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