bradley, Mayor ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William Wynder, City Attorney CONSULTANT: PIPE TEC, INC., a California C Corporation By: Name: Michael Prlich Title: President By: Name: Tom Vukojevic Title: General Manager Address: 5103 Elton Strret, Baldwin Park, CA 91706 Two corporate officer signatures required when Consultant is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONSULTANT’S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONSULTANT’S BUSINESS ENTITY. A-23 01203.0001/835260.1 A-1 EXHIBIT “A” SCOPE OF SERVICES I. Consultant will perform the following Services: Task 1. Validate or update general information for all City-owned storm sewer infrastructure including the following: a. GPS location b. Material c. Dimensions d. Change in alignment including degree of change e. Type and location of trash screen Task 2. Record closed-circuit television (CCTV) of all storm sewer pipes and accordingly assign a condition rating, using a methodology and rating scale agreed to by the City, to all City-owned storm sewer infrastructure. If blockages or damages which prevent continuous CCTV are encountered, access the pipe from the next accessible access point (downstream/upstream maintenance hole, inlet/out, or other). Unless the alignment is inaccessible from any point due to damage, blockage, or other condition, CCTV must be conducted on the entire alignment. In the event that CCTV cannot be conducted on the full alignment due to such condition, Consultant shall inform the City and provide video/photo evidence. Contractor shall notify the City immediately if a storm sewer pipe has substantial damage or blockage and is in need of emergency repair. Task 3. Perform a physical condition assessment and assign a condition rating, using a methodology and rating scale agreed by the City, to all City-owned storm sewer infrastructure item including: a. Pipes b. Catch basins/inlets/outlets c. Catch basin/inlet/outlet grates and associated components d. Manhole shafts/chambers e. Manhole lids/covers and associated components Contractor shall notify the City immediately if an asset has substantial damage and needs emergency repair. II. As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: During the performance of the Scope of Services, the Contractor shall keep the City informed on the performance status by delivering Weekly Project Status Reports A-24 01203.0001/835260.1 A-2 stating activities performed during the prior week and activities scheduled for the next week. Task 1. GIS data file with the following data for each City-owned storm sewer infrastructure item: a. GPS location b. Material c. Dimensions d. Change in alignment including degree of change e. Inlet/outlet locations f. Type and location of trash screen Task 2. CCTV recordings and reports of all storm sewer pipes. The Reports shall include the following: a. Material b. Dimensions c. Depth d. Damage type and location e. Condition rating/scoring Task 3. Electronic files (in Portable Document Format and in GIS database format) containing a condition assessment report for each City-owned storm sewer infrastructure item. The Report shall include the following: a. Material b. Dimensions c. Depth d. Damage type and location e. Condition rating/scoring f. Photo/video evidence of locations requiring emergency repair III. In addition to the requirements of Section 6.2, during performance of the Services, Consultant will keep the City appraised of the status of performance by delivering the following status reports: A. During the performance of the Scope of Services, the Contractor shall keep the City informed on the performance status by delivering Weekly Project Status Reports stating activities performed during the prior week and activities scheduled for the next week. B. The City shall be immediately notified of encountered assets requiring immediate emergency repair. IV. All work product is subject to review and acceptance by the City, and must be revised by the Consultant without additional charge to the City until found satisfactory and accepted by City. A-25 01203.0001/835260.1 A-3 V. Consultant will utilize the following personnel to accomplish the Services: A-26 01203.0001/835260.1 B-1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text indicated in bold italics, deleted text indicated in strikethrough. A-27 01203.0001/835260.1 C-1 EXHIBIT “C” SCHEDULE OF COMPENSATION I. Consultant shall perform the following tasks at the following rates: RATE SUB-BUDGET A. CCTV Inspection of 132,000 LF of Pipe $2.50/LF $330,000 B. CCTV Inspection Catch Basin $55.00 Each $42,350 C. CCTV Inspection Manhole Shaft $75.00 Each $20,250 D. Cleaning Truck – As authorized by City Staff $316.00/Hr. $31,600 II. Within the budgeted amounts for each Task, and with the approval of the Contract Officer, funds may be shifted from one Task subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Services are approved per Section 1.9. III. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for all personnel describing the work performed, the number of hours worked, and the hourly rate. B. Line items for all materials and equipment properly charged to the Services. C. Line items for all other approved reimbursable expenses claimed, with supporting documentation. D. Line items for all approved subcontractor labor, supplies, equipment, materials, and travel properly charged to the Services. IV. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. A-28 01203.0001/835260.1 D-1 EXHIBIT “D SCHEDULE OF PERFORMANCE I. Consultant shall perform all services timely in accordance with the following schedule: Working Days to Perform NTP Issue Date Deadline Date A. CCTV Inspection of 132,000 LF 60 December 8, 2025 March 14, 2026 B. CCTV Inspection Catch Basin 39 December 8, 2025 February 13, 2026 C. CCTV Inspection Manhole Shaft 23 December 8, 2025 January 22, 2026 No work shall be conducted on December 24, 2025 through January 4, 2026, January 19, 2026, or February 16, 2026. II. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. Any further extensions require City Council approval. A-29 October 8, 2025 City of Rancho Palos Verdes Pipe Tee, Inc. 5109 Elton Street Baldwin Park, CA 91706 Tel: (626) 338-1434 Fax: (626) 338-1442 COVER LETTER CONFIDENTIAL Re: Request for Proposals for Citywide Storm Drain CCTV and Condition Assessment Dear Sirs/Madam Pipe Tee, Inc. is a local California corporation. Pipe Tee, Inc. understands the scope of work for the above-mentioned project and the provided RFP in its entirety is a part of this Contractors proposal. Briefly, the work includes providing men, material, equipment, and expertise to thoroughly provide CCTV Inspection and Reporting of Storm Drain Infrastructure throughout the jurisdiction of the City of Rancho Palos Verdes. Pipe Tee, Inc. understands the completion of the specific work includes the ability to recognize emergency failures within the system and expeditiously provide the city any information required to properly remedy the problems found. Pipe Tee, Inc. adheres to all federal laws and regulations and in the case of conflict between federal, state, or local laws or regulations, the strictest shall be adhered to. Pipe Tee, Inc. will allow the City of Santa Ana and all authorized government authority officials access to place of work, books, documents papers fiscal, payroll materials and other relevant records pertinent to this project upon request. All relevant records will be retained for a minimum of three years. Likewise, Pipe Tee, Inc. will not discriminate against any employee. Shall comply with the California Labor Code regarding prevailing wage, safety, respectively. Pipe Tee, Inc. will comply with the Copeland Anti-Kickback Act (18 USC 874 C) and any amendments thereof. Pipe Tee, Inc. is registered with the Department of Industrial relations (DIR) as are all subcontractors who may be utilized to perform the scope of work per RFP 22-117. ~ Michael A. Prlich President Pipe Tee, Inc CA License # 987784 DIR# 1000006547 B-1 Contents Pi pe Tee , Inc. 5103 Elton Street Ba ldwi n Park, CA 91706 Tel : (626 ) 338-1434 Fax : (626 ) 338-1442 APPROACH TO SCOPE OF SERVICES .............................................................................................. 3 ORGAN IZATION AND STAFF ING ......................................................................................................... 4 PR OJ ECT MANAGER /C OMPANY BACKGRO UN D ............................................................................ 4 PROJ ECT TEAM ........................................................................................................................................ s STAFF QUALIF ICAT IONS AND EXPERIENCE ................................................................................. 6 COMPANY INFORMATION .................... : ................................................................................................ 6 EXPER IENCE AN D REFERE NCES ....................................................................................................... 6 REFERENCES ........................................................................................................................................... 7 SAMPLE REPORTS AND DATA COLLECTION ................................................................................. 8 SCHEDULE ................................................................................................................................................. 8 QUALITY CONTROL PLAN .................................................................................................................... 8 ACCEPTANCE OF CONDITIONS .......................................................................................................... 8 a B-2 APPROACH TO SCOPE OF SERVICES Pipe-Tee, Inc. acknowledges the City of Rancho Palos Verdes is soliciting proposals for CCTV Inspection and assessment of various Storm Drain Structures, including Pipe, Catch Basins and Manholes. that are owned by the City of Rancho Palos Verdes. Pipe Tee recognizes that the CCTV assessment of the storm drain infrastructure to address regular repair needs as well as assist in determining the structural integrity and maintenance condition of the City storm drain facilities. Additional tasks for this CONTRACT will include providing structural assessment and, if needed, immediate response to the City in the case of emergency necessity. Work per this RFP includes the assessment and evaluation of the standards that are provided by the City of Rancho Palos Verdes. Pipe-Tee has the equipment and experienced personnel to provide video and photographic reporting on the infrastructure's condition as required per this RFP. Pipe Tee, Inc. is a sole owner and understands the scope of work for the above referenced project includes providing men, material, equipment, and expertise to complete the work requirements of this Proposal. Site Specific project action will be assessed on a case-by-case basis. Each storm drain pipeline and/or structure to be provided with CCTV will be assessed for access, bypass needs, and traffic control requirements. Pipe Tee, Inc. owns and maintains all our equipment commonly required for any inspection/cleaning project. Pipe Tee has a proven track record of professional workmanship and expedient cleaning to existing facilities for numerous projects with several local agencies in Southern California. The Company is in a strong financial condition and does not have any outstanding financial issues which may affect our ability to perform the scope of work required with this RFP. Pipe Tee is committed to performing all their work professionally to meet any requests by the City of Rancho Palos Verdes. B-3 ORGANIZATION AND STAFFING PROJECT MANAGER/COMPANY BACKGROUND Either Michael Prlich, Tom Vukojevic, will be designated as project manager and primary contact. The assignment will be based on the individual's workload at the time the project needs to be completed. Both have extensive knowledge and experience working on similar contracts. Pipe Tee, Inc. has reviewed and is familiar with the scope of work. We are confident in our ability to meet the needs of every individual task order that will be issued. We have experience and knowledge in the cleaning and refurbishing of various types of Sewer pipelines and various sewer structures. Pipe Tee has a proven track record of professional workmanship and expedient cleaning to existing facilities, the personnel to be utilized to complete the tasks as required in this RFP is demonstrated in the below resumes. Michael Prlich -President/ Owner (Est. 1998). Mr. Prlich is a sole owner and understands the scope of work as per this RFP. He has managed various types of projects including construction of sewers, storm drains, grading, slip lining, etc. Has managed jobs for our following Clients: City of Los Angeles, Orange County Sanitation District, Los Angeles County Sanitation District, and City of Long Beach. From 1985 to 1998, worked for Mike Prlich & Sons Partnership. Mr. Prlich holds a Bachelor of Arts degree in Economics ('89) University of California at Berkeley. Tom Vukojevic -Project Manager responsible for project planning, technical submittals, project schedules, traffic control plan preparation, management of subcontractors and material suppliers, and direct communication and interaction with project Owners, Designers, and Inspectors. Has more than 18 years of experience. Mr. Vukojevic joined Pipe-Tee, Inc. in 2018. B-4 PROJECT TEAM In addition, the following list of key project personnel employed by Pipe Tee, Inc. are also capable of acting on the company's behalf: 1. Michael Prlich Owner/Superintendent 37 years 2. Tom Vukojevic General Manager/Project Manager 20 years 3 Alex Rodriguez Superintendent 12 years 4. Roman Vargas Foreman/CCTV 20 years 5 . Sergio Garcia Lead Vactor/Operator 6 years 6. Esteban Ortez Laborer/CCTV 30 years 7 . Martin Carmona Laborer/CCTV 25 years 8. Noel Ocampo Laborer/CCTV 15 years 9. Juan Vargas Laborer/CCTV 16 years 10. Ryan Bulick Laborer/CCTV 3 years 11. Joseph Moore LaborerNactor 12 years 12. Mike Covarrbias LaborerNactor 15 years 13. Daniel Garcia LaborerNactor 4 years B-5 STAFF QUALIFICATIONS AND EXPERIENCE COMPANY INFORMATION Pipe Tee, Inc. 5109 Elton Street Baldwin Park, CA 91706 El N # 46-236-3958 A-987784 DIR# 1000006547 Pipe Tee, Inc. is a general contractor that works in engineering construction and infrastructure improvements, and specializes in underground utilities including sewer, storm drain, and trenchless pipeline installation throughout Southern California. We have completed over 200 public works projects of varying size and scope since 1998. We have worked primarily in the public works sector, a few of our main clients include City of Los Angeles, Los Angeles County Sanitation District, San Bernardino Municipal Water Department, Orange County Sanitation District, City of Anaheim, South Coast Water District, City of Redondo Beach, City of Santa Monica, City of Santa Barbara Pipe Tee, Inc. is a California Corporation. We have accounts with and are in good standing with all major industry material suppliers and specialized subcontractors. EXPERIENCE AND REFERENCES Project: City of Santa Barbara CCTV Inspection. Inspection of 1 Million Linear feet of sewer. Owner: City of Santa Barbara Contact Information: Matt Lombardi 805-568-1037 Total Value: $ 1.2 million Completion Date: 08/31/2025 Description: CCTV Inspection throughout the City of Santa Barbara & as-needed cleaning Project: City of Arcadia -CCTV Inspection & as needed cleaning Owner: City of Arcadia Contact Information: Mohideen Buharie -626-254-2723 Total Value: $50,000 Completion Date: 05/2019 Description: CCTV inspection throughout the city of Arcadia -as needed cleaning Project: City of Cypress-Clean & Video Owner: City of Cypress Contact Information: Alexandru Bangean 714-229-6694 Total Value: 108,000 Completion Date:05/15/2022 Description: Install (2) house lateral and rebuild 45 feet deep Chimney connection to City Mainline Completion Date:12/09/2021 Description: Cleaning & CCTV Inspection throughout the City of Cypress B-6 REFERENCES Project: City of La Puente -Clean & CCTV Owner: City of La Puente Contact Information: Rey Alfonso -Deputy City Engineer 626-855-1540 Total Value: $210,000 Completion Date: Ongoing Description: Clean & CCTV throughout the City of La Puente -Emergency cleanup as needed. Project: City of Los Angeles -Emergency Sewer/Storm Drain Response Owner: City of Los Angeles Contact Information: Bill Benson -Chief Construction Inspector 213-440-9138 Total Value: $3 million plus Completion Date: 2013 -Ongoing Description: Clean & CCTV throughout the City of Los Angeles -As needed emergency -Sewer & Storm Drains B-7 SAMPLE REPORTS AND DATA COLLECTION See Attached: 1. Sample CCTV Summary Report 2. Sample condition assessment reports 3. Sample GPS data collection. SCHEDULE See Attached: QUALITY CONTROL PLAN As with all construction projects, safety and affective communication will take priority over any work activities. All our personnel maintain certification in First Aid/CPR and Confined Space Entry, as well as Competent Person Training. Prior to entering any zone, we will perform a visual site assessment to identify potential risks and hazards associated with site access for both personnel and equipment. Once the risks and hazards have been identified, mitigation as needed will be implemented. All this information will be communicated to the Owner and Interested Parties, as well as our own workforce and subcontractors. Any activity work will be implemented with consent from the Owner. (Please see attached) ACCEPTANCE OF CONDITIONS Pipe-Tee, Inc accepts all conditions listed in this Request for Proposal without exception. B-8 Sophia Kokoris Accounting Manager Martin Carmona CCTV Roman Vargas CCTV Esteban Cortez Carrillo Noel Ocampo CCTV Sean Cunnee n VIDEO COORD INATOR Juan Vargas CCTV PIPE TEC INC. Organization Chart Michael A. Prlich President Ryan Bulick CCTV Sergio Garcia JETTER Chris Schroeder Mechanic Mike Covarrubias JETTER Joseph Moore JETTER Xande Cortez FIELD CREW Ka thry n Rossett i Business Development Nestor Curiel JETTER Daniel Garcia JETTER 07.01 .25 B-9 Pipe Tee Schedule: Task Total Quantity Daily Production Total Workdays Needed Pipe CCTV 132,000 LF 2,200 LF/day 60 workdays Catch Basins 770 units Manholes 270 units Schedule Assumptions 20/day 12/day 39workdays 23 workdays • Work starts Wednesday, November 5, 2025. • 5-day work week {Monday-Friday). • Work can happen concurrently on all three task types. • No holidays are considered unless specified. • End date will be calculated by the longest task {Pipe CCTV: 60 workdays). Schedule Duration • Start Date: Wednesday, November 5, 2025 • Workdays Required (longest task): 60 workdays • End Date (approx.): January 29, 2026 Key Milestones Task Start Date End Date Duration Pipe CCTV Nov 5, 2025 Jan 29, 2026 60 WO Catch Basins Nov 5, 2025 Jan 2, 2026 39 WD Manholes Nov 5, 2025 Dec 9, 2025 23 WD • 1 crew for catch basin inspections. • 1 crew for manhole inspections. B-10 Quality Control Plan (QCP) Pipe Tee, Inc. Services: CCTV Inspection & Storm Drain Cleaning Effective Date: Prepared by: Tom Vukojevic 1. Purpose The purpose of this Quality Control Plan is to ensure that all CCTV inspections and cleaning services performed by Pipe Tee, Inc. meet industry standards, client requirements, and regulatory guidelines. This plan outlines the methods used to monitor and evaluate service quality, mitigate issues, and continuously improve performance. 2.Scope This QCP applies to all field operations and administrative processes related to: • CCTV inspection of storm drain lines • Cleaning of storm drain lines (hydro jetting, vacuuming, etc.) 3. Quality Objectives • Perform accurate and high-resolution CCTV inspections in compliance with NASSCO PACP standards. • Ensure all storm drain cleaning is thorough, removing blockages, debris, and sediment to restore optimal flow. • Deliver inspection and cleaning reports within specified timelines. • Maintain a customer satisfaction rating of 95% or higher. • Minimize the number of rework instances to less than 2% of all completed jobs. 4. Roles and Responsibilities Role Quality Control Manager Responsibility Oversee QCP implementation, conduct audits, review reports, ensure compliance. B-11 Role Field Supervisor Technicians Administrative Staff Responsibility Monitor day-to-day operations, ensure crew adherence to SOPs, perform onsite inspections. Perform cleaning and CCTV inspection per procedures and safety standards. Review reports, compile client documentation, manage feedback and reporting. 5. Standards and References • NASSCO PACP (Pipeline Assessment and Certification Program) • OSHA Safety Standards • Local municipal or DOT guidelines (as applicable) • Manufacturer recommendations for equipment use 6. Inspection and Cleaning Procedures 6.1 CCTV Inspection • Use PACP-certified software and equipment. • Pre-inspection checks: camera calibration, battery/power checks, lens cleaning. • Perform line inspection following a systematic approach (start to end manhole). • Document pipe condition, material, diameter, flow levels, defects, and intrusions. • Upload video, images, and condition reports to the shared system for review. • Review and approval by QC Manager before submission to the client. 6.2 Storm Drain Cleaning • Conduct pre-cleaning assessment {depth of debris, access, etc.). • Use vacuum truck or hydro jetting equipment based on site conditions. • Remove all obstructions, sediment, and debris. • Capture debris volume and disposal method in job report. • Verify flow restoration visually or with post-cleaning CCTV if required. B-12 7. Quality Control Activities Activity Equipment Calibration Random Job Site Audits Review of CCTV Footage Frequency Responsible Party Weekly Field Supervisor Bi-weekly QC Manager Per project QC Manager Cleaning Effectiveness Review Per project Field Supervisor Customer Feedback Review Monthly Admin/Operations 8. Non-Conformance and Corrective Actions • Identification: Any deviation from SOPs, equipment failure, or unsatisfactory inspection/cleaning results will be flagged. • Action Plan: o Document issue in non-conformance log. o Assign responsible party. o Re-perform the work if necessary at no cost to the client. o Root cause analysis to prevent recurrence. o Review findings in monthly quality meeting. 9. Documentation and Records • CCTV inspection reports (video, photos, logs) • Cleaning logs (before/after photos, debris volume} • Calibration logs • Non-conformance logs • Customer feedback • Daily Field Reports All records are maintained for a minimum of 3 years and made available to clients or auditors upon request. 1 O. Training and Competency B-13 • All technicians are trained in NASSCO PACP standards and storm drain cleaning procedures. • Ongoing training every 6 months, including safety refreshers and equipment usage. • Documentation of certifications and training records maintained by HR/Admin. 11. Continuous Improvement • Monthly quality review meetings. • Incorporate client feedback into training and SOP revisions. • Benchmark against industry standards to identify improvement opportunities. • Pilot new technologies and techniques to enhance service quality. 12. Approval Approved by: Name: ________ _ Title: ________ _ Signature: _______ _ Date: ________ _ B-14 GPS Data Collection Our team utilizes WinCan CCTV software in conjunction with ArcGIS GPS technology to provide comprehensive and geospatially accurate data collection for storm sewer infrastructure. During CCTV inspections, the crawler camera system records real-time data on pipe conditions, including structural and maintenance defects, which are logged and coded in accordance with NASSCO standards. WinCan organizes and stores this inspection data so that each pipe segment and observation can be associated with specific manholes or access points within the system. Additionally, high-precision GPS equipment is used to record the coordinates of above- ground assets such as manholes, inlets, and catch basins. This geospatial data is imported into ArcGIS, where it is integrated with the WinCan inspection database to create a detailed, gee-referenced map of the storm sewer network. Each asset and inspection record is spatially linked, providing a unified system for mapping, analysis, and asset management. This integrated approach ensures that all storm sewer infrastructure items are precisely located and documented, supporting efficient maintenance planning, rehabilitation prioritization, and long-term system management. B-15 @ Pipe-Tee inc 5103 Elton Street, Baldwin Part<, Ca 91706 PIPE TEC Tel. (626) 338-1434 ... ~,Sft----info@pipetec-inc .com -Section Profile Project I 04_07 2025_L.A.C.S.D.TRUNK_E_SEWER_INSITUFORM LANCASTER 070426 417/2026 Sectl Upstream Downstream Date Street Media Label Material Total Length No. MH MH Length Surveyed 1 MH-14 404 MH -14 403 4/8/2025 TRUNK E SEWER Concrete 439.40 439.40 LANCASTER Pipe (non-reinforced) 2 MH-14 403 MH -14 402 4/7/2025 TRUNK E SEWER Reinforced 441.00 441 .00 LANCASTER Concrete Pipe 3 MH-14 402 MH-14 401A 4/8/2025 TRUNI< E SEWER Reinforced 326 .90 326.90 LANCASTER Concrete Pipe 4 MH -14 MH-14 401 4/8/2025 TRUNK E SEWER Concrete 84.30 84 .30 401A LANCASTER Pipe (non-reinforced) 5 MH-14 401 MH -14 400 4/8/2025 TRUNK E SEWER Concrete 104.80 104.80 LANCASTER Pipe (non-reinforced) 6 MH-14 400 MH-14 399 4/8/2025 TRUNK E SEWER Concrete 155.90 155.90 LANCASTER Pipe (non-reinforced) 6 x Circular 12 = 1552.30 Total Length ( 1552.30 Length Surveyed) Total: 6 = 1552.30 Total Length ( 1552.30 Length Surveyed) , Page P-1 B-16 ~ Pipe-Tee inc 5103 Elton Street, Baldwin Parl<, Ca 91706 _r!;l ~c Tel. (626) 338-1434 --info@pipetec-inc.com Lateral Summary Project 04 07 2026 L.A.C.S.D.TRUNK_E_SEWER INSITUFORM LANCASTER 070426 Number of laterals Total length of lateral network Inspected length of lateral network Total length of not inspected laterals Total abandoned lateral inspections Number of lateral inspection photos Number of lateral inspection videos Lateral Segment Reference: 4/8/2026 6:53:54 PM L.A.C.S.D.SHOT 1 • City: Street: Total Length: TRUNK E SEWER LANCASTER 0.0 Distance LACP Code Observation Upsfream MH: Downstream MH: Profile: Material: I 417/2026 7 0.00 ft 0.00 ft 0.00 ft 0 0 0 1028 W AVENUE K MAINLINE 6inch VCP 0 0.0 0:0 AW MWL AccessPointWyeat10o'clock/1028WAVENUEKDYETESTC/ONOTONLISTC/OBYGASMETER Miscellaneous Water Level, 5% of cross sectional area Lateral Segment Reference: 4/8/2025 6:57:52 PM Upstream MH: 1122 W AVENUE K City: L.A.C.S.D.SHOT 1 Downstream MH: MAINLINE Street: TRUNK E SEWER LANCASTER Profile: 6inch Total Length: 0.0 Material: VCP Distance LACP Code Observation 0 0 .0 0.0 Lateral Segment Reference : City: Street: Total Length: AW MWL Access Point Wye at 10 o'clock/ 122 W AVENUE K DYE TEST C/O FRINT OF BUILD Miscellaneous Water Level, 5% of cross sectional area 4/8/2025 6:59:29 PM Upstream MH: 1102 W AVENUE K L.A.C.S.D.SHOT 1 Downstream MH: MAINLINE TRUNK E SEWER LANCASTER Profile: 6inch 0.0 Material: VCP Distance LACP Code Observation 0 0.0 0.0 Lateral Segment Reference: City: Street: Total Length: AW MWL Access Point Wye at 10 o'clock/ 1102 W AVENUE K DYE TEST C/O LEDT SIDE OF BUILD Miscellaneous Water Level, 5% of cross sectional area 4/8/2025 7:01 :42 PM Upstream MH: 1106 W AVENUE K L.A.C.S.D.SHOT 2 Downstream MH: MAINLINE TRUNK E SEWER LANCASTER Profile: 6inch 0.0 Material: VCP Distance LACP Code Observation 0 0.0 0.0 Lateral Segment Reference: City: Street: Total Length : AW MWL Access Point Wye at 10o'clock/1106WAVENUEl<DYETESTC/O IN FRONT OF RESTAURANT Miscellaneous Water Level, 5% of cross sectional area 4/8/2025 7:05:06 PM Upstream MH: 1200 W AVENUE K L.A.C.S.D.SHOT 2 Downstream MH: MAINLINp TRUNK E SEWER LANCASTER Profile: 6inch 0.0 Material: VCP Page P-2 B-17 Ci) Pipe-Tee inc 5103 Elton Street, Baldwin Park, Ca 91706 ... P~t..:;:.c Tel. (626) 338-1434 --info@pipetec-inc.com Lateral Summary Project I 04_07 _2025 L.A.C.S.D.TRUNK_E_SEWER -INSITUFORM LANCASTER 070425 417/2025 Distance LACP Code Observation 1 t 0 0.0 AW Access Point Wye at 10 o'clock/ 1200 W AVENUE I< DYE TEST C/O PARl<ING LOT Lateral Segment Reference: 4/8/2025 7:07:18 PM Upstream MH: 1240 W AVENUE K City: L.A.C.S.D.SHOT 3 Downstream MH: MAINLINE Street: TRUNK E SEWER LANCASTER Profile: 6inch Total Length: 0.0 Material: VCP Distance LACP Code Observation 1 t 0 0.0 AW AccessPolntWyeat10o'clock/1240WAVENUEKDYETESTC/OONTHESIDEOFBUILDAUTOZOI Lateral Segment Reference: 4/8/2026 7:09:61 PM Upstream MH: 1100 W AVENUE K City: L.A.C.S.D.SHOT 3 Downstream MH: MAINLINE Street: TRUNK E SEWER LANCASTER Profile: 6inch Total Length: 0.0 Material: VCP Distance LACP Code Observation 1 t 0 0.0 AW Access Point Wye at 10 o'clock/ DYE TEST SHARING WITH 1102 W AVENUE K I I ,- Page P-3 B-18 @ PIPETEC ... ~ ...... ...,... NQ..,_lU4 -- Date : 4/8/2025 Yearlald: City : Street: Location Code : Location Details: Pipe shape: Pipe size: Pipe material : Lining Method : Additional Info : Pipe-Tee inc 5103 Elton Street, Baldwin Park, Ca 91706 Tel. (626) 338-1434 info@pipetec-inc .com Inspection report Work Order: Weather: Dry Pre -cleaning : Direction : Lii:iht Cleaning Downstream L.A.C.S .D.SHOT 1 Drainage Area: TRUNK E SEWER LANCAS Media Label: Secondary roads, non-numbered suburbanlrura Flow Control: Circular 12 II Concrete Pipe (non-reinforced) Sheet Number: Sewer Use: Sewer Category: Purpose: Owner: Surveyed By: Certificate Number: R.VARGAS U-209-211 Pipe Joint Length : Total Length: 439.4' Upstream MH: Up Rim to Invert: Downstream MH : Down Rim to Invert : Sanitary Sewage Pipe Total gallons used: SEC Joints passed : Pre-Rehabilitation Survey Joints failed : Pipe Segment Ref.: 4/7/2025 9:36:31 PM Length Surveyed : 439,4 I MH-14 404 0.0 MH-14403 0.0 0.0 0 0 1 :2350 Distance Code Observation Grade MH-14 404 0.0 170.0 218.7 301.9 AMH Manhole I MH-14 404 MWL Water Level, 15% of the vertical dimension TFC Tap Factory Made Capped at 2 o'clock, dia/height: 6inch TFC Tap Factory Made Capped at 10 o'clock, dia/helght: 6Inch TFC Tap Factory Made Capped at 2 o'clock , dla/helghl: 6inch TB Tap Break-In/Hammer at 10 o'clock, dia/height: 6inch / DYE TEST C/O RIGHT BY GAS METER 1028 W AVENUE K TFC Tap Factory Made Capped at 10 o'clock, dia/height: 6inch TFC Tap Factory Made Capped at 2 o'clock, dla/height: 6inch TFC TFC TFC TF Tap Factory Made Capped at 10 o'clock , dia/helght: 6inch Tap Factory Made Capped at 2 o'clock, dia/height: 6inch Tap Factory Made Capped at 10 o'clock, dla/helght: 6inch Tap Factory Made at 10 o'clock, dia/height: 6inch / DYE TEST 1122 W AVENUE K C/O TFC Tap Factory Made Capped at 2 o'clock, dia/height : 6inch TFC Tap Factory Made Capped at 10 o'clock, dia/helght: 6inch TFC TBA Tap Factory Made Capped at 2 o'clock , dia/height: 6inch Tap Break-in Activity at 10 o'clock, dia/height: 6inch / 1102 W AVENUE I< C/O LEFTSIDE OF BUILDING DYE TEST 04_07_2025_L.A.C.S.D.TRUNl<_E_SEWER_INSITUFORM_LANCASTER 070425 // Page : 1 TFC-43.60 TFC-68.30 TB-94 .60 TB -94 .60 B-19 @ Pipe-Tee inc 5103 Elton Street, Baldwin Par/<, Ca 91706 PIPE TEC Tel. (626) 338-1434 ,........,,CCN__,. info@pipetec-inc .com ...... ,ot -Inspection report Date : Work Order: Weather: Surveyed By: Certificate Number: Pipe Segment Ref.: 4/8/2025 Dry R.VARGAS U-209-211 4/7/2025 9:35:31 PM Year laid : Pre-cleaning: Direction: Pipe Joint Length: Total Length: Length Surveyed : Light Cleaning Downstream 439.4' 439.4' 1:2350 Distance Code Observation Grade 320.8 TFC Tap Factory Made Capped at 10 o'clock, dia/helght: 6inch 345.7 TFC Tap Factory Made Capped at 2 o'clock, dla/height: 6inch 369.6 TFC Tap Factory Made Capped at 10 o'clock, dia/height: 6inch TFC-116.90 394 .5 TFC Tap Factory Made Capped at 2 o'clock, dia/height : 6inch 418.7 TFC Tap Factory Made Capped at 10 o'clock, dia/helght: 6inch 439.4 AMH Manhole/ MH-14 403 TFC-145.40 MH-14 403 TFC -170.00 TFC-194.40 TFC-218.70 TF-228.40 TF -228.40 TFC-243.20 TFC-268 .10 TFC-296.70 TBA-301.90 TBA-301 .90 04_07_2025_L.A.C.S.D.TRUNl<_E_SEWER_INSITUFORM_LANCASTER 070425 // Page: 2 B-20 ~ Pipe-Tee inc 5103 Elton Street, Baldwin Par/<, Ca 91706 PIPETEC Tel. (626) 338-1434 ... .._ • .-w ...... ---info@pipetec-inc .com - Inspection report Date : Work Order: Weather: Surveyed By: Certificate Number: Pipe Segment Ref.: 418/2025 Dry R.VARGAS U-209-211 4/7/2025 9:35:31 PM Yearlald: Pre-cleaning: Direction: Pipe Joint Length: Total Length: Length Surveyed : Light Cleaning Downstream 439.4' 439.4' TFC-320.80 TFC-345.70 TFC-369.60 TFC-394.50 TFC-418.70 QSR QMR QOR SPR MPR OPR SPRI MPRI OPRI 0000 0000 0000 0.0 0.0 0.0 0.0 0.0 0.0 04_07 _2025_L.A.C.S .D.TRUNl<_E_SEWER_INSITUFORM_LANCASTER 070425 II Page: 3 B-21 Pipe Tee, Inc I. Injury Illness Prevention Program II. Heat Illness Prevention Program Ill. Hazard Communication Program IV. Code of Safe Practices V. COVID 19 Exposure Prevention, Preparedness & Response Plan IIPP/Safety Program JANUARY 2023 B-22 Safety Policy Statement Pipe Tee, Inc TO ALL EMPLOYEES Pipe Tee, Inc is committed to the prevention of injuries and illnesses of employees and members of the public, the protection of the environment affected by our operations and the prevention of loss or damage to property. Every employee is responsible for preventing accidents, damage and illnesses and for protecting the environment by following the required rules. The essential ingredients of a safe working environment are: • Strong management commitment • Trained and knowledgeable supervisors • Involvement of safety professionals • Trained and conscientious work force • Effective monitoring of the HSE program All employees are to be instructed regarding the health, safety and environmental protection rules of the Company and to plan and perform their assigned duties in accordance with these rules. Job progress and safety are compatible and equal goals. No job is so important -or schedule so demanding -that we cannot take time to work safely. I consider the safety of our personnel to be of prime importance, and I expect your full cooperation in making our programs effective. Michael Prlich, President IIPP/Safety Program JANUARY 2023 B-23 eC1V #i GU f '7 Fo rd Econoiine 2011 CCTV #2 ClL£5 Fo rd Econoline 2013 CC1V#3 Env ;o~ Ford Eco no line 2017 CCTV #4 Wl:-S ... Ford EconoHne 2022 Vactor #1 Freiahtliner TRK 2012 Va -ctor #2 Freightliner TRK 2020 Vactor #3 Freightliner TRK 2020 Vactor #4 FreightHner TRK 2022 Jetter Box Trnck Freightlinef TRK 2016 c.av~5 lUl..5 _&rJ. ~.;,n ~urt!., :207-<.J • Pipe Tee Equipment List 5109 Elton Street --Salawin Park;· CA 91706 626-338-1434 1 FDX4FSSBDB30380 Good 1 FOXE4FS7DDA98342 Good 1 FDXE4F59HOC56024 Good 1 FDXE4FNGNDC32589 .Good 1 FVHC3BSXCDBD5741 Good 1 FVAG3FE1 LHKC0490 Good 1 FVAGFEXNHMU3760 Good 1FVAG3FEXNHNK1128 Good 3ALACXDT46bHf5212 Good I FD i i.'-( FAJ 11-D () l :S7.U (p.>J 'I •.·• Operati.onal Operational Operational Operational Operational Operational Operational Operational • Oper~tional _ r)peru hJPJc,{ I Baldwin Park, CA ✓ Baldwin Park, CA ✓- Baldwin Park, CA ✓ Baldwin Park, CA .✓ Baldwin Park, CA ✓ Baldwin Park, CA ✓ Baldwin Park, CA ✓ Baldwin Park, CA ✓ Baldwin Park, CA ✓ _ S_ciJ.,, 11')__ /7 J<, CA v B-24 Page 1 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025 City of Rancho Palos Verdes Request for Proposal Citywide Storm Drain CCTV and Condition Assessment Public Works Department Attention: Brandon Mesker, Associate Engineer 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 Phone: 310.544.5293 | Email: bmesker@rpvca.gov RFP Release Date: September 17, 2025 Request for Clarification Deadline: September 26, 2025 RFP Submittal Deadline: October 8, 2025 C-1 Page 2 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025 Citywide Storm Drain CCTV and Condition Assessment The City of Rancho Palos Verdes is requesting proposals from qualified firms to Closed Circuit Television record (CCTV) all City owned storm drain pipes within the City boundaries and perform a condition assessment on all City owned catch basins, storm drain grate covers, and storm drain maintenance hole covers All correspondence and questions regarding this RFP should be submitted via email to: Brandon Mesker, Associate Engineer Email: bmesker@rpvca.gov To be considered for this project, firms must submit an electronic copy of the proposal to the above email address by 4:30PM, on October 8, 2025. C-2 Page 3 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025 TABLE OF CONTENTS I. Introduction ............................................................................................................... 4 II. Project Description .................................................................................................... 4 III. Scope of Services ..................................................................................................... 5 IV. Preliminary Schedule ................................................................................................ 7 V. Necessary Qualifications and Submittal Requirements ............................................ 8 VI. Submission of Proposal .......................................................................................... 10 VII. Evaluations and Selection Process ......................................................................... 10 C-3 Page 4 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025 I. Introduction The City of Rancho Palos Verdes (City) is a scenic, upscale, residential coastal community, with a population of approximately 42,000, located on the Palos Verdes Peninsula of southwestern Los Angeles County. Rancho Palos Verdes is a General Law City and has operated under the Council- Manager form of government since its incorporation in 1973. Policy-making and legislative authority are vested in the governing City Council, which consists of five Council Members, including the Mayor and Mayor Pro-Tem. The City is a contract city, meaning that some services are provided by contract with agencies (both public and private) and some services are delivered by the City’s own employees. The Public Works Department is preparing an asset management system for its storm sewer infrastructure and is in need of a comprehensive understanding of the physical condition of this infrastructure. Therefore, the City is seeking a consultant knowledgeable in the field of storm sewer utilities to perform a comprehensive field assessment, including Closed Circuit Television (CCTV) recording. The purpose of this document is to provide proposers with the information needed to submit a proposal for and, if selected, enter into a Professional Service Agreement with the City. Enclosed is a blank Professional Services Agreement form for proposers’ review. II. Project Description The project consists of performing a comprehensive physical condition assessment of all City owned storm sewer infrastructure. The condition assessment will be used to determine needed repairs and preventative maintenance along with a priority order and schedule. The selected consultant will be provided with a current GIS inventory of the assumed location of City’s storm sewer infrastructure which is estimated to include approximately 25 miles of storm drain pipes, 770 catch basins/inlets/outlets and grates, and 270 manholes The actual location of infrastructure may deviate from the assumed location in the City’s GIS inventory. Using the assumed location and other information provided as the baseline, the selected consultant shall collect GPS location data; validate or update general information such as dimension, material, and depth; document the condition of each storm sewer infrastructure item with photographs; perform a CCTV recording of all storm sewer pipes; and assess the physical condition of and assign a condition rating for each storm sewer infrastructure item. Prior to the start of the work, the City and consultant shall agree upon a rating methodology and scale, which shall be based on industry best practices proposed C-4 Page 5 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025 by the selected consultant. The rating scale is envisioned to be a numerical ratings system and may include component ratings. The selected consultant shall organize all information associated with each storm sewer infrastructure item in a systematic manner pre-approved by the City prior to any field work. The selected consultant shall deliver the final work product in the form of a GIS database file of each storm sewer infrastructure item with its associated general information, photographs or CCTV video, report, and condition rating. The City is located in a chaparral biome, with many canyons, hills, and slopes. In order to access certain storm drain facilities, it may be necessary to traverse uneven terrain, steep slopes, or deep canyons. The terrain and weather should be considered each day when accessing facilities because equipment may need to packed in and out. The canyons can be home to wildlife including venomous snakes. Rattlesnakes may be encountered during the field work associated with the scope of services. The selected consultant shall be responsible for any and all steps and precautions to protect from wildlife and venomous snakes. Consultants shall perform all necessary research pertaining to access and shall identify access routes for approval by the City. Within the Landslide Complex, some trails have been closed and access may be restricted. Consultants shall consider such closures when determining access routes. The selected consultant shall notify the City at least one week in advance of any field work and such notification shall include specific information on the access route(s). Storm drain infrastructure is located throughout the City, in both residential as well as collector and arterial streets. The selected consultant shall implement traffic control measures in compliance with all applicable local, regional, state, and federal standards; such as, but not limited to the most current version of the MUTCD or WATCHBOOK. Traffic control plans for collector and arterial streets must be reviewed and approved by City prior to implementation. III. Scope of Services The selected consultant shall complete any other tasks necessary to the City goals in the project description and necessary for a complete and comprehensive outcome. The Contractor shall expand on the scope of work tasks, where appropriate, and may make recommendations which might lead to efficiencies and/or enhance the results or usefulness of the work. Scope of Work Task 1. Validate or update general information for all City-owned storm sewer infrastructure including the following: C-5 Page 6 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025 a. GPS location b. Material c. Dimensions d. Change in alignment including degree of change e. Type and location of trash screen Task 2. Record closed-circuit television (CCTV) of all storm sewer pipes and accordingly assign a condition rating, using a methodology and rating scale agreed to by the City, to all City-owned storm sewer infrastructure. If blockages or damages which prevent continuous CCTV are encountered, access the pipe from the next accessible access point (downstream/upstream maintenance hole, inlet/out, or other). Unless the alignment is inaccessible from any point due to damage, blockage, or other condition, CCTV must be conducted on the entire alignment. In the event that CCTV cannot be conducted on the full alignment due to such condition, Consultant shall inform the City and provide video/photo evidence. Contractor shall notify the City immediately if a storm sewer pipe has substantial damage or blockage and is in need of emergency repair. Task 3. Perform a physical condition assessment and assign a condition rating, using a methodology and rating scale agreed by the City, to all City-owned storm sewer infrastructure item including: a. Pipes b. Catch basins/inlets/outlets c. Catch basin/inlet/outlet grates and associated components d. Manhole shafts/chambers e. Manhole lids/covers and associated components Contractor shall notify the City immediately if an asset has substantial damage and needs emergency repair. Deliverables During the performance of the Scope of Services, the Contractor shall keep the City informed on the performance status by delivering Weekly Project Status Reports stating activities performed during the prior week and activities scheduled for the next week. The City shall be immediately notified of encountered assets requiring immediate emergency repair. At the start of the project, the City will provide predetermined standards to the Contractor to clarify what warrants an immediate emergency repair C-6 Page 7 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025 Task 1. GIS data file with the following data for each City-owned storm sewer infrastructure item: a. GPS location b. Material c. Dimensions d. Change in alignment including degree of change e. Inlet/outlet locations f. Type and location of trash screen Task 2. CCTV recordings and reports of all storm sewer pipes. The Reports shall include the following: a. Material b. Dimensions c. Depth d. Damage type and location e. Condition rating/scoring Task 3. Electronic files (in Portable Document Format and in GIS database format) containing a condition assessment report for each City-owned storm sewer infrastructure item. The Report shall include the following: a. Material b. Dimensions c. Depth d. Damage type and location e. Condition rating/scoring f. Photo/video evidence of locations requiring emergency repair City staff will review all drafts and deliverables and provide comments. Consultant shall revise draft deliverables to address City staffs’ comments. IV. Preliminary Schedule RFP Schedule Request for Proposal Released………………………………………….September 17, 2025 Request for Clarification Due……………………………………….……September 26, 2025 Proposals Due……………………………………………………………….....October 8, 2025 Firm Interviews (if necessary)………………………………………………………………TBD Anticipated Notice of Award…………………………………………………..October 14 2025 Project Schedule Start Date……………………………………………………………………November 5 2025 C-7 Page 8 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025 Please note that it will be up to the Contract to propose a project schedule. The City prefers to have this done before the wet season. Proposals with expeditious schedules will be scored higher. Please note that the schedules provided are preliminary and have been provided to give the Contractor a sense of the expected timeline for the Scope of Services, the City’s expectation for the Scope of Services to be completed, and to emphasize the urgent nature of the work. The ideal Contractor candidate will have the available resources and personnel, either in-house or under subcontract, to ensure the Scope of Services with be completed at the earliest possible time. V. Necessary Qualifications and Submittal Requirements Submittals shall submitted in the form of PDF and sent to Brandon Mesker, Associate Engineer at bmesker@rpvca.gov. Proposals shall be limited to 25 pages and include the following information for the consultant and any sub-consultants. Only one proposal per consultant will be considered. 1. Cover Letter:  Firm’s name, address, and phone number.  Present staff (size, classification, credentials).  Primary contact’s name, phone number, and email address.  Qualifying statements or comments regarding the proposal.  Identification of any sub-contractors and their responsibilities.  Identify the firm’s type of organization (individual, partnership, corporation), including names and contact information for all officers, and proof that the organization is currently in good standing.  The signed letter should also include a statement regarding any conflict of interest in performing the proposed work. 2. Approach to Scope of Services:  Re-state the Scope of Services with any additions, expansions, clarifications, or modifications that the firm proposes in order to provide the services and produce the deliverables contained in this RFP.  Describe how completing the Scope of Services will be approached and any cost-saving, value-adding strategies, or innovations the firm will bring to the project.  Indicate the methodology for performing field condition assessments and data collection. 3. Organization and Staffing:  Identify the Project Manager and the primary contact person responsible for project delivery. C-8 Page 9 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025  Provide an organizational chart that clearly shows the communication and reporting relationships among the project staff and include all sub- contractors, if applicable.  State that the Project Manager and key staff will remain assigned to this project through completion of the Scope of Services. 4. Staff Qualifications and Experience:  Prior Experience – Demonstrate that the firm has significant experience providing services similar to those described under the Scope of Services.  Staff Qualifications – Provide resumes for the Project Manager and project team shown on the organizational chart assigned to contribute to the Scope of Services. Resumes should have an emphasis on similar services provided to other agencies.  Reference Projects – Include at least three projects with similar scope of services performed by the project team within the past three years and indicate the specific responsibilities of each team member on the referenced project. Provide contact information for each client. 5. Sample Reports and Data Collection:  Include samples of CCTV summary reports.  Include samples of condition assessment reports.  Provide an example of GPS data collection associated with storm sewer infrastructure items discussed in the Scope of Work. 6. Schedule:  Provide a schedule demonstrating how long it will take to accomplish the Scope of Work. Proposals with expeditious schedules will be scored higher. 7. Quality Control Plan:  Describe the quality control procedures and associated staff responsibilities which will ensure that the deliverables will meet the City’s needs. 8. Acceptance of Conditions:  State the offering firm’s acceptance of all conditions listed in the Request for Proposal (RFP) document and Sample Professional Services Agreement (Attachment D).  Any exceptions or suggested changes to the RFP or Professional Services Agreement (PSA), including the suggested change, the reasons therefore and the impact it may have on cost or other considerations on the firm’s behalf must be stated in the proposal. Unless specifically noted by the firm, the City will rely on the proposal being in compliance with all aspects of the RFP and in agreement with all provisions of the PSA. C-9 Page 10 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025 VI. Submission of Proposal Requests for Clarification Requests for clarification of the information contained herein shall be submitted in writing to prior to 4:30 pm on September 26, 2025. Responses to any clarification question will be provided to each firm from which proposals have been requested. Confirmation Email Upon submission of proposal to the City, the proposing firm shall request an email confirmation that the proposal was received and retain the email as a record. If an email confirmation is not received, the proposing firm shall correspond with the City until a confirmation is received. VII. Evaluations and Selection Process Evaluation Proposals will be evaluated based on the following criteria: 1. Approach to Scope of Services (20%)  Understanding of the Scope of Services demonstrated by proposal thoroughness.  Presentation of an overall approach and methodology most likely to result in the desired outcome for the City.  Introduction of cost-saving, value-adding strategies, and/or innovations (including those applying to overall project schedule). 2. Organization and Staffing (15%)  Availability of key staff to perform the services throughout the duration of the project.  Assignment of appropriate staff in the right numbers to perform the Scope of Services.  Appropriate communication and reporting relationships to meet the City’s needs. 3. Staff Qualifications and Experience (15%)  Relevance of experience of the proposing firm (to provide support resources to the project team).  Relevance of experience and strength of qualifications of the Project Manager.  Relevance of experience and strength of qualifications of the key personnel performing the work.  Relevance of referenced projects and client review of performance during those projects. 4. Sample Reports and Data Collection (20%) C-10 Page 11 of 11 City of Rancho Palos Verdes RFP – City Wide Storm Drain CCTV and Condition Assessment September 17, 2025  CCTV summary reports are organized, contain the necessary information, and are easy to understand.  Condition assessment reports are organized, contain the necessary information, and are easy to understand.  GPS data collection is be organized, contains the necessary information, and be easy to integrate with the City’s GIS software. 5. Schedule (20%)  Schedule provides the appropriate level of detail and clearly shows the Scope of Work will be completed in a timely manner. The City would prefer to have this work completed before the wet season. 6. Quality Control (10%)  Adequate immediate supervision and review of staff performing the work as well as appropriate independent peer review of the work by qualified technical staff not otherwise involved in the project. Selection An evaluation panel will review all proposals submitted and select the top proposal/s. These top contractors may then be invited to an informal virtual interview. The panel will select the proposal, if any, which best fulfills the City’s requirements. The City may further refine the Scope and Schedule and request a fixed fee or time and material based proposal. The City will negotiate the fees, and profit shall be negotiated as a separate element of the price. The City reserves the right to negotiate special requirements and proposed service levels using the selected proposal as a basis. If the City is unable to negotiate an agreeable fee for services with a top firm, the City will negotiate with the next firm chosen among the top firms. Award Notification The City will notify all proposers in writing of the outcome of the selection process and intent to award. This RFP does not commit the City to award an agreement, nor pay any costs incurred in the preparation and submission of the proposal in anticipation of an agreement. The City reserves the right to reject any or all proposals, or any part thereof, to waive any formalities or informalities, and to award the agreement to the proposer deemed to be in the best interest of the City and the Department. Award of Agreement The selected firm shall be required to enter into a written agreement (see sample City agreement in Attachment [A]) with the City, in a form approved by the City Attorney, to perform the Scope of Services. This RFP and the proposal, or any part thereof, may be incorporated into and made a part of the final agreement; however, the City reserves the right to further negotiate the terms and conditions of the agreement with the selected Contractor. The agreement will, in any event, include a maximum "fixed cost" to the City. C-11 CI T Y F U N D S S U M M A R Y GE N E R A L F U N D S U M M A R Y AP P E N D I X BU D G E T P R O G R A M S BU D G E T O V E R V I E W City of Rancho Palos Verdes | Adopted Budget | Capital Improvement Program (Fiscal Years 2025-2026 through 2029-30) 395 -$ -$ -$ -$ -$ The City uses an asset management program for its public infrastructure to effectively assess and forecast the City’s public infrastructure needs in order to ensure its reliability and resiliency, while effectively using available maintenance and capital project resources. By way of maintaining an updated master plan of drainage, the City’s drainage system remains part and parcel of the City’s asset management program and practices. Estimated annual operating / maintenance cost TBD ESTIMATED SCHEDULE Engineering and Construction in Fiscal Year 2025-26 through 2029-30, with funding source(s) in 2026-27 through 2029-30 TBD Project Location Map Background and Justification 37,310$ 1,000,000$ TBD TBD TBD TBD TBD -$ -$ 330 (CIP Fund) -$ FY25/26 FY26/27 FY27/28 FY28/29 FY29/30 Future Fiscal Years Committed as of 4/17/2025 37,310$ 1,000,000$ 37,310$ 1,000,000$ 500,000$ 500,000$ 500,000$ 500,000$ TBD FUNDING $ 25,000 Engineering $ 500,000 Project Contingency $ 150,000 Inspection $ 25,000 Construction $ 300,000 Overall Planning $ - FY25/26 FY26/27 FY27/28 FY28/29 FY29/30 Committed as of 4/17/2025 $500,000 $500,000 $500,000 $500,000 TBD Environmental $ - Management Insert Descriptive Photo PROJECT DESCRIPTION This project is intended to create a program to inventory, assess, and develop a maintenance plan for the City's drainage infrastructure. The project consists of: - Creating an updated inventory of the City's drainage infrastructure - Inspecting City owned storm drain pipes to determine needed preventative maintenance, repair, and replacement work - Estimating the cost of the work - Prioritizing and scheduling the work - Implementing the work This program will also include an update to the drainage master plan PROJECT COST ESTIMATES 8700 Series Sewer & Storm Drain Improvements Projects 8701 Storm Drain Asset Management Program & Master Plan Update Funding Source for Future Needs Undetermined D-1