Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
02-27-2023 - Agenda Pkg - CC Special Meeting
Monday, February 27, 2023 5:00 PM City of Hermosa Beach City Hall 1315 Valley Drive Hermosa Beach, CA 90254 City Council Mayor Ray Jackson Mayor Pro Tem Justin Massey Councilmembers Dean Francois Rob Saemann Mike Detoy Special Meeting Agenda CALL AND NOTICE OF SPECIAL MEETING: APPLICANT INTERVIEWS FOR PLANNING COMMISSION AND ONLY THOSE MATTERS SET FORTH ON THE AGENDA Executive Team Angela Crespi, Deputy City Manager Viki Copeland, Finance Director Myra Maravilla, City Clerk Paul LeBaron, Chief of Police Joe SanClemente, Public Works Director Carrie Tai, Community Development Director Vanessa Godinez, Human Resources Manager Lisa Nichols, Community Resources Manager City Treasurer Karen Nowicki City Attorney Patrick Donegan Suja Lowenthal, City Manager 1 February 27, 2023City Council Special Meeting Agenda PUBLIC MEETING VIEWING OPTIONS The public may participate via the following: 1. IN PERSON - Council Chambers, 1315 Valley Drive, Hermosa Beach, CA 90254 2. ZOOM - https://us02web.zoom.us/j/89968207828? pwd=bXZmWS83dmxHWDZLbWRTK2RVaUxaUT092. 3. PHONE - Toll Free: (833) 548-0276; Meeting ID: 899 6820 7828, then #; Passcode: 472825 As a courtesy, the City will also plan to broadcast the meeting via the following listed mediums. However, these are done as a courtesy only and are not guaranteed to be technically feasible. Thus, in order to guarantee live-time viewing and/or public participation, members of the public shall attend in Council Chambers or log in via ZOOM. 4. CABLE TV - Spectrum Channel 8 and Frontier Channel 31 in Hermosa Beach 5. YOUTUBE - https://www.youtube.com/c/CityofHermosaBeach90254 6. LIVE STREAM - www.hermosabeach.gov and visit the Agendas/Minutes/Videos page If you experience technical difficulties while viewing a meeting on any of our digital platforms, please try another viewing option. View City Council staff reports and attachments at www.hermosabeach.gov and visit the Agendas/Minutes/Video page. Council Chambers WiFi Network ID: CHB-Guest Password: chbguest To comply with the Americans with Disabilities Act of 1990, Assistive Listening Devices (ALD) are available for check out at the meeting. If you require special assistance to participate in this meeting, you must call or submit your request in writing to the Office of the City Clerk at (310) 318-0204 or at cityclerk@hermosabeach.gov at least 48 hours before the meeting. Submit Supplemental eComments Submit an eComment via Speak Up Hermosa at hermosabeach.granicusideas.com by 3:00 p.m. on the meeting date. Page 2 City of Hermosa Beach Printed on 2/23/2023 2 February 27, 2023City Council Special Meeting Agenda NOTICE OF SPECIAL MEETING AND AGENDA NOTICE IS HEREBY GIVEN, that the Mayor of the City of Hermosa Beach has called a Special Meeting of the City Council to take place on Monday, February 27, 2023 at 5:00 p.m. to consider and take action on only those matters set forth on the agenda below. 5:00 PM - PLANNING COMMISSION INTERVIEWS I. CALL TO ORDER II. PLEDGE OF ALLEGIANCE III. ROLL CALL IV. APPROVAL OF AGENDA V. PUBLIC COMMENT Public comments are limited to the items listed on this special meeting agenda. Speakers can comment on an agenda item at this time or wait until the item is heard. 1. IN PERSON - Council Chambers, 1315 Valley Drive, Hermosa Beach, CA 90254 2. ZOOM - https://us02web.zoom.us/j/89968207828? pwd=bXZmWS83dmxHWDZLbWRTK2RVaUxaUT09 and use 'Raise Hand' feature. 3. PHONE - Toll Free: (833) 548-0276; Meeting ID: 899 6820 7828, then #; Passcode: 472825 Press *9 to 'Raise Hand' and then *6 to unmute yourself line when prompted. 4. EMAIL - Email comments to cityclerk@hermosabeach.gov by 3:00 p.m. on the meeting date. 5. ECOMMENT - Submit an eComment via Speak Up Hermosa at hermosabeach.granicusideas.com by 3:00 p.m. on the meeting date. VI. INTERVIEWS a)23-0120 INTERVIEWS TO FILL ONE TERM ENDING JUNE 30, 2023 ON THE PLANNING COMMISSION Five applicants applied for the advertised vacancy and were notified of the date, time, and place of the scheduled interviews. The applicants (listed alphabetically) are: Angie Silverman Anne Williams Jonathan Wicks Kate Hirsch Liliana Lettieri Page 3 City of Hermosa Beach Printed on 2/23/2023 3 February 27, 2023City Council Special Meeting Agenda VII. MUNICIPAL MATTERS a)REPORT 23-0081 APPOINTMENT TO PLANNING COMMISSION (City Clerk Myra Maravilla) Recommendation:Staff recommends City Council appoint one new member to the Planning Commission for the remainder of the term ending June 30, 2023. b)REPORT 23-0080 ADOPTION OF UPDATED RECORDS RETENTION SCHEDULES (City Clerk Myra Maravilla) Recommendation:Staff recommends City Council adopt a Resolution of the City of Hermosa Beach, California, adopting a records retention schedule, authorizing destruction of certain City records (Attachment 2). c)REPORT 23-0082 AWARD CONSTRUCTION CONTRACT TO JILK HEAVY CONSTRUCTION, INC. AND APPROVE CONTRACT AMENDMENTS WITH JMC2, INC. AND GHD FOR CIP 629 MUNICIPAL PIER STRUCTURAL REPAIRS AND CIP 660 MUNICIPAL PIER ELECTRICAL REPAIRS (Public Works Director Joe SanClemente) Recommendation:Staff recommends City Council: 1. Award a construction contract for CIP 629 Municipal Pier Structural Repairs and CIP 660 Municipal Pier Electrical Repairs to Jilk Heavy Construction, Inc. in the amount of $2,243,263 (Attachment 3); 2. Authorize the Director of Public Works to establish a 25 percent project contingency amount of $560,815; 3. Adopt the attached resolution entitled "A Resolution of the City Council of the City of Hermosa Beach Approving the Construction of CIP No. 629 and CIP 660 Municipal Pier Structural and Electrical Repairs Pursuant to Government Code Section 830.6 and Establishing a Project Payment Account" (Attachment 4); 4. Approve the First Amendment to an Agreement with GHD to provide professional services to process a Coastal Commission application and permit coordination for the Municipal Pier repairs to extend the term to March 21, 2024 and to increase the contract amount by $15,000, resulting in a total amended not-to-exceed contract amount of $43,480 (Attachment 5); 5. Approve the Second Amendment to an agreement with JMC2 to provide professional services for Municipal Pier structural assessment and inspection support and increase the amount by $35,330, resulting in a total amended not-to-exceed contract amount of $90,000 (Attachment 6); 6. Restore appropriated funds previously released in the amount of $1,300,000 for CIP 629 Municipal Pier Structural Repairs, CIP 660 Municipal Pier Electrical Repairs, and 623 Pier Structural Inspection and Evaluation as outlined in the fiscal impact to cover the increase in construction costs; 7. Authorize the Mayor to execute the proposed contracts and the City Clerk to attest, subject to approval by the City Attorney; and 8. Authorize the Director of Public Works to file a Notice of Completion following final completion of the project. Page 4 City of Hermosa Beach Printed on 2/23/2023 4 February 27, 2023City Council Special Meeting Agenda d)REPORT 23-0071 AWARD OF PROFESSIONAL SERVICES AGREEMENTS FOR ON-CALL CIVIL ENGINEERING SERVICES (Public Works Director Joe SanClemente) Recommendation:Staff recommends City Council: 1. Award a contract for on-call civil engineering services to KOA Corporation at a not-to-exceed amount of $1,000,000 for a term of five years ending February 28, 2028, with an option to allow the City Manager to extend up to one year (Attachment 8); 2. Award a contract for on-call civil engineering services to Psomas at a not-to-exceed amount of $1,000,000 for a term of five years ending February 28, 2028, with an option to allow the City Manager to extend up to one year (Attachment 9); 3. Award a contract for on-call civil engineering services to John M. Cruikshank Consulting, Inc. at a not-to-exceed amount of $1,000,000 for a term of five years ending February 28, 2028, with an option to allow the City Manager to extend up to one year (Attachment 10); 4. Award a contract for on-call civil engineering services to Michael Baker International at a not-to-exceed amount of $1,000,000 for a term of five years ending February 28, 2028, with an option to allow the City Manager to extend up to one year (Attachment 11); 5. Award a contract for on-call civil engineering services to Kimley-Horn & Associates, Inc. at a not-to-exceed amount of $1,000,000 for a term of five years ending February 28, 2028, with an option to allow the City Manager to extend up to one year (Attachment 12); and 6. Authorize the Mayor to execute and the City Clerk to attest the proposed agreements subject to approval by the City Attorney. e)REPORT 23-0089 AWARD OF PROFESSIONAL SERVICES AGREEMENTS FOR ON-CALL AMERICANS WITH DISABILITIES ACT (ADA) EXPERTISE SERVICES (Public Works Director Joe SanClemente) Recommendation:Staff recommends City Council: 1. Award a contract for on-call ADA expertise services to Access Inc. at a not-to-exceed amount of $400,000 for a term of five years ending February 28, 2028, with an option to allow the City Manager to extend up to one additional year (Attachment 5); 2. Award a contract for on-call ADA expertise services to Bureau Veritas at a not-to-exceed amount of $400,000 for a term of five years ending February 28, 2028, with an option to allow the City Manager to extend up to one additional year (Attachment 6); and 3. Authorize the Mayor to execute and the City Clerk to attest the proposed agreements subject to approval by the City Attorney. f)REPORT 23-0100 UPDATE AND DISCUSSION OF OPTIONS FOR PARKING LOT D IMPROVEMENTS (CIP 682) (Environmental Programs Manager Douglas Krauss) Recommendation:Staff recommends City Council: 1. Receive an update on the Parking Lot D project and Conceptual Rendering (Attachment 1); and 2. Provide staff with feedback or direction on next steps, if so desired. VIII. ADJOURNMENT Page 5 City of Hermosa Beach Printed on 2/23/2023 5 City of Hermosa Beach Staff Report City Hall 1315 Valley Drive Hermosa Beach, CA 90254 Staff Report 23-0120 Honorable Mayor and Members of the Hermosa Beach City Council Special Meeting of February 27, 2023 INTERVIEWS TO FILL ONE TERM ENDING JUNE 30, 2023 ON THE PLANNING COMMISSION Five applicants applied for the advertised vacancy and were notified of the date, time, and place of the scheduled interviews. The applicants (listed alphabetically) are: Angie Silverman Anne Williams Jonathan Wicks Kate Hirsch Liliana Lettieri Attachments: 1.Planning Commission Application - Angie Silverman 2.Planning Commission Application - Anne Williams 3.Planning Commission Application - Jonathan Wicks 4.Planning Commission Application - Kate Hirsch 5.Planning Commission Application - Liliana Lettieri City of Hermosa Beach Printed on 2/23/2023Page 1 of 1 powered by Legistar™6 7 8 9 10 11 12 13 14 Anne S. Williams (Continued) and community outreach process for the 113-room hotel, 129-condominium project (including 11% Very Low-Income units). The 12-story project incorporates a substantial amount of space for incubation and development of creative industries, as well as world-class retail, restaurant and nightlife venues that will continue the transformation of the River-adjacent Arts District. Sited on land zoned for “Manufacturing” purposes, the project requires a General Plan amendment and faces a complicated approval process, amidst legal complications surrounding the implementation of the City’s Hybrid Industrial Zone Ordinance, as well as sensitivities around preservation of the area’s historic character. Manhattan Beach Hotel – Manhattan Beach, CA: Senior Project Manager providing investigation of zoning and development ordinances. Met with city officials to determine feasibility of hotel project, to include a public-private partnership that would enable a public parking component in the coastal zone. THE BLOC (formerly known as Macy's Plaza) – Los Angeles, CA: Senior Project Manager for the $160 million repositioning of the former Macy’s Plaza, a mixed-use project including nearly 400,000 SF of retail adjacent to a 33-story office tower, a 495-room Sheraton Hotel, and a 1,850-space parking structure occupying an entire city block. The Client is transforming the aging property into a vibrant regional entertainment center through the addition of nearly 30 new restaurants, nightlife and entertainment venues. Anne was responsible for all aspects of obtaining Master Conditional Use Permits for alcohol and related entertainment in connection with the project. She managed relationships with the City Council Member’s office and other key City officials, LAPD and local business and resident groups to garner support for the project. 845 South Olive Street and 842 South Grand – Los Angeles, CA: Senior Project Manager for a 29-story condominium/mixed-use project on a through-lot with frontage on two major streets in Downtown’s South Park neighborhood. The project will include a Transfer of Floor Area Ratio (TFAR) at a cost of nearly $1 million to maximize its development potential. Anne is responsible for all aspects of entitlement related to the project. Private Estate Parcel Map Exemption – Beverly Hills and Los Angeles, CA: Senior Project Manager for assessing and advising Client on the viability of adjusting a lot line between adjacent single-family homes for one of the largest and most historic private estates in Los Angeles. The Client’s property straddles the cities of Beverly Hills and Los Angeles, adding an additional layer of jurisdictional complexity. Olympic Tower – Los Angeles, CA: Senior Project Manager for a proposed 57-story hotel/condominium/mixed-use project at the corner of Olympic & Figueroa, on the site of an existing car wash. The nearly 800,000 SF project sits on less than an acre and includes 374 condominiums, a 373-room hotel, over 100,000 SF of commercial and office space, and nearly 850 parking spaces. To achieve the City Charter-maximum 13:1 FAR, the project involves the purchase of over 550,000 SF of Floor Area Ratio (TFAR), at a cost of over $24M. Embracing a structural exoskeleton design that enables a 140-foot tall atrium at the middle of the slender structure, Olympic Tower would be the 6th tallest in Southern 15 Anne S. Williams (Continued) California. Anne leads the project’s entitlements, political, and community outreach efforts. 222 West Second Street – Los Angeles, CA: Senior Project Manager for this 56-story mixed-use development includes 680 rental units and 10,000 SF of ground-floor commercial space along with 2nd and Spring Streets. This architecturally significant office/residential tower is located on a key site directly above Metro’s under-construction Regional Connector station, which will bridge the long-disconnected Civic Center and Historic Core neighborhoods of DTLA. Due to its location on Broadway, the project is subject to five different design standards, including the Broadway Signage Supplemental Use District and the Broadway Community Design Overlay. The project is tasked with integration into the Metro station, due to the shared physical footprint and the flow of thousands of public transit riders to the site each day. Psomas prepared and processed a subdivision map and provided related planning and entitlement services, as well as civil engineering services for infrastructure analysis, street improvement assessment, preliminary low impact development (LID), and grading review. Main Street Mixed Use and Park – Los Angeles, CA: Senior Project Manager for residential project including nearly 400 residential units (including 11% Very Low Income units) and 25,000 SF of ground floor commercial space, spanning almost an entire city block in the heart of Downtown Los Angeles' fast-evolving Fashion District. Anne is responsible for an entitlement process that includes a request for a General Plan amendment, which will enable the desired residential development on land presently zoned for “Manufacturing” purposes. 16 17 18 19 20 21 22 23 24 25 26 City of Hermosa Beach Staff Report City Hall 1315 Valley Drive Hermosa Beach, CA 90254 Staff Report REPORT 23-0081 Honorable Mayor and Members of the Hermosa Beach City Council Special Meeting of February 27, 2022 APPOINTMENT TO PLANNING COMMISSION (City Clerk Myra Maravilla) Recommended Action: Staff recommends City Council appoint one new member to the Planning Commission for the remainder of the term ending June 30, 2023. Executive Summary: At its February 27,2023 special meeting,City Council conducted interviews for one Planning Commission vacancy to fill the position for the remainder of the term ending June 30,2023.Council interviewed five applicants:Angie Silverman (Attachment 1);Anne Williams (Attachment 2); Jonathan Wicks (Attachment 3);Kate Hirsch (Attachment 4);and Liliana Lettieri (Attachment 5). Staff recommends City Council appoint one member to the Planning Commission for the remainder of the term ending June 30, 2023. Background: In accordance with Hermosa Beach Municipal Code Chapter 2.32,the Planning Commission shall consist of five members appointed by the City Council.Members of the Planning Commission shall be qualified electors of the City,and a vacancy outside of the expiration date should be filled by the City Council for the unexpired portion of the term, June 30, 2023. Key duties of the Planning Commission are to maintain and enhance the environment of the community,which entails advance or long-range planning (updating of the General Plan and specific elements),current planning (short-range projects),and land use controls (administering to the code and review of all subdivisions and zoning petitions).The Commission serves as an advisory board to the City Council on all matters pertaining to zoning,conditional use permit process,and more.The Planning Commission meets regularly in the Council Chambers at 6:00 p.m.on the third Tuesday of each month. At its January 10,2023 meeting,the City Council directed the City Clerk to advertise the Planning Commission vacancy through February 10,2023.Applications were received from Angie Silverman, Anne Williams, Jonathan Wicks, Kate Hirsch, and Liliana Lettieri. City of Hermosa Beach Printed on 2/23/2023Page 1 of 3 powered by Legistar™27 Staff Report REPORT 23-0081 Past Council Actions Meeting Date Description December 12, 2023 Councilmember Saemann was sworn into his City Council seat, thereby vacating his previous seat on the Planning Commission. January 10, 2023 City Council directed the City Clerk to advertise for applicants to fill the remainder of one Planning Commission term due to expire June 30, 2023. Discussion: Having conducted interviews at a special meeting on February 27,2023,staff recommends City Council appoint one member to the Planning Commission for the remainder of the term ending June 30, 2023. General Plan Consistency: This report and associated recommendation have been evaluated for their consistency with the City’s General Plan. Relevant Policies are listed below: Governance Element Goal 1. A high degree of transparency and integrity in the decision-making process. Policies: ·1.1 Open meetings.Maintain the community’s trust by holding meetings in which decisions are being made,that are open and available for all community members to attend,participate, or view remotely. ·1.4 Consensus oriented. Strive to utilize a consensus-oriented decision-making process. ·1.7 Diversity of representation.Strive to reflect a comprehensive cross-section of the community in appointments to Commission and Advisory Committees. Goal 2. The community is active and engaged in decision-making process. Policies: ·2.3 Public participation guidelines.Establish parameters and guidelines to ensure public participation is promoted through diverse methods. ·2.6 Responsive to community needs.Continue to be responsive to community inquiries, providing public information and recording feedback from community interactions. Fiscal Impact: There is no fiscal impact associated with the recommended action. City of Hermosa Beach Printed on 2/23/2023Page 2 of 3 powered by Legistar™28 Staff Report REPORT 23-0081 Attachments: 1.Application for Angie Silverman 2.Application for Anne Williams 3.Application for Jonathan Wicks 4.Application for Kate Hirsch 5.Application for Liliana Lettieri 6.Link to December 12, 2022 City Council Agenda 7.Link to January 10, 2023 City Council Staff Report Respectfully Submitted by: Myra Maravilla, City Clerk Approved: Suja Lowenthal, City Manager City of Hermosa Beach Printed on 2/23/2023Page 3 of 3 powered by Legistar™29 30 31 32 33 34 35 36 37 Anne S. Williams (Continued) and community outreach process for the 113-room hotel, 129-condominium project (including 11% Very Low-Income units). The 12-story project incorporates a substantial amount of space for incubation and development of creative industries, as well as world-class retail, restaurant and nightlife venues that will continue the transformation of the River-adjacent Arts District. Sited on land zoned for “Manufacturing” purposes, the project requires a General Plan amendment and faces a complicated approval process, amidst legal complications surrounding the implementation of the City’s Hybrid Industrial Zone Ordinance, as well as sensitivities around preservation of the area’s historic character. Manhattan Beach Hotel – Manhattan Beach, CA: Senior Project Manager providing investigation of zoning and development ordinances. Met with city officials to determine feasibility of hotel project, to include a public-private partnership that would enable a public parking component in the coastal zone. THE BLOC (formerly known as Macy's Plaza) – Los Angeles, CA: Senior Project Manager for the $160 million repositioning of the former Macy’s Plaza, a mixed-use project including nearly 400,000 SF of retail adjacent to a 33-story office tower, a 495-room Sheraton Hotel, and a 1,850-space parking structure occupying an entire city block. The Client is transforming the aging property into a vibrant regional entertainment center through the addition of nearly 30 new restaurants, nightlife and entertainment venues. Anne was responsible for all aspects of obtaining Master Conditional Use Permits for alcohol and related entertainment in connection with the project. She managed relationships with the City Council Member’s office and other key City officials, LAPD and local business and resident groups to garner support for the project. 845 South Olive Street and 842 South Grand – Los Angeles, CA: Senior Project Manager for a 29-story condominium/mixed-use project on a through-lot with frontage on two major streets in Downtown’s South Park neighborhood. The project will include a Transfer of Floor Area Ratio (TFAR) at a cost of nearly $1 million to maximize its development potential. Anne is responsible for all aspects of entitlement related to the project. Private Estate Parcel Map Exemption – Beverly Hills and Los Angeles, CA: Senior Project Manager for assessing and advising Client on the viability of adjusting a lot line between adjacent single-family homes for one of the largest and most historic private estates in Los Angeles. The Client’s property straddles the cities of Beverly Hills and Los Angeles, adding an additional layer of jurisdictional complexity. Olympic Tower – Los Angeles, CA: Senior Project Manager for a proposed 57-story hotel/condominium/mixed-use project at the corner of Olympic & Figueroa, on the site of an existing car wash. The nearly 800,000 SF project sits on less than an acre and includes 374 condominiums, a 373-room hotel, over 100,000 SF of commercial and office space, and nearly 850 parking spaces. To achieve the City Charter-maximum 13:1 FAR, the project involves the purchase of over 550,000 SF of Floor Area Ratio (TFAR), at a cost of over $24M. Embracing a structural exoskeleton design that enables a 140-foot tall atrium at the middle of the slender structure, Olympic Tower would be the 6th tallest in Southern 38 Anne S. Williams (Continued) California. Anne leads the project’s entitlements, political, and community outreach efforts. 222 West Second Street – Los Angeles, CA: Senior Project Manager for this 56-story mixed-use development includes 680 rental units and 10,000 SF of ground-floor commercial space along with 2nd and Spring Streets. This architecturally significant office/residential tower is located on a key site directly above Metro’s under-construction Regional Connector station, which will bridge the long-disconnected Civic Center and Historic Core neighborhoods of DTLA. Due to its location on Broadway, the project is subject to five different design standards, including the Broadway Signage Supplemental Use District and the Broadway Community Design Overlay. The project is tasked with integration into the Metro station, due to the shared physical footprint and the flow of thousands of public transit riders to the site each day. Psomas prepared and processed a subdivision map and provided related planning and entitlement services, as well as civil engineering services for infrastructure analysis, street improvement assessment, preliminary low impact development (LID), and grading review. Main Street Mixed Use and Park – Los Angeles, CA: Senior Project Manager for residential project including nearly 400 residential units (including 11% Very Low Income units) and 25,000 SF of ground floor commercial space, spanning almost an entire city block in the heart of Downtown Los Angeles' fast-evolving Fashion District. Anne is responsible for an entitlement process that includes a request for a General Plan amendment, which will enable the desired residential development on land presently zoned for “Manufacturing” purposes. 39 CITY OF HERMOSA BEACH BOARD/COMMISSION APPLICATION Name Of Board/Commission PLANNING COMMISSION Name Jonathan Wicks Phone Number Address Email Hermosa Beach, CA 90254 Occupation/Profession Consultant Employer Name & Address Walker Consultants, LA, CA 90017 REFERENCES (Please List Three References) Personal: Jason McDevitt, HB resident, Professional: Sirinya Matute, HB staff, Other: Ed Hart, HB business owner, COMMUNITY PARTICIPATION AND SERVICE (Past and Present) Why do you wish to become a Commission member? I wish to become a Planning Commissioner to serve my community and neighbors. As a long time resident and renter, younger voices are needed on commissions to better represent the under served members of our best little beach city. Meeting the Regional Housing Needs Assessment goals and adding housing supply are critical to keeping young professionals in our city. What do you feel are the duties and responsibilities of a Commission member? Commissioners are tasked with maintaining and enhancing the built environment of the community. This includes Plan Hermosa generally, and other specific plans, such as Coastal zone. Commissioners advise electeds on council with regard to zoning, municipal codes, and long range planning. Last Updated 10/20/2022 Page 1 of 2 40 41 42 43 44 45 46 47 48 49 City of Hermosa Beach Staff Report City Hall 1315 Valley Drive Hermosa Beach, CA 90254 Staff Report REPORT 23-0080 Honorable Mayor and Members of the Hermosa Beach City Council Special Meeting of February 27, 2023 ADOPTION OF UPDATED RECORDS RETENTION SCHEDULES (City Clerk Myra Maravilla) Recommended Action: Staff recommends City Council adopt a Resolution of the City of Hermosa Beach,California, adopting a records retention schedule,authorizing destruction of certain City records (Attachment 2) . Executive Summary: On October 1,2022,the City entered into contract with Gladwell Governmental Services,Inc.to comprehensively update the City’s current records retention schedule adopted by Resolution No.10- 6699 (Attachment 1).The records retention schedule was last updated in April 2010.Over the past thirteen years,many departments have operationally restructured and modified the records they manage,resulting in many record titles and retention schedules out of compliance with governing laws.The newly proposed records retention schedule,included in Attachment 2,complies with current law and reflects current City operations. Background: The statutes of the State of California prescribe the basic functions and duties of the City Clerk,and the Government Code and Election Code provide precise and specific responsibilities and procedures to follow.There are three pillars to the City Clerk function-elections,legislation,and records.The City Clerk is the City’s elections official,legislative administrator,and records manager. As the City’s records manager,the City Clerk embarked on an overarching review of the City’s existing record management procedures,resulting in a comprehensive update of the records retention schedules. The City Clerk’s office began working with Gladwell Governmental Services,Inc.,an expert in local government records,to update its records management program in October 2022.An update to the existing program,including the records retention schedule,was necessary to reduce current and future records storage costs,clarify the records each department oversees,increase efficiency,take advantage of emerging technology, and reflect changes in law. City of Hermosa Beach Printed on 2/23/2023Page 1 of 3 powered by Legistar™50 Staff Report REPORT 23-0080 Discussion: The updates to the current records management systems are driven by many factors, including: ·Limited space for physical storage in City facilities; ·Duplication in records filing and storing by multiple departments; ·Production and management of many permanent records; ·Escalating records storage expenses; ·Technology advancements; and ·Changes in law. The purpose of the records management program is to apply efficient and economical methods to the creation,utilization,maintenance,retention,preservation,and disposal of all records managed by the City.The proposed retention periods associated with each record title are in compliance with all laws and are standard business practice for California cities. The new retention schedules were written interactively with representatives from each department to reflect current organizational structures,and include any new records not currently listed.The updated schedule provides clear and specific records descriptions and retention periods and applies current law and technologies to the management of City records.By identifying which department is responsible for maintaining the original record,and by establishing clear retention periods for different categories of records,the City would realize significant savings in operational and storage costs, physical office space, and operational efficiencies. It is standard business practice for California cities to authorize the routine destruction of records that have exceeded their adopted retention period.Destruction would only take place upon the request of the department head and with the consent in writing of the department head,City Clerk,and City Attorney.This requirement is provided in Section 2 of the draft resolution.It is also standard business practice for California cities to authorize updates to the approved records retention schedule without further action of the City Council.Authorization for these updates is outlined in Section 3 of the draft resolution (Attachment 2). General Plan Consistency: This report and associated recommendation have been evaluated for their consistency with the City’s General Plan. Relevant Policies are listed below: Governance Element Goal 1. A high degree of transparency and integrity in the decision-making process. City of Hermosa Beach Printed on 2/23/2023Page 2 of 3 powered by Legistar™51 Staff Report REPORT 23-0080 Policy: ·1.10 Record systems and technology.Maintain record systems and utilize technology that promotes public access. Goal 3. Excellent customer service through the use of emerging technologies. Policies: ·3.1 Increased access to services.Strive to provide access to facilities,programs,and services at times and locations that are convenient for residents and businesses. ·3.3 Online materials.As feasible,continue to expand the City’s website with data and materials for residents and people doing business with the City,including City Council and Commission agenda packets,permit application forms,web-based geographic information systems (GIS), and use of new technologies as appropriate. ·3.5 Expanded digital archive.As feasible,expand the use of document imaging to maintain and provide access to vital records. Fiscal Impact: There is no fiscal impact associated with the recommended action. Attachments: 1. Resolution No. 10-6699 2. Draft Resolution Respectfully Submitted by: Myra Maravilla, City Clerk Concur: All Department Directors Legal Review: Patrick Donegan, City Attorney Approved: Suja Lowenthal, City Manager City of Hermosa Beach Printed on 2/23/2023Page 3 of 3 powered by Legistar™52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 Page 1 of 2 RES NO. 23- CITY OF HERMOSA BEACH RESOLUTION NO. 23- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF HERMOSA BEACH, CALIFORNIA, ADOPTING A RECORDS RETENTION SCHEDULE, AUTHORIZING DESTRUCTION OF CERTAIN CITY RECORDS WHEREAS, the maintenance of numerous records is expensive, slows document retrieval, and is not necessary after a certain period of time for the effective and efficient operation of the government of the City of Hermosa Beach; and WHEREAS, Section 34090 of the Government Code of the State of California provides a procedure whereby any City record which has served its purpose and is no longer required may be destroyed; and WHEREAS, the City of Hermosa Beach previously adopted Resolution No. 10- 6699, approving Records Retention Schedules; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF HERMOSA BEACH, CALIFORNIA, DOES HEREBY RESOLVE AS FOLLOWS: SECTION 1. Resolution No. 10-6699 is hereby repealed. SECTION 2. The records of the City of Hermosa Beach, as set forth in the Records Retention Schedule Exhibit A, attached hereto and incorporated herein by this reference, are hereby authorized to be destroyed as provided by Section 34090 et seq. of the Government Code of the State of California and in accordance with the provision of said schedule upon the request of the Department Head and with the consent in writing of the Department Head, City Clerk and City Attorney, without further action by the City Council of the City of Hermosa Beach. SECTION 3. Updates are hereby authorized to be made to the Records Retention Schedule, without any further action by the City Council, with the consent of the Department Head, City Clerk, City Attorney and City Manager. 84 Page 2 of 2 RES NO. 23- SECTION 4. The term “records” as used herein shall include documents, instructions, books, microforms, electronic files, magnetic tape, optical media, or papers; as defined by the California Public Records Act. SECTION 5. The City Clerk shall certify to the passage and adoption of this resolution and enter it into the book of original resolutions. SECTION 6. This resolution shall become effective immediately upon its passage and adoption. PASSED, APPROVED and ADOPTED on this 28th day of February, 2023. Raymond A. Jackson PRESIDENT of the City Council and MAYOR of the City of Hermosa Beach, CA ATTEST: APPROVED AS TO FORM: ________________________________ ________________________________ Myra Maravilla Patrick Donegan City Clerk City Attorney 85 HOW TO USE RETENTION SCHEDULES ©1995-2021 Gladwell Governmental Services, Inc. (909) 337-3516 - all rights reserved Do not duplicate or distribute without prior written permission A legend explaining the information presented in the retention schedule has been printed on the back of each page for your easy reference; an index to locate records is also provided. The specified retention period applies regardless of the media of the record: If a record is stored on paper and a computer file on a hard drive, both records should be destroyed (or er ased) after the specified period of time has elapsed. Copies or duplicates of records should never be retained longer than the prescribed period for the original record. STRUCTURE: CITYWIDE, DEPARTMENTS & DIVISIONS The City-wide retention schedule includes those records all departments have in common (letters, memorandums, purchase orders, etc.). These records are NOT repeated in the Department retention schedule, unless that department is the Office of Record, and therefore responsible for maintaining t he original record for the prescribed length of time. Each department has a separate retention schedule that describes the records that are unique to their department, or for which they are the Office of Record. Where appropriate, the department retention schedules are organized by Division within that Department. If a record is not listed in your department retention schedule, refer to the City-wide retention schedule. An index will be provided for your reference. BENEFITS This retention schedule has been developed by Diane R. Gladwell, MMC, an expert in Municipal Government records, and will provide the City with the following benefits: •Reduce administrative expenses, expedite procedures •Free filing cabinet and office space •Reduce the cost of records storage •Eliminate duplication of effort within the City •Find records faster •Easier purging of file folders •Determine what media should be used to store records For questions, please contact the City Clerk. AUTHORIZATION TO DESTROY RECORDS: Destruction of an original record that has exceeded its retention period must be authorized according to City Policies & Procedures prior to destroying it. •If there is a minimum retention (“Minimum 2 years"), destruction of the document must be authorized before it is destroyed, as it is an original record. Copies, drafts, notes and non-records do NOT require authorization, and can be destroyed “When No Longer Required.” •If there is NOT a minimum retention ("When No Longer Required"), it does NOT need to be authorized prior to destruction, as it is a preliminary draft / transitory record or a copy. On every page of the schedules (near the top, just under the column headings) are important instructions, including instructions regarding holds on destroying records. “Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion).” EXHIBIT "A" 86 RECORDS RETENTION SCHEDULE LEGEND ©1995 – 2022 Gladwell Governmental Services, Inc. (909) 337-3516 - all rights reserved Do not duplicate or distribute without prior written permission OFR (Office of Record): The department that keeps the original or “record copy.” Usually it is the department that originates the record, unless the item is for a City Council meeting (then it is the City Clerk.) Records Description: The record series (a group of like records). Transitory Records not retained in the ordinary course of business, that do NOT have substantive content: Preliminary drafts, notes, or interagency or intra- agency memoranda and records having only transitory value. Examples: Telephone messages, meeting room reservation schedules , logs, source records entered into a computer system that qualifies as a “trusted system”, etc. Non-Record: Documents, studies, books and pamphlets produced by outside agencies, preliminary drafts not retained in the ordinary course of business. Retention/Disposition: Active: How long the file remains in the immediate office area (guideline) Inactive: How long the file is in off-site storage, stored on Optical Disk or Microforms (guideline) Total Retention: The total number of years the record will be retained For file folders containing documents with different retention timeframes, use the document with the longest retention time. P = Permanent Indefinite = No fixed or specified retention period; used for databases, because the data fields are interrelated. Vital? = Those records that are needed for basic operations in the event of a disaster. Media Options (guideline) – the form of the record: Mag = Electronic Computer Magnetic Media (Hard drives, Networks, USB Drives, Cloud, etc.) Mfr = Microforms (aperture cards, microfilm, microfiche, or jackets) Ppr = Paper OD = Optical Disk, CD-r, DVD-r, WORM, or other media which does not allow changes Scan / Import (guideline): “S” indicates the record should be scanned into the document imaging system; “I” indicates the record should be electronically imported into the document imaging system; “M” indicates the record should be microfilmed Destroy Paper after Imaged & QC’d / Trustworthy Electronic Record: “Yes” indicates the electronic record may serve as the OFFICIAL record (and the paper version may be destroyed, or the record may be electronically generated and never exist in paper format;) IF the document has been imaged (electronically generated, scanned or imported and placed on Unalterable Media or Immutable Cloud Media, DVD-R, CD-R, or WORM cation, or microfilmed) which is stored in a safe & separate location, and both the images and indexing Quality Checked (“QC’d”). The electronic record or image must contain all significant details from the original and be an adequate substitute for the original document for all purposes , and other legal mandates apply. Includes all electronic records which are to serve as the Official Record. Legend for legal citations (§: Section) B&P: Business & Professions Code (CA) CBC: California Building Code CC: Civil Code (CA) CCP: Code of Civil Procedure (CA) CCR: California Code of Regulations (CA) CFC: California Fire Code CFR: Code of Federal Regulations (US) EC: Elections Code (CA) EVC: Evidence Code (CA) FA: Food & Agriculture Code FC: Family Code (CA) FTB: Franchise Tax Board (CA) GC: Government Code (CA) H&S: Health & Safety Code (CA) HUD: Housing & Urban Develop. (US) LC: Labor Code (CA) Ops. Cal. Atty. Gen..: Attorney General Opinions (CA) PC: Penal Code (CA) PRC Public Resources Code R&T: Revenue & Taxation Code (CA) UFC: Uniform Fire Code USC: United States Code (US) VC: Vehicle Code (CA) W&I: Welfare & Institutions Code (CA) 87 Ver. 5.0 RECORDS RETENTION SCHEDULE: CITY-WIDE STANDARDS Page CW-1 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference Retentions apply to the department that is NOT the Office of Record (OFR), or the "Lead Department". If you are the OFR, refer to your department retention schedule. Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, claims, complaints, audits, public records act requests, and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Human Resources / Risk Management CW-001 Accident Reports / Incident Reports (Members of the Public - Whether or Not a Claim is Filed) Send to Risk Management Mag, Ppr GC §34090 Finance / Accounts Payable CW-002 Accounts Payable / Invoices and Backup When No Longer Required Yes: Until Paid Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Departments scan invoices to Finance database, which meets regulations for Trustworthy Electronic Records. Finance is the Office of Record; CCP §337 et. seq.; GC §34090.7 Lead Dept.CW-003 Agreements & Contracts ADMINISTRATION (WITHOUT Grant Funding) (Project Administration, Certified Payrolls, RFP - Request for Proposal, etc.) Send all Final Agreements or Contracts and Certiicates of Insurance to the City Clerk Completion + 10 years Yes: Before Completion Mag, Mfr, OD, Ppr S / I Yes: After QC & OD City preference; Covers E&O Statute of Limitations; Published Audit Standards=4-7 years; Statute of Limitations: Contracts & Spec's=4 years, Wrongful Death=comp. + 5 years, Developers=comp. + 10 years; Statewide guidelines propose termination + 5 years; CCP §337 et. seq., GC §34090 Lead Dept.CW-004 Agreements & Contracts: ADMINISTRATION (WITH Grant Funding) (Project Administration, Certified Payrolls, RFP - Request for Proposal.) Send all Final Agreements or Contracts and Certificates of Insurance to the City Clerk Completion + 10 years or After Funding Agency Audit, if required, whichever is longer Yes: Before Completion Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Some grant funding agencies require audits; Statute of Limitations for Errors & Omissions is 10 years; Statute of Limitations: Contracts & Spec's=4 years, Wrongful Death=comp. + 5 years, Developers=comp. + 10 years; CCP §337 et. seq., 2 CFR 200.334; 24 CFR 91.105(h), 92.505, & 570.502(b), 29 CFR 97.42; OMB Circular A-133GC §34090 Lead Dept.CW-005 Agreements & Contracts: UNSUCCESSFUL BIDS, PROPOSALS or RESPONSES to RFPs (Request for Proposals) and/or RFQs (Request for Qualifications) that don't result in a contract 2 years Mag, Ppr Yes: After QC & OD GC §34090 CITY-WIDE (Used by All Departments) HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 88 Ver. 5.0 RECORDS RETENTION SCHEDULE: CITY-WIDE STANDARDS Page CW-2 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference Retentions apply to the department that is NOT the Office of Record (OFR), or the "Lead Department". If you are the OFR, refer to your department retention schedule. Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, claims, complaints, audits, public records act requests, and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY-WIDE (Used by All Departments) CW-006 Boards, Commissions, & Committees: External Organizations - Agendas, Minutes, Resolutions, or other documents (e.g. County Board of Supervisors) When No Longer Required Mag, Ppr Non-records Staffing Dept.CW-007 Boards, Committees, Commissions, Ad-Hoc Committees: Citizen Advisory Created by the City Council - AGENDAS & STAFF REPORTS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; GC §34090 et seq. Staffing Dept.CW-008 Boards, Committees, Commissions, Ad-Hoc Committees: Citizen Advisory Created by the City Council - AUDIO or VIDEO RECORDINGS Minimum 10 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; Audio Required for 30 days; GC §54953.5(b); video recordings of meetings are required for 90 days; GC §34090.6 Staffing Dept.CW-009 Boards, Committees, Commissions, Ad-Hoc Committees: Citizen Advisory Created by the City Council - MINUTES P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090 Staffing Dept.CW-010 Committees: City Council Subcommittees, AGENDAS and MINUTES 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Only Citizen Advisory Boards appointed by the City Council must retain minutes permanently (Council Subcommittees present their recommendations to the full Council); GC §34090 et seq. Staffing Dept.CW-011 Committees: Employee Committees, Employee Staff Meetings / Department Staff Meetings AGENDAS and MINUTES 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Only Citizen Advisory Boards appointed by the City Council must retain minutes permanently (Council Subcommittees present their recommendations to the full Council); GC §34090 et seq. Lead (Responding) Dept. CW-012 Complaints / Concerns from Citizens (Excludes Police Officers) Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD City preference; Statute of Limitations for personal property, fraud, etc. is 3 years; Claims must be filed in 6 months; CCP §§338 et seq., 340 et seq., 342, GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 89 Ver. 5.0 RECORDS RETENTION SCHEDULE: CITY-WIDE STANDARDS Page CW-3 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference Retentions apply to the department that is NOT the Office of Record (OFR), or the "Lead Department". If you are the OFR, refer to your department retention schedule. Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, claims, complaints, audits, public records act requests, and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY-WIDE (Used by All Departments) Lead Dept.CW-013 Copies or duplicates of any record Copies - When No Longer Required Mag Ppr GC §34090.7 Dept. that Authors Document or Receives the City's Original Document CW-014 Correspondence - ROUTINE (Content relates in a substantive way to the conduct of the public's business) (e.g. Letters, Memorandums, Administrative, Chronological, General Files, Reading File, Working Files, etc.) 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 90 Ver. 5.0 RECORDS RETENTION SCHEDULE: CITY-WIDE STANDARDS Page CW-4 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference Retentions apply to the department that is NOT the Office of Record (OFR), or the "Lead Department". If you are the OFR, refer to your department retention schedule. Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, claims, complaints, audits, public records act requests, and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY-WIDE (Used by All Departments) Dept. that Authors Document or Receives the City's Original Document CW-015 Correspondence - TRANSITORY / PRELIMINARY DRAFTS, Interagency and Intraagency Memoranda NOT retained in the ordinary course of business Content NOT Substantive, or NOT made or retained for the purpose of preserving the informational content for future reference (e.g. calendars, checklists, e-mail, social media posting, employee directories, flyers, invitations, instant messaging, inventories, logs, mailing lists, meeting room registrations, speaker cards, staff videoconference chats, notes and recordings, supply inventories, staff videoconferences, chats, notes, recordings, telephone messages, text messages, transmittal letters, thank yous, requests from other cities, preliminary notices for construction projects, undeliverable envelopes, visitors logs, voice mails, webpages, etc.) When No Longer Required Mag, Ppr Electronic and paper records are filed and retained based upon their CONTENT. Records, e-mails, electronic records, or social media postings where the Content relates in a substantive way to the conduct of the public's business, or that ARE made or retained for the purpose of preserving the informational content for future reference are saved by printing them out and placing in a file folder, or saving them electronically in a folder outside the e-mail system; If not mentioned here, consult the City Attorney to determine if a record is considered transitory / preliminary drafts. GC §34090, GC §6252; 64 Ops. Cal. Atty. Gen. 317 (1981)); City of San Jose v. Superior Court (Smith). S218066. Supreme Court of California, 2017 Lead Dept.CW-016 Drafts & Notes: Drafts that are revised (retain final version) When No Longer Required Mag, Ppr As long as the drafts and notes are not retained in the "Regular Course of Business". Consult the City Attorney to determine if a record is considered a draft. GC §§34090, 6252, 6254(a) HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 91 Ver. 5.0 RECORDS RETENTION SCHEDULE: CITY-WIDE STANDARDS Page CW-5 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference Retentions apply to the department that is NOT the Office of Record (OFR), or the "Lead Department". If you are the OFR, refer to your department retention schedule. Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, claims, complaints, audits, public records act requests, and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY-WIDE (Used by All Departments) Lead Dept.CW-017 GIS Database / Data / Layers (both City-wide and Specialized) When No Longer Required Yes Mag The Lead Department should print out historical documents (or save source data) prior to replacing the data, if they require the data or output for historical purposes; Department Preference (Preliminary documents); GC §34090 et seq. Lead Dept.CW-018 Grants (UNSUCCESSFUL Applications, Correspondence)2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090 Lead Dept.CW-019 Grants / CDBG (Community Development Block Grant) / Reimbursable Claims / FEMA Reimbursements / OES Reimbursements (SUCCESSFUL Reports, other records required to pass the funding agency's audit, if required) Applications (successful), grant agreement, copies of invoices, program rules, regulations & procedures, reports to grant funding agencies, correspondence, audit records, completion records After Funding Agency Audit, if required - Minimum 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Meets auditing standards; Grants covered by a Consolidated Action Plan are required for 5 years; Uniform Admin. Requirements for Grants to Local Governments is 3 years from expenditure report or final payment of grantee or subgrantee; statewide guidelines propose 4 years; 2 CFR 200.334; 24 CFR 91.105(h), 92.505, 570.490, & 570.502(a&b), 29 CFR 97.42; OMB Circular A-110 & A-133; GC §34090 Lead Dept.CW-020 Newspaper Clippings When No Longer Required Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Non-records - may be obtained from the newspaper company; GC §34090 Human Resources CW-021 Personnel Files (Department Copies) Shred After Incorporation into Performance Evaluation or Documented Discipline Before Annual Evaluation Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Notes maintained in a separate folder to be incorporated into performance evaluation, or to document progressive discipline; GC §34090 et seq. HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 92 Ver. 5.0 RECORDS RETENTION SCHEDULE: CITY-WIDE STANDARDS Page CW-6 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference Retentions apply to the department that is NOT the Office of Record (OFR), or the "Lead Department". If you are the OFR, refer to your department retention schedule. Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, claims, complaints, audits, public records act requests, and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY-WIDE (Used by All Departments) Lead Dept.CW-022 Personnel Files (Supervisor's Notes) Shred After Incorporation into Performance Evaluation or Documented Discipline Before Annual Evaluation Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Notes maintained in a separate folder to be incorporated into performance evaluation, or to document progressive discipline; GC §34090 et seq. Lead Dept.CW-023 Photographs When No Longer Required Mag, Ppr Preliminary Drafts; destroy unnecessary photographs. GC §§34090, 6252, 6254(a) Lead Dept. (Who Uses the Vehicle) CW-024 Pre-Trip Inspections / Vehicle Safety Checks / Daily Vehicle Inspections / Daily Equipment Checks 2 years Ppr GC §34090; 13 CCR 1234(c) Lead Dept.CW-025 Public Relations / Press Releases 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090 Lead Dept. (Who Ordered the Appraisal) CW-026 Real Estate Appraisal Reports: Property NOT purchased, Loans not funded, etc.2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Not accessible to the public; Statewide Guidelines show 2 years; GC §§34090, 6254(h) Lead Dept. (Who Ordered the Appraisal) CW-027 Real Estate Appraisal Reports: Purchased Property, Funded Loans Minimum 5 years Yes: Before Purchase Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Not accessible to the public until purchase has been completed; meets grant auditing requirements; 2 CFR 200.334; 24 CFR 91.105(h), & 570.502(b); 29 CFR 97.42, GC §34090 CW-028 Reference Materials: Policies, Procedures, Brochures, Flyers, Manuals, Newsletters, etc: Produced by OUTSIDE ORGANIZATIONS (League of California Cities, Chamber of Commerce, etc.) When No Longer Required Mag, Ppr Non-Records HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 93 Ver. 5.0 RECORDS RETENTION SCHEDULE: CITY-WIDE STANDARDS Page CW-7 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference Retentions apply to the department that is NOT the Office of Record (OFR), or the "Lead Department". If you are the OFR, refer to your department retention schedule. Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, claims, complaints, audits, public records act requests, and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY-WIDE (Used by All Departments) Lead Dept.CW-029 Reference Materials: Policies, Procedures, Brochures, Flyers, Manuals, Newsletters, Administrative Policies, etc: Produced by YOUR Department Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Statewide guidelines propose superseded + 2 or 5 years; GC §34090 Lead Dept.CW-030 Reference Materials: Policies, Procedures, Brochures, Flyers, Manuals, Newsletters, Administrative Policies, etc: Produced by OTHER Departments When Superseded Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Copies; GC §34090.7 Lead Dept.CW-031 Reports and Studies (Historically significant - e.g., Zoning Studies)P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Administratively and Historically significant, therefore retained permanently; GC §34090 Lead Dept.CW-032 Reports and Studies (other than Historically significant reports - e.g. Annual Reports)10 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Information is outdated after 10 years; statewide guidelines propose 2 years; If historically significant, retain permanently; GC §34090 Lead Dept.CW-033 Special Projects / Subject Files / Issue Files Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; GC §34090 et seq. Lead Dept.CW-034 Surveys / Questionnaires (that the City issues). If a summary of the data is compiled, the survey forms are considered a draft or transitory record, and can be destroyed as drafts (When No Longer Required) 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 94 Ver. 5.0 RECORDS RETENTION SCHEDULE: CITY-WIDE STANDARDS Page CW-8 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference Retentions apply to the department that is NOT the Office of Record (OFR), or the "Lead Department". If you are the OFR, refer to your department retention schedule. Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, claims, complaints, audits, public records act requests, and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY-WIDE (Used by All Departments) Lead Dept.CW-035 Training Presented by City Staff - COURSE RECORDS (Attendance Rosters, Outlines and Materials; includes Ethics, Harassment, & Safety Training & Tailgates) 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; Ethics Training is 5 years; Statewide guidelines propose 7 years; Calif. Labor Division is required to keep their OSHA records 7 years; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years for personnel actions; 8 CCR §3203 et seq., 29 CFR 1627.3(b)(ii), LC §6429(c); GC §§12946, 34090, 53235.2(b) HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 95 Ver. 4.0 RECORDS RETENTION SCHEDULE: CITY CLERK Page CC-1 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards . Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). City Clerk CC-001 Affidavits of Publications / Affidavits of Posting Notices / Legal Advertising / Notices / Proofs of Publications / Public Hearing Notices 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Brown Act challenges must be filed within 30 or 90 days of action; Statute of Limitations on Municipal Government actions is 3 - 6 months; GC §§34090, 54960.1(c)(1) City Clerk CC-002 Agenda Packets: City Council P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 City Clerk CC-003 Agreements & Contracts - ALL (INFRASTRUCTURE, OR IF IMAGED, JPAs, MOUs) Agreement or Contract includes insurance certificates, and all contractual obligations (e.g. Specifications and Successful Proposal or Scope of Work) Examples of Infrastructure: Architects, Buildings, bridges, covenants, development, environmental, Joint Powers, MOUs, park improvements, property & property restrictions, redevelopment, reservoirs, sewers, sidewalks, street & alley improvements, settlement, subdivisions, utilities, water, etc. P Yes: Before Completion Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; All infrastructure contracts should be permanent for emergency preparedness; Statute of Limitations is 4 years; 10 years for Errors & Omissions; land records are permanent by law; CCP §337 et. seq., GC §34090; Contractor has retention requirements in 48 CFR 4.703 CITY CLERK HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. (909) 337-3516 - all rights reserved Do not duplicate or distribute without prior written permission Adopted: 96 Ver. 4.0 RECORDS RETENTION SCHEDULE: CITY CLERK Page CC-2 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards . Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY CLERK City Clerk CC-004 Agreements & Contracts - ALL (NON- INFRASTRUCTURE, Professional Services Agreements, Tenant / Lease Agreements - NOT IMAGED) Agreement or Contract includes insurance certificates, and all contractual obligations (e.g. Specifications and Successful Proposal or Scope of Work) Examples of Non-Infrastructure: Consultants, Franchises, Landscaping, Painting, Slurry Seals (Paving), Tree Trimming, Leases, Long-Term Facility Rentals, Personnel, Professional Services, etc. Completion + 10 years Yes: Before Completion Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; Statute of Limitations is 4 years; 10 years for Errors & Omissions; land records are permanent by law; CCP §§337. 337.1(a), 337.15, 343; GC §34090, Contractor has retention requirements in 48 CFR 4.703(a) City Clerk CC-005 Board & Commission / Committee Maddy Act Lists / Vacancy Notices 2 years Mag, Ppr Yes: After QC & OD GC §34090 City Clerk CC-006 City Articles of Incorporation P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 City Clerk CC-007 Claim Forms 2 years Yes: Until Settlement Mag, Mfr, OD, Ppr S Yes: After QC & OD Human Resources retains full claim file; GC §34090 City Clerk CC-008 Filing System / Subject Files / Function Filing System - HISTORICALLY SIGNIFICANT, LAND, PLANNING, CAPITAL IMPROVEMENT INFRASTRUCTURE PROJECTS P Mag, Ppr Yes: After QC & OD Department preference; GC §34090 City Clerk CC-009 Filing System / Subject Files / Function Filing System - NOT HISTORICALLY SIGNIFICANT Minimum 2 years Mag, Ppr Yes: After QC & OD Department preference; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. (909) 337-3516 - all rights reserved Do not duplicate or distribute without prior written permission Adopted: 97 Ver. 4.0 RECORDS RETENTION SCHEDULE: CITY CLERK Page CC-3 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards . Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY CLERK City Clerk CC-010 FPPC Economic Interest Filings (FPPC 700 Series Forms - Statement of Economic Interests): ALL 7 years Mag, Mfr, OD, Ppr S / I Yes: After 2 years City maintains original statements; GC §81009(d)(e)(f)&(g) City Clerk CC-011 FPPC Form 801 (Gift to Agency Report) 7 years Mag, Ppr S / I Yes: After 2 years Must post on website; GC §81009(e) City Clerk CC-012 FPPC Form 802 (Event Ticket / Pass Distributions Agency Report)7 years Mag, Ppr S / I Yes: After 2 years Should post on website for 4 years; GC §81009(e) City Clerk CC-013 FPPC Form 803 (Behested Payment Report)7 years Mag, Ppr S / I Yes: After 2 years GC §81009(e) City Clerk CC-014 FPPC Form 806 (Agency Report of Public Official Appointments)7 years Mag, Ppr S / I Yes: After 2 years Must post on website; 2 CCR 18705.5; 2 CCR 18702.5(b)(3); GC §34090; GC §81009(e) City Clerk CC-015 Campaign Filings (FPPC 400 Series Forms & Form 501): UNSUCCESSFUL CANDIDATES 5 years Mag, Mfr, OD, Ppr S / I Yes: After 2 years Paper must be retained for at least 2 years; GC §81009(b)&(g) City Clerk CC-016 Campaign Filings (FPPC 400 Series Forms & Form 501): SUCCESSFUL CANDIDATES (Elected Officials) P Mag, Mfr, OD, Ppr S / I Yes: After 2 years Paper must be retained for at least 2 years; GC §81009(b)&(g) City Clerk CC-017 Campaign Filings (FPPC 400 Series Forms): THOSE NOT REQUIRED TO FILE ORIGINAL WITH CITY CLERK (copies) 4 years Mag, Mfr, OD, Ppr S / I Yes: After 2 years Paper must be retained for at least 2 years; GC §81009(f)&(g) City Clerk CC-018 Campaign Filings (FPPC 400 Series Forms): OTHER COMMITTEES (PACS - not candidate-controlled) 7 years Mag, Mfr, OD, Ppr S / I Yes: After 2 years Paper must be retained for at least 2 years; GC §81009(c)&(g) City Clerk CC-019 Candidate File: Nomination Papers, Candidate Statement Forms, Ballot Designation Forms, etc. - SUCCESSFUL CANDIDATES Term of Office + 4 years Mag, Mfr, OD, Ppr S / I Yes: After 2 years Department Preference; Statewide guidelines proposes 4 years for successful candidates, 2 years for unsuccessful; CA law states term of office and 4 years after the expiration of term and does not delineate between the two; EC §17100 CITY CLERK ELECTIONS (CONSOLIDATED) HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. (909) 337-3516 - all rights reserved Do not duplicate or distribute without prior written permission Adopted: 98 Ver. 4.0 RECORDS RETENTION SCHEDULE: CITY CLERK Page CC-4 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards . Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY CLERK City Clerk CC-020 Candidate File: Nomination Papers, Candidate Statement Forms, Ballot Designation Forms, etc. - UNSUCCESSFUL CANDIDATES Election + 4 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Statewide guidelines proposes 4 years for successful candidates, 2 years for unsuccessful; CA law states term of office and 4 years after the expiration of term and does not delineate between the two; EC §17100 City Clerk CC-021 Elections - GENERAL, WORKING or ADMINISTRATION Files (Correspondence, Applications to fill a Vacancy on the City Council, Precinct Maps, County Election Services, Candidate Statements to be printed in the Sample Ballot, Polling Locations and Precinct Board Members, Notices, Postings, etc.) Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090 City Clerk CC-022 Elections - Petitions (Initiative, Recall or Referendum) Results + 8 months, or Final Examination + 1 year after petition examination if petition is insufficient Ppr Not accessible to the public; The 8 month retention applies after election results, or final examination if no election, unless there is a legal or FPPC proceeding. EC §§17200(b)(3), 17400 (End of Elections Section) City Clerk CC-023 Historical Records, Photographs, & Historical Projects (e.g. City Anniversaries, Incorporation, City Seal, Awards of significant historical interest, Grand Openings, etc.) P Mag, Mfr, OD, Ppr S Yes: After QC'd & OD City Clerk determines historical significance; records can address a variety of subjects and media. Some media (e.g. audio and video tape) may be limited because of the media's life expectancy; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. (909) 337-3516 - all rights reserved Do not duplicate or distribute without prior written permission Adopted: 99 Ver. 4.0 RECORDS RETENTION SCHEDULE: CITY CLERK Page CC-5 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards . Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY CLERKHuman Resources CC-024 Lawsuits / Litigation 5 years Yes: Until Settlement Mag, Mfr, OD, Ppr S Yes: After QC & OD Human Resources retains full litigation file; GC §34090 City Clerk CC-025 Minutes: City Council, P Mag, Mfr, OD, Ppr S / I No GC §34090(e) City Clerk CC-026 Oath of Office / Appointments / Oath for Disaster Worker: ALL - City Council, Boards and Commissions Separation + 4 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department Preference; Statute of Limitations: Public official misconduct is discovery of offense + 4 years, GC §§36507, 34090; PC §§801.5, 803(c); 29 USC 1113 City Clerk CC-027 Ordinances P Mag, Mfr, OD, Ppr S / I No GC §34090(e) City Clerk CC-028 Prop. 218 (Property-based fees - Sewer Fees, Landscape Fees, etc.) Protest Letters / Ballots, Tabulation 2 years Mag, Ppr GC §53753(e)(2) City Clerk CC-029 Public Records Requests / Subpoenas Duces Tecum 2 years Mag, Ppr Yes: After QC'd & OD GC §34090 City Clerk CC-030 Recorded Documents: Deeds, Easements, Right of Ways, Abandonments / Vacation, Liens / Lien Releases P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090(a) City Clerk CC-031 Recordings: Audio or Video of City Council Meetings Minimum 10 years Mag Department preference; Audio Required for 30 days; GC §54953.5(b); video recordings of meetings are required for 90 days; GC §34090.6 City Clerk CC-032 Records Destruction Authorization Forms & Certifications (All Departments)10 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department preference; GC §34090 City Clerk CC-033 Resolutions: City Council P Mag, Mfr, OD, Ppr S / I No GC §34090(e) HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. (909) 337-3516 - all rights reserved Do not duplicate or distribute without prior written permission Adopted: 100 Ver. 4.0 RECORDS RETENTION SCHEDULE: CITY CLERK Page CC-6 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards . Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY CLERKCity Clerk CC-034 Secretary of State Statement of Facts / Registry of Public Officials 2 years Mag, Ppr GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. (909) 337-3516 - all rights reserved Do not duplicate or distribute without prior written permission Adopted: 101 Ver. 2.0 RECORDS RETENTION SCHEDULE: CITY MANAGER Page CM-1 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards . Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). CITY MANAGER City Manager CM-001 City Council Strategic Plan Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department Preference; GC §34090 et seq. City Manager CM-002 Department Activity Logs or Reports / Department Performance Measure Reports Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department Preference; GC §34090 et seq. City Manager CM-003 Proclamations / Commendations / Memoriums / Recognitions, etc.2 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD GC §34090 City Manager CM-004 Projects / Subject Files (Subject will change over time) Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department Preference; GC §34090 et seq. Finance CM-005 Travel Arrangements When No Longer Required Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Preliminary Drafts (Invoices are the final record); GC §34090 et seq. EMERGENCY PREPAREDNESS City Manager CM-006 Committees formed by the City Manager (all records) Cannabis Advisory Committee, Emergency Preparedness Committee - Agenda Packets: Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 City Manager CM-007 Emergency Preparedness Advisory Commission (EPAC) - Formed by the City Council, then Sunset - Agenda Packets: Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 102 Ver. 2.0 RECORDS RETENTION SCHEDULE: CITY MANAGER Page CM-2 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards . Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). City Clerk?CM-008 Emergency Preparedness Advisory Commission (EPAC) Formed by the City Council, then Sunset - Minutes P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090(e) City Manager CM-009 Emergency Preparedness Plans Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 ENVIRONMENTAL PROGRAMS City Manager/ Environmental Programs CM-010 AB 939 Compliance / SB 1383 Compliance (Organic Waste Collection and Recycling)10 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department preference; SB 1383 compliance is required for 5 years; Low-Carbon Fuel Standard regulations credits can be received for 10 years, and are eligible for an extension; 14 CCR § 18995;.2 H&S §39730.7; GC §34090 City Manager/ Environmental Programs CM-011 Reports to Regulatory Agencies (AQMD, California Integrated Waste Management Board, etc.) 10 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department Preference; GC §34090 City Manager/ Environmental Programs CM-012 Solid Waste Services / Hauler Quarterly Reports 10 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department Preference; GC §34090 City Manager/ Environmental Programs CM-013 Stormwater: NPDES Monitoring Reports Minimum 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department preference; Monitoring records required for 3 years; 40 CFR §§122.21, 122.41, 122.44; GC §34090 City Manager/ Environmental Programs CM-014 Stormwater: NPDES Permits Minimum Permit Superseded + 5 years Yes: Until Expiration Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department Preference; Monitoring records required for 3 years; 40 CFR §§122.21, 122.41, 122.44; GC §34090 CCP §337 et seq. HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 103 Ver. 2.0 RECORDS RETENTION SCHEDULE: CITY MANAGER Page CM-3 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards . Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). City Manager/ Environmental Programs CM-015 Tonnage Reports 10 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department Preference; GC §34090 ECONOMIC DEVELOPMENT City Manager / Economic Develop. CM-016 Economic Development Projects / Business Recruitment and Retention Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department Preference; GC §34090 et seq. City Manager / Information Technology CM-017 Backups / Computer Backups (ALL) When No Longer Required Yes Mag. Used for Disaster Recovery Purposes Only; Considered a copy and can be destroyed when no longer required; GC §34090 et seq. City Manager / Information Technology CM-018 Enterprise System Catalogue (Listing of Enterprise-wide Software, posted on line) When Superseded Yes Mag.GC §34090 et seq. City Manager / Information Technology CM-019 UNALTERABLE MEDIA / IMMUTABLE MEDIA (Cloud Immutable Backup, WORM / DVD-r / CD-r / Blue Ray-R) or other unalterable media that does not permit additions, deletions, or changes P OD For legal compliance for Trustworthy Electronic Records (when the electronic record serves as the official record); must be stored in a "safe and separate location"; GC 34090, 12168.7, EVC 1550, CCR 22620 et seq. LEGISLATIVE SERVICES City Manager / Legislative CM-020 Legislative Advocacies, Support or Opposition to proposed Federal or State Legislation Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department preference; GC §34090 INFORMATION TECHNOLOGY HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 104 Ver. 5.0 RECORDS RETENTION SCHEDULE: COMMUNITY DEVELOPMENT (Building, Code Enforcement, Planning ) Page CD-1 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). BUILDING & SAFETY Community Development / Building & Safety CD-001 Address Files / Building Permits P Yes (all) Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090, H&S §19850 Community Development / Building & Safety CD-002 Building Permit Database (Accela)Indefinite Yes (all)Mag Department Preference - Data is interrelated; GC §34090, H&S §19850 Community Development / Building & Safety CD-003 Building Plans - Cancelled or Withdrawn Minimum Cancelled or Withdrawn Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; Preliminary drafts not retained in the ordinary course of business; CBC §104.7; H&S§19850, GC §34090 Community Development / Building & Safety CD-004 Building Plans - Expired Minimum After Expiration Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; CBC §104.7; H&S§19850, GC §34090 Community Development / Building & Safety CD-005 Building Plans - Finalled - TENANT IMPROVEMENTS P Yes (all) Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; Law requires for the life of the building for commercial and common interest dwellings only; CBC 104.7 & 107.5, H&S§19850, GC §34090 Community Development / Building & Safety CD-006 Building Plans - Finalled - INDUSTRIAL, COMMERCIAL, MULTI-FAMILY DWELLINGS, PLACES OF PUBLIC ACCOMMODATION P Yes (all) Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; Law requires for the life of the building for commercial and common interest dwellings only; CBC 104.7 & 107.5, H&S§19850, GC §34090 IHERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 105 Ver. 5.0 RECORDS RETENTION SCHEDULE: COMMUNITY DEVELOPMENT (Building, Code Enforcement, Planning ) Page CD-2 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Community Development / Building & Safety CD-007 Building Plans - Finalled - SINGLE FAMILY RESIDENTIAL - SFR and APPURTENANCES Energy Calculations, Structural Calculations P Yes (all) Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; State law requires plans need not be filed for dwellings less than 2 stories, garages & appurtenances, farms/ranches, 1-story with bearing walls less than 25'; CBC requires 180 days from completion date; CBC 104.7 & 107.5, H&S§19850, GC §34090 Community Development / Building & Safety CD-008 California Building Codes / Uniform Building Codes Minimum While Ordinance is in Force Mag, Mfr, OD, Ppr S Yes: After QC & OD GC §50022.6 Community Development / Building & Safety CD-009 Certificate of Occupancy (CofO)P Yes (all) Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference; GC §34090 Community Development / Building & Safety CD-010 Copyright Release Forms / Requests & Permissions to Receive Copies of Plans (to and from Architects) 2 years Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference (kept with the Building Permit file); GC §34090 Community Development / Building & Safety CD-011 Correction Notices When Permit is Finalled Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference (Preliminary Drafts); GC §34090 Community Development / Building & Safety CD-012 Emergency Plans, Hazardous Materials Response Plans, etc. Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Statewide guidelines propose superseded + 2 or 5 years; GC §34090 IHERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 106 Ver. 5.0 RECORDS RETENTION SCHEDULE: COMMUNITY DEVELOPMENT (Building, Code Enforcement, Planning ) Page CD-3 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Community Development / Building & Safety CD-013 Geotechnical and Soils Reports (all)P Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Department Preference; GC §34090 Community Development / Building & Safety CD-014 Plan Check Comments (Site Plan File)When Permit is Finalled Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference (Preliminary Drafts); GC §34090 Community Development / Building & Safety CD-015 Stop Work Notices, Correction Notices After Permit is Finalled Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference (Preliminary Drafts); GC §34090 CODE ENFORCEMENT Community Development / Code Enforce. CD-016 Code Enforcement / Abatement Case Files (Includes appeals and Code Enforcement Complaint Letters) Minimum 2 years Yes: Until Resolution Mag, Ppr Department preference; GC §34090 Community Development / Code Enforce. CD-017 Hearing Officer Determinations (for appeals of Code Enforcement Actions) Minimum 2 years Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD GC §34090 Community Development / Code Enforce. CD-018 Liens, Lien Releases P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090(a) Community Development / Code Enforce. CD-019 Notice of Violations ./ Code Enforcement Citations Minimum 2 years Mag, Mfr, OD, Ppr S/I Yes: When Inactive Department preference; GC §34090 LAND DEVELOPMENT ENGINEERING IHERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 107 Ver. 5.0 RECORDS RETENTION SCHEDULE: COMMUNITY DEVELOPMENT (Building, Code Enforcement, Planning ) Page CD-4 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Community Development / Engineering Land Development / Private Development: Administration File Construction Bonds, Indemnity Bonds, Photos, Private Lab Verifications, Testing Lab Final Reports Completion + 10 years Yes: Until Completed Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Statute of Limitations for Errors & Omissions is 10 years; Published Audit Standards=4-7 years; Statute of Limitations: Contracts & Spec's=4 years, Wrongful Death=comp. + 5 years, Developers=comp. + 10 years; Statewide guidelines propose termination + 5 years; CCP §337 et. seq., GC §34090 Community Development / Engineering Land Development / Private Development: Permanent File Drainage, Driveway, Encroachments, Grading Permits & Plans, Rights of Way, Soils Reports, Stormwater, etc. Dedications, Easements, Abandonments (City Clerk is OFR) P Yes: Until Completed Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Department preference; retained for disaster preparedness purposes; Statewide guidelines propose Permanent for Infrastructure plans; Final environmental determinations are required to be kept a "reasonable period of time"; 14 CCR §15095(c); CCP §337 et. seq., GC §34090 PLANNING IHERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 108 Ver. 5.0 RECORDS RETENTION SCHEDULE: COMMUNITY DEVELOPMENT (Building, Code Enforcement, Planning ) Page CD-5 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Community Development / Planning CD-020 Planning Projects - Discretionary & Ministerial - Approved Permanent Entitlements & Permits (Includes Associated CEQA Noticing, Conditions of Approval, Environmental Determinations, Staff Reports, Plans) Examples: Conditional Use Permits (CUPs) Development Plan Review General Plan / General Plan Amendments Lot Line Adjustment Master Plan Rezones Specific Plan Tentative Subdivision Maps / Parcels Maps Use Permits Variance Zoning Clearance (Temporary Events, Banners, Home Occupation, etc.) Zoning Ordinance / Updates P Yes Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; Final environmental determinations are required to be kept a "reasonable period of time"; 14 CCR §15095(c); GC§§34090, 34090.7 Community Development / Planning CD-021 Annexations / Boundaries / Consolidations / LAFCO P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Land Records; GC §34090 Community Development / Planning CD-022 Census, Demographics When No Longer Required Mag, Ppr (Non-Records - Census Bureau is OFR) Community Development / Planning CD-023 Economic Development Committee AGENDAS & AGENDA PACKETS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 IHERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 109 Ver. 5.0 RECORDS RETENTION SCHEDULE: COMMUNITY DEVELOPMENT (Building, Code Enforcement, Planning ) Page CD-6 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Community Development / Planning CD-024 Economic Development Committee AUDIO or VIDEO RECORDINGS Minimum 10 years Mag Department preference; Audio Required for 30 days; GC §54953.5(b); video recordings of meetings are required for 90 days; GC §34090.6 Community Development / Planning CD-025 Economic Development Committee MINUTES, BYLAWS, RESOLUTIONS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090(e) Community Development / Planning CD-026 Environmental Determinations: Environmental Impact Reports (EIRs), Negative Declarations, etc.) / CEQA Correspondence and staff notes that provide insight into the project or the agency’s CEQA compliance with respect to the project Final Environmental Determinizations are retained Permanently in the Planning Project Files . Project Approval or Denial + 2 years Mag, Ppr Not all internal communications and notes are required to be saved; "E-mails that do not provide insight into the project or the agency’s CEQA compliance with respect to the project — are not within the scope of section 21167.6, subdivision (e) and need not be retained." Golden Door Properties, LLC v. Superior Court of San Diego County (County of San Diego, et al., Real Parties in Interest) (53 Cal.App.5th 733); PRC 21167,6; GC §34090 Community Development / Planning CD-027 Environmental Determinations: Environmental Impact Reports (EIRs), Negative Declarations, etc.) / CEQA Inside City boundaries - Where Planning is the Lead P Mag, Mfr, OD, Ppr S Yes: After QC & OD Usually filed in the project file; Final environmental determinations are required to be kept a "reasonable period of time"; 14 CCR §15095(c); GC §34090 Community Development / Planning CD-028 General Plan, Elements and Amendments P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 Community Development / Planning CD-029 Long Range Planning / Planning Studies P Mag, Mfr, OD, Ppr S Yes: After QC & OD Usually filed in the project file; Final environmental determinations are required to be kept a "reasonable period of time"; 14 CCR §15095(c); GC §34090 IHERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 110 Ver. 5.0 RECORDS RETENTION SCHEDULE: COMMUNITY DEVELOPMENT (Building, Code Enforcement, Planning ) Page CD-7 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Community Development / Planning CD-030 Master Plans, Specific Plans, Land Use Plans and Amendments P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 Community Development / Planning CD-031 Materials Boards When No Longer Required Mag, Ppr Preliminary drafts not retained in the ordinary course of business; GC §34090 Community Development / Planning CD-032 Planning Commission AGENDAS & AGENDA PACKETS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 Community Development / Planning CD-033 Planning Commission AUDIO or VIDEO RECORDINGS Minimum 10 years Mag Department preference; Audio Required for 30 days; GC §54953.5(b); video recordings of meetings are required for 90 days; GC §34090.6 Community Development / Planning CD-034 Planning Commission MINUTES, BYLAWS, RESOLUTIONS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090(e) Community Development / Planning CD-035 Temporary Use Permits (TUP) / Temporary Signs / Banner Permits, Film Permits, etc. (Approved & Unapproved) Christmas Tree Lots, Pumpkin Lots, etc. Expiration + 2 years Yes: During Event Mag, Ppr Department preference; GC§§34090 Community Development / Planning CD-036 Zoning Maps (Historically Significant)P Yes (all) Mag, Mfr, OD, Ppr S No Department Preference; GC §34090 Community Development / Planning CD-037 Zoning Ordinance Amendments / Zone Changes P Yes Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference (copies); GC §34090.7 IHERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 111 Ver. 3.0 RECORDS RETENTION SCHEDULE: COMMUNITY RESOURCES Page CR-1 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). COMMUNITY RESOURCES Community Resources CR-001 _Recreation Database / Class Registration Database (ACTIVE net)Indefinite Mag, Ppr May contain e-packets with electronic waivers; Data is interrelated; GC §34090 Community Resources CR-002 Activity Guide / Class Guide / Program Guide (Final) Minimum 2 years Yes: During Class or Program Mag, Mfr, OD, Ppr S / I Yes: After QC'd & OD Department preference; GC §34090 Community Resources CR-003 Applications / Participants' Registration / Liability Forms / Release of Liability Forms / Photo Releases / Waivers of Liability / Permissions: Camps, Field Trips, Authorization to give Medicine, etc. 2 years Yes: During Class or Program Mag, Ppr GC §34090 Community Resources CR-004 Contracts for Instructors and Performers (includes Certificates of Insurance) Completion + 2 years Yes: During Class or Program Mag, Ppr Department preference; CCP §337; GC §34090 Community Resources CR-005 Evaluations / Surveys (Programmatic Evaluations of Recreation programs) When No Longer Required Mag, Ppr Content Not Substantive / Preliminary drafts / Transitory records; GC §34090 Community Resources CR-006 Film Permits Expiration + 2 years Mag, Ppr GC §34090 et. seq. City Clerk CR-007 Leases, Long-term Facility Rentals or Long Term Special Event Contracts or MOUs Copies - When No Longer Required Mag Ppr City Clerk retains originals; GC §34090.7 Community Resources CR-008 Park Facility Use Requests / Field Rentals / Facility Use Applications and Permits (includes ABC Permits, where required) 2 years Mag, Ppr GC §34090 et. seq. Community Resources CR-009 Parks & Recreation Commission AGENDAS & AGENDA PACKETS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 112 Ver. 3.0 RECORDS RETENTION SCHEDULE: COMMUNITY RESOURCES Page CR-2 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Community Resources CR-010 Parks & Recreation Commission AUDIO or VIDEO RECORDINGS 2 years Mag Department preference; Audio Required for 30 days; GC §54953.5(b); video tapes of meetings are required for 90 days; GC §34090.6 Community Resources CR-011 Parks & Recreation Commission MINUTES, BYLAWS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090(e) Community Resources CR-012 Rosters / Sign-in / Sign-Out Sheets for classes and programs 2 years Mag, Ppr GC §34090 Community Resources CR-013 Schedules / Hours (classes and staff) When No Longer Required Mag, Ppr Content not substantive; Preliminary drafts not retained in the ordinary course of business; GC §34090 Community Resources CR-014 Special Event Permits Expiration + 2 years Mag, Ppr GC §34090 et. seq. Community Resources CR-015 Theatre Use Permits / Short-Term Use Agreements Expiration + 2 years Mag, Ppr GC §34090 et. seq. HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 113 Ver. 6.0 RECORDS RETENTION SCHEDULE: FINANCE Page FIN-1 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). FINANCE / ACCOUNTS PAYABLE & PURCHASING Finance / Accounts Payable & Purchasing FIN-001 1099's / 1096's 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; IRS: 4 years after tax is due or paid (longer for auditing & contractor delinquency); Ca. FTB: 3 years; 26 CFR §31.6001-1(e)(2), R&T §19530, GC §34090; 29 USC 436 Finance / Accounts Payable & Purchasing FIN-002 Accounts Payable WITH GRANT FUNDING / Purchase Orders / Invoices and Backup / Warrants / Refunds / Credit Card Statements / P-Card Statements / Energy Rebates (Includes Invoices, Petty Cash, Material Requisitions, Travel Expense Reimbursements, etc.) 7 years Yes: Until Paid Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; 5 years meets municipal government auditing standards and Statute of Limitations for contracts; Purchasing preference for P- Card Invoices (48 CFR 4.805 requires Federal Agencies to retain their contracts, unsuccessful & successful proposals 6 years after final payment); CCP §337 et. seq.; GC §34090 Finance / Accounts Payable & Purchasing FIN-003 Accounts Payable WITHOUT GRANT FUNDING / Purchase Orders / Invoices and Backup / Warrants / Refunds / Credit Card Statements / P-Card Statements / Energy Rebates (Includes Invoices, Petty Cash, Material Requisitions, Travel Expense Reimbursements, etc.) 5 years Yes: Until Paid Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; 5 years meets municipal government auditing standards and Statute of Limitations for contracts; Purchasing preference for P- Card Invoices (48 CFR 4.805 requires Federal Agencies to retain their contracts, unsuccessful & successful proposals 6 years after final payment); CCP §337 et. seq.; GC §34090 Finance / Accounts Payable & Purchasing FIN-004 W-9s Vendor Inactive + 3 years Yes: Until Paid Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Meets IRS Auditing Standards (3 years after the last payment to the vendor); GC §34090 Finance / Accounts Payable & Purchasing FIN-005 Vehicle Titles / Pink Slips Upon Sale or Disposal of Vehicle Mag, Ppr Title is transferred to new owner or auction house HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 114 Ver. 6.0 RECORDS RETENTION SCHEDULE: FINANCE Page FIN-2 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). FINANCE / ACCOUNTS RECEIVABLE Finance / Customer Service FIN-006 _Finance Customer Service databases Databases (Quickbooks, Eden)Indefinite Mag Department Preference (Data is interrelated); Data cannot be destroyed, written over, or altered without approval by City Council; 18 CFR 125.3; GC §34090 Finance / Accounts Receivable FIN-007 Accounts Receivable / Revenue / Our Invoices to Outside Entities: Grant Income, Insurance Companies, Franchise Fees, DUI Billing, Transient Occupancy Tax (TOT), Auctions of Surplus Property, UUT - Utility Users Tax, etc. 5 years Yes: Until Paid Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; Meets auditing standards; GC §34090 et seq. Finance / Customer Service FIN-008 Bankruptcies - NO CLAIM FILED When No Longer Required Mag, Ppr, Mfr, OD S Yes: After QC & OD Not City records (account is closed and bankruptcy noted in database) Finance / Customer Service FIN-009 Bankruptcies - WHERE A CLAIM IS FILED 10 years Mag, Ppr, Mfr, OD S Yes: After QC & OD Department Preference (negative information remains on credit ratings for 7 years); GC §34090 Finance / Customer Service FIN-010 Billing / Accounts Receivable / Customer Billing 5 years Mag, Ppr, Mfr, OD S Yes: After QC & OD Department preference; Meets auditing standards; GC §34090 et seq. Finance / Accounts Receivable FIN-011 Cash Receipts, Rents, Other Income 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; Meets auditing standards; GC §34090 et seq. Finance / Customer Service FIN-012 Collections / Master Collection List / Write Offs / Collection Agency Assignments (and associated disputes) 7 years Mag, Ppr, Mfr, OD S Yes: After QC & OD Department preference (negative information remains on a customer's credit rating for 7 years; GC §34090 FINANCE / CASHIER HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 115 Ver. 6.0 RECORDS RETENTION SCHEDULE: FINANCE Page FIN-3 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Finance / Cashier FIN-013 Animal Licensing / Dog Licenses 5 years Mag, Ppr, Mfr, OD S Yes: After QC & OD Department preference; Meets auditing standards; GC §34090 et seq. Finance / Cashier FIN-014 Animal Licensing Record of All Efforts to Contact Owner and/or Microchip’s Primary Registrant 2 years Mag, Ppr, Mfr, OD S Yes: After QC & OD FA §§31108.3 and 31752.1; GC §34090 Finance / Cashier FIN-015 Business License New Applications & Permits 5 years Mag, Ppr, Mfr, OD S Yes: After QC & OD Department preference; Meets auditing standards; GC §34090 et seq. Finance / Cashier FIN-016 Business License Renewals 5 years Mag, Ppr, Mfr, OD S Yes: After QC & OD Department preference; Meets auditing standards; GC §34090 et seq. Finance / Cashier FIN-017 Parking Citations 5 years Mag, Ppr, Mfr, OD S Yes: After QC & OD Department preference; Meets auditing standards; GC §34090 et seq. FINANCE / DEBT SERVICES Finance / Debt Services FIN-018 Bonds & Bond Sales / Official Statements / Transcripts / Certificates of Participations (COPs) - Includes Continuing Disclosure Reports See Bank Statements for statement retention. Fully Defeased + 10 years Yes: Until Maturity Mag, Ppr Department Preference; Statute of Limitations for bonds, mortgages, trust deeds, notes or debentures is 6 years; Bonds issued by local governments are 10 years; There are specific requirements for disposal of unused bonds; CCP §§336 et seq. 337.5(a); 26 CFR 1.6001-1(e): GC §43900 et seq. FINANCE / GENERAL LEDGER Finance / General Ledger FIN-019 _Financial Services Database (Eden)Indefinite Yes Mag Data Fields / Records are interrelated; GC §34090 Finance / General Ledger FIN-020 Audit Work Papers When No Longer Required Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Preliminary drafts / content not substantive; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 116 Ver. 6.0 RECORDS RETENTION SCHEDULE: FINANCE Page FIN-4 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Finance / General Ledger FIN-021 Audits - Annual Financial Reports / Annual Consolidated Financial Report (ACFR)P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; GC §34090 Finance / General Ledger FIN-022 Audits - Single Audits, Grant Audits, IRS Audits, Transportation Audits, PERS Audit, etc. 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference (meets municipal government auditing standards); GC §34090 Finance / General Ledger FIN-023 Bank Statements, Bank Reconciliations 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; meets auditing standards; GC §34090, 26 CFR 31.6001- 1 Finance / General Ledger FIN-024 Banking Transactions, Bank Wire Transactions, Confirmations 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; meets auditing standards; GC §34090 Finance / General Ledger FIN-025 Budgets - Finals and Amendments P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; GC §34090 Finance / General Ledger FIN-026 Budgets Work Papers When No Longer Required Mag, Ppr Preliminary drafts; GC §34090 Finance / General Ledger FIN-027 Checks / Warrants (Cashed / Paid) 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Meets municipal government auditing standards; GC § 34090 Finance / General Ledger FIN-028 Checks / Warrants (VOIDED)When No Longer Required Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Preliminary drafts; GC §34090 Finance / General Ledger FIN-029 Escheat (Unclaimed money / uncashed checks) 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; All tangible property held by government agencies escheats after 3 years; Statute of Limitations is 1 year for seized property; CCP §§340(d), 1519; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 117 Ver. 6.0 RECORDS RETENTION SCHEDULE: FINANCE Page FIN-5 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Finance / General Ledger FIN-030 Fiscal Agent Statements, Investment Account Statements, LAIF Statements / Local Agency Investment Fund Trustee Statements 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; meets auditing standards; GC §34090, 26 CFR 31.6001- 1 Finance / General Ledger FIN-031 Fixed Asset Inventories When Superseded Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Preliminary drafts; GC §34090 Finance / General Ledger FIN-032 Investments / Investment Statements / Certificate of Deposit / Investment Bonds (Receipts / Advisor Reports / Trade Tickets 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; Meets auditing standards; statewide guidelines propose permanent; FTC Reg's rely on "self-enforcement"; GC§§ 34090, 43900 Finance / General Ledger FIN-033 Journal Entries / Journal Vouchers 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; meets auditing standards; GC §34090, 26 CFR 31.6001- 1 Finance / General Ledger FIN-034 OES / FEMA Claims 10 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference (meets municipal government auditing standards); GC §34090 Finance / General Ledger FIN-035 Reports, General Ledger, Subsidiary Ledgers, Reconciliations, Registers, Transaction Histories, Balance Sheets, Revenue & Expenditure Reports, Check Registers, Warrant Registers, etc. (FROM DATABASE - ANNUAL, MONTHLY OR PERIODIC) When No Longer Required Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference (The Financial System Database is the original; reports are considered drafts or copies); GC §34090 Finance / General Ledger FIN-036 Reports: Annual State or Federal: State Controller's Report, Local Government Compensation Report, Gas Tax, MOE (Maintenance of Effort) Report, Street Report, etc. 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; Meets auditing standards; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 118 Ver. 6.0 RECORDS RETENTION SCHEDULE: FINANCE Page FIN-6 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Finance / General Ledger FIN-037 Tax - Annual Tax Roll and Special Assessments: Landscape and Lighting Districts, Sewer Districts, Undergrounding Districts, etc. 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; Meets auditing standards; GC §34090 Finance / General Ledger FIN-038 Tax - Sales Tax Reports (HdL)When No Longer Required Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Compilation of Non-Records / Preliminary drafts used to project revenue; GC §34090 FINANCE / PAYROLL Finance / Payroll FIN-039 CalPERS & PARS Statements & Reports - Annual Valuation Reports, Actuarial Valuation Reports 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; Meets auditing standards; GC §34090 Finance / Payroll FIN-040 DE-6, DE-7, DE-9, DE-34, DE-43, W-3 & DE-166, 941 Forms, PERS / FICA & Medicare Adjustments - Quarterly Payroll Tax Returns / OASDI, Federal Tax Deposits, Adjustments, etc. 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; IRS: 4 yrs after tax is due or paid; Ca. FTB: 3 years; Articles show 7 years; IRS Reg §31.6001-1(e)(2), R&T §19530; 29CFR 516.5 - 516.6, 29USC 436, GC §34090 Finance / Payroll FIN-041 Deferred Compensation Reports & Statements 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; Meets auditing standards; GC §34090 Finance / Payroll FIN-042 Employee Payroll Files - Includes Benefit Enrollments, Deductions and Authorizations Separation + 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; Meets municipal government auditing standards; GC §34090 Finance / Payroll FIN-043 Garnishments Satisfied + 5 years, or Separation of Employee Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090; 26 CFR 31.6001.1 Finance / Payroll FIN-044 Payroll Database (Eden)Indefinite Yes Mag Data Fields / Records are interrelated; GC §34090 Finance / Payroll FIN-045 Payroll Reports - Periodic Bi-weekly Payroll Report 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; Meets municipal government auditing standards; PERS Circular letter 200-051- 17; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 119 Ver. 6.0 RECORDS RETENTION SCHEDULE: FINANCE Page FIN-7 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Finance / Payroll FIN-046 Time Cards / Time Sheets 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; Meets auditing standards (audit + 4 years); IRS requires 4 years; Ca. requires 2 yr min.; FTB keeps 3 years; IRS Reg §31.6001- 1(e)(2), R&T §19530; LC § 1174(d); 29 CFR 516.5; 29 CFR 516.5 & 516.6(c); GC §34090 Finance / Payroll FIN-047 W-2's 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference for Grant Auditing Purposes; Meets municipal government auditing standards; GC §34090 Finance / Payroll FIN-048 W-4's Superseded or Separated + 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD W-4s are required four years after the due date of such tax for the return period to which the records relate, or the date such tax is paid, whichever is the later. 26 CFR 31-6001-1; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 120 Ver. 3.0 RECORDS RETENTION SCHEDULE: HUMAN RESOURCES Page HR-1 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS : Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). HUMAN RESOURCES Human Resources HR-001 Benefit Plan Documents (CalPERS, Dental, Vision, etc.) Duration of the Contract + 6 years Yes: For Duration of Contract Mag, Ppr EEOC / ADEA (Age) requires 1 year after benefit plan termination; Federal law requires 6 years after filing date for retirement; State Law requires 2 years after action; 29 CFR 1627.3(b)(2); 29 USC 1027; 11 CCR 560; 28 CCR 1300.85.1; GC §34090 Human Resources HR-002 Civil Service Commission AGENDAS & AGENDA PACKETS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 Human Resources HR-003 Civil Service Commission AUDIO or VIDEO RECORDINGS Minimum 2 years Mag Department preference; Audio Required for 30 days; GC §54953.5(b); video tapes of meetings are required for 90 days; GC §34090.6 Human Resources HR-004 Civil Service Commission MINUTES, BYLAWS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090(e) Human Resources HR-005 Claim for Damages / Claims Against the City Final Resolution + 5 years Yes: Until Settlement Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference; Meets municipal government auditing standards; Statute of Limitations is 4 years; CCP §§337 et seq., 343; GC §34090, Human Resources HR-006 Classification / Reorganization Studies (for employee classifications and department structures) Minimum 3 years Mag, Ppr Department preference; Bureau of National Affairs recommends 2 years for all supplementary Personnel records; Wage rate tables are 1 or 2 years; State requires 2 years; 29 CFR 516.6, 29 CFR 1602.14, GC §§12946, 34090 Human Resources HR-007 Compensation Surveys & Studies Minimum 3 years Mag, Ppr Department preference; Bureau of National Affairs recommends 2 years for all supplementary Personnel records; Wage rate tables are 1 or 2 years; State requires 2 years; 29 CFR 516.6(2), 29 CFR 1602.14, GC §§12946, 34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 121 Ver. 3.0 RECORDS RETENTION SCHEDULE: HUMAN RESOURCES Page HR-2 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS : Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Human Resources HR-008 Contracts for Investigators Completion + 5 years Yes: Before Completion Mag, Ppr Department preference; Statute of Limitations for contractual obligations is 4 years; CCP §§337. 337.1(a), 337.15, 343; GC §34090 Human Resources HR-009 COVID-19 Attestations by Employees, COVID-19 Notifications to Employees 3 years Mag Ppr LC §6409.6(k), GC §34090 Human Resources HR-010 Department of Fair Employment & Housing (DFEH or EEOC) Claims / Harassment Claims Minimum Final Disposition + 5 years Mag, Ppr Department preference; All State and Federal laws require retention until final disposition of formal complaint; State requires 2 years after "fully and finally disposed"; 2 CCR 11013(c); GC §§12946, 34090 Human Resources HR-011 Employee Investigations Minimum Separation + 3 years Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference; statute of limitations for EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; 29 CFR 1602.31 & 1627.3(b)(1), GC §§12946, 34090; Human Resources HR-012 Employment Verifications When No Longer Required Mag, Ppr Non-records, content is not substantive; GC §34090 et seq. Human Resources HR-013 Grievances Separation + 6 years Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference; statute of limitations for retirement benefits is 6 years from last action; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; 29 CFR 1602.31 & 1627.3(b)(1), GC §§ 3105, 12946, 34090; LC 1198.5; 26 CFR 31- 6001-1; 53235.2(b); 53237.2(b) HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 122 Ver. 3.0 RECORDS RETENTION SCHEDULE: HUMAN RESOURCES Page HR-3 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS : Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Human Resources HR-014 I-9s Separation + 3 years Mag, Mfr, OD, Ppr S Yes: After QC & OD Required for 1 year from termination or 3 years from hiring, whichever is later; EEOC / FLSA / ADEA (Age) requires 3 years for "any other forms of employment inquiry"; State Law requires 2 -3 years; 8 CFR 274a.2; 29 CFR 1627.3(b)(1); GC §§12946, 34090 Human Resources HR-015 Job Descriptions / Classification Specifications Minimum Superseded + 3 years Mag, Mfr, OD, Ppr S / I Yes: After 1 year Department preference; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; retirement benefits is 6 years from last action; 29 CFR 1602.31 & 1627.3(b)(1), 8 CCR §3204(d)(1) et seq., GC §§12946, 34090 Human Resources HR-016 Lawsuits / Litigation Final Resolution + 5 years Yes: Until Settlement Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference; Meets municipal government auditing standards; Statute of Limitations is 4 years; CCP §§337 et seq., 343; GC §34090, Human Resources HR-017 OSHA Citations and Inspections 5 years Mag, Ppr OSHA requires 5 years; State law requires 2 years; 8 CCR §3203(b)(1), OMB 1220- 0029; GC §34090; LC §6429c Human Resources HR-018 OSHA Logs - 200, 300, 301, 301A 5 years Mag, Ppr OSHA requires 5 years; State law requires 2 years; 8 CCR 14300.33(a), 8 CCR §3203(b)(1), GC §34090.7; LC §6429c HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 123 Ver. 3.0 RECORDS RETENTION SCHEDULE: HUMAN RESOURCES Page HR-4 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS : Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Human Resources HR-019 Personnel Files - Benefit File Benefit Enrollments Separation + 6 years Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference; statute of limitations for retirement benefits is 6 years from last action; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; 29 CFR 1602.31 & 1627.3(b)(1), GC §§ 3105, 12946, 34090; LC 1198.5; 26 CFR 31- 6001-1; 53235.2(b); 53237.2(b) Human Resources HR-020 Personnel Files - Employee File (Main File) Includes Application, Discipline, Evaluations, Policy Acknowledgements, Oath of Office / Oath for Disaster Worker, Personnel Action Forms, Training Certificates (Ethics Certificates for Employees, Harassment Certificates for Employees, etc.) Separation + 6 years Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference; statute of limitations for retirement benefits is 6 years from last action; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; 29 CFR 1602.31 & 1627.3(b)(1), GC §§ 3105, 12946, 34090; LC 1198.5; 26 CFR 31- 6001-1; 53235.2(b); 53237.2(b) Human Resources HR-021 Personnel Files - Medical File Pre-employment Medical Clearances, ADA Accommodations, Fit for Duty, etc. Separation + 30 years Yes: Until Separation Mag, Mfr, OD, Ppr S Yes: After QC & OD Department preference; Files maintained separately; Claims can be made for 30 years for toxic substance exposure; 8 CCR §3204(d)(1) et seq., 8 CCR 5144, 8 CCR 15400.2; 29 CFR 1910.1020(d)(1)(i), GC §§12946, 34090 Human Resources HR-022 Recruitment and Testing File (Includes Advertisements, Applications for Unsuccessful Candidates, Interview Notes, Job Brochures, Test Data, Testing Analysis & statistical Metric, Job Analysis, Rating Sheets, Scantrons, etc.) Hiring Decision + 4 years Mag, Ppr State Law requires 4 years; EEOC / FLSA / ADEA (Age) requires 1-3 years; 29 CFR 1627.3(b)(1), 29 CFR 1602.14 et seq.2 CCR 11013(c); GC §§12946, 34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 124 Ver. 3.0 RECORDS RETENTION SCHEDULE: HUMAN RESOURCES Page HR-5 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS : Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Human Resources HR-023 Recruitment Database (NeoGov) Hiring Decision + 4 years Mag, Ppr State Law requires 4 years; EEOC / FLSA / ADEA (Age) requires 1-3 years; 29 CFR 1627.3(b)(1), 29 CFR 1602.14 et seq.2 CCR 11013(c); GC §§12946, 34090 Human Resources HR-024 Workers Compensation Claims / Long Term Disability Claims (Includes all Accident, Incident, or Injury Reports from Employees) Separation + 30 years Yes: Until Separation Mag, Mfr, OD, Ppr S Yes: After QC & OD Department preference; Files maintained separately; Claims can be made for 30 years for toxic substance exposure; 8 CCR §3204(d)(1) et seq., 8 CCR 5144, 8 CCR 15400.2; 29 CFR 1910.1020(d)(1)(i), GC §§12946, 34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 125 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-1 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). POLICE ADMINISTRATION / POLICE CHIEF Police / Admin. / Chief PD-001 CCW Permits (Carry Concealed Weapon Permits) - Members of the Public - Approved Expiration + 2 years Mag, Ppr Department preference; GC §34090 Police / Admin. / Chief PD-002 CCW Permits (Carry Concealed Weapon Permits) - Members of the Public - Denied Applications Denial + 2 years Mag, Ppr Department preference; GC §34090 Police / Admin. / Chief PD-003 CCW Permits (Carry Concealed Weapon Permits) - Retired Employees Expiration + 2 years Mag, Ppr Department preference; GC §34090 Police / Admin. / Chief PD-004 Complaints - Internally-generated Final Disposition + 5 years Mag, Ppr Department Preference; Exceeds with Lexipol Policy; Not a complaint from a Member of the Public; other State & Federal laws require retention until final disposition of formal complaint; State requires 2 years after action is taken; EVC §1045, GC §§12946,12960, 34090 Police / Admin. / Chief PD-005 Complaints from a Member of the Public WITH Sustained Finding of Misconduct pertaining to discharge of a firearm at a person by a peace officer, an incident involving the use of force against a person by a peace officer that resulted in death or in great bodily injury, unreasonable force, failing to intervene against another officer using force that is clearly unreasonable or excessive, finding of sexual assault, dishonesty, discrimination, or unlawful arrest or unlawful search. Final Disposition + 15 years Mag, Ppr PC §§832.5(b), 832.7; GC§ 34090 HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 126 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-2 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Police / Admin. / Chief PD-006 Complaints from a Member of the Public WITHOUT Sustained Finding of Misconduct pertaining to discharge of a firearm at a person by a peace officer, an incident involving the use of force against a person by a peace officer that resulted in death or in great bodily injury, unreasonable force, failing to intervene against another officer using force that is clearly unreasonable or excessive, finding of sexual assault, dishonesty, discrimination, or unlawful arrest or unlawful search. Final Disposition + 5 years Mag, Ppr Consistent with Lexipol Policy; State requires for at least 5 years for complaints by members of the public; other State & Federal laws require retention until final disposition of formal complaint; State requires 2 years after action is taken; Statute of Limitations is 4 years for misconduct after the discovery of the offense for misconduct in office; EVC §1045, GC §§12946,12960, 34090, PC §§801.5, 803(c), 832.5, 832.7, VC §2547 Fire / Admin. and Police / Admin. / Chief PD-007 Emergency Operations Plan (includes Office of Emergency Management & Homeland Security) When Superseded Yes (all)Mag, Mfr, OD, Ppr S/I No GC §34090 Police / Admin. / Chief PD-008 Personnel Files - Chief's Police Department Employees Separation + 6 years Yes: Until Separation Mag, Mfr, OD, Ppr S Yes: After Separation + QC & OD Department Preference to be consistent with Human Resources; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; retirement benefits is 6 years from last action; 29 CFR 1602.31 & 1627.3(b)(1), 8 CCR §3204(d)(1) et seq., GC §§12946,12960, 34090; 29 USC 1113 Police / Admin. / Chief PD-009 Policies & Procedures / Lexipol / Operation Directives / General Orders (Department Policies and Procedures) Superseded + 2 years Mag, Mfr, OD, Ppr S / I Yes: After superseded Department Preference; GC § 34090 et seq. Police / Admin. / Chief PD-010 Press Releases - Police Only 2 years Mag, Ppr GC §34090 HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 127 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-3 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Police / Admin. / Chief PD-011 Report of data regarding the number, type, or disposition of complaints made against its officers 2 years Mag, Ppr GC §34090 et seq. Police / Admin. / Chief PD-012 Reports and Studies - Historical P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; GC § 34090 et seq. Police / Admin. / Chief PD-013 Reports and Studies regarding Police operations (not historical - manpower, consolidation, etc.) Minimum 2 years Mag, Ppr Department Preference; GC § 34090 et seq. Police / Admin. / Chief PD-014 Use of Force Reviews - Not as a result of a civilian complaint, and not resulting in death or in great bodily injury, firearm discharge (accidental or not against public), inquiry routings, litigation, Pitchess motion, property damage, public records request, service complaints, vehicle pursuits, and vehicle accidents. 2 years Mag, Ppr Department Preference; GC §§12946, 12960, 34090 POLICE / COMMUNITY SERVICE Police / Community Service PD-015 Animal Control 2 years Mag, Ppr GC §34090 et seq. Police / Community Service PD-016 Parking Enforcement 2 years Mag, Ppr GC §34090 et seq. Police / Community Service PD-017 Vacation Checks / Patrol Requests When No Longer Required Mag, Ppr Preliminary Draft (content Not Substantive); GC §34090 et seq. INVESTIGATIONS Police / Investig.PD-018 Asset Forfeiture Notification 5 years Mag, Ppr Per Federal DOJ requirements (Equitable Sharing Guide); GC §34090 HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 128 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-4 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Police / Investig.PD-019 Criminal Intelligence Files Confidential informant information & activities Last Entry + 5 years Mag, Ppr Files contain criminal intelligence information concerning an individual only if there is reasonable suspicion that the individual is involved in criminal conduct or activity and the information is relevant to that criminal conduct or activity. Misleading, obsolete or unreliable information is required to be destroyed; remaining records must not be retained longer than 5 years; 28 CFR 23.20(h); GC §34090 Police / Investig.PD-020 Detectives Investigation Files and Arrest Files (Official Reports) Transferred into Record's Crime Report Files Ppr, Mag Transfer all Official Reports to Records to be placed in the Crime Report Files. Police / Investig.PD-021 Informant Files When No Longer Required - Minimum 2 years Ppr, Mag Informant information; Does not contain criminal intelligence information concerning individuals; Department preference; GC §34090 Police / Investig.PD-022 Subpoenas / Court Liaison (Personal Appearance of Police Employees) When No Longer Required Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Court or District Attorney records; GC §34090 et seq. OPERATIONS / PATROL Police / Ops / Patrol PD-023 Officer Recordings: Body-Worn Cameras – LOGS of Access or Deletion of Data P Mag,PC§ 832.18(b)(5)(E); GC §34090.6 et seq. Police / Ops / Patrol PD-024 Officer Recordings: Body-Worn Cameras - that ARE evidence, Officer Involved Shootings / Detention or Arrest / Complaints Follows retention for Evidence, Minimum 2 years Mag,PC§ 832.18(b)(5)(B)&(C); GC §34090.6 et seq. HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 129 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-5 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Police / Ops / Patrol PD-025 Officer Recordings: Body-Worn Cameras - that are NOT evidence 180 days Mag, Department preference (law recommends 90 days); PC§ 832.18(b)(5)(A); GC §34090.6 et seq. Police / Ops / Patrol PD-026 Officer Recordings: Mobile Audio Video (MAV) Recordings - that are NOT evidence 180 days Mag, Ppr Recordings that become evidence are stored with evidence - these are preliminary documents / transitory recordings; GC §34090.6 Police / Ops / Patrol PD-027 Patrol Schedules When No Longer Required Mag, Ppr Preliminary drafts (the timecard / timesheet is the final); GC §34090 et seq. Police / Ops / Patrol PD-028 Ride A-Long Waiver Form 2 years Mag, Ppr GC §34090 et seq. Police / Ops / Patrol PD-029 Traffic Control: Radar Calibration Records Life of the Equipment Mag, Ppr Department preference; GC §34090 et seq. Police / Ops / Patrol PD-030 Traffic Control: Radar Trailer Surveys, etc.Minimum 2 years Mag, Ppr GC §34090 et seq. PROFESSIONAL STANDARDS UNIT Police / PSU PD-031 Background Files - Employees - SUCCESSFUL Applicants Separation + 4 years Yes: Until Separation Mag, Mfr, OD, Ppr S Yes: After Separation + QC & OD Department Preference; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; 29 CFR 1672.3(b)(i), 29 CFR 1602.14; GC §§12946, 12960, 34090; 29 USC 1113 Police / PSU PD-032 Background Files - Employees - UNSUCCESSFUL Applicants 4 years Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; 29 CFR 1672.3(b)(i), 29 CFR 1602.14; GC §§12946,12960, 34090 HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 130 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-6 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Police / PSU PD-033 Background Files - Volunteers - SUCCESSFUL (Cadets, Explorers, CERT, Chaplains, Reserves, etc.) Separation / Inactive + 4 years Mag, Mfr, OD, Ppr S Yes: After QC &OD Department Preference; OSHA requires safety training 5 years; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; 8 CCR §3203 et seq., 29 CFR 1602.31 LC §6429(c); GC §§12946, 12960, 34090, 53235.2(b) Police / PSU PD-034 Background Files - Volunteers - UNSUCCESSFUL (Cadets, Explorers, CERT, Chaplains, Reserves, etc.) 4 years Mag, Mfr, OD, Ppr S Yes: After QC &OD Department Preference; OSHA requires safety training 5 years; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; 8 CCR §3203 et seq., 29 CFR 1602.31 LC §6429(c); GC §§12946, 12960, 34090, 53235.2(b) Police / PSU PD-035 Personnel Training File - Officer Training - BY EMPLOYEE (Includes POST printouts) Includes Range Qualifications, Retiree Fire Arson Qualifications Separation + 5 years Mag, Ppr Department Preference to be consistent with Human Resources; OSHA requires safety training 5 years; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; 8 CCR §3203 et seq., 29 CFR 1602.31 LC §6429(c); GC §§12946,12960, 34090, 53235.2(b) Police / PSU PD-036 Training - Department Training Records - COURSE RECORDS (Attendance Rosters, Outlines and Materials; includes Use of Force training, safety training, etc.) Minimum 5 years Mag, Ppr Rosters are sent to POST; OSHA requires safety training 5 years; EEOC/FLSA/ADEA (Age) requires 3 years for promotion, demotion, transfer, selection, or discharge; State Law requires 2 -3 years; 8 CCR §3203 et seq., 29 CFR 1602.31 , LC §6429(c); GC §§12946,12960, 34090, 53235.2(b) HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 131 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-7 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). PROPERTY AND EVIDENCE Police / Property & Evidence PD-037 Crime Report Photos Follows the Retention of the Evidence Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; GC §34090 Police / Property & Evidence PD-038 Gun and Narcotics Destruction Log (Documents related to) Minimum 2 years Mag, Ppr Department Preference; GC §34090 Police / Property & Evidence PD-039 Safekeeping: Lost & Found Property (Documents related to)2 years Mag, Ppr GC §34090 Police / Property & Evidence PD-040 Property & Evidence Database Indefinite Mag, Ppr Department Preference (data is interrelated); GC §34090 Police / Property & Evidence PD-041 Property & Evidence Logs 2 years Mag, Ppr GC §34090 RECORDS Police / Records PD-042 Alarms - False Alarm Reports and Billing 2 years Mag, Ppr GC §34090 Police / Records PD-043 Citation Log Books (#s / ranges) - Parking, Traffic 2 years Mag, Ppr GC §34090 et seq. Finance PD-044 Citations - Parking Copies - When No Longer Required Mag, Ppr Parking citations are sent to Finance to facilitate payment; GC §34090.7 Police / Records PD-045 Citations - Traffic, Marijuana / Cannabis 2 years Mag, Ppr GC §34090 et seq. HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 132 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-8 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Police / Records PD-046 CRIME REPORTS / SEALED RECORDS: Sealed Juvenile and Ward Cases - Except those with Child Abuse or Severe Neglect, (Substantiated), outstanding stolen property, including firearms, or lost firearms Sealing Date + 5 years (or Court Order) Yes: Before Disposition Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD Statute of Limitations runs up to age of majority + 8 years; sealed records for juveniles and wards of the Court must be destroyed 5 years after sealing date; CCP §§340.1, GC §34090; W&I §§389(a), 781(d) Police / Records PD-047 CRIME REPORTS: Lost Property: Firearms entered into CLETS (if not Permanent Retention) Until Found or Recovered Yes Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD Department Preference to facilitate Three Strikes law and ease of document imaging administration; PC§ 11108.2(b); GC §34090 Police / Records PD-048 CRIME REPORTS: ALL Capital Crimes, Homicide, Juvenile, Child Abuse (substantiated), Elder Abuse (substantiated), & Sexual Assault (Rape), Arson (Suspected or Undetermined) P Yes Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD Department Preference; DOJ retains CACI (Child Abuse Central Index) information for adults 100 years; Most have no limitations on commencement of action; PC §§ 261, 286, 288, 288a, 288.5, 289, 289.5, and 799; 803(h), 11169 et seq.; 11170(a); WIC 707(b) Police / Records PD-049 CRIME REPORTS: Child Abuse or Neglect Investigation Reports - Unsubstantiated or Inconclusive No Further Report on Suspected Abuser + 10 years Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD PC §§11169(c),11170(a)(3) Police / Records PD-050 CRIME REPORTS: Except those specifically mentioned in the schedule (ALL Others) 7 years Yes Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD Department Preference; Provided there are no outstanding warrants, unrecovered identifiable items, criminal deaths, they are not historically significant, and it is not classified under PC §800 & 290; Stat. of Limit. is 2 yrs; Destroy juvenile marijuana after age18; H&S §11361.5, GC §34090, PC §802, PC §§187, 800 et seq. HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 133 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-9 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Police / Records PD-051 CRIME REPORTS: Misdemeanor or Infraction - Adult Marijuana / Cannabis - H&S §11357(b)(c)(d)(e) or H&S §11360(b) (with procedure in H&S §11361.5) - Except those with outstanding stolen property, including firearms, or lost firearms Conviction or Arrest (If No Conviction) + 2 years Yes: Before Disposition Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD (Courts and other Agencies "Shall" destroy); H&S§ 11361.5 et seq. Police / Records PD-052 CRIME REPORTS: Misdemeanor or Infraction - Juvenile Marijuana / Cannabis - H&S §11357(E) - Except those with outstanding stolen property, including firearms, or lost firearms 2 years or Juvenile 18 years old Yes: Before Disposition Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD If no subsequent conviction ("Shall" Destroy); H&S §11361.5 Police / Records PD-053 CRIME REPORTS: Missing Persons P (If Returned, Follows the Retention for the Crime Report) Yes: Before Disposition Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD Department Preference; GC §34090 Police / Records PD-054 CRIME REPORTS: Factually Innocent Petition Accepted Records Sealed Pending Destruction - Except those with outstanding stolen property, including firearms, or lost firearms Date of Arrest + 3 years Yes: Before Disposition Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD Individual petitions District Attorney; Sheriff concurs that person is factually innocent, then seals record ("Shall" Destroy); GC §34090; PC §851.8(a) HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 134 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-10 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Police / Records PD-055 CRIME REPORTS: Misdemeanor or Infraction Marijuana / Cannabis §11357(de) - Juvenile on School Grounds during School Hours (with procedure in H&S §11361.5) Offender is 18 Years Old Yes: Before Disposition Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD (Courts and other Agencies "Shall" destroy); H&S§ 11361.5 et seq., 11357(e) Police / Records PD-056 CRIME REPORTS: Vacatur Relief Granted by Court - Victim of Human Trafficking, or Victim of Intimate Partner Violence or Sexual Violence (Nonviolent Crimes) Court Order + 1 year Mag, Mfr, OD, Ppr S/M/I Yes: After QC & OD Individual petitions Court ("Shall" Destroy); GC §34090; PC §§236.14(k); 236.15(k) Police / Records PD-057 Logs (Watch Commander Logs, etc.)2 years Mag, Ppr GC§ 34090 et seq. Police / Records PD-058 Registrants: Arson Registrations: Adults P, or Death of Registrant Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Department preference; Pursuant to PC §457.1 et seq.; required to register for life; If released from CYA, records are destroyed after age 25 or sealing pursuant to W&I §781; GC §34090.7 Police / Records PD-059 Registrants: Arson Registrations: Juveniles released from California Youth Authority Age 25 or Sealing Date + 5 years Mag, Ppr Pursuant to PC §457.1 et seq.; If released from CYA, records are destroyed after age 25 or sealing pursuant to W&I §781; GC §34090.7 Police / Records PD-060 Registrants: Sex Offender Registrations: Adults P, or Death of Registrant Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Department Preference; After 2021, Offenders can petition Court for removal 10 or 20 years after offense, provided there are no subsequent offenses; Pursuant to PC §290 et seq. HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 135 Ver. 4.0 RECORDS RETENTION SCHEDULE: POLICE Page PD-11 Office of Record (OFR) Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Police / Records PD-061 Registrants: Sex Offender Registrations: Juveniles P or Sealing Date + 5 years (or Court Order), or Death of Registrant Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Department Preference; After 2021, Offenders can petition Court for removal 10 or 20 years after offense, provided there are no subsequent offenses; Pursuant to PC §290 et seq. Police / Records PD-062 RMS Database Indefinite Yes Mag Data Fields / Records are interrelated; GC §34090 Police / Records PD-063 STOP Source Data, Audit Log / Racial and Identity Profiling Act (RIPA) Annual Report 3 years Mag, Ppr 11 CCR 999.228; 11 CCR 999.229; GC §34090 Police / Records PD-064 Video Recordings - Building Security, City Operations 1 year Mag Records regular ongoing operations of the City; GC §34090.6 et seq. Police / Records PD-065 Video Recordings - Public Areas / Public Activity When No Longer Required Mag Does not record regular and ongoing operations; GC §34090.6 et seq, Police / Records PD-066 Video Recordings - Temporary Holding Cells 1 year Mag Records regular ongoing operations of the City; GC §34090.6 et seq. HERMOSA BEACH, CA. ©1995 - 2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 136 Ver. 2.1 RECORDS RETENTION SCHEDULE: PUBLIC WORKS (Engineering, Environmental, Maintenance, Wastewater) Page PW-1 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). PUBLIC WORKS / ADMINISTRATION Public Works / Admin.PW-001 Public Works Commission AGENDAS & AGENDA PACKETS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 Public Works / Admin.PW-002 Public Works Commission AUDIO or VIDEO RECORDINGS Minimum 2 years Mag Department preference; Audio Required for 30 days; GC §54953.5(b); video recordings of meetings are required for 90 days; GC §34090.6 Public Works / Admin.PW-003 Public Works Commission MINUTES, BYLAWS, RESOLUTIONS P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090(e) PUBLIC WORKS / ENGINEERING Public Works / Engineering PW-004 Assessment Districts / Community Facilities Districts / Underground Utility Districts P Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Department Preference; GC §34090 Public Works / Engineering PW-005 Bonds: CIP Labor & Materials, Performance Bonds, Letters of Credit, Encroachment Permits Only Release of Bond / Letter of Credit Mag, Mfr, OD, Ppr S Yes: After QC & OD Security; GC §34090 Public Works / Engineering PW-006 Capital Improvement Projects (CIP) - Where Engineering is the Lead: Administration File Project Administration, Certified Payrolls, Construction Manager's Logs, Hazardous Materials Plans, Meeting Minutes, Project Schedules, Progress meetings, Real Estate Appraisals, RFIs & Responses, Construction Inspection Logs, Daily Inspections, Daily Logs, Punch Lists, etc. Completion + 10 years or After Funding Agency Audit, if required, whichever is longer Yes: Until Completed Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Some grant funding agencies require audits; Statute of Limitations for Errors & Omissions is 10 years; Published Audit Standards=4-7 years; Statute of Limitations: Contracts & Spec's=4 years, Wrongful Death=comp. + 5 years, Developers=comp. + 10 years; Statewide guidelines propose termination + 5 years; CCP §337 et. seq., GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 137 Ver. 2.1 RECORDS RETENTION SCHEDULE: PUBLIC WORKS (Engineering, Environmental, Maintenance, Wastewater) Page PW-2 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Public Works / Engineering PW-007 Capital Improvement Projects (CIP) Where Engineering is the Lead: Permanent File Specifications & Addenda, Contract Copies, Change Orders, CEQA / Environmental Documents - EIRs, Negative Declarations, Exemptions, Materials Testing Reports, Photos, Soil Reports, Studies, Submittals, Successful Proposal, Surveys, etc. P Yes: Until Completed Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Department preference; retained for disaster preparedness purposes; Statewide guidelines propose Permanent for Infrastructure plans; Final environmental determinations are required to be kept a "reasonable period of time"; 14 CCR §15095(c); CCP §337 et. seq., GC §34090 Public Works / Engineering PW-008 Drawings, Maps, Plans and Record Drawings, Large-Format Drawings, Survey Record Maps, Capital Improvement Project "As-Built" - Where Engineering is the Lead P Yes (all) Mag, Mfr, OD, Ppr S/I No (disaster response) Drafts should be destroyed; GC §34090 Public Works / Engineering PW-009 Encroachment Permits / Excavation Permits: Permanent (City-owned structures in the City's Right of Way, Retaining Walls, etc.) Includes Insurance Certificates P Yes: Until Completion Mag, Ppr Department Preference; GC §34090 Public Works / Engineering PW-010 Encroachment Permits / Excavation Permits: Temporary (Street Permits, Temporary Construction, Sidewalk Repairs, Traffic Control, Transportation Permits, Utility Cuts (Installation & Patching), etc.) Includes Insurance Certificates Minimum 2 years Yes: Until Completion Mag, Ppr GC § 34090 Public Works / Engineering PW-011 Engineering Studies / Surveys (Public Right-of- Way) - Geotechnical and Soil Reports / Hydrology Reports / Preliminary Studies / Project Assessments P Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Department Preference; GC §34090 Public Works / Engineering PW-012 Grading & Construction Permits P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department Preference; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 138 Ver. 2.1 RECORDS RETENTION SCHEDULE: PUBLIC WORKS (Engineering, Environmental, Maintenance, Wastewater) Page PW-3 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Public Works / Engineering PW-013 Land Development / Private Development: Construction Inspections, Photos (Community Development retains the remaining documents) Completion + 10 years Yes: Until Completed Mag, Mfr, OD, Ppr S/I Yes: After QC & OD Statute of Limitations for Errors & Omissions is 10 years; Published Audit Standards=4-7 years; Statute of Limitations: Contracts & Spec's=4 years, Wrongful Death=comp. + 5 years, Developers=comp. + 10 years; Statewide guidelines propose termination + 5 years; CCP §337 et. seq., GC §34090 Public Works / Engineering PW-014 Permit Database (Accela)Indefinite Yes (all)Mag Department Preference - Data is interrelated; GC §34090, H&S §19850 Public Works / Engineering PW-015 Pier Inspections P Yes (all) Mag, Mfr, OD, Ppr S Yes: After QC & OD Department preference; GC §34090 Public Works / Engineering PW-016 Prop. 218 (Property-based fees - Solid Waste, Water) Mailer / Notice Superseded + 2 years Mag, Ppr Department preference; GC §53753(e)(2) Public Works / Engineering PW-017 Prop. 218 (Property-based fees - Solid Waste, Water) Mailing List, Master File 2 years Mag, Ppr GC §53753(e)(2) City Clerk PW-018 Recorded Documents: Deeds, Easements, Right of Ways, Abandonments / Vacation, Liens / Lien Releases P Mag, Mfr, OD, Ppr S / I Yes: After QC & OD GC §34090(a) Public Works / Engineering PW-019 Traffic Calming Requests / Stop Sign Surveys (Speed Humps, etc.)p Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; GC §34090 Police PW-020 Traffic Collision Reports / SWTRS Copies - When No Longer Required Mag Ppr copies; GC §34090.7 Public Works / Engineering PW-021 Traffic Counts 10 years Mag Ppr Department preference; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 139 Ver. 2.1 RECORDS RETENTION SCHEDULE: PUBLIC WORKS (Engineering, Environmental, Maintenance, Wastewater) Page PW-4 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Public Works / Engineering PW-022 Traffic Speed Surveys / Stop Sign Warrants 10 years Mag Ppr Department preference (required every 5 years, but can be extended to 7 or 10 years); GC §34090 PUBLIC WORKS / MAINTENANCE Public Works / Public Works PW-023 Aboveground Storage Tanks (Agency Owned) Spill Prevention Control and Countermeasures (SPCC), Inspections, Integrity Testing, Maintenance, Repairs 20 years Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference; applies to both Tier I and Tier II Tanks; (Tier II tanks are required to have an integrity test every 20 years); GC §34090 Public Works / Public Works PW-024 AQMD Permits - for Generators, etc.Issue Date + 5 years Mag, Mfr, OD, Ppr S Yes: After QC & OD 40 CFR 70.6; GC §34090 Public Works / Public Works PW-025 CCTV Videos of Storm Drain Lines 10 years Mag, Ppr Department preference; GC §34090 Public Works / Public Works PW-026 Generator Operation Logs & Inspections 5 years Mag, Ppr AQMD Rule 1470; Form 400–E–13a instructions; GC §34090 Public Works / Public Works PW-027 Herbicide or Pesticide Applications / Use (Parkway Areas)2 years Mag, Ppr Department Preference (agricultural pesticide records are required for 2 years); GC §34090; 3 CCR 6623 Public Works / Public Works PW-028 Operations & Maintenance Manuals (O&M Manuals) Life of Facility or Equipment Mag, Mfr, OD, Ppr S Yes: After QC & OD Department Preference; GC §34090 et. seq. Public Works / Public Works PW-029 Pressure Vessel Certifications or Permits (Air Compressors, Propane, etc.) Expiration of Certificate or Permit Mag, Mfr, OD, Ppr S Yes: After 1 year Department preference; GC §34090 et. seq. Public Works / Public Works PW-030 Tree Database (West Coast Arborists)Indefinite Mag, Ppr Department preference (data is inter- related); GC §34090 Public Works / Public Works PW-031 Trees (City-owned): Inspections, Arborist Reports 10 years Mag, Ppr Department preference; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 140 Ver. 2.1 RECORDS RETENTION SCHEDULE: PUBLIC WORKS (Engineering, Environmental, Maintenance, Wastewater) Page PW-5 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Public Works / Public Works PW-032 Underground Service Alerts (USA's) / Dig Alerts 3 years Mag, Ppr Department Preference (the Regional Notification Center has the obligation to retain the notice for 3 years); GC §§4216.2(d) & 4216.3(d), GC §34090 Public Works / Public Works PW-033 Used Oil Disposal Manifests 3 years Mag, Ppr 22 CCR 66266.130(c)(5), H&S §25250.18(b), 25250.19(a)(3) et seq. Public Works / Public Works PW-034 Work Orders / Service Requests - CRM / CMMS DATABASE (Computerized Maintenance Management System) - Accella Indefinite Mag Data is interrelated; GC §34090 Public Works / Public Works PW-035 Work Orders / Service Requests - All Information Entered in CRM / CMMS Database - Accela (Paper drafts) When No Longer Required Mag Ppr Preliminary drafts (the database is the original); GC §34090 Public Works / Public Works PW-036 Work Orders / Service Requests - NOT entered in CRM / CMMS Database (or partial information entered into CMMS Database) (Division providing service retains originals; Division requesting service is considered a copy) 5 years Mag Ppr City Preference; CCP §§338 et seq., 340 et seq., 342, GC §34090 WASTEWATER COLLECTIONS Public Works / Wastewater Collections PW-037 CCTV Videos of Sewer Lines Minimum 5 years Mag, Ppr Department preference; GC §34090 Public Works / Wastewater Collections PW-038 FOG (Fats, Oil & Grease) Inspections / Pretreatment Annual & Quarterly Reports Minimum 5 years Mag, Ppr Department preference; Monitoring records required for 3 years; 40 CFR §§122.21, 122.41; 40 CFR 403.12 Public Works / Wastewater PW-039 Lab Reports & Chains of Custody: Wastewater Minimum 5 years Mag, Mfr, OD, Ppr S / I Yes - After QC & OD Department preference; GC §34090 Public Works / Wastewater Collections PW-040 Sanitary Spills and Overflows (SSOs) 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Required for a minimum of 5 years; 40 CFR 122.41(j)(2); SWRCB Order 2006- 03; 40 CFR 122.41(j)(2); GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 141 Ver. 2.1 RECORDS RETENTION SCHEDULE: PUBLIC WORKS (Engineering, Environmental, Maintenance, Wastewater) Page PW-6 Office of Record (OFR)Retention No.Records Description Total Retention Vital?Media Options Image: I=Import M=Mfr S=Scan Destroy Paper after Imaged & QC'd? Comments / Reference If the record is not listed here, refer to the Retention for City-Wide Standards Retentions begin when the act is completed, and imply a full file folder (e.g. last document + 2 years), since destruction is normally performed by file folder. HOLDS: Litigation, complaints, claims, public records act requests, audits and/or investigations suspend normal retention periods (retention resumes after settlement or completion). Public Works / Wastewater Collections PW-041 Sanitary Survey of Sewer System 5 years Mag, OD, Ppr S Yes: After QC & OD Department preference; GC §34090 Public Works / Wastewater Collections PW-042 Sewer Odor Complaints / Gas Detection Results / Investigations 5 years Mag, OD, Ppr S Yes: After QC & OD Department preference; GC §34090 Public Works / Wastewater Collections PW-043 Sewer System Management Plans (SSMP) and Audits / Sanitary Spills Overflow Prevention Plan (SSOPP) and Sanitary Sewer Overflow Response Plan Superseded + 5 years Mag, Mfr, OD, Ppr S / I Yes: After QC & OD Department preference; SSOs are required for a minimum of 5 years; 40 CFR 122.41(j)(2); SWRCB Order 2006- 03; GC §34090 HERMOSA BEACH, CA. ©1995-2022 Gladwell Governmental Services, Inc. - all rights reserved Do not duplicate or distribute without prior written permission from GGS (909) 337-3516 Adopted: 142 City of Hermosa Beach Staff Report City Hall 1315 Valley Drive Hermosa Beach, CA 90254 Staff Report REPORT 23-0082 Honorable Mayor and Members of the Hermosa Beach City Council Special Meeting of February 27, 2023 AWARD CONSTRUCTION CONTRACT TO JILK HEAVY CONSTRUCTION, INC. AND APPROVE CONTRACT AMENDMENTS WITH JMC2 , INC. AND GHD FOR CIP 629 MUNICIPAL PIER STRUCTURAL REPAIRS AND CIP 660 MUNICIPAL PIER ELECTRICAL REPAIRS (Public Works Director Joe SanClemente) Recommended Action: Staff recommends City Council: 1.Award a construction contract for CIP 629 Municipal Pier Structural Repairs and CIP 660 Municipal Pier Electrical Repairs to Jilk Heavy Construction,Inc.in the amount of $2,243,263 (Attachment 3); 2.Authorize the Director of Public Works to establish a 25 percent project contingency amount of $560,815; 3.Adopt the attached resolution entitled "A Resolution of the City Council of the City of Hermosa Beach Approving the Construction of CIP No.629 and CIP 660 Municipal Pier Structural and Electrical Repairs Pursuant to Government Code Section 830.6 and Establishing a Project Payment Account”(Attachment 4); 4.Approve the First Amendment to an Agreement with GHD to provide professional services to process a Coastal Commission application and permit coordination for the Municipal Pier repairs to extend the term to March 21,2024 and to increase the contract amount by $15,000, resulting in a total amended not-to-exceed contract amount of $43,480 (Attachment 5); 5.Approve the Second Amendment to an agreement with JMC2 to provide professional services for Municipal Pier structural assessment and inspection support and increase the amount by $35,330,resulting in a total amended not-to-exceed contract amount of $90,000 (Attachment 6); 6.Restore appropriated funds previously released in the amount of $1,300,000 for CIP 629 Municipal Pier Structural Repairs,CIP 660 Municipal Pier Electrical Repairs,and 623 Pier Structural Inspection and Evaluation as outlined in the fiscal impact to cover the increase in construction costs; 7.Authorize the Mayor to execute the proposed contracts and the City Clerk to attest,subject to approval by the City Attorney; and 8.Authorize the Director of Public Works to file a Notice of Completion following final completion City of Hermosa Beach Printed on 2/23/2023Page 1 of 8 powered by Legistar™143 Staff Report REPORT 23-0082 of the project. Executive Summary: Capital Improvement Program (CIP)Projects 629 Municipal Pier Structural Repairs and 660 Electrical Repairs provide necessary structural and electrical repairs and modifications to the pier required to maintain safe public access and function of the pier.Staff completed the design and received all necessary permits to construct the improvements and advertised CIP 629 and CIP 660 as a single project.Following a competitive bid process,staff recommends City Council award a construction contract to the lowest responsible bidder, Jilk Heavy Construction, Inc. Staff also recommends City Council approve proposed amendments to existing professional services agreements with GHD to provide continued services of Coastal Commission permit coordination and with JMC2 to provide continued structural design and construction inspection support services. Due to the increase in actual construction costs versus the original estimate,staff also requests Council restore the appropriation of $1,300,000 of the $2,250,000 previously released back to the project accounts following the notification of receipt of $2,300,000 in Specified Grant funding from the State Department of Parks and Recreation. Background: The FY 2022-23 CIP includes three projects focused on maintaining the safety and utility of the City’s Municipal Pier.The projects include CIP 629 Municipal Pier Structural Assessment and Repairs,CIP 660 Municipal Pier Electrical Repairs,and CIP 623 Pier Structural Inspection and Evaluation.The following details the components of each project,project permitting,funding,and advertisement of the construction for the structural and electrical repairs. CIP 629 Structural Assessment and Repairs CIP 629 Municipal Pier Structural Assessment and Repairs includes a full structural assessment of the Pier completed in 2017,preparation of design plans,and construction of the improvements.At its August 22,2017 meeting,City Council approved a Professional Services Agreement with JMC2 to provide engineering design services for the structural assessment and recommendations of repairs for the Municipal Pier.JMC2 subsequently prepared the full structural assessment in 2017 and completed the structural repair design plans in December 2019. Since completion of the design plans in 2019,staff identified additional concrete spalling on piles and pile caps that were not identified in the October 2017 structural assessment.Because these items were not included in the 2017 assessment,they were not included in the recommended repairs or design. At its January 11,2022 meeting,City Council approved a professional services agreement with JMC2 to complete an additional inspection and quickly re-assess safety conditions to identify,and City of Hermosa Beach Printed on 2/23/2023Page 2 of 8 powered by Legistar™144 Staff Report REPORT 23-0082 to complete an additional inspection and quickly re-assess safety conditions to identify,and incorporate,any additional high priority repairs into the design before advertising the project for construction.The additional targeted inspection was completed in February 2022 and analyzed the existing pier conditions above and below water,including the piles,pile caps,and deck panels.The inspection identified new medium to high priority repairs and recommended completion within approximately 12 to 18 months from inspection date.The recommended structural repair recommendations were incorporated into the design,which now includes repair of approximately 29 concrete piles,11 concrete pile caps,repair of the lifeguard storage room beams and walls under the Pier, and replacement of wooden top rails on the existing guard rail. CIP 660 Municipal Pier Electrical Repairs CIP 660 Municipal Pier Electrical Repairs includes the design and construction of necessary safety and functional improvements to the Pier’s electrical components.The scope of work includes removal and replacement of existing electrical conduit and replacement of existing light fixtures with new light- emitting diode (LED)light bollards and aluminum light poles along the length of the Pier.The existing electrical infrastructure on the north side of the Pier does not currently function and would be addressed by this project to restore the lighting.The replacement of the conduit system will also ensure reliability for the foghorn at the end of the Pier that is used for navigational purposes and has been affected by electrical outages on the Pier. Permitting On March 21,2022,the City Manager approved a Professional Services Agreement with GHD to assist the City in expediting the obtainment of required permits from the California Coastal Commission and the US Army Corp of Engineers to construct the necessary structural and electrical repairs as urgently as possible.GHD was selected by City staff based on its prior expertise working with these agencies.Staff received an approved Coastal Development Permit (CDP)from the California Coastal Commission on November 23,2022 and the Nation Wide Permit from the US Army Corp of Engineers on November 25,2022. Funding At its November 29,2022 meeting,City Council approved a resolution for staff to file a project application for $2,300,00 in Specified Grant funding from the State Department of Parks and Recreation.The funds were appropriated from the State General Fund through Assembly Bill 178 (Ting),the Budget Act of 2022,and will be allocated by the Department of Parks and Recreation.The City was required to submit a formal application and enter into a contract agreement to obtain the funds. The $2,250,000 in project funds originally identified as part of the FY 2022-23 CIP for CIP 623 Pier Structural Inspection and Evaluation,CIP 629 Pier Structural Repairs,and CIP 660 Pier Electrical Repairs were then released back to the fund balances of the original funding sources.Due to the increase in actual construction costs versus the original estimate,staff requests City Council approval City of Hermosa Beach Printed on 2/23/2023Page 3 of 8 powered by Legistar™145 Staff Report REPORT 23-0082 increase in actual construction costs versus the original estimate,staff requests City Council approval to restore the appropriation of $1,300,000 of the previously released funds back to the Project. New Pier Structural Inspection and Evaluation CIP 623 budgeted $300,000 to conduct a full structural inspection of the municipal pier,which is required approximately every five years per the California Building Code for Marine Structures.Staff intends to conduct this new inspection concurrent with the construction of CIP 629 and CIP 623 in the event that any new high priority repairs are identified that require immediate attention,while also assisting the City in identifying, and planning for subsequent repairs in the near and long term. Construction Advertisement On December 8,2022,CIP 629 and CIP 660 were advertised as a combined project for formal competitive bidding in the local newspaper and on Planet Bids, the City’s online bidding flatform. Past Council Actions Meeting Date Description August 22, 2017 Award of Professional Service Agreement for CIP 16-629 the Assessment and Design of Structural Elements of the Municipal Pier to JMC2 January 11, 2022 Award of Professional Services Agreement for CIP 629 Municipal Pier Structural Repairs to JMC2 November 29, 2022 Adoption of a Resolution for Pier Grant Funds Analysis: On January 18,2023,the City received two bids for CIP 629 and CIP 660 Municipal Pier Structural and Electrical Repairs,which were publicly opened,and read aloud by the City Clerk.The bid results are included as (Attachment 1)and summarized below. Bidder Bid Amount Jilk Heavy Construction, Inc.$2,243,263 GMZ Engineering $3,520,060 Staff reviewed the bid documents and found the apparent low bidder,Jilk Heavy Construction,Inc.,to be a responsible and responsive bidder.City staff reviewed the Jilk Heavy Construction,Inc.’s bid documents (Attachment 2)and found them to be in order and in conformance with all bid requirements.Staff also confirmed that Jilk Heavy Construction,Inc.contractor license was active City of Hermosa Beach Printed on 2/23/2023Page 4 of 8 powered by Legistar™146 Staff Report REPORT 23-0082 requirements.Staff also confirmed that Jilk Heavy Construction,Inc.contractor license was active and in good standing with the Contractor’s State License Board. Staff contacted the three references provided by Jilk Heavy Construction,Inc.for recent projects of similar type work within the past three years including:construction of pier repairs for the City of San Clemente in 2020;pier repairs for the City of Seal Beach in 2019;and regular pier maintenance for the Port of Long Beach over the past 14 years.All three references reported above satisfactory work completed by Jilk Heavy Construction,Inc.and all three references indicated they would rehire the contractor. Staff finds the lowest bidder to be qualified to complete the proposed work for the project. To facilitate completion of this project,staff also requests City Council approval to amend an existing agreement with JMC2 to provide continued structural design and construction inspection support services.JMC2 has the most in-depth knowledge of the structure and would be critical to assisting staff in ensuring structural repairs are completed correctly and would be able to advise staff if new issues are identified during the structural repairs.After approval of the agreement by the City Council at its January 11,2022 meeting,staff processed the first amendment to extend the term of the agreement one year.If approved,the proposed second amendment to the agreement would increase the not-to-exceed limit to $90,000 for the total amended term of two years. Lastly,staff recommends City Council approval to amend an existing agreement with GHD to provide continued services for Coastal Commission permit coordination as necessary.Due to their prior work, GHD is uniquely qualified to provide timely assistance to the City with any necessary changes in permit requirements with California Coastal Commission or the US Army Corp of Engineers,should changes in conditions or schedule be encountered during construction,thereby minimizing any potential delays.If approved,the proposed first amendment to the agreement would increase the not- to-exceed limit to $43,480 for the total term of two years. City staff would provide construction management with additional support provided by one of the City’s on-call civil engineers that specializes in electrical inspection along with specialized structural inspection services provided by JMC2.At this time,staff expects construction to start in March 2023 with an anticipated completion date of May 26,2023,subject to receipt and approval of the contractors’schedule and availability of materials.The Coastal Development Permit special condition of approval currently requires all construction to be completed outside of the peak summer season (Labor Day to Memorial Day).Any work not completed by May 26,2023,would resume after September 4, 2023. Absent unforeseen conditions,the Municipal Pier would remain open throughout construction,with only partial closures of the Pier.Full closure of the Pier may apply due to extreme weather conditions or specific construction activities,when deemed unsafe for public access.Project updates would be posted on the City’s website on a regular basis with updates provided on social media should public City of Hermosa Beach Printed on 2/23/2023Page 5 of 8 powered by Legistar™147 Staff Report REPORT 23-0082 posted on the City’s website on a regular basis with updates provided on social media should public access be impacted. General Plan Consistency: PLAN Hermosa,the City’s General Plan,was adopted by the City Council in August 2017.The [enter project description here] supports several PLAN Hermosa goals and policies that are listed below. Mobility Element Goal 3.Public rights-of-way supporting a multimodal and people-oriented transportation system that provides diversity and flexibility on how users choose to be mobile. Policy: ·3.2 Complete pedestrian network.Prioritize investment in designated priority sidewalks to ensure a complete network of sidewalks and pedestrian-friendly amenities that enhances pedestrian safety, access opportunities and connectivity to destinations. Parks + Open Space Goal 1. First class, well maintained, and safe recreational facilities, parks and open spaces. Policies: ·1.1 Facility upgrades.Improve and update park and open space facilities on a regular basis. ·1.2 Lighting and visibility.Provide appropriate lighting and visibility within park facilities while avoiding adverse impacts to adjacent properties. Infrastructure Element Goal 1. Infrastructure systems are functional, safe, and well maintained. Policies: ·1.1 Infrastructure systems plan.Establish and adopt an integrated,holistic systems approach to guide infrastructure development, improvement, maintenance, and resilience. ·1.2 Priority investments.Use City Council established priorities and Capital Improvement program (CIP) to identify and allocate funding for projects identified in the infrastructure plan. Fiscal Impact: The City had previously appropriated $2,250,000 in project funds in FY 2022-23 CIP for CIP 623 Pier Structural Inspection and Evaluation,CIP 629 Pier Structural Repairs,and CIP 660 Pier Electrical Repairs.These funds were released back to the fund balances of the original funding sources following Council approval for staff to file a project application for $2,300,000 in Specified Grant funding from the State Department of Parks and Recreation.Due to higher than anticipated City of Hermosa Beach Printed on 2/23/2023Page 6 of 8 powered by Legistar™148 Staff Report REPORT 23-0082 funding from the State Department of Parks and Recreation.Due to higher than anticipated construction costs,completion of CIPs 623,629,and 660 would require an appropriation of $1,300,000 back into the original fund balances for the respective CIPs,which would still represent an overall savings of $950,000 to the City. Fund Account Original AppropriationsCurrent AppropriationsProposed Appropriations CIP 629 Municipal Pier Structural Repairs Grant 150-8629-4201 1,300,000 1,600,000 Tyco 122-8629-4201 573,075 - 510,000 RTI 190-8629-4201 300,000 - RTI Tidelands 191-8629-4201 308,672 - 290,000 Capital Improvement301-8629-4201 68,253 - - Project Total 1,250,000 1,300,000 2,400,000 CIP 660 Municipal Electrical Repairs Grant 150-8660-4201 700,000 700,000 Tyco 122-8660-4201 275,473 - 100,000 RTI Tidelands 191-8660-4201 100,000 - 100,000 Capital Improvement301-8660-4201 324,527 - - Project Total 700,000 700,000 900,000 CIP 623 Pier Structural Inspection and Evaluation Grant 150-8623-4201 300,000 - Tyco 122-8623-4201 250,000 - 250,000 Capital Improvement301-8623-4201 50,000 - 50,000 Project Total 300,000 300,000 300,000 Total Available Appropriations 2,250,000 2,300,000 3,600,000 Contract Request Amount FY 2022-2023 Budget Account # Total Contract Amount Jilk $2,243,263 150-8629-4201, 122-8629-4201, 191-8629-4201, 150-8660-4201, 122-8660-4201, 191-8660-4201 $2,243,263 25 percent Project Contingency $560,815.75 150-8629-4201, 122-8629- 4201, 191-8629-4201, 150-8660 -4201, 122-8660-4201, 191- 8660-4201 $560,815.75 JMC2 $35,330 191-8629-4201 $90,000 GHD $15,000 301-8694-4201 $43,480 Total $2,854,408.75 $2,937,558.75 City of Hermosa Beach Printed on 2/23/2023Page 7 of 8 powered by Legistar™149 Staff Report REPORT 23-0082 Contract RequestAmount FY 2022-2023 BudgetAccount #Total ContractAmountJilk$2,243,263 150-8629-4201, 122-8629-4201,191-8629-4201, 150-8660-4201,122-8660-4201, 191-8660-4201$2,243,26325 percent Project Contingency $560,815.75 150-8629-4201, 122-8629- 4201, 191-8629-4201, 150-8660 -4201, 122-8660-4201, 191- 8660-4201 $560,815.75 JMC2 $35,330 191-8629-4201 $90,000 GHD $15,000 301-8694-4201 $43,480 Total $2,854,408.75 $2,937,558.75 The requested 25 percent construction contingency is included to cover any unknown or unforeseen conditions associated with the construction of the project. Attachments: 1. Bid Summary Log 2. Jilk Heavy Construction, Inc. Bid Documents 3. Draft Agreement 4. Draft Resolution 5. Proposed First Amendment to Agreement with GHD 6. Proposed Second Amendment to Agreement with JMC2 7. Link to August 22, 2017City Council Staff Report 8. Link to January 11, 2022 City Council Staff Report 9. Link to November 29, 2022 City Council Staff Report Respectfully Submitted by: Michelle Licata, Associate Engineer Concur: Joe SanClemente, Public Works Director Noted for Fiscal Impact: Viki Copeland, Finance Director Legal Review: Patrick Donegan, City Attorney Approved: Suja Lowenthal, City Manager City of Hermosa Beach Printed on 2/23/2023Page 8 of 8 powered by Legistar™150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 178 179 36 A. CONTRACT AGREEMENT This Construction Agreement (“Agreement”) is made and entered into as of the date executed by the Mayor and attested to by the City Clerk, by and between Jilk Heavy Construction, Inc. (hereinafter referred to as "CONTRACTOR") and the City of Hermosa Beach, California, a municipal corporation (hereinafter referred to as "CITY"). R E C I T A L S A. Pursuant to the Notice Inviting Sealed Bids for CIP NO. 629 - MUNICIPAL PIER STRUCTURAL REPAIRS PHASE III AND CIP NO. 660 - MUNICIPAL PIER ELECTRICAL REPAIRS (“Project”), bids were received, publicly opened, and declared on the date specified in the notice; and B. On February 28, 2023, City’s City Council declared CONTRACTOR to be the lowest responsible bidder and accepted the bid of CONTRACTOR; and C. The City Council has authorized the Mayor to execute a written contract with CONTRACTOR for furnishing labor, equipment and material for the CIP Project No. 629 and 660 Municipal Pier Structural and Electrical Repairs in the City of Hermosa Beach. NOW, THEREFORE, in consideration of the foregoing and the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: CITY agrees to engage CONTRACTOR and CONTRACTOR agrees to furnish all necessary labor, tools, materials, appliances, and equipment for and do the work for the CIP NO. 629 - MUNICIPAL PIER STRUCTURAL REPAIRS PHASE III AND CIP NO. 660 - MUNICIPAL PIER ELECTRICAL REPAIRS in the City of Hermosa Beach. The work shall be performed in accordance with the Plans and Specifications dated December 8, 2022 (the “Specifications”) on file in the office of the City Clerk and in accordance with bid prices set forth in CONTRACTOR’S Bid Proposal and in accordance with the instructions of the City Engineer. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Bid Proposal, Builders General Provisions, Standard Specifications 2021 edition, Special Provisions, Exhibit A and Exhibit B, and all referenced specifications, details, standard drawings, and appendices; together with this Agreement and all required bonds, insurance certificates, permits, notices and affidavits; and also, including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully set forth herein. This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by CONTRACTOR whether set out specifically in the contract or not. Should it be ascertained that any 180 37 inconsistency exists between the aforesaid documents and this written agreement, the provisions of this Agreement, the Builders General Provisions and the Standard Specifications, in that order, shall control. Collectively, these contract documents constitute the complete agreement between CITY and CONTRACTOR and supersede any previous agreements or understandings. 3. COMPENSATION: CONTRACTOR agrees to receive and accept the prices set forth in its Bid Proposal $2,243,263 as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 4. TIME OF PERFORMANCE: CONTRACTOR agrees to complete the work within 64 working days from the date of the notice to proceed. By signing this Agreement, CONTRACTOR represents to CITY that the contract time is reasonable for completion of the work and that CONTRACTOR will complete such work within the contract time. 5. LIQUIDATED DAMAGES: In accordance with Government Code section 53069.85, it is agreed that CONTRACTOR will pay to CITY the sum set forth in Part 1 General Provisions Section 6-9 for each and every calendar day of delay beyond the time prescribed in the Contract Documents for finishing the Work, as Liquidated Damages and not as a penalty or forfeiture. In the event this is not paid, CONTRACTOR agrees CITY may deduct that amount from any money due or that may become due CONTRACTOR under the Contract. This Article does not exclude recovery of other damages specified in the Contract Documents. 6. SUBSTITUTION OF SECURITIES: Pursuant to section 22300 of the Public Contract Code of the State of California, CONTRACTOR may request CITY to make retention payments directly to an escrow agent or may substitute securities for any money withheld by CITY to ensure performance under the contract. At the request and expense of CONTRACTOR, securities equivalent to the amount withheld shall be deposited with CITY or with a state or federally chartered bank as the escrow agent who shall return such securities to CONTRACTOR upon satisfactory completion of the contract. Deposit of securities with an escrow agent shall be subject to a written agreement substantially in the form provided in section 22300 of the Public Contract Code. 7. PREVAILING WAGES AND CALIFORNIA LABOR LAWS. Pursuant to Labor Code §§ 1720 et seq., and as specified in 8 California Code of Regulations § 16000 (“Prevailing Wage Laws”), CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR’s responsibility to interpret and implement any prevailing wage requirements, and CONTRACTOR agrees to pay any penalty or civil 181 38 damages resulting from a violation of the prevailing wage laws. CONTRACTOR shall defend, indemnify and hold the CITY, its officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. CONTRACTOR and any subcontractor shall forfeit a penalty of up to $200 per calendar day or portion thereof for each worker paid less than the prevailing wage rates. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY’s Engineering Division or the website for State of California Prevailing wage determination at http://www.dir.ca.gov/DLSR/PWD. CONTRACTOR must post a copy of the prevailing rate of per diem wages at the job site. CITY directs CONTRACTOR’s attention to Labor Code §§ 1777.5, 1777.6 and 3098 concerning the employment of apprentices by CONTRACTOR or any subcontractor. Labor Code § 1777.5 requires CONTRACTOR or subcontractor employing tradesmen in any apprenticeship occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate must also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases will not be less than one to five except: When employment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days before the request for certificate, or When the number of apprentices in training in the area exceeds a ratio of one to five, or When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis state-wide or locally, or Assignment of an apprentice to any work performed under a public works contract would create a condition that would jeopardize his or her life or the life, safety, or property of fellow employees or the public at large, or the specific task to which the apprentice is to be assigned is of a nature that training cannot be provided by a journeyman. When CONTRACTOR provides evidence that CONTRACTOR employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. CONTRACTOR is required to make contributions to funds established for the administration of apprenticeship programs if CONTRACTOR employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. CONTRACTOR and any subcontractor must comply with Labor Code §§ 1777.5 and 1777.6 in the employment of apprentices. 182 39 Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. The CONTRACTOR or any subcontractor that is determined by the Labor Commissioner to have knowingly violated Section 1777.5 shall forfeit as a civil penalty an amount not exceeding $100 for each full calendar day of noncompliance, or such greater amount as provided by law. CONTRACTOR and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records shall be certified and shall be available for inspection at all reasonable hours at the principal office of CONTRACTOR in the manner provided in Labor Code section 1776. In the event of noncompliance with the requirements of this section, CONTRACTOR shall have 10 days in which to comply subsequent to receipt of written notice specifying in what respects such CONTRACTOR must comply with this section. Should noncompliance still be evident after such 10-day period, CONTRACTOR shall, as a penalty to CITY, forfeit not more than $100.00 for each calendar day or portion thereof, for each worker, until strict compliance is effectuated. The amount of the forfeiture is to be determined by the Labor Commissioner. A contractor who is found to have violated the provisions of law regarding wages on Public Works with the intent to defraud shall be ineligible to bid on Public Works contracts for a period of one to three years as determined by the Labor Commissioner. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payments then due. The responsibility for compliance with this section is on CONTRACTOR. The requirement to submit certified payroll records directly to the Labor Commissioner under Labor Code section 1771.4 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Section 1771.4. Any ineligible contractor or subcontractor pursuant to Labor Code Sections 1777.1 and 1777.7 may not perform work on this Project. By executing this Contract, CONTRACTOR verifies that it fully complies with all requirements and restrictions of state and federal law respecting the employment of undocumented aliens, including, but not limited to, the Immigration Reform and Control Act of 1986, as may be amended from time to time, and shall require all subcontractors and sub-subcontractors to comply with the same. 8. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and CONTRACTOR and any subcontractor under it shall comply with and be governed by the laws of the State of 183 40 California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any subcontractor under it, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, worker or mechanic is required or permitted to labor more than eight (8) hours in any one calendar day or 40 hours in any one calendar week in violation of the Labor Code. 9. PUBLIC WORKS CONTRACTOR REGISTRATION: Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations (DIR). No bid will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the DIR to perform public work. Notwithstanding the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1. 10. LABOR COMPLIANCE AND STOP ORDERS: This Project is subject to compliance monitoring and enforcement by the DIR. It shall be CONTRACTOR’s sole responsibility to evaluate and pay the cost of complying with all labor compliance requirements under this Contract and applicable law. Any stop orders issued by the DIR against CONTRACTOR or any subcontractor that affect CONTRACTOR’s performance of Work, including any delay, shall be CONTRACTOR’s sole responsibility. Any delay arising out of or resulting from such stop orders shall be considered CONTRACTOR caused delay subject to any applicable liquidated damages and shall not be compensable by the CITY. CONTRACTOR shall defend, indemnify and hold CITY, its officials, officers, employees and agents free and harmless from any claim or liability arising out of stop orders issued by the DIR against CONTRACTOR or any subcontractor. 11. DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS: Contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Labor Code section 1777.1 or 1777.7. Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid, or may have been paid to a debarred subcontractor by a contractor on the Project shall be returned to the CITY. CONTRACTOR shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 12. LABOR/EMPLOYMENT SAFETY: CONTRACTOR shall comply with all applicable laws and regulations of the federal, state, and local government, including Cal/OSHA 184 41 requirements and requirements for verification of employees’ legal right to work in the United States CONTRACTOR shall maintain emergency first aid treatment for its employees which complies with the Federal Occupational Safety and Health Act of 1970 (29 U.S.C. § 651 et seq.), and California Code of Regulations, Title 8, Industrial Relations Division 1, Department of Industrial Relations, Chapter 4. CONTRACTOR shall ensure the availability of emergency medical services for its employees in accordance with California Code of Regulations, Title 8, Section 1512. CONTRACTOR shall submit the Illness and Injury Prevention Program and a Project site specific safety program to CITY prior to beginning Work at the Project site. CONTRACTOR shall maintain a confined space program that meets or exceeds the CITY Standards. CONTRACTOR shall adhere to CITY’s lock out tag out program 13. TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel and subsistence pay to each worker needed to execute the work required by this Agreement as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 14. CONTRACTOR'S LIABILITY: The City of Hermosa Beach and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to adjoining or other property from any c ause whatsoever arising out of or in connection with the performance of the work. CONTRACTOR shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever. To the fullest extent permitted by law, CONTRACTOR will indemnify Indemnities against and will hold and save Indemnitees harmless from any and all actions, claims, damages to persons or property, penalties, obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of CONTRACTOR, its agents, employees, subcontractors or invitees provided for herein, whether or not there is concurrent passive negligence on the part of City. In connection therewith: a. CONTRACTOR will defend any action or actions filed in connection with any such claims, damages, penalties, obligations or liabilities and will pay all costs and expenses, including attorneys' fees, expert fees and costs incurred in connection therewith. b. CONTRACTOR will promptly pay any judgment rendered against CONTRACTOR or Indemnitees covering such claims, damages, penalties, obligations and liabilities arising out of or in connection with such work, 185 42 operations or activities of CONTRACTOR hereunder, and CONTRACTOR agrees to save and hold the Indemnitees harmless therefrom. c. In the event Indemnitees are made a party to any action or proceeding filed or prosecuted against CONTRACTOR for damages or other claims arising out of or in connection with the work, operation or activities hereunder, CONTRACTOR agrees to pay to Indemnitees and any all costs and expenses incurred by Indemnitees in such action or proceeding together with reasonable attorneys' fees. Contractor's obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of City under any provision of this agreement, to the extent required by Civil Code section 2782, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. So much of the money due to CONTRACTOR under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damages as aforesaid. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California. This indemnity provision shall survive the termination of the Agreement and is in addition to any other rights or remedies which Indemnitees may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverage which may have been required under this Agreement or any additional insured endorsements which may extend to Indemnitees. CONTRACTOR, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the CONTRACTOR regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees. 15. THIRD PARTY CLAIMS. In accordance with Public Contract Code § 9201, CITY will promptly inform CONTRACTOR regarding third-party claims against CONTRACTOR, but in no event later than ten (10) business days after CITY receives such claims. Such notification will be in writing and forwarded in accordance with the “Notice” section of 186 43 this Agreement. As more specifically detailed in the contract documents, CONTRACTOR agrees to indemnify and defend the City against any third-party claim. 16. WORKERS COMPENSATION: In accordance with California Labor Code Sections 1860 and 3700, CONTRACTOR and each of its subcontractors will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, CONTRACTOR, by signing this contract, 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 worker's 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. 17. INSURANCE: CONTRACTOR shall procure and maintain for the duration of the Agreement, and for 1 year thereafter, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the CONTRACTOR, its agents, representatives, employees, or subcontractors. a. Minimum Scope and Limit of Insurance. Coverage shall be at least as broad as: i. Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00 01 covering CGL on an “occurrence” basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $5,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. ii. Automobile Liability: Insurance Services Office Form CA 0001 covering Code 1 (any auto), with limits no less than $5,000,000 per accident for bodily injury and property damage. iii. Workers’ Compensation insurance as required by the State of California, with Statutory Limits, and Employers’ Liability insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Working On, Over, or Near Navigable Waters. This Contract involves work on or adjacent to and/or work contributing to commerce on Navigable Waters of the United States, as defined by the U.S. Code of Federal Regulations. The Contractor therefore shall provide proof of insurance coverage in compliance with the statutory requirements of the U.S. Longshore and Harbor Workers’ Compensation Act. If the Contractor is working from barges or any other watercraft, owned or non- owned, the Contractor must maintain Protection and Indemnity (P&I) insurance providing coverage for actions of the crew to third parties in the amount of $1,000,000 each occurrence or accident. The City shall be named by endorsement as an additional insured on the Contractor’s Protection and Indemnity insurance policy. The Contractor must also provide proof of insurance coverage in compliance with the statutory requirements of the Merchant Marine Act of 1920 (Jones Act). 187 44 iv. Builder’s Risk (Course of Construction) insurance utilizing an “All Risk” (Special Perils) coverage form, with limits equal to the completed value of the project and no coinsurance penalty provisions. v. Professional Liability (if Design/Build), with limits no less than $2,000,000 per occurrence or claim, and $2,000,000 policy aggregate. vi. Contractors’ Pollution Legal Liability and/or Asbestos Legal Liability and/or Errors and Omissions (if project involves environmental hazards) with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. vii. The CITY, its officers, officials, employees, and volunteers are to be covered as additional insureds on the CGL policy with respect to liability arising out of work or operations performed by or on behalf of the CONTRACTOR including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired, or borrowed by or on behalf of the CONTRACTOR. General liability coverage can be provided in the form of an endorsement to the CONTRACTOR’s insurance (at least as broad as ISO Form CG 20 10, CG 11 85 or both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 forms if later revisions used). viii. For any claims related to this project, the CONTRACTOR’s insurance coverage shall be primary insurance coverage at least as broad as ISO CG 20 01 04 13 as respects the CITY, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the CITY, its officers, officials, employees, or volunteers shall be excess of the CONTRACTOR’s insurance and shall not contribute with it. ix. Each insurance policy required by this clause shall provide that coverage shall not be canceled, except with notice to the CITY. b. Builder’s Risk (Course of Construction) Insurance. i. CONTRACTOR may submit evidence of Builder’s Risk insurance in the form of Course of Construction coverage. Such coverage shall name the CITY as a loss payee as their interest may appear. ii. If the Project does not involve new or major reconstruction, at the option of the CITY, an Installation Floater may be acceptable. For such projects, a Property Installation Floater shall be obtained that provides for the improvement, remodel, modification, alteration, conversion or adjustment to existing buildings, structures, 188 45 processes, machinery, and equipment. The Property Installation Floater shall provide property damage coverage for any building, structure, machinery or equipment damaged, impaired, broken, or destroyed during the performance of the Work, including during transit, installation, and testing at the CITY’s site. c. Claims Made Policies. If any coverage required is written on a claims-made coverage form: i. The retroactive date must be shown, and this date must be before the execution date of the contract or the beginning of contract work. ii. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of contract work. iii. If coverage is cancelled or non-renewed, and not replaced with another claims- made policy form with a retroactive date prior to the contract effective, or start of work date, the CONTRACTOR must purchase extended reporting period coverage for a minimum of five (5) years after completion of contract work. iv. A copy of the claims reporting requirements must be submitted to the CITY for review. v. If the services involve lead-based paint or asbestos identification/remediation, the Contractors Pollution Liability policy shall not contain lead-based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability policy shall not contain a mold exclusion, and the definition of Pollution shall include microbial matter, including mold. d. Acceptability of Insurers. Insurance is to be placed with insurers authorized to conduct business in the state with a current A.M. Best rating of no less than A: VII, unless otherwise acceptable to the CITY. e. Waiver of Subrogation. CONTRACTOR hereby agrees to waive rights of subrogation which any insurer of CONTRACTOR may acquire from CONTRACTOR by virtue of the payment of any loss. CONTRACTOR agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the CITY for all work performed by the CONTRACTOR, its employees, agents and subcontractors. f. Verification of Coverage. CONTRACTOR shall furnish the CITY with original Certificates of Insurance including all required amendatory endorsements (or copies of the applicable policy language effecting coverage required by this clause) and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to CITY before work begins. However, failure to obtain the required documents prior to the work beginning shall not waive the CONTRACTOR’s obligation to provide them. The CITY reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. 189 46 g. Subcontractors. CONTRACTOR shall require and verify that all subcontractors maintain insurance meeting all requirements stated herein, and CONTRACTOR shall ensure that CITY is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a form at least as broad as CG 20 38 04 13. h. Special Risks or Circumstances. CITY reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other circumstances. 18. ASSIGNMENT: This contract is not assignable nor the performance of either party's duties delegable without the prior written consent of the other party. Any attempted or purported assignment or delegation of any of the rights of obligations of either party without the prior written consent of the other shall be void and of no force and effect. 19. INDEPENDENT CONTRACTOR: CONTRACTOR is and shall at all times remain as to the CITY, a wholly independent contractor. Neither the CITY nor any of its agents shall have control of the conduct of CONTRACTOR or any of CONTRACTOR'S employees, except as herein set forth. CONTRACTOR shall not at any time or in any manner represent that it or any of its agents or employees are in any manner agents or employees of CITY. 20. TAXES: CONTRACTOR is responsible for paying all retail sales and use, transportation, export, import, special or other taxes and duties applicable to, and assessable against any work, materials, equipment, services, processes and operations incidental to or involved in this contract. CONTRACTOR is responsible for ascertaining and arranging to pay them. The prices established in the contract shall include compensation for any taxes CONTRACTOR is required to pay by laws and regulations in effect at the bid opening date. 21. LICENSES: CONTRACTOR represents and warrants to CITY that it has all licenses, permits, qualifications, insurance, and approvals of whatsoever nature which are legally required of CONTRACTOR to practice its profession. CONTRACTOR represents and warrants to CITY that CONTRACTOR shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement any licenses, permits, insurance, and approvals which are legally required of CONTRACTOR to practice its profession. CONTRACTOR shall maintain a City of Hermosa Beach business license, if required under CITY ordinance. Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within five (5) years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within ten (10) years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License Board, P.O. Box 26000, Sacramento, California 95826. 190 47 22. RECORDS: CONTRACTOR shall maintain accounts and records, including personnel, property, and financial records, adequate to identify and account for all costs pertaining to this Agreement and such other records as may be deemed necessary by CITY or any authorized representative, and will be retained for four years after the expiration of this Agreement. All such records shall be made available for inspection or audit by CITY at any time during regular business hours. 23. SEVERABILITY. If any portion of these contract documents are declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 24. WHOLE AGREEMENT: This Agreement supersedes any and all other agreements either oral or written, between the parties and contains all of the covenants and agreements between the parties pertaining to the work of improvements described herein. Each party to this contract acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein, and that any other agreement, statements or promise not contained in this contract shall not be valid or binding. Any modifications of this contract will be effective only if signed by the party to be charged. 25. AUTHORITY: CONTRACTOR affirms that the signatures, titles, and seals set forth hereinafter in execution of this Agreement represent all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest herein. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. This Agreement may be modified by written amendment. CITY’s city manager may execute any such amendment on CITY’s behalf. 26. NOTICES: All notices permitted or required under this Agreement shall be in writing, and shall be deemed made when delivered to the applicable party’s representative as provided in this Agreement. Additionally, such notices may be given to the respective parties at the following addresses, or at such other addresses as the parties may provide in writing for this purpose. Such notices shall be deemed made when personally delivered or when mailed forty-eight (48) hours after deposit in the U.S. mail, first-class postage prepaid, and addressed to the party at its applicable address. 191 48 CITY OF HERMOSA BEACH 1315 Valley Drive Hermosa Beach, CA 90254 Attention: Project Manager CONTRACTOR: Attention: 27. DISPUTES. Effective January 1, 1991, Section 20104 et seq., of the California Public Contract Code prescribes a process utilizing informal conferences, non-binding judicial supervised mediation, and judicial arbitration to resolve disputes on construction claims of $375,000 or less. Effective January 1, 2017, Section 9204 of the Public Contract Code prescribes a process for negotiation and mediation to resolve disputes on construction claims. The intent of this Section is to implement Sections 20104 et seq. and Section 9204 of the California Public Contract Code. This Section shall be construed to be consistent with said statutes. Claims. For purposes of this Section, “Claim” means a separate demand by CONTRACTOR, after a change order duly requested in accordance with the terms of this Contract has been denied by the CITY, for (A) a time extension, (B) payment of money or damages arising from Work done by or on behalf of CONTRACTOR pursuant to the Contract, or (C) an amount the payment of which is disputed by the CITY. A “Claim” does not include any demand for payment for which CONTRACTOR has failed to provide notice, request a change order, or otherwise failed to follow any procedures contained in the Contract Documents. Claims governed by this Section may not be filed unless and until CONTRACTOR completes all procedures for giving notice of delay or change and for the requesting of a time extension or change order, including but not necessarily limited to the change order procedures contained herein, and CONTRACTOR’s request for a change has been denied in whole or in part. Claims governed by this Section must be filed no later than fourteen (14) days after a request for change has been denied in whole or in part or after any other event giving rise to the Claim. The Claim shall be submitted in writing to the CITY and shall include on its first page the following in 16 point capital font: “THIS IS A CLAIM.” Furthermore, the claim shall include the documents necessary to substantiate the claim. Nothing in this Section is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims, including all requirements pertaining to compensation or payment for extra Work, disputed Work, and/or changed conditions. Failure to follow such contractual requirements shall bar any claims or subsequent lawsuits for compensation or payment thereon. 192 49 Supporting Documentation. The CONTRACTOR shall submit all claims in the following format: Summary of claim merit and price, reference Contract Document provisions pursuant to which the claim is made List of documents relating to claim: Specifications Drawings Clarifications (Requests for Information) Schedules Other Chronology of events and correspondence Analysis of claim merit Analysis of claim cost Time impact analysis in CPM format If CONTRACTOR’s claim is based in whole or in part on an allegation of errors or omissions in the Drawings or Specifications for the Project, CONTRACTOR shall provide a summary of the percentage of the claim subject to design errors or omissions and shall obtain a certificate of merit in support of the claim of design errors and omissions. Cover letter and certification of validity of the claim, including any claims from subcontractors of any tier, in accordance with Government Code section 12650 et seq. City’s Response. Upon receipt of a claim pursuant to this Section, CITY shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide CONTRACTOR a written statement identifying what portion of the claim is disputed and what portion is undisputed. Any payment due on an undisputed portion of the claim will be processed and made within 60 days after the public entity issues its written statement. If CITY needs approval from its governing body to provide the CONTRACTOR a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, CITY shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide CONTRACTOR a written statement identifying the disputed portion and the undisputed portion. 193 50 Within 30 days of receipt of a claim, CITY may request in writing additional documentation supporting the claim or relating to defenses or claims CITY may have against the CONTRACTOR. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of CITY and the CONTRACTOR. CITY’s written response to the claim, as further documented, shall be submitted to CONTRACTOR within 30 days (if the claim is less than $50,000, within 15 days) after receipt of the further documentation, or within a period of time no greater than that taken by CONTRACTOR in producing the additional information or requested documentation, whichever is greater. Meet and Confer. If the CONTRACTOR disputes CITY’s written response, or CITY fails to respond within the time prescribed, the CONTRACTOR may so notify CITY, in writing, either within 15 days of receipt of CITY’s response or within 15 days of CITY’s failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand, CITY shall schedule a m eet and confer conference within 30 days for settlement of the dispute. Mediation. Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, CITY shall provide the CONTRACTOR a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after CITY issues its written statement. Any disputed portion of the claim, as identified by CONTRACTOR in writing, shall be submitted to nonbinding mediation, with CITY and CONTRACTOR sharing the associated costs equally. CITY and CONTRACTOR shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing unless the parties agree to select a mediator at a later time. If the Parties cannot agree upon a mediator, each Party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each Party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the Parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. Unless otherwise agreed to by CITY and CONTRACTOR in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. The mediation shall be held no earlier than the date CONTRACTOR completes the Work or the date that CONTRACTOR last performs Work, whichever is earlier. All unresolved claims shall be considered jointly in a single mediation unless a new unrelated claim arises after mediation is completed. 194 51 Procedures After Mediation. If following the mediation, the claim or any portion remains in dispute, CONTRACTOR must file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time CONTRACTOR submits his or her written claim pursuant to subdivision (a) until the time the claim is denied, including any period of time utilized by the meet and confer conference or mediation. Civil Actions. The following procedures are established for all civil actions filed to resolve claims subject to this Section: Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties or unless mediation was held prior to commencement of the action in accordance with Public Contract Code section 9204 and the terms of these procedures.. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1114.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney’s fees on appeal of the other party. Government Code Claims. In addition to any and all contract requirements pertaining to notices of and requests for compensation or payment for extra work, disputed work, claims and/or changed conditions, CONTRACTOR must comply with the claim procedures set forth in Government Code sections 900 et seq. prior to filing any lawsuit against the CITY. Such Government Code claims and any subsequent lawsuit based upon the Government Code claims shall be limited to those matters that remain unresolved after all procedures pertaining to extra work, disputed work, claims, and/or changed conditions have been followed by CONTRACTOR. If no such Government Code claim is submitted, or if any prerequisite contractual requirements are not otherwise satisfied as specified herein, CONTRACTOR shall be barred from bringing and maintaining a valid lawsuit against the CITY. A Government Code claim must be filed no earlier than the date the work is completed or the date CONTRACTOR last performs work on the Project, whichever occurs first. A Government Code claim shall be inclusive of all unresolved claims unless a new unrelated claim arises after the Government Code claim is submitted. 195 52 Non-Waiver. CITY’s failure to respond to a claim from CONTRACTOR within the time periods described in this Section or to otherwise meet the time requirements of this Section shall result in the claim being deemed rejected in its entirety. CITY’s failure to respond shall not waive CITY’s rights to any subsequent procedures for the resolution of disputed claims. 24. NON-DISCRIMINATION: Contractor represents that it is an equal opportunity employer and that it shall not discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, sex, age or other interests protected by the State or Federal Constitutions. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. A violation of this section exposes CONTRACTOR to the penalties provided for in Labor Code Section 1735. 25. TERMINATION: This Contract may be terminated by CITY at any time, either with our without cause, by giving CONTRACTOR three (3) days advance written notice. In the event of termination by CITY for any reason other than the fault of CONTRACTOR, CITY shall pay CONTRACTOR for all Work performed up to that time as provided herein. In the event of breach of the Contract by Contractor, CITY may terminate the Contract immediately without notice, may reduce payment to CONTRACTOR in the amount necessary to offset CITY’s resulting damages, and may pursue any other available recourse against CONTRACTOR. CONTRACTOR may not terminate this Contract except for cause. In the event this Contract is terminated in whole or in part as provided, CITY may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. Further, if this Contract is terminated as provided, CITY may require CONTRACTOR to provide all finished or unfinished documents, data, diagrams, drawings, materials or other matter prepared or built by CONTRACTOR in connection with its performance of this Contract. 26. ANTI-TRUST CLAIMS: This provision shall be operative if this Contract Agreement is applicable to California Public Contract Code Section 7103.5. In entering into this Contract Agreement to supply goods, services or materials, Contractor hereby offers and agrees to assign to the Agency all rights, title, and interest in and to all causes of action it may ha ve under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code) arising from purchases of goods, services, or materials pursuant to the Contract Agreement. This assignment shall be made and become effective at the time the Agency tender final payment to Contractor, without further acknowledgment by the Parties. 27. NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for the exclusive benefit of the Contractor and the City and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of the Contractor’s or the City’s obligations under this Contract. 28. TIME IS OF ESSENCE. Time is of the essence for each and every provision of the Contract Documents. 196 53 29. FORCE MAJEURE. If CONTRACTOR is delayed in the performance or progress of the work by a Force Majeure Event, then the CONTRACTOR shall be entitled to a time extension, as provided in the contract documents, when the work stopped is on the critical path and shall not be charged liquidated damages. Such a non-compensable adjustment shall be CONTRACTOR’s sole and exclusive remedy for such delays and the CONTRACTOR will not receive an adjustment to the contract price or any other compensation. Contractor must submit a timely request in accordance with the requirements of the contract documents. A Force Majeure Event shall mean an event that materially affects a party’s performance and is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities that are required for the work); (4) pandemics, epidemics or quarantine restrictions; and (5) strikes and other organized labor action occurring at the project site and the effects thereof on the work, only to the extent such strikes and other organized labor action are beyond the control of CONTRACTOR and its subcontractors, of every tier, and to the extent the effects thereof cannot be avoided by use of replacement workers. For purposes of this section, “orders of governmental authorities,” includes ordinances, emergency proclamations and orders, rules to protect the public health, welfare and safety, and other actions of the City in its capacity as a municipal authority. 30. PROVISIONS REQUIRED BY LAW AND CONTRACTOR COMPLIANCE. Each and every provision of law required to be included in these Contract Documents shall be deemed to be included in these Contract Documents. The Contractor shall comply with all requirements of applicable federal, state and local laws, rules and regulations, including, but not limited to, the provisions of the California Labor Code and California Public Contract Code which are applicable to this Work. 31. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 32. GOVERNING LAW: This Agreement shall be governed by the laws of the State of California, and exclusive venue for any action involving this Contract will be in Los Angeles County. IN WITNESS WHEREOF, the parties hereto have executed this Agreement with all the formalities required by law on the respective dates set forth opposite their signatures. 197 54 State of California CONTRACTOR'S License No. CONTRACTOR By: Date TITLE CITY OF HERMOSA BEACH, CALIFORNIA By: Date MAYOR ATTEST: By: Date CITY CLERK CONTRACTOR'S Business Phone Emergency Phone at which CONTRACTOR can be reached at any time: ( ) APPROVED AS TO FORM: CITY ATTORNEY Date 198 55 199 Page 1 of 2 RES NO. 23- CITY OF HERMOSA BEACH RESOLUTION NO. 23- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF HERMOSA BEACH APPROVING THE CONSTRUCTION OF CIP NO. 629 & CIP NO. 660 MUNICIPAL PIER STRUCTURAL AND ELECTRICAL REPAIRS PURSUANT TO GOVERNMENT CODE SECTION 830.6 AND ESTABLISHING A PROJECT PAYMENT ACCOUNT WHEREAS, John M. Cruikshank Inc., DBA JMC2 and Stantec designed and prepared the plans for CIP NO. 629 & CIP NO. 660 Municipal Pier Structural and Electrical Repairs (“Project”); and WHEREAS, The City solicited competitive bids for the Municipal Pier Structural and Electrical Repairs; and WHEREAS, Bids were received and opened publicly on January 18, 2023 and Jilk Heavy Construction, Inc. was chosen as the lowest responsible bidder; WHEREAS, the City Council, concurrent with the adoption of this Resolution, awarded the construction contract to the lowest responsible bidder, Jilk Heavy Construction, Inc.. for the Municipal Pier Structural and Electrical Repairs. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF HERMOSA BEACH, CALIFORNIA, DOES HEREBY RESOLVE AS FOLLOWS: SECTION 1. The City Council wishes to obtain the immunities set forth in Government Code § 830.6 with regards to the plans and construction of the Project. The City Engineer finds that the plans are complete and the Project may be constructed. SECTION 2. Design Immunity; Authorization A. The design, plans and vendor proposal for the Project are determined to be consistent with the Ci ty’s standards and are approved; B. The design approval set forth in this Resolution occurred before actual work on the Project construction commenced; 200 Page 2 of 2 RES NO. 23- C. The approval granted by this Resolution conforms with the City’s General Plan; D. The City Engineer, or designee, is authorized to act on the City’s behalf in approving any alterations or modifications of the design and plans approved by this Resolution; and E. The approval and authorization granted by this Resolution is intended to avail the City of the immunities set forth in Government Code § 830.6. SECTION 3. For purposes of the Contract Documents administering the Project, the City establishes an account containing sufficient monies from the current and following fiscal year budget to pay for the project. This Account is the sole sources of funds available for the Construction Sum as defined in the Contract Document administering the Project. SECTION 4. The City Clerk is directed to certify the adoption of this Resolution. SECTION 5. This Resolution will become effective immediately upon adoption. PASSED, APPROVED and ADOPTED on this 28th day of February, 2023 Raymond Jackson PRESIDENT of the City Council and MAYOR of the City of Hermosa Beach, CA ATTEST: APPROVED AS TO FORM: ________________________________ ________________________________ Myra Maravilla Patrick Donegan City Clerk City Attorney 201 65270.00001\40961443.1 FIRST AMENDMENT TO CONTRACT FOR PROFESSIONAL SERVICES TO PROCESS COASTAL COMMISSION APPLICATION AND PERMIT COORDINATION FOR MUNICIPAL PIER REPAIRS BETWEEN THE CITY OF HERMOSA BEACH AND GHD This First Amendment to the Contract to process Coastal Commission Application and Permit Coordination for Municipal Pier Repairs (“First Amendment”) is entered into by and between the City of Hermosa Beach, a municipal corporation (“City”) and GHD (“Consultant”). RECITALS A. City and Consultant are parties to the Professional Services Agreement titled “Contract to Process Coastal Commission Application and Permit Coordination for Municipal Pier Repairs” (the “Agreement”), dated March 21, 2022, in which City engaged Consultant to provide Professional Engineering Services for Coastal Commission application and permit coordination. B. City and Consultant now desire to amend the Agreement in order to amend contract amount and extend term. NOW, THEREFORE, in consideration of the foregoing, the Agreement is amended as follows: 1. All recitals above are true, correct, and incorporated herein. 2. Section 1 Consideration and Compensation is amended to read as follows: As additional consideration, CITY agrees to pay CONSULTANT a total of $15,000, for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. The total not to exceed amount for the Agreement shall be $43,480 (the original $28,480 plus this additional $15,000). 3. Section 7 of the Agreement is amended to read as follows: Term of Agreement. The term of this Agreement shall commence upon execution by both parties and shall expire on March 21, 2024, unless earlier termination occurs under Section 11 of this Agreement, or this Agreement is extended in writing in advance by both parties. Except as above modified, in all other respects the Agreement is hereby reaffirmed in full force and effect. CITY OF HERMOSA BEACH CONSULTANT ________________________________ _______________________________ Raymond Jackson, Mayor Principal GHD 202 65270.00001\40961443.1 ATTEST: ________________________________ Myra Maravilla, City Clerk APPROVED AS TO FORM: ____________________________________ Patrick Donegan, City Attorney 203 65270.00001\40961443.1 SECOND AMENDMENT TO CONTRACT FOR PROFESSIONAL SERVICES FOR MUNICIPAL PIER STRUCTURAL ASSESSMENT AND UPDATE PHASE III DESIGN PLANS AND SPECIFICATIONS BETWEEN THE CITY OF HERMOSA BEACH AND JOHN M. CRUIKSHANK CONSULTANTS INC., DBA JMC2 This Second Amendment to the Contract for Municipal Pier Structural Assessment and Update Phase III Design Plans and Specifications Services (“Second Amendment”) is entered into by and between the City of Hermosa Beach, a municipal corporation (“City”) and John M. Cruikshank Inc., DBA JMC2 a California corporation (“Consultant”). RECITALS A. City and Consultant are parties to the Professional Services Agreement titled “Contract for Municipal Pier Structural Assessment and Update Phase III Design Plans and Specifications Services” (the “Agreement”), dated January 11, 2022, in which City engaged Consultant to provide Professional Engineering Services for certain municipal pier structural elements and update Design Plans and Specifications Phase III. B. City and Consultant now desire to amend the Agreement amount. NOW, THEREFORE, in consideration of the foregoing, the Agreement is amended as follows: 1. All recitals above are true, correct, and incorporated herein. 2. Section 1 Consideration and Compensation amended to read as follows: As additional consideration, City agrees to pay CONSULTANT amount of $35,330 for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. The total not to exceed amount for the Agreement shall be $90,000 (the original $54,670 plus this additional $35,330). Except as above modified, in all other respects the Agreement is hereby reaffirmed in full force and effect. CITY OF HERMOSA BEACH CONSULTANT ________________________________ _______________________________ Raymond Jackson, Mayor John M. Cruikshank Inc. DBA JMC2 ATTEST: ________________________________ _______________________________ Myra Maravilla, City Clerk Taxpayer ID No. APPROVED AS TO FORM: ____________________________________ Patrick Donegan, City Attorney 204 City of Hermosa Beach Staff Report City Hall 1315 Valley Drive Hermosa Beach, CA 90254 Staff Report REPORT 23-0071 Honorable Mayor and Members of the Hermosa Beach City Council Special Meeting of February 27, 2023 AWARD OF PROFESSIONAL SERVICES AGREEMENTS FOR ON-CALL CIVIL ENGINEERING SERVICES (Public Works Director Joe SanClemente) Recommended Action: Staff recommends City Council: 1.Award a contract for on-call civil engineering services to KOA Corporation at a not-to-exceed amount of $1,000,000 for a term of five years ending February 28,2028,with an option to allow the City Manager to extend up to one year (Attachment 8); 2.Award a contract for on-call civil engineering services to Psomas at a not-to-exceed amount of $1,000,000 for a term of five years ending February 28,2028,with an option to allow the City Manager to extend up to one year (Attachment 9); 3.Award a contract for on-call civil engineering services to John M.Cruikshank Consulting,Inc. at a not-to-exceed amount of $1,000,000 for a term of five years ending February 28,2028, with an option to allow the City Manager to extend up to one year (Attachment 10); 4.Award a contract for on-call civil engineering services to Michael Baker International at a not- to-exceed amount of $1,000,000 for a term of five years ending February 28,2028,with an option to allow the City Manager to extend up to one year (Attachment 11); 5.Award a contract for on-call civil engineering services to Kimley-Horn &Associates,Inc.at a not-to-exceed amount of $1,000,000 for a term of five years ending February 28,2028,with an option to allow the City Manager to extend up to one year (Attachment 12); and 6.Authorize the Mayor to execute and the City Clerk to attest the proposed agreements subject to approval by the City Attorney. Executive Summary: The City of Hermosa Beach employs third-party experts to assist with design of Capital Improvement Projects (CIPs)and to provide as needed engineering services,allowing Public Works to expedite the CIP design process;utilize staff time efficiently;and call upon subject matter experts when unanticipated issues arise. Following a competitive Request for Qualifications (RFQ)process,staff recommends City Council award on-call civil engineering services agreements to KOA Corporation;Psomas;John M. Cruikshank Consulting,Inc.;Michael Baker International;and Kimley-Horn &Associates,Inc.,each City of Hermosa Beach Printed on 2/23/2023Page 1 of 9 powered by Legistar™205 Staff Report REPORT 23-0071 Cruikshank Consulting,Inc.;Michael Baker International;and Kimley-Horn &Associates,Inc.,each at a not-to-exceed amount of $1,000,000 and a term of five years ending February 28,2028.Staff also recommends approval of an option to allow the City Manager to extend each up to one additional year. Background: The City relies on the assistance of third-party professional services to design CIPs and support staff with specialized expertise as needed.The City has a longstanding practice of hiring outside engineering design experts based on Requests for Proposals (RFP)to augment finite staff resources. The RFP process consumes a significant amount of time as staff engages in the RFP initiation, bidding,award,and execution process each time the City needs design services.Each RFP issued takes months to process,from drafting the RFP to execution of award and then only covers a limited scope of services.With more than 50 projects on the FY 2022-23 CIP,the more traditional procurement process would take considerable time and add delay to the delivery of these projects. Given the aim toward implementation of business process improvements,staff seized the opportunity in 2019 to re-envision the City’s approach to obtaining routine services. A team from Public Works collaborated on the development of a Request for Qualifications (RFQ)to meet the needs of the City and the community.The RFQ approach,which includes a formal competitive bidding and advertisement process,provides the City with a list of pre-qualified professional to serve on the “bench”for the coming five years without the need to go out for an RFP each time a routine service is needed.The RFQ approach improves efficiency and expedites commencement of work and project delivery.Similarly,staff followed the same approach issuing a Request for Proposals (RFP)to begin work immediately and secure a bench of on-call civil engineers. The previous on-call agreements for civil engineering services were awarded by Council at its December 17, 2019 meeting and expired on December 17, 2022. Past Council Actions Meeting Date Description December 17, 2019 City Council award of on-call civil engineering contracts to CWE, Onward Engineering, and Quantum Quality Consulting Analysis: On January 5,2023,the City issued RFQ 23-001 (Attachment 1)inviting experienced and highly qualified firms to submit qualifications for civil engineering services through a competitive process. City of Hermosa Beach Printed on 2/23/2023Page 2 of 9 powered by Legistar™206 Staff Report REPORT 23-0071 qualified firms to submit qualifications for civil engineering services through a competitive process. The RFQ was advertised in the Easy Reader,on the City’s website,and on the City’s online bidding platform,Planet Bids.On February 1,2023,a total of 20 statements of qualification (SOQs)were received in response to the RFQ. To address the broader expertise and experience needed to assist the City with delivering its CIP and other needs as they arise,staff required each firm to assemble a team capable of performing,at a minimum, the following scope of work: ·Design of various Capital Improvement Projects (CIPs)in support of the Public Works Department (i.e.,plans,specifications,cost estimates,permits,supporting analysis, coordination, etc.); ·Structural inspection and design,including but not limited to the municipal pier (above and below water), parking structures, buildings, and retaining walls, etc.; ·Design of roadway resurfacing projects including sidewalk improvements and curb ramps to current accessibility standards,pedestrian safety improvements,enhanced signage and markings, traffic signal modifications, etc.; ·Utility infrastructure analysis and design (e.g., storm drains and sewer); ·Land Surveying (e.g.,design level survey,right-of-way investigations,map/easement and legal description preparation, etc.); ·Geotechnical Engineering (e.g., soils report, slope stability, retaining walls, etc.); ·Electrical engineering for evaluation and design of street and park lighting, etc.; ·Construction Support services including,but not limited to,attending construction meetings, responding to requests for information,inspection,reviewing contract submittals,and evaluating design changes during construction; ·Agency and Permit Coordination in support of the design and approval of City CIP projects and other maintenance needs (i.e.,Caltrans coordination and permits,California Coastal Commission, Los Angeles County, etc.); and ·Assistance with development of engineering design standards,guidelines,and procedures in support of the Public Works Department. The proposing firms are listed below in alphabetical order: ·Breen Design Group; ·CR Associates; ·CWE; ·EEC Environmental; ·IDS Group, Inc.; City of Hermosa Beach Printed on 2/23/2023Page 3 of 9 powered by Legistar™207 Staff Report REPORT 23-0071 ·IMEG Corporation; ·JMDiaz, Inc.; ·John M. Cruikshank Consultants, Inc.; ·Kimley-Horn and Associates, Inc.; ·KOA Corporations; ·M6 Consulting; ·Michael Baker International; ·Minagar & Associates; ·NV5; ·OJI Califico Consortium; ·Onward Engineering; ·PacRim Engineering, Inc.; ·Psomas; ·Quantum Quality Consulting, Inc.; and ·Stantec Consulting Services Inc. The proposals were independently evaluated in detail by a staff review panel and scored based on the following weighted criteria: ·Approach and Methods (40 percent) o Demonstration of the team’s ability to be responsive to the City’s needs and provide a high level of customer service. o Evidence of the team’s ability to successfully deliver project tasks and deliverables, within the identified project budget and minimize cost overruns. o Evidence of the team’s ability to work collaboratively with other members of a multi- disciplinary team in a complex and dynamic working environment. o Demonstration of the team’s commitment to accurate and superior work products and services as detailed in the project management plan. o A well thought-out and tailored approach to as-needed work that responds to the City’s particular issues and needs. o Incorporation of innovative and/or creative approaches for providing the services that will maximize efficient, cost-effective operations or increased performance capabilities. ·Relevant Experience and Expertise (40 percent) o The team’s ability to dedicate a strong contract manager,knowledge with the needs of a Public Works Department,that will serve as a single point of contact for the duration City of Hermosa Beach Printed on 2/23/2023Page 4 of 9 powered by Legistar™208 Staff Report REPORT 23-0071 of the project. o Recent experience providing similar services for other jurisdictions. o Familiarity and experience with applicable industry standards and any relevant federal, state, or local requirements. o The depth and appropriateness of experience of individual members of the technical team as they relate to the specific technical tasks called for by the project. o The team’s experience and ability to clearly communicate technical concepts and terminology with the community. ·Administration (20 percent) o Billing rates and ability to comply with the timeline, terms, and billing procedures. o The extent and nature of any proposed amendments to the Sample Professional Services Agreement. The evaluation sought out firms with a proven,responsible,and responsive contract manager to ensure timely execution of all work and with experience in pier design and inspections to assist in an urgently anticipated task order.Staff has learned,through experience,that the success and productivity of an on-call contract depend heavily on the quality of the contract manager.Contract manager attentiveness,thoroughness,and responsiveness were strongly considered as part of the evaluation process. Based on a comprehensive review,and following interviews with top ranked firms,staff recommends award of contract for on-call civil engineering services to the top five ranking firms including:KOA Corporation;Psomas;John M.Cruikshank Consulting,Inc.;Michael Baker International;and Kimley- Horn &Associates,Inc.(Attachments 2,3,4,5,and 6).Proposals were ranked based on the weighted selection criteria described above. The rankings are as follows: Ranking Company 1 KOA Corporation 2 Psomas 3 John M. Cruikshank Consulting, Inc. 4 Michael Baker International 5 Kimley-Horn & Associates, Inc. 6 Stantec Consulting Services, Inc. 7 IDS. Group, Inc. 8 JMDiaz, Inc. 9 IMEG Corporation 10 CR Associates 11 M6 Consulting Inc. 12 Onward Engineering 13 PacRim Engineering, Inc. 14 Quantum Quality Consulting, Inc. 15 EEC Environmental 16 NV5, Inc. 17 Breen Design Group 18 CWE 19 Minagar and Associates, Inc. 20 OJI Califco Consortium, Inc. City of Hermosa Beach Printed on 2/23/2023Page 5 of 9 powered by Legistar™209 Staff Report REPORT 23-0071 Ranking Company1KOA Corporation2Psomas3John M. Cruikshank Consulting, Inc.4 Michael Baker International 5 Kimley-Horn & Associates, Inc. 6 Stantec Consulting Services, Inc. 7 IDS. Group, Inc. 8 JMDiaz, Inc. 9 IMEG Corporation 10 CR Associates 11 M6 Consulting Inc. 12 Onward Engineering 13 PacRim Engineering, Inc. 14 Quantum Quality Consulting, Inc. 15 EEC Environmental 16 NV5, Inc. 17 Breen Design Group 18 CWE 19 Minagar and Associates, Inc. 20 OJI Califco Consortium, Inc. The top five firms demonstrated the greatest understanding of the City’s needs,ability to dedicate a strong contract manager to ensure a high level of service,and the ability to provide the necessary breadth of expertise for on-call civil engineering services to help the City successfully complete CIPs and other work as needed. If approved,on-call civil engineering services would immediately begin with the five recommended firms.The City previously relied on three on-call civil engineering firms to fulfill the general civil engineering services to Public Works.However,the current significant CIP workload requires increased on-call services and an expanded breadth of expertise in order to advance projects concurrently and ensure strong contract management.The proposed contract for each firm includes a not-to-exceed amount of $1,000,000 and a term of five years ending February 28,2028,with an option to allow the City Manager to extend each up to one additional year. While the total not-to-exceed amount for all five contracts combined is substantive at $5,000,000,the contracts would be utilized on an as-needed basis over five to six years.On-call agreements do not guarantee any amount of work and offer the City flexibility. General Plan Consistency: PLAN Hermosa,the City’s General Plan,was adopted by the City Council in August 2017.The award of contracts to provide on-call civil engineering services to the City is key to the effective and efficient implementation of the Hermosa Beach community vision and supports several goals of the Mobility Element,Parks +Open Space Element,and Infrastructure Element.Relevant Policies are listed below: City of Hermosa Beach Printed on 2/23/2023Page 6 of 9 powered by Legistar™210 Staff Report REPORT 23-0071 Mobility Element Goal 3.Public rights-of-way supporting a multimodal and people-oriented transportation system that provides diversity and flexibility on how users choose to be mobile. Policies: ·3.1 Enhance public right-of-way.Where right-of-way clearance allows,enhance public right- of-way to improve connectivity for pedestrians,bicyclists,disabled persons,and public transit stops. ·3.2 Complete pedestrian network.Prioritize investment in designated priority sidewalks to ensure a complete network of sidewalks and pedestrian-friendly amenities that enhances pedestrian safety, access opportunities and connectivity to destinations. ·3.10 Require ADA standards.Required that all public rights-of-way be designed per American with Disabilities Act (ADA)standards by incorporating crosswalks,curb ramps pedestrian signals, and other components to provide ease of access for disabled persons. Parks + Open Space Element Goal 1. First class, well maintained, and safe recreational facilities, parks and open spaces. Policy: ·1.1 Facility upgrades.Improve and update park and open space facilities on a regular basis. Goal 6.The coast and its recreational facilities are easily accessible from many locations and by multiple transportation modes. Policy: ·6.12 Comprehensive bike and pedestrian network.Prioritize completion of prosed South Bay Bike Master Plan improvements in the Coastal Zone that connect to other bike routes and path throughout the City and to the surrounding region. Goal 7.The beach offers high quality recreational opportunities and amenities desired by the community. Policy: ·7.2 Amenity Upkeep.Continue to update,replace,and add new public restrooms,water fountains, and other City-maintained beach facilities on an ongoing basis. Infrastructure Element Goal 2.Roadway infrastructure maintenance supports convenient,attractive,and complete streets and associated amenities. Policy: ·2.4 Sidewalk improvements.Consider innovative funding strategies,such as cost-sharing, City of Hermosa Beach Printed on 2/23/2023Page 7 of 9 powered by Legistar™211 Staff Report REPORT 23-0071 ·2.4 Sidewalk improvements.Consider innovative funding strategies,such as cost-sharing, ADA accessibility grants,or sidewalk dedications,to improve the overall condition,safety,and accessibility of sidewalks. Goal 3.Adequate water supplies from diverse sources provide for the needs of current and future residents, businesses, and visitors. Policy: ·3.6 Water infrastructure.Support the development of water storage,recycling,greywater treatment, and necessary transmission facilities to meet necessary water demand. Goal 4. The sewer system infrastructure is modernized and resilient. Policy: ·4.5 Sewer system rehabilitation.Implement the rehabilitation projects recommended in the Sanitary Sewer Master Plan. Goal 5.The stormwater management system is safe,and environmentally and fiscally sustainable. Policies: ·5.6 Stormwater system repairs.Ensure that stormwater system repairs are included in maintenance plans for other City infrastructure and that repairs and maintenance are completed in a timely manner to prevent additional repair cost. ·5.9 Evaluate and retrofit.Evaluate existing systems and retrofit to meet current standards and infiltration best practices. Fiscal Impact: Funds for the on-call civil engineering services are budgeted in the Capital Improvement Projects Budget for specific projects or in the Public Works Administration Contract Services Account for other as needed work.The Fiscal Year 2022-23 Budget includes $100,000 in Public Works Administration for ongoing professional services. Agreement Request Total Request Amount FY 2022-23 Budget Dept. Account #Total Contract Amount $5,000,000 Various CIPs XXX-8XXX-4201, Public Works Administration 001-4202-4201 $5,000,000 Attachments: 1. RFP 23-001 City of Hermosa Beach Printed on 2/23/2023Page 8 of 9 powered by Legistar™212 Staff Report REPORT 23-0071 2. KOA Corporation Proposal 3. Psomas Proposal 4. John M. Cruikshank Consulting, Inc. Proposal 5. Michael Baker International Proposal 6. Kimley-Horn & Associates, Inc. Proposal 7. December 17, 2019 City Council Report 8. Proposed Agreement with KOA Corporation 9. Proposed Agreement with Psomas 10. Proposed Agreement with John M. Cruikshank Consulting, Inc. 11. Proposed Agreement with Michael Baker International 12. Proposed Agreement with Kimley-Horn & Associates, Inc. Respectfully Submitted by: George Hernandez, Assistant Engineer Concur: Stephanie Holst, Senior Engineer Concur: Joe SanClemente, Public Works Director Noted for Fiscal Impact: Viki Copeland, Finance Director Legal Review: Patrick Donegan, City Attorney Approved: Suja Lowenthal, City Manager City of Hermosa Beach Printed on 2/23/2023Page 9 of 9 powered by Legistar™213 REQUEST FOR QUALIFICATIONS (RFQ) NO. 23-001 ON-CALL CIVIL ENGINEERING SERVICES IN THE CITY OF HERMOSA BEACH, CALIFORNIA CITY OF HERMOSA BEACH Department of Public Works 1315 Valley Drive Hermosa Beach, CA 90254 (310) 318-0210 214 RFQ 23-001 City of Hermosa Beach Page 2 of 36 RFQ NUMBER: RFQ# 23-001 RFQ TITLE: ON-CALL CIVIL ENGINEERING SERVICES REQUESTING DEPARTMENT: Public Works – Engineering Division RELEASE DATE: January 5, 2023 DUE DATE: Wednesday, February 1, 2023 @ 3:00 p.m. PST Notice is hereby given that the Department of Public Works of the City of Hermosa Beach will receive statements of qualification for: RFQ# 23-001, ON-CALL CIVIL ENGINEERING SERVICES Statements of qualification must be submitted as PDF via the PlanetBids Portal (pbsystem.planetbids.com/portal/51313/portal-home) and will be received until 3:00 p.m. PST, Wednesday, February 1, 2023. Statements of qualification will not be opened at that time but will be submitted to the Public Works Department for verification and compliance with specifications and subsequent recommendation to City Council for award of a contract or rejection of the responses, as deemed appropriate. The City reserves the right to make no award. Please direct any inquiries regarding this RFQ to George Hernandez at ghernandez@hermosabeach.gov. All questions regarding the content of the RFQ may be emailed to George Hernandez referenced above or submitted on the PlanetBids Portal. Dated: January 5, 2023 www.hermosabeach.gov BEACH HERMOSA OF CITY 1315 Valley Drive, Hermosa Beach, CA, 90254 Phone: (310) 318-0210, FAX: (310) 937-5015 215 RFQ 23-001 City of Hermosa Beach Page 3 of 36 Table of Contents 1 Introduction ............................................................................................................................ 4 1.1 Invitation for Qualifications ............................................................................................. 4 1.2 RFQ Timeline .................................................................................................................... 4 1.3 Submittal Procedures ...................................................................................................... 4 1.4 Contact ............................................................................................................................ 5 1.5 General RFQ Conditions ................................................................................................. 5 2. Scope of Services ............................................................................................................... 10 2.1 City Location and Characteristics................................................................................ 10 2.2 Description ..................................................................................................................... 10 3. Submittal Instructions .......................................................................................................... 12 3.1 Format ............................................................................................................................ 12 3.2 Content .......................................................................................................................... 12 3.2.1 Cover Letter ............................................................................................................ 12 3.2.2 Firm Profile ............................................................................................................... 13 3.2.3 Organizational Chart .............................................................................................. 13 3.2.4 Bios of Key Staff ....................................................................................................... 14 3.2.5 Relevant Experience and References .................................................................. 14 3.2.6 Project Management Plan .................................................................................... 14 3.2.7 Required Forms ....................................................................................................... 14 3.2.8 Rate Schedule ........................................................................................................ 15 4. Evaluation and Selection ................................................................................................... 15 4.1 Review Process .............................................................................................................. 15 5. Contract Expectations ........................................................................................................ 17 5.1 Contract Period ............................................................................................................. 17 5.2 Professional Services Agreement ................................................................................. 17 5.3 Standards of Work ......................................................................................................... 17 5.4 Invoicing and Payment................................................................................................. 18 6.2 Required Forms .............................................................................................................. 30 6.2.1 Certification of Qualifications ................................................................................ 30 6.2.2 Non-Collusion Affidavit ........................................................................................... 32 6.2.3 Compliance with Insurance Requirements .......................................................... 34 6.2.4 Acknowledgement of Professional Services Agreement .................................... 35 6.2.5 COVID Vaccination Certification .......................................................................... 36 216 RFQ 23-001 City of Hermosa Beach Page 4 of 36 1 Introduction 1.1 Invitation for Qualifications The City of Hermosa Beach (“City”) is seeking Statements of Qualifications from qualified individuals or firms (“Consultant”) to provide on-call Civil Engineering Services. The selected Consultant would assist the City’s Public Works Department in the preparation of the designs of Capital Improvement Projects (CIPs) and other as-needed work in support of the Department’s operations and programs. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described in this request for qualifications (RFQ). The City intends to enter an agreement with up to five (5) qualified consultants (or teams of consultants) for the requested services in an amount not to exceed $1,000,000 for a period of five years. The City anticipates a contract start date around February 2023. This RFQ does not require consultants to address any specific projects or task orders. As work is identified, the City will solicit proposals from one, or more, of the on-call firms. A task order will then be negotiated and executed between the City and the selected firm. 1.2 RFQ Timeline RFQ posted January 5, 2023 Deadline to submit written questions January 20, 2023 Posting of responses to questions January 23, 2023 Deadline to submit qualifications February 1, 2023 - 3 PM PST Interviews for selected firms if the City wishes to do so TBD Tentative award February 28, 2023 1.3 Submittal Procedures Respondents shall submit one copy of the statement of qualification and one copy of the rate schedule in PDF format (separate files) on the PlanetBids Portal. 217 RFQ 23-001 City of Hermosa Beach Page 5 of 36 No responses will be accepted after the listed date and time. The format, content, and procedures for submitting a statements of qualification are provided in further detail within the RFQ (see Section 3). 1.4 Contact Please direct any inquiries regarding this RFQ to George Hernandez at ghernandez@hermosabeach.gov. All questions regarding the content of the RFQ shall be submitted directly on the PlanetBids Portal or may be emailed to George Hernandez referenced above. Responses to all questions will be posted on the PlanetBids portal. 1.5 General RFQ Conditions The following instructions and conditions apply to this RFQ: Pre-Contractual Expenses The City of Hermosa Beach shall not, in any event, be liable for any pre-contractual expenses incurred by any consultant. In addition, no consultant shall include any such expenses as part of the price proposed. Pre-contractual expenses are defined as expenses incurred by bidders in: • Preparing a statement of qualifications in response to this RFQ. • Submitting that response to the City of Hermosa Beach. • Negotiating with the City of Hermosa Beach any matter related to this RFQ, proposal, and/or contractual agreement. • Any other expenses incurred by the consultant prior to the date of an executed contract. Authority to Withdraw RFQ and/or Not Award Contract The City of Hermosa Beach reserves the right to withdraw this RFQ at any time for any reason without prior notice. Further, the City makes no representations that any agreement will be awarded to any consultant responding to this RFQ. The City expressly reserves the right to reject any and all responses to this RFQ without indicating any reasons for such rejection(s). The release of this RFQ does not obligate or compel the City to enter into a contract or agreement. Authority to Revise RFQ and Request Additional Information The City reserves the rights to amend the RFQ at any time, to determine the successful respondent(s), and to reject any or all responses or their components. Should it be necessary for the City to issue addendums to this RFQ during the advertisement period, the City will post addendums to the PlanetBids Portal. It is the responsibility of all 218 RFQ 23-001 City of Hermosa Beach Page 6 of 36 prospective respondents to check PlanetBids regularly to see whether any addenda or supplemental materials have been issued. Statements of qualifications shall acknowledge that the consultant is aware of all addendums which have been issued and has incorporated their provisions in their response by completing the Certification of Qualifications Form. The City reserves the right, to request additional information or clarifications from consultants where it may serve the City’s best interest. Other Conditions • ADDITIONAL SERVICES. The Scope of Work describes the minimum work to be accomplished. Upon final selection of the firm(s), the Scope of Work may be modified and refined during negotiations with the City. Any proposer that provides additional services can include those services in the statement of qualifications and list them as additional services. • AUTHORIZED SIGNATURES. Every statement of qualifications must be signed by the person or persons legally authorized to bind the consultant to a contract for the execution of the work. Upon request of the City, any agent submitting a statement of qualifications on behalf of a consultant shall provide a current power of attorney certifying the agent’s authority to bind the consultant. • AWARD OF QUALIFICATIONS. City reserves the right to negotiate final terms with the selected consultant, if any. Award may be made to the consultant offering the most advantageous statement of qualifications after consideration of all criteria. • COMPLIANCE WITH LAWS. All statement of qualifications shall comply with current federal, state, and other laws relative thereto. • CONFLICT OF INTEREST. By signing the Certification of Qualifications , the consultant declares and warrants that no elected or appointed official, officer or employee of the City has been or shall be compensated, directly or indirectly, in connection with this statement of qualifications or any work connected with this statement of qualifications. Should any agreement be approved in connection with this Request for Qualifications, consultant declares and warrants that no elected or appointed official, officer or employee of the City, during the term of his/her service with the City shall have any direct interest in that agreement, or obtain any present, anticipated or future material benefit arising therefrom. • DISQUALIFICATION OF PROPOSER. If there is reason to believe that collusion exists among the consultants, the City may refuse to consider statement of qualifications from participants in such collusion. No person, firm, or corporation under the same or different name, shall make, file, or be interested in more than one statement of qualifications for the same work unless alternate statement of qualifications are called for. Reasonable grounds for believing that any consultant is interested in more than one statement of qualifications for the same work will cause the 219 RFQ 23-001 City of Hermosa Beach Page 7 of 36 rejection of all statement of qualifications for the work in which a consultant is interested. Consultants shall submit as part of their statement of qualifications documents the completed Non-Collusion Affidavit. • EXAMINATION OF DOCUMENTS. It is the responsibility of the consultant to carefully and thoroughly examine and be familiar with these RFQ documents, general conditions, all forms, specifications, drawings, plans, and addendums (if any). Consultants shall satisfy themselves as to the character, quantity, and quality of work to be performed and materials, labor, supervision necessary to perform the work as specified by these documents. The failure or neglect of the consultant to examine documents shall in no way relieve the consultant from any obligations with respect to the solicitation for and subsequent contract that may be awarded. The submission of a statement of qualifications shall constitute an acknowledgment upon which the City may rely that the consultant has thoroughly examined and is familiar with the RFQ documents. The failure or neglect of a consultant to receive or examine any of the documents shall in no way relieve the consultant from any obligations with respect to the statement of qualifications. No claim will be allowed for additional compensation that is based upon a lack of knowledge of any solicitation document. • INTERPRETATION OF RFQ DOCUMENTS. City reserves the right to make corrections or clarifications of the information provided in this RFQ. If any person is in doubt as to the true meaning of any part of this RFQ documents, or finds discrepancies or omissions in the document, the person may submit to the City a written request for an interpretation or correction. Oral statement(s), interpretations or clarifications concerning meaning or intent of the contents of this RFQ by any person are unauthorized and invalid. Modifications to the RFQ, including, but not limited to the scope of work, can be made only by written addendum issued by the City. Proposers shall submit all questions in writing to the contact listed in the announcement or submitted on the PlanetBids Portal. Proposers may not contact any other staff members with questions. The requesting party is responsible for prompt delivery of any requests. When the City considers interpretations necessary, interpretations will be in the form of an addendum to the RFQ documents, and when issued, will be sent as promptly as is practical to all parties recorded by the City as having received RFQ documents. All such addenda shall become a part of the RFQ document. It is the responsibility of each consultant to ensure the City has their correct business name, mailing address and e-mail address on file through the PlanetBids online portal. Any prospective consultants who obtained a set of RFQ documents from the PlanetBids online portal are responsible for checking PlanetBids to verify if any subsequent Addendums were issued. • IRREGULARITIES. City reserves the right to waive non-material irregularities if such would be in the best interest of the City as determined by the City Manager. • NON-DISCRIMINATION. Consultant represents and warrants that it does not and will not discriminate against any employee or applicant for employment because of race, religion, gender, color, national origin, sexual orientation, ancestry, marital 220 RFQ 23-001 City of Hermosa Beach Page 8 of 36 status, physical condition, pregnancy or pregnancy-related condition, political affiliation or opinion, age or medical condition. • NON-EXCLUSIVE. Should the City make an award, the successful consultant will enter into a NON-EXCLUSIVE professional services agreement and the City reserves the right to enter into agreements with other firms. • OFFERS OF MORE THAN ONE PRICE. Consultants are NOT allowed to submit more than one rate schedule. • OWNERSHIP. All data, documents and other products used or developed during the RFQ process become the property of the City upon submission. All documents submitted in response to this RFQ shall become the property of the City and a matter of public record pursuant to Government Code sections 6250 et seq. Statement of qualifications should not be marked as confidential or proprietary, and City may refuse to consider a statement of qualifications so marked. All information contained within the statement of qualifications will become a matter of public record. It is the responsibility of each bidder to clearly identify any and all information contained within its statement of qualifications that it considers to be confidential and/or proprietary. To the extent that the City agrees with that designation, such information will be held in confidence whenever possible. All other information will be considered public. • PROFESSIONAL SERVICES AGREEMENT. Prior to awarding any work, the selected Consultant will be required to execute a professional services agreement (sample attached) with the City. Any proposed change to the agreement shall be identified in the response to the Request for Qualifications (RFQ) and shall be subject to the sole approval of the City. The City requires the Consultant to obtain and maintain a policy of professional liability and other insurance as indicated in the agreement. • NO PUBLIC OPENING/PUBLIC RECORDS ACT. Statement of qualifications shall be opened and its contents secured by City staff to prevent disclosure during the evaluative process and the process of negotiating with competing consultants. Adequate precautions shall be taken to treat each consultant fairly and to insure that information gleaned from competing statement of qualifications is not disclosed to other Consultants. Prices and other information concerning the statement of qualifications shall not be disclosed until a recommendation for award is made to the awarding authority. • PUBLIC RECORD. All statement of qualifications submitted in response to this RFQ will become the property of the City upon submittal and a matter of public record when the City selects a proposer for recommendation to the City Council for its consideration pursuant to applicable law. • REPRESENTATIONS. Consultant understands and acknowledges that the representations made in their submitted statement of qualifications are material and important, and will be relied on by the City in evaluation of the statement of 221 RFQ 23-001 City of Hermosa Beach Page 9 of 36 qualifications . Consultant misrepresentation shall be treated as fraudulent concealment from the City of the facts relating to the statement of qualifications. • SEVERABILITY. If any provisions or portion of any provision, of this Request for Qualifications are held invalid, illegal or unenforceable, they shall be severed from the Request for Qualifications and the remaining provisions shall be valid and enforceable. • SUBCONTRACTOR INFORMATION. If the statement of qualifications includes the use of sub consultants, consultant must identify specific sub consultants and the specific requirements of this RFQ for which each proposed sub consultant would perform services. All sub consultant for work services must follow all required provisions of the prime contract. • VALIDITY. Statement of qualifications must be valid for a period of 90 days from the due date. • WITHDRAWAL OF STATEMENT OF QUALIFICATIONS. Consultants’ authorized representative may withdraw statement of qualifications only by written request received by this RFQ contact personal before the Submittal Deadline. • BUSINESS LICENSE. The selected firm(s) must obtain a City of Hermosa Beach Business license and maintain a current certificate of insurance with the City for the duration of the Professional Service Agreement. 222 RFQ 23-001 City of Hermosa Beach Page 10 of 36 2. Scope of Services 2.1 City Location and Characteristics The City of Hermosa Beach is located within the southwestern coastal portion of Los Angeles County in what is commonly referred to locally as the “South Bay” area. The City is bounded on the north by the City of Manhattan Beach, on the south by the City of Redondo Beach, on the east by the City of Redondo Beach and the City of Manhattan Beach, and on the west by the Pacific Ocean. The City limits for Hermosa Beach encompass a relatively small land area, approximately 1.4 square miles. Hermosa Beach is thriving, and engaged community, with some 20,000 residents and naturally draws a high number of visitors to its beaches and downtown. Governed by a five-member City Council with members elected at large, Hermosa Beach operates under the council/city manager form of government as a general law city. Like the community, the Council is informed, educated, and engaged. The programs and services provided by the City are accomplished through eight City departments: City Clerk, City Manager, Community Development, Community Resources, Finance, Human Resources, Police, and Public Works. 2.2 Description The Public Works Department is responsible for engineering and oversight of the City's Capital Improvement Program (CIP), maintenance of City facilities and parks, public counter services including plan check and permit issuance, managing and maintaining the public right of way, grant management, storm drains and sewers, utility districts and utility coordination, and a wide variety of other programs and services. In the Fiscal Year 2022-2023 budget, the City Council approved a significant expansion of the Capital Improvement Program (CIP), which now includes 50 projects, with a $23 million dollar budget, covering a diverse range of needs from planning to design and construction. In 2022, the City Council also approved the City’s Americans with Disabilities Act (ADA) Self-Evaluation and Transition Plan, which outlines a number of accessibility priorities and needs. The City of Hermosa Beach (“City”) Public Works Department is seeking Statements of Qualification from qualified consultants, or team of consultants, (“Consultant”) to provide on-call Civil Engineering Services. The selected Consultant would assist the City’s Public Works Department in the preparation of the designs of Capital Improvement Projects (CIPs) and other as-needed work in support of the Department’s programs, plans, and services. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described in this RFQ. The City intends to enter an agreement with up to five (5) qualified consultants (or teams of consultants) for the requested services in an amount not to exceed $1,000,000 223 RFQ 23-001 City of Hermosa Beach Page 11 of 36 each for a period of five years. The City anticipates a contract start date around March 2023. This RFQ does not require consultants to address any specific projects or task orders. As work is identified, the City will solicit proposals from one, or more, on-call firms. The designated Consultant(s) shall then provide a cost proposal, fee, and a schedule per each task order issued by the City. A task order will then be negotiated and executed between the City and the selected firm. Compensation will be based on a time and materials with a not-to-exceed limit agreed upon by both the Consultant and City before work begins. Please note that being selected for an as-needed contract does not guarantee that a Consultant will be requested to submit a task order or be assigned any work. The City reserves the right to retain other consulting firms in its sole discretion when the City believes there will be an economic or other significant advantage for doing so. 2.2 General Scope of Work The scope of work includes, but is not limited to, the following services: • Design of various Capital Improvement Projects (CIPs) in support of the Public Works Department (i.e., plans, specifications, cost estimates, permits, supporting analysis, coordination, etc.) • Structural inspection and design, including but not limited to the municipal pier (above and below water), parking structures, buildings, and retaining walls, etc. • Design of roadway resurfacing projects including sidewalk improvements and curb ramps to current accessibility standards, pedestrian safety improvements, enhanced signage and markings, traffic signal modifications, etc. • Utility infrastructure analysis and design (e.g., storm drains and sewer) • Land Surveying (e.g., design level survey, right-of-way investigations, map/easement and legal description preparation, etc.) • Geotechnical Engineering (e.g., soils report, slope stability, retaining walls, etc.) • Electrical engineering for evaluation and design of street and park lighting, etc. • Construction Support services including, but not limited to, attending construction meetings, responding to requests for information, inspection, reviewing contract submittals, and evaluating design changes during construction. • Agency and Permit Coordination in support of the design and approval of City CIP projects and other maintenance needs (i.e., Caltrans coordination and permits, California Coastal Commission, Los Angeles County, etc.) 224 RFQ 23-001 City of Hermosa Beach Page 12 of 36 • Assist with development of engineering design standards, guidelines, and procedures in support of the Public Works Department. 2.3 Relevant Plans, Policies, Programs, or Projects Proposers should review and consider the work already completed or underway in the development of approach, budget, and schedule. The following links are provided for your convenience: • Fiscal Year 2022-23 Capital Improvement Program, adopted 2022 • 2022 ADA Self-Evaluation and Transition Plan, adopted 2022 • Storm Drain Master Plan, adopted 2018 • Sewer Master Plan, adopted 2017 • Pavement Management Plan, adopted 2017 • PLAN Hermosa, the City’s Comprehensive General Plan and Local Coastal Program, adopted 2017 3. Submittal Instructions 3.1 Format Proposers shall submit one copy of the statement of qualifications and one copy of the rate schedule in PDF format on the PlanetBids Portal. 3.2 Content Statement of qualifications must be concise, but with sufficient detail to allow accurate evaluation and comparative analysis. Emphasis should be concentrated on conforming to the RFQ instructions, responding to the RFQ requirements, and on providing a complete and clear description of the offer. Statement of qualifications should include the sections as described in greater detail below. Do not include marketing brochures or other promotional material not connected with this RFQ. 3.2.1 Cover Letter Statement of qualifications must be accompanied by a short cover letter, signed by an individual authorized to bind the proposing entity to all commitments made in the submittal. An unsigned statement of qualifications is grounds for rejection. The cover letter should include: 225 RFQ 23-001 City of Hermosa Beach Page 13 of 36 • Brief introduction of the firm (or team of firms); • Contact information for the person authorized to enter into an agreement with the City; • Contact information for the contract manager that will serve as the day-to-day contact with the City. For this on-call contract, the City will expect a dedicated point person to manage all task orders; serve as the conduit of information between any task-specific project managers and sub-consultants; and ensure overall quality and responsiveness. • Concise statement of understanding of the scope of work; and • Acknowledgement of receipt of any addendums that were issued for this RFQ. 3.2.2 Firm Profile Proposers should provide a brief profile of the prime consultant and any sub-consultants. Information should include, but is not limited to the following information: • Official name, address, email, and telephone number of the consultant’s primary point of contact. • Type of business entity of consultant (corporation, company, joint venture, etc.). Please enclose a copy of the Joint Venture Agreement if entity is a joint venture. • Federal Employer I.D. Number. • Indication whether firm is totally or partially owned by another business organization (parent company) or individual. • Number of years consultant has been in business under the present business name. • Number of years of experience the consultant has had in providing required, equivalent, or related services. • Any failures or refusals to complete a contract, and explanation. 3.2.3 Organizational Chart Proposer shall include an organizational chart that reflects titles of key staff assigned to provide services under this statement of qualifications for the prime consultant and all subconsultants. The organizational chart should clearly identify names, titles, and professional licenses/certifications. It is the City s requirement to have the key personnel identified in the Organizational Chart remain with the individual project during its duration. After contract execution the 226 RFQ 23-001 City of Hermosa Beach Page 14 of 36 Consultant should not substitute key personnel (contract manager and others listed by name in the statement of qualifications) or sub-consultants without prior written approval by the City. 3.2.4 Bios of Key Staff Proposer shall include bios of key staff identified in the organizational chart for the prime consultant and all subconsultants. The bios should indicate key relevant experience on similar projects, their areas of expertise, degrees, and any relevant professional licenses and certifications. 3.2.5 Relevant Experience and References Proposers shall highlight their experience providing similar on-call services for other municipal clients. References for at least three (3) similar projects within the last five (5) years is required. Please include the following information, at a minimum for other similar projects: • Name of contracting agency and department • Description of project or services provided • Year started and completed (if relevant) • Key Personnel Assigned • Name, email, and phone number for agency project manager • Contract Value 3.2.6 Project Management Plan In this section, proposers should detail their approach to responding to requests for as- needed work, ensuring clear communication between the Consultant’s Contract Manager and the City, and oversight of task orders to ensure schedule and budget adherence and quality assurance/quality control. 3.2.7 Required Forms Consultant shall review, acknowledge and submit the following forms: • Certification of Qualifications. Consultant is required to sign and submit the Certification of Qualifications including acknowledgement that they have received and considered any addendums issued by the City of Hermosa Beach in connection with this RFQ. (See section 6.2.1) 227 RFQ 23-001 City of Hermosa Beach Page 15 of 36 • Non-Collusion Affidavit. Consultant is required to sign and submit the Non- Collusion Affidavit. (See section 6.2.2) • Compliance with Insurance Requirements. Consultant shall demonstrate the willingness and ability to submit proof of the required insurance coverage as set forth in the Sample Professional Services Agreement. (See section 6.2.3) • Acknowledgement of Professional Services Agreement. Consultant shall demonstrate willingness and ability to comply with the City’s Sample Professional Services Agreement and/or indicate any exceptions to the Professional Services Agreement. (See section 6.2.4) • Covid Vaccination Certification. Consultant agrees to certify in writing to CITY that all employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully vaccinated from COVID-19. (See section 6.2.5) 3.2.8 Rate Schedule Rate schedules shall be submitted through PlanetBids Portal as a separate file, labeled “Rate Schedule” and indicate the firm’s name. The rate schedule shall detail hourly billable rates for key staff members (including their names, titles, and licenses) and other team member categories for various other services offered by the Consultant, and sub- consultants as appropriate. Proposer must also state if rates are guaranteed for the term of the agreement or will be subject to future rate increases. Any proposed requests to change the adopted rates annually shall not exceed the relevant Consumer Price Index for the preceding 12-month period. Rate schedule shall detail any other direct costs, intended to be charged to the City (e.g., travel, equipment, printing/materials). No mark ups will be allowed for direct or miscellaneous costs and sub-consultant work, however, an appropriate number of hours for sub-consultant oversight will be allowed. 4. Evaluation and Selection 4.1 Review Process The City will evaluate all statement of qualifications received in accordance with the evaluation criteria. The City shall not be obligated to accept the lowest fee schedule, but the City may make award(s) in the best interests of the City after all factors are considered, including, but not limited to, the demonstrated competence, experience and professional qualifications of the Proposer. Evaluation scores will not be released until after award, if one is made. 228 RFQ 23-001 City of Hermosa Beach Page 16 of 36 Following the review of RFQs by the City’s team, the City may, if it chooses to do so, invite short-listed consultants to be interviewed by a panel of City staff, which may include non- city personnel at the City’s discretion. Discussions may, at the City's option, be conducted with the most qualified Proposer(s). Discussions may be for the purpose of clarification to assure full understanding of, and responsiveness to the solicitation requirements. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and written revision of statement of qualifications . In conducting discussions, the City will not disclose information derived from statement of qualifications submitted by competing Proposers. The City will verify references of short-listed consultants, which may include persons not listed as references, and this will help inform the City’s decisions. The City will select a consultant to negotiate for the performance of work. In negotiating the contract the City may request modifications to the proposed scope or to the technical team or other elements of the statement of qualifications . If negotiations fail, the City will commence negotiations with the next qualified candidate. Work will promptly commence following contract award and satisfaction of contract requirements. Task orders resulting from this contract will be negotiated and executed between the City and the selected firm. 4.2 Evaluation Criteria Statement of qualifications will be evaluated on the basis of their response to all provisions of this RFQ. The City of Hermosa Beach will use the following criteria in its evaluation of statement of qualifications, interviews may be required with selected consultants, or verification of references. The categories will be weighted approximately as follows. Approach and Methods (40%): • Demonstration of the team’s ability to be responsive to the City’s needs and provide a high level of customer service. • Evidence of the team’s ability to successfully deliver project tasks and deliverables, within the identified project budget and minimize cost overruns. • Evidence of the team’s ability to work collaboratively with other members of a multi-disciplinary team in a complex and dynamic working environment. • Demonstration of the team’s commitment to accurate and superior work products and services as detailed in the project management plan. • A well thought-out and tailored approach to as-needed work that responds to the City’s particular issues and needs. 229 RFQ 23-001 City of Hermosa Beach Page 17 of 36 • Incorporation of innovative and/or creative approaches for providing the services that will maximize efficient, cost-effective operations or increased performance capabilities. Relevant Experience & Expertise (40%): • The consultant team’s ability to dedicate a strong contract manager, knowledge with the needs of a Public Works Department, that will serve as a single point of contact for the duration of the project. • Recent experience providing similar services for other jurisdictions. • Familiarity and experience with applicable industry standards and any relevant federal, state, or local requirements. • The depth and appropriateness of experience of individual members of the technical team as they relate to the specific technical tasks called for by the project. • The team’s experience and ability to clearly communicate technical concepts and terminology with the community. Administration (20%): • Billing rates and ability to comply with billing requirements. • The extent and nature of any proposed amendments to the City’s Professional Services Agreement. 5. Contract Expectations 5.1 Contract Period The City anticipates the contract term would begin in March 2023. 5.2 Professional Services Agreement The selected consultant will be expected to comply with and sign the City’s Professional Services Agreement. Proposers should identify and/or indicate any exceptions to the Sample Professional Services Agreement included in Section 6.1. The City Attorney or their designee retains the discretion to accept or reject proposed exceptions or modifications to the City’s Professional Services Agreement. 5.3 Standards of Work In case of conflicts, ambiguities, discrepancies, errors, or omissions, Consultant shall submit the matter to City for clarification. Any work affected by such conflicts, 230 RFQ 23-001 City of Hermosa Beach Page 18 of 36 ambiguities, discrepancies, errors or omissions which is performed by Consultant prior to clarification by City shall be at Consultant's risk and expense. 5.4 Invoicing and Payment Each invoice shall contain a progress report describing the work completed during the billing period and shall also include cost information by task regarding: previous work billed to date, work billed during the reporting period, percent of task completed and amount remaining by task. Invoices are to be submitted monthly. The invoices shall reference the project title, and list charges by task, worker classification, hours, billing rate, and totals. Each invoice shall contain a progress report describing the work completed during the billing period and the following summary information: Contract Amount Total Prior Contract Billings Contract Work Performed this Period Total Contract Amount Performed To Date Contract Percent Complete Total Amount Remaining for the Contract 231 RFQ 23-001 City of Hermosa Beach Page 19 of 36 6. Attachments and Required Forms 6.1 Sample Professional Services Agreement CONTRACT FOR PROFESSIONAL SERVICES TO ________________________________________________________________ BETWEEN THE CITY OF HERMOSA BEACH AND ___________________________ This AGREEMENT is entered into this day of , 20XX, by and between the CITY OF Hermosa Beach, a general law city a municipal corporation (“CITY”) and _, a limited liability company (“CONSULTANT”). R E C I T A L S A. The City desires to __________________________________________. B. The City does not have the personnel able and/or available to perform the services required under this agreement and therefore, the City desires to contract for consulting services to accomplish this work. C. The Consultant warrants to the City that it has the qualifications, experience and facilities to perform properly and timely the services under this Agreement. D. The City desires to contract with the Consultant to perform the services as described in Exhibit A of this Agreement. NOW, THEREFORE, based on the foregoing recitals, the City and the Consultant agree as follows: CONSIDERATION AND COMPENSATION As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, attached as EXHIBIT A. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement. As additional consideration, CITY agrees to pay CONSULTANT a total of $ , for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. No additional compensation shall be paid for any other expenses incurred, unless first approved by the City Manager or his/her designee. CONSULTANT shall submit to CITY, by not later than the 10th day of each month, its invoice for services itemizing the fees and costs incurred during the previous 232 RFQ 23-001 City of Hermosa Beach Page 20 of 36 month. CITY shall pay CONSULTANT all uncontested amounts set forth in CONSULTANT’s invoice within 30 days after it is received. SCOPE OF SERVICES. CONSULTANT will perform the services and activities set forth in the SCOPE OF SERVICE attached hereto as Exhibit A and incorporated herein by this reference. Except as herein otherwise expressly specified to be furnished by CITY, CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space, and facilities necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit an invoice to CITY which lists the reimbursable costs, the specific tasks performed, and, for work that includes deliverables, the percentage of the task completed during the billing period in accordance with the schedule of compensation incorporated in “Exhibit A.” TIME OF PERFORMANCE. The services of the CONTRACTOR are to commence upon receipt of a notice to proceed from the CITY and shall continue until all authorized work is completed to the CITY’s reasonable satisfaction, in accordance with the schedule incorporated in “Exhibit A,” unless extended in writing by the CITY. FAMILIARITY WITH WORK. By executing this Agreement, CONSULTANT represents that CONSULTANT has (a) thoroughly investigated and considered the scope of services to be performed; (b) carefully considered how the services should be performed; and (c) understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. KEY PERSONNEL. CONSULTANT’s key person assigned to perform work under this Agreement is ________________. CONSULTANT shall not assign another person to be in charge of the work contemplated by this Agreement without the prior written authorization of the City. TERM OF AGREEMENT. The term of this Agreement shall commence upon execution by both parties and shall expire on __________, 20___, unless earlier termination occurs under Section 11 of this Agreement, or this Agreement is extended in writing in advance by both parties. CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. 233 RFQ 23-001 City of Hermosa Beach Page 21 of 36 TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. PERMITS AND LICENSES. CONTRACTOR will obtain and maintain during the term of this Agreement all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. TERMINATION. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination shall be in writing. CONSULTANT may terminate this Agreement. Notice will be in writing at least 30 days before the effective termination date. In the event of such termination, the CONTRACTOR shall cease services as of the date of termination, and all finished or unfinished documents, data, drawings, maps, and other materials prepared by CONSULTANT shall, at CITY’s option, become CITY’s property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. INDEMNIFICATION. To the extent permitted by law, CONSULTANT shall indemnify, and hold harmless CITY, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation) of every nature to the extent caused by CONSULTANT's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this AGREEMENT. CONSULTANT shall promptly pay any final judgment rendered against CITY (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONSULTANT’s negligence, recklessness or willful misconduct. CONSULTANT shall reimburse the CITY its costs of defense, including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation to the extent such fees, costs and all other costs are determined by the court of competent jurisdiction to have been caused by the actual negligence, recklessness or willful misconduct of the Consultant. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The requirements as to the types and limits of insurance coverage to be maintained by CONSULTANT as required by Section 17, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by CONSULTANT pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. 234 RFQ 23-001 City of Hermosa Beach Page 22 of 36 ASSIGNABILITY. This Agreement is for CONSULTANT’s professional services. CONSULTANT’s attempts to assign the benefits or burdens of this Agreement without CITY’s written approval are prohibited and will be null and void. INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. AUDIT OF RECORDS. CONSULTANT agrees that CITY, or designee, has the right to review, obtain, and copy all records pertaining to the performance of this Agreement. CONSULTANT agrees to provide CITY, or designee, with any relevant information requested and will permit CITY, or designee, access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this Agreement. CONSULTANT further agrees to maintain such records for a period of three (3) years following final payment under this Agreement. CONSULTANT will keep all books, records, accounts and documents pertaining to this Agreement separate from other activities unrelated to this Agreement. CORRECTIVE MEASURES. CONSULTANT will promptly implement any corrective measures required by CITY regarding the requirements and obligations of this Agreement. CONSULTANT will be given a reasonable amount of time as determined by the City to implement said corrective measures. Failure of CONSULTANT to implement required corrective measures shall result in immediate termination of this Agreement. INSURANCE REQUIREMENTS. A. The CONSULTANT, at the CONSULTANT’s own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies: 1. Workers Compensation Insurance as required by law. The Consultant shall require all subcontractors similarly to provide such compensation insurance for their respective employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the CITY at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against the CITY, its officers, agents, employees, and volunteers for losses arising from work performed by the CONTRACTOR for City. 2. General Liability Coverage. The CONSULTANT shall maintain commercial general liability insurance in an amount of not less than two million dollars 235 RFQ 23-001 City of Hermosa Beach Page 23 of 36 ($2,000,000) per occurrence for bodily injury, personal injury, and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. The CONSULTANT shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired, and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. 4. Professional Liability Coverage. The CONSULTANT shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors, or omissions which may arise from the CONSULTANT’S operations under this Agreement, whether such operations be by the CONSULTANT or by its employees, subcontractors, or sub-consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single-limit-per- occurrence basis. When coverage is provided on a “claims made basis,” CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. B. Endorsements. Each general liability, automobile liability and professional liability insurance policy shall be issued by a financially responsible insurance company or companies admitted and authorized to do business in the State of California, or which is approved in writing by City, and shall be endorsed as follows. CONSULTANT also agrees to require all contractors, and subcontractors to do likewise. 1. “The CITY, its elected or appointed officers, officials, employees, agents, and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONSULTANT, including materials, parts, or equipment furnished in connection with such work or operations.” 2. This policy shall be considered primary insurance as respects the CITY, its elected or appointed officers, officials, employees, agents, and volunteers. Any insurance maintained by the CITY, including any self-insured retention the CITY may have, shall be considered excess insurance only and shall not contribute with this policy. 3. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 236 RFQ 23-001 City of Hermosa Beach Page 24 of 36 4. The insurer waives all rights of subrogation against the CITY, its elected or appointed officers, officials, employees, or agents. 5. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the CITY. C. CONSULTANT agrees to provide immediate notice to CITY of any claim or loss against Contractor arising out of the work performed under this agreement. CITY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve CITY. D. Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the CITY’s option, the CONSULTANT shall demonstrate financial capability for payment of such deductibles or self-insured retentions. E. The CONSULTANT shall provide certificates of insurance with original endorsements to the CITY as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the CITY on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the CITY at all times during the term of this Agreement. F. Failure on the part of the CONSULTANT to procure or maintain required insurance shall constitute a material breach of contract under which the CITY may terminate this Agreement pursuant to Section 11 above. G. The commercial general and automobile liability policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s behalf upon the Consultant’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. USE OF OTHER CONSULTANTS. CONSULTANT must obtain CITY’s prior written approval to use any sub-consultants while performing any portion of this Agreement. Such approval must include approval of the proposed consultant and the terms of compensation. FINAL PAYMENT ACCEPTANCE CONSTITUTES RELEASE. The acceptance by the CONSULTANT of the final payment made under this Agreement shall operate as and be a release of the CITY from all claims and liabilities for compensation to the CONSULTANT for anything done, furnished or relating to the CONSULTANT’S work or 237 RFQ 23-001 City of Hermosa Beach Page 25 of 36 services. Acceptance of payment shall be any negotiation of the CITY’S check or the failure to make a written extra compensation claim within ten (10) calendar days of the receipt of that check. However, approval or payment by the CITY shall not constitute, nor be deemed, a release of the responsibility and liability of the CONSULTANT, its employees, sub-consultants and agents for the accuracy and competency of the information provided and/or work performed; nor shall such approval or payment be deemed to be an assumption of such responsibility or liability by the CITY for any defect or error in the work prepared by the Consultant, its employees, sub-consultants and agents. CORRECTIONS. In addition to the above indemnification obligations, the CONSULTANT shall correct, at its expense, all errors in the work which may be disclosed during the City’s review of the Consultant’s report or plans. Should the Consultant fail to make such correction in a reasonably timely manner, such correction shall be made by the CITY, and the cost thereof shall be charged to the CONSULTANT. In addition to all other available remedies, the City may deduct the cost of such correction from any retention amount held by the City or may withhold payment otherwise owed CONSULTANT under this Agreement up to the amount of the cost of correction. NON-APPROPRIATION OF FUNDS. Payments to be made to CONSULTANT by CITY for services preformed within the current fiscal year are within the current fiscal budget and within an available, unexhausted fund. In the event that CITY does not appropriate sufficient funds for payment of CONSULTANT’S services beyond the current fiscal year, the Agreement shall cover payment for CONSULTANT’S services only to the conclusion of the last fiscal year in which CITY appropriates sufficient funds and shall automatically terminate at the conclusion of such fiscal year. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: CITY CONSULTANT City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 ATTN: ATTN: Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in 238 RFQ 23-001 City of Hermosa Beach Page 26 of 36 the manner prescribed in this paragraph. Courtesy copies of notices may be sent via electronic mail, provided that the original notice is deposited in the U.S. mail or personally delivered as specified in this Section. A. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT’s bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT’s bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. B. THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT’s or CITY’s obligations under this Agreement. C. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. D. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. E. RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. F. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment with signatures of all parties to this Agreement. CITY’s city manager, or designee, may execute any such amendment on behalf of CITY. ACCEPTANCE OF FACSIMILE OR ELECTRONIC SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission or scanned and delivered via electronic mail. Such facsimile or electronic mail copies will be treated in all respects as having the same effect as an original signature. FORCE MAJEURE. Should performance of this Agreement be impossible due to fire, flood, explosion, war, embargo, government action, civil or military authority, the 239 RFQ 23-001 City of Hermosa Beach Page 27 of 36 natural elements, or other similar causes beyond the Parties’ control, then the Agreement will immediately terminate without obligation of either party to the other. TIME IS OF ESSENCE. Time is of the essence to comply with dates and schedules to be provided. ATTORNEY’S FEES. The parties hereto acknowledge and agree that each will bear his or its own costs, expenses and attorneys' fees arising out of and/or connected with the negotiation, drafting and execution of the Agreement, and all matters arising out of or connected therewith except that, in the event any action is brought by any party hereto to enforce this Agreement, the prevailing party in such action shall be entitled to reasonable attorneys' fees and costs in addition to all other relief to which that party or those parties may be entitled. STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public agency. OWNERSHIP OF DOCUMENTS. It is understood and agreed that the City shall own all documents and other work product of the Consultant, except the Consultant’s notes and workpapers, which pertain to the work performed under this Agreement. The City shall have the sole right to use such materials in its discretion and without further compensation to the Consultant, but any re-use of such documents by the City on any other project without prior written consent of the Consultant shall be at the sole risk of the City. USE OF LOGO. The CITY grants the CONSULTANT permission to use its name, logo and/or trademark in deliverables produced by the CONSULTANT on the behalf of the CITY, such as written reports, presentation slides, press releases, social media graphics, and other public outreach materials. The CITY’s prior review of artwork and written approval is required for any use of CITY logo. CITY will provide an electronic copy of the most current logo to the CONSULTANT for use in materials. The CONSULTANT will, in turn, only use the most current logo of the CITY. DISCLOSURE REQUIRED. (City and Consultant initials required at one of the following paragraphs) By their respective initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is a “consultant” for the purposes of the California Political Reform Act because Consultant’s duties would require him or her to make one or more of the governmental decisions set forth in Fair Political Practices Commission Regulation 18700.3(a) or otherwise serves in a staff capacity for which disclosure would otherwise be 240 RFQ 23-001 City of Hermosa Beach Page 28 of 36 required were Consultant employed by the City. Consultant hereby acknowledges his or her assuming-office, annual, and leaving-office financial reporting obligations under the California Political Reform Act and the City’s Conflict of Interest Code and agrees to comply with those obligations at his or her expense. Prior to consultant commencing services hereunder, the City’s Manager shall prepare and deliver to consultant a memorandum detailing the extent of Consultant’s disclosure obligations in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ OR By their initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is not a “consultant” for the purpose of the California Political Reform Act because Consultant’s duties and responsibilities are not within the scope of the definition of consultant in Fair Political Practice Commission Regulation 18700.3(a) and is otherwise not serving in staff capacity in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ COMPLIANCE WITH COVID-19 VACCINATION POLICY. All CONSULTANT’S employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully vaccinated from COVID-19. CONSULTANT agrees to certify in writing to CITY that it complies with the foregoing. IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF HERMOSA BEACH CONSULTANT [MAYOR/CITY MANAGER] By: NAME/TITLE ATTEST: Myra Maravilla, City Clerk Taxpayer ID No. 241 RFQ 23-001 City of Hermosa Beach Page 29 of 36 APPROVED AS TO FORM: Patrick Donegan, City Attorney 242 RFQ 23-001 City of Hermosa Beach Page 30 of 36 6.2 Required Forms 6.2.1 Certification of Qualifications RFQ #: _________ The undersigned hereby submits its statement of qualifications and agrees to be bound by the terms and conditions of this Request for Qualifications (RFQ). 1. Proposer declares and warrants that no elected or appointed official, officer or employee of the City has been or shall be compensated, directly or indirectly, in connection with this statement of qualifications or any work connected with this statement of qualifications. Should any agreement be approved in connection with this Request for Qualifications, Proposer declares and warrants that no elected or appointed official, officer or employee of the City, during the term of his/her service with the City shall have any direct interest in that agreement, or obtain any present, anticipated or future material benefit arising therefrom. 2. By submitting the response to this request, Proposer agrees, if selected to furnish services to the City in accordance with this RFQ. 3. Proposer has carefully reviewed its statement of qualifications and understands and agrees that the City is not responsible for any errors or omissions on the part of the Proposer and that the Proposer is responsible for them. 4. It is understood and agreed that the City reserves the right to accept or reject any or all statement of qualifications and to waive any informality or irregularity in any statement of qualifications received by the City. 5. The statement of qualifications response includes all of the commentary, figures and data required by the Request for Qualifications. 6. The statement of qualifications shall be valid for 90 days from the date of submittal. 7. Proposer acknowledges that the City may issue addendums related to this RFQ and that the proposer has reviewed the following addendums which have been issued: Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ 8. Proposer further acknowledges the provisions of any addendums issued have been incorporated into their statement of qualifications. 243 RFQ 23-001 City of Hermosa Beach Page 31 of 36 Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 244 RFQ 23-001 City of Hermosa Beach Page 32 of 36 6.2.2 Non-Collusion Affidavit RFQ #: _________ The undersigned declares states and certifies that: 1. This statement of qualifications is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation. 2. This statement of qualifications is genuine and not collusive or sham. 3. I have not directly or indirectly induced or solicited any other Proposer to put in a false or sham statement of qualifications and I have not directly or indirectly colluded, conspired, connived, or agreed with any other Proposer or anyone else to put in a sham statement of qualifications or to refrain from submitting to this RFQ. 4. I have not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the rate schedule price or to fix any overhead, profit or cost element of the rate schedule price or to secure any advantage against the City of Hermosa Beach or of anyone interested in the proposed contract. 5. All statements contained in the statement of qualifications and related documents are true. 6. I have not directly or indirectly submitted the rate schedule price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, RFQ depository, or to any member or agent thereof, to effectuate a collusive or sham statement of qualifications. 7. I have not entered into any arrangement or agreement with any City of Hermosa Beach public officer in connection with this statement of qualifications . 8. I understand collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: 245 RFQ 23-001 City of Hermosa Beach Page 33 of 36 ____________________________________________ 246 RFQ 23-001 City of Hermosa Beach Page 34 of 36 6.2.3 Compliance with Insurance Requirements RFQ #: _________ The selected consultant will be expected to comply with the City s insurance requirements contained within this RFQ. The undersigned declares states and certifies that: 1. Proposer agrees, acknowledges and is fully aware of the insurance requirements as specified in the Request for Qualifications. 2. If selected, proposer agrees to accept all conditions and requirements as contained therein. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 247 RFQ 23-001 City of Hermosa Beach Page 35 of 36 6.2.4 Acknowledgement of Professional Services Agreement RFQ #: _________ The selected consultant will be expected to comply with and sign the City s Professional Services Agreement. Proposers should identify and/or indicate any exceptions to the Sample Professional Services Agreement included in Section 6.2. The City Attorney or their designee retains the discretion to accept or reject proposed exceptions or modifications to the City s Professional Services Agreement. 1. Proposer agrees, acknowledges and is fully aware of the conditions specified in the City’s Sample Professional Services Agreement. 2. Proposer agrees to accept all conditions and requirements as contained therein with exceptions noted as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ________________________________________________ Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 248 RFQ 23-001 City of Hermosa Beach Page 36 of 36 6.2.5 COVID Vaccination Certification PLEASE PLACE LETTER ON OFFICIAL COMPANY LETTERHEAD (Insert Date) Suja Lowenthal, City Manager City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 RE: Mandatory COVID-19 Vaccination for City of Hermosa Beach Consultants Dear Ms. Lowenthal: Per this letter, (Insert Company Name) certifies that all of its officers, agents, employees, subcontractors, representatives and volunteers servicing the City of Hermosa Beach on-site within the City pursuant to the (Insert Agreement Title) dated (Insert Agreement Date), are or will be fully vaccinated or covered by an approved medical or religious exemption prior to the implementation of the scope of work located within the above referenced agreement. Respectfully, (Insert Name) (Insert Title) 249 STATEMENTS OF QUALIFICATIONS FOR RFQ# 23-001ON-CALL CIVIL ENGINEERING SERVICESCITY OF HERMOSA BEACHFEBRUARY 1, 2023 250 2CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES TABLE OF CONTENTS SECTION 3.2.1 | COVER LETTER ...................................................................................3 SECTION 3.2.2 | FIRM PROFILE ....................................................................................6 SECTION 3.2.3 | ORGANIZATIONAL CHART ............................................................16 SECTION 3.2.4 | BIOS OF KEY STAFF ..........................................................................17 SECTION 3.2.5 | RELEVANT EXPERIENCE AND REFERENCES ...............................36 SECTION 3.2.6 | PROJECT MANAGEMENT ..............................................................42 SECTION 3.2.7 | REQUIRED FORMS ..........................................................................46 SECTION 3.2.8 | RATE SCHEDULE ...............................................................................51Attached as a separate file, as requested in the RFQ 251 1100 Corporate Center Dr., Suite 201, Monterey Park, CA 91754T: (323) 260-4703 | F: (323) 260-4705 | www.koacorp.comMONTEREY PARK ORANGE ONTARIO SAN DIEGO CULVER CITY 3 Dear Mr. George Hernandez: KOA Corporation (KOA) is pleased to submit this proposal to describe our experience and capability in providing the City of Hermosa Beach with on-call civil engineering services. We believe our firm’s 35-year history in civil engineering as well as the skills and experiences that we can bring from having worked on a wide variety of projects over the years, will ultimately be beneficial to the City. KOA has been providing high-value on-call engineering services to Counties and Cities all over Southern California since we were founded in 1987. KOA was recently acquired by H.W. Lochner, Inc., however as their wholly owned subsidiary, the City can expect to work with the same project managers and staff they have been working with for years. With KOA, the City will get a stable team who is familiar with the procedures and standards that are utilized by the City. A core group of staff will be solely dedicated to any assigned task order so that City staff does not have to deal with any changing personnel, lack of continuity, and inefficiencies by the consultant team. KOA’s core business focus is still to assist public agencies in Southern California with their public works infrastructure projects. KOA is large and experienced enough to provide the core competency and depth of resources to meet the City’s needs. With H.W. Lochner as our parent company, we now have access to additional resources that could ultimately benefit the City. One unique characteristic about KOA is that we are a full-service consulting firm that offers services in transportation planning, civil and traffic engineering, and construction management and inspection. We have provided Cities with services from the beginning stages of project planning and conceptual design, assisting with obtaining project funding, provided a high-quality PS&E package, provided construction support, and provided construction management/inspection services. I, Giuseppe Canzonieri, PE will serve as the On-Call Project Manager. I have 17 years of civil and traffic engineering experience and have prepared numerous projects involving the design of roadways, medians, pavement rehabilitation, signing & striping, traffic signals, worksite traffic control, street lighting, construction specifications, and cost estimating. I have served as project manager and project engineer on several civil and traffic engineering design projects for many Cities throughout Southern California. I believe that my well-rounded project experience will be a benefit to the City of Hermosa Beach. The work for this on-call contract will be managed from our Monterey Park office, located at 1100 Corporate Center Drive, Suite 201, Monterey Park, California 91754. DATEFebruary 1, 2023 TOMr. George HernandezCity of Hermosa Beach1315 Valley Drive, Hermosa Beach, CA 90254 FROM AUTHORIZEDPRINCIPALMr. Giuseppe Canzonieri, PESenior Engineer1100 Corporate Center Drive, Suite 201Monterey Park, CA 91754(323) 260-4703gcanzonieri@koacorp.com PROPOSED PROJECT MANAGERMr. Giuseppe CanzonieriProject ManagerT (323) 260-4703gcanzonieri@koacorp.com RFP/RFQRFQ #23-001, On-Call Civil Engineering Services SECTION 3.2.1 | COVER LETTER 252 1100 Corporate Center Dr., Suite 201, Monterey Park, CA 91754T: (323) 260-4703 | F: (323) 260-4705 | www.koacorp.comMONTEREY PARK ORANGE ONTARIO SAN DIEGO CULVER CITY 4 KOA is in receipt of the Addendum No. 1 dated January 10, 2022, which is acknowledged on the following page. If you have any questions, or if you require additional information regarding this proposal or our qualifications, please contact me at (323) 260-4703 or via e-mail at gcanzonieri@koacorp.com. I will be the designated contact person for this proposal and for the proposed on-call contract. We look forward to the opportunity to continue working with the City of Hermosa Beach and becoming your most trusted and capable engineering consultant firm. Sincerely, KOA Corporation Giuseppe Canzonieri, P.E. (CA Civil 79006)Senior Engineer 253 1100 Corporate Center Dr., Suite 201, Monterey Park, CA 91754T: (323) 260-4703 | F: (323) 260-4705 | www.koacorp.comMONTEREY PARK ORANGE ONTARIO SAN DIEGO CULVER CITY 5 City of Hermosa Beach Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885 ACKNOWLEDGEMENT OF ADDENDUM NO. 1 On-Call Civil Engineering Services RFQ No. 23-001 Complete and sign this acknowledgement form. Submit and enclose the acknowledgement in your proposal. Failure to do so may result in disqualification of your firm’s proposal. The undersigned acknowledges receipt of Addendum No. 1 dated January 10, 2023. ATTEST: _____________________________________ Principal: _____________________________________ Address: _____________________________________ By: _____________________________________ Title: _____________________________________ 1100 Corporate Center Drive, Suite 201, Monterey Park, CA, 91754 Giuseppe Canzonieri, PE Senior Engineer Min Zhou, PE 254 6CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES FIRM BACKGROUND - KOA CORPORATION Founded in 1987, KOA Corporation (KOA) is a leading provider in professional services in transportation engineering, mobility planning, and construction management for public agencies and private sector clients. We offer our clients technical knowledge, innovative solutions, and responsive services. Our focus on safety for all roadway users is the foundation of our professional practice. KOA engineers, planners, construction field specialists, and project managers all take pride in our well-established reputation as transportation safety experts. The hallmark of our success is our dedication to each and every project and our desire to leave a legacy of extraordinary contribution to our communities. Our staff includes registered civil and traffic professional engineers, certified transportation planners, certified road safety professionals, project/construction managers, and construction inspectors. With five offices located in Southern California, KOA provides professional consulting services for some of the largest public works and planning projects for all modes of transportation throughout California. In December 2022, KOA joined H.W. Lochner, a national transportation infrastructure firm headquartered in Chicago, Illinois, providing planning, environmental, design, construction engineering and inspection, and right-of-way services for surface transportation, rail, transit, and aviation clients. Together, we have more resources and capabilities for delivering innovative solutions and enhancing the quality of life in the communities we serve. SPECIFIC ROLE AND RELATED EXPERIENCECIVIL ENGINEERINGFor 35 years, our staff of registered professional engineers and designers have provided civil engineering services on many award-winning projects throughout Southern California. All designs are meticulously reviewed by our senior staff to check compliance with current standards and guidelines. TRAFFIC ENGINEERINGFor 35 years, we have demonstrated engineering leadership in all aspects of our projects for nearly every municipal agency in Southern California. We have also provided on-call services for many of them. Our designs and plans are known for their high quality and cost-effective use of resources and budgets. CONSTRUCTION MANAGEMENT & INSPECTION KOA has a complete Construction Management Division consisting of 20+ Resident Engineers, Construction Managers, and Construction Inspectors with decades of experience in various expertise in public works projects including streets, developments, pipelines, structures, facilities, and parks. We have experience with local, state and federal aid funded projects. SECTION 3.2.2 | FIRM PROFILE PRIMARY POINT OF CONTACTGiuseppe Canzonieri, PESenior Engineer1100 Corporate Center Drive, Suite 201, Monterey Park, CA 91754gcanzonieri@koacorp.com(323) 260-4703 BUSINESS ENTITY C Corporation FEDERAL EMPLOYER ID NUMBER95-4515908 PARENT COMPANYKOA Corporation, a California corporation, is a wholly owned subsidiary of H.W. Lochner, Inc. NUMBER OF YEARS IN BUSINESS35 Years NUMBER OF YEARS OF EXPERIENCE TO THE RELATED SERVICES35 Years TYPES OF SERVICESTransportation Engineering Highway & Roadway Design Signals, Signing & Striping, Traffic Control Plans Traffic Operations & ITS Mobility Planning (Multimodal) Complete Streets Planning & Design Active Transportation (Ped & Bike, SRTS, First Mile/Last Mile) Grant Writing & Management Assessment of Transportation Impacts Safety Implementation (HSIP, ADA, LRSP, SSARP, & SS4A) Construction Management & Inspection 255 7CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SUBCONSULTANT FIRM BACKGROUND - KDM MERIDIAN, INC.Founded in 2000, KDM Meridian (KDM) is a professional full-service land survey consulting firm specializing in GPS, LiDAR scanning, conventional land surveying, and map checking. KDM offers professional and technical services to both public and private clients, functioning as the survey department or an extension of the survey department for various prominent local public works design engineering firms, agencies, municipalities, and counties. Having established a proven record of success surveying for public works, KDM is proud to declare that roughly three-quarters of KDM’s projects are now public works related. We maintain a staff of approximately 20 people, including six California Licensed Land-Surveyors (PLS), and two certified Land-Surveyors-In-Training (LSIT); we currently field two survey crews on a regular basis to perform conventional, GPS, and LiDAR land surveying. With our current staff and equipment, we have the ability to provide up to four two-person crews when necessary. In-house personnel provide boundary, right-of-way, and topographic surveying and mapping, as well as construction staking, legal descriptions, and related land development functions. We are a registered DIR Contractor, a Certified Small Business, and a firm in good standing; KDM has never failed or refused to complete a contract. SPECIFIC ROLE AND RELATED EXPERIENCESURVEYIn-house personnel provide boundary, right-of-way, and topographic surveying and mapping, as well as construction staking, legal descriptions, and related land development functions. Our staff includes six California Licensed Land Surveyors, and one certified Land Surveyor-In-Training. We have a total staff of 16, of which 12 are full time. The firm is currently fielding two survey crews on a regular basis to perform conventional, GPS, and LiDAR land surveying. With our current staff and equipment, we have the ability to provide up to four two-person crews when necessary. PRIMARY POINT OF CONTACTRichard C. Maher, PLSDirector of Marketing 1340 Reynolds Ave, Suite 110Irvine, CA 92614Marketing@KDMMeridian.com (949) 768-0731 BUSINESS ENTITYS Corporation FEDERAL EMPLOYER ID NUMBER33-0897262 PARENT COMPANYKDM Meridian is independently owned and operated. NUMBER OF YEARS IN BUSINESS23 Years NUMBER OF YEARS OF EXPERIENCE TO THE RELATED SERVICES23 Years TYPES OF SERVICESTopographic SurveyAerial MappingLiDAR ScanningBoundary EstablishmentGeotechnical SurveyBathymetric SurveyMonument PreservationConstruction StakingMap CheckingLot Line AdjustmentALTA SurveySlope MonitoringMean High Tide SurveyGIS Integration SECTION 3.2.2 | FIRM PROFILE 256 8CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES FIRM BACKGROUND - TWININGTwining, Inc. (Twining’s) legacy dates back more than 125 years. What started as a family business in 1898 has evolved into one of California’s largest service providers of geotechnical engineering design, materials testing, and construction inspection services. Highly regarded by state and local agencies, developers, contractors, consultants, and industry for providing high-quality services that are reliable, timely, and compliant, Twining has been a central part of some of California’s most regionally significant construction projects. The expertise and capabilities of Twining in geotechnical and many civil engineering disciplines, including testing of asphalt, soils, steel, and various construction materials, complement our services for the asphalt construction industry. Twining has developed a strong reputation by providing sound engineering, testing, and inspection services on every project we undertake. We earned this reputation knowing that the true measure of our performance rests in the satisfaction of our clients. We approach each project with the understanding that we are evaluated on the safety and durability of the structures and pavements we test and inspect. We employ some of the industry’s most well-known construction experts, including asphalt and concrete experts who perform research as well as consult with regulatory agencies to shape the future of construction standard practices. Our geotechnical team leader, Paul Soltis, PE, GE is licensed and highly qualified with experience in geotechnical design, analysis, and construction support. In addition to our engineer’s highly technical consulting services, we can also provide construction material testing and inspection services. Our engineers offer routine training to our field soil technicians to continuously improve and reinforce their skills related to field testing. Additionally, experienced inspectors and laboratory technicians can provide field observation and testing to provide immediate compaction data to the Contractor, thus allowing for efficient and accelerated progress of the schedule. SPECIFIC ROLE AND RELATED EXPERIENCEGEOTECHNICAL ENGINEERINGTwining provides local agencies with comprehensive pavement engineering services that utilize the newest pavement rehabilitation technologies to effectively deliver our clients the service life that they expect of their pavements at a construction cost that may be less than traditional methods. Twining routinely assesses current pavement conditions and identifies the causes of pavement distress. Using the Falling Weight Deflectometer (FWD), coring, ground penetrating radar (GPR), and dynamic cone penetrometer testing, we are able to assess subgrade conditions and determine the load-carrying capacity of in-place pavement. Our efforts can determine the remaining service life of pavement and identify options for rehabilitation. PRIMARY POINT OF CONTACTAmir Ghavibazoo, Ph.D Director of Asphalt Engineering and Pavement Design 2883 E Spring Street, Suite 300 Long Beach, CA 90806 aghavibazoo@twininginc.com(562) 426-3355 BUSINESS ENTITYS Corporation FEDERAL EMPLOYER ID NUMBER95-2040084 PARENT COMPANYTwining Holdings, LLC NUMBER OF YEARS IN BUSINESS125 Years NUMBER OF YEARS OF EXPERIENCE TO THE RELATED SERVICES125 Years TYPES OF SERVICESGeotechnical EngineeringNondestructive ExaminationMaterials Testing LaboratoryStormwater Site MonitoringForensic Evaluation of Existing Engineering Concrete Technology & Concrete InsightConcrete for Pavements & InfrastructureAsphalt Pavement Engineering DesignConstruction Quality Assurance ProgramsPlan Review and Plant Inspection SECTION 3.2.2 | FIRM PROFILE 257 9CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES FIRM BACKGROUND - ULTRASYSTEMSUltraSystems Environmental Inc. (UltraSystems) is a full-service planning and environmental consulting firm serving public and private sector clients throughout California. UltraSystems was founded in 1994, and is a privately-owned California S Corporation, small business enterprise (SBE), woman business enterprise (WBE), disadvantaged business enterprise (DBE), woman owned small business (WOSB), and community business enterprise (CBE) with the County of Los Angeles. UltraSystems employs a multidisciplinary team of talented and experienced urban and environmental planners, scientists, archaeologists, biologists, geologists, hydrologists, engineers, geographic information systems (GIS) specialists, and support staff to complete environmental analyses, CEQA and NEPA documents, technical studies, permits, and construction environmental monitoring to satisfy environmental laws and regulations from initial project planning through construction. The UltraSystems corporate office is in Irvine, California, with a satellite office in Grass Valley, California. SPECIFIC ROLE AND RELATED EXPERIENCEENVIRONMENTALUltraSystems Environmental will be responsible for the environmental documentation and regulatory agency permitting for the projects designed under this contract’s task orders. Environmental documentation services under the California Environmental Quality Act (CEQA) that could include literature reviews and field studies, review of documents provided by others, preparing technical studies, and providing the appropriate level of documentation for each project (categorical exemption, initial study/mitigated negative declaration, environmental impact report, or addenda to existing documents). Projects with at least partial federal funding will also require National Environmental Policy Act (NEPA) documentation. Typical documents to prepare include an Environmental Assessment (EA) with a finding of no significant effect and/or an Environmental Impact Statement (EIS). Documentation servrices could include, as appropriate, preparing a Mitigation Monitoring and Reporting Program (MMRP), facilitating public meetings, and filing required public notices. If needed, typical permitting services could include both federal and state jurisdictional delineation studies; Section 404 and Section 10 permits from the U.S. Army Corps of Engineers; Section 7 Permit Application (Biological Assessment) pursuant to the Federal Endangered Species Act, from the U.S. Fish and Wildlife Service; Section 1602 Streambed Alteration Agreement application to the California Department of Fish and Wildlife; and Section 401 Clean Water Act Water Quality Certification application to the appropriate Regional Water Quality Control Board. PRIMARY POINT OF CONTACTBetsy A. LindsayPresident/CEO16431 Scientific Way, Irvine, CA 92618 blindsay@ultrasystems.com(949) 788-4900 ext.227 BUSINESS ENTITYS Corporation FEDERAL EMPLOYER ID NUMBER33-0623499 NUMBER OF YEARS IN BUSINESS29 Years NUMBER OF YEARS OF EXPERIENCE TO THE RELATED SERVICES29 Years TYPES OF SERVICESCEQA/NEPA CompliancePlanning ServicesGeographic Information SystemsTechnical Studies:AestheticsAir QualityArchaeological Resources Biological ResourcesFAA/ALUCGeotechnical/Geologic/SoilsGreenhouse Gas StudiesHealth Risk AssessmentsHydrologyInfrastructure AnalysisPaleontological ResourcesMineral Resources StudiesUtility StudiesWater Pollution Evaluation SECTION 3.2.2 | FIRM PROFILE 258 10CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES FIRM BACKGROUND - CWESince 2006, CWE’s civil infrastructure, water resources, and environmental engineering services have enhanced the quality of life for local and international communities. We are privileged to have had the City of Hermosa Beach (City) as one of over 250 public municipalities, private businesses, and federal agencies who have benefitted from our promise of Creating a Better Tomorrow, Today™. Our award-winning industry leaders of today actively work to cultivate the environmental stewards of tomorrow. We work tirelessly to bring the mastery, creativity, and commitment necessary to deliver forward-thinking results to enhance the communities we live, work, and play in, leaving it a little bit better for the next generation than when we started. This is the CWE standard. CWE has been recognized by the Zweig Group as a “Hot Firm” twice and a “Best Firm To Work For” three years in a row. These honors not only highlight CWE’s significant business growth, but also reflect our growing staff’s contentment and sense of purpose with CWE as an employer. We are eager to demonstrate how happy employees with the same goal of Creating a Better Tomorrow, Today™ produce satisfied clients, and show you what benefits our dedicated engineers can bring to your table and meet your engineering consulting needs. You deserve nothing less than a trailblazing, solutions-oriented firm to provide civil engineering support, plan check, and other services for your public works projects on as-needed basis. CWE is that firm! We are a Minority (MBE) and Small Business Enterprise (SBE). SPECIFIC ROLE AND RELATED EXPERIENCESTORM WATER / WATER RESOURCESCWE staff have provided over 300 miles of drainage improvements and for municipal clients throughout Southern California, including the Cities of Anaheim, Burbank, Claremont, Dana Point, El Monte, Fontana, Highland, Indio, Long Beach, Los Angeles, Moreno Valley, Rancho Palos Verdes, Riverside, Santa Monica, Torrance, and more. CWE has completed over 250 storm drain and flood control structures projects with less than 4% average in construction change orders. Our staff have also developed, assisted in the development of, and provided updates for more than 10 master plans of drainage, including the Port of Long Beach (POLB) Port-Wide Capital Improvement Stormwater Infrastructure Master Plan, Los Angeles Department of Water and Power (LADWP) Stormwater Capture Master Plan, San Bernardino County Stormwater Resources Plan, City of Visalia Public Facility Master Plans for Stormwater, City of Agoura Hills Water Quality Master Plan, and more. CWE staff also have experience running hydrologic and hydraulic models, including but not limited to AdH, AES, BAHM, FLO-2D, HEC-1, HEC-HMS, HEC-RAS, MODRAT, MORA, TUFLOW, USEPA-SWMM, WMS, WSPG, and XP-SWMM.standards. PRIMARY POINT OF CONTACTVik Bapna, PE, ENV SP, CPSQW, QSD/PPrincipal1561 E. Orangethorpe Avenue, Suite 240, Fullerton, CA 92831Vpabna@cwecorp.com(714) 526-7500 BUSINESS ENTITYS Corporation FEDERAL EMPLOYER ID NUMBER20-4089568 NUMBER OF YEARS IN BUSINESS17 Years NUMBER OF YEARS OF EXPERIENCE TO THE RELATED SERVICES 17 Years TYPES OF SERVICESCivil EngineeringWater ResourcesStormwater ManagementWater Quality MonitoringProgram ManagementConstruction Management SECTION 3.2.2 | FIRM PROFILE 259 11CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES FIRM BACKGROUND - MOFFAT & NICHOL M&N was founded in Long Beach, CA in 1945 to provide engineering services to the evolving post-war U.S. maritime industry. Our early projects reflected our founders’ technical understanding and intuitive grasp of the natural forces that beset marine structures and earned the firm a reputation for expertise in engineering on the waterfront. More than 73 years later, the firm is an international leader in the planning and design of coastal infrastructure and facilities. M&N offers our clients a professional and experienced support staff of more than 900 professionals who specialize in coastal, structural, civil, mechanical, electrical, and construction related engineering disciplines. M&N’s home office is still in Long Beach, and our proposed team members work in this office. SPECIFIC ROLE AND RELATED EXPERIENCEWATERFRONT FACILITIES INSPECTION AND REPAIR EXPERTSM&N’s specialized inspection and rehabilitation (I&R) team provides on-site evaluation of structural conditions, structural engineering assessment of damage, and design of practical solutions to restore or modernize coastal infrastructure. The team provides specialized I&R services including service life engineering, durability modeling and finite element modeling, as well as planning and design services. Project Manager Jerry Holcomb has extensive experience conducting marine structure assessments with the I&R team on projects along California’s coastline. Recent experience includes working jointly with inspection team leaders to prepare effective assessments reports that support cost-effective engineered solutions. STRUCTURAL ENGINEERINGWaterfront structures are our specialty—M&N serves waterfront clients worldwide and routinely provides designs for new structures or rehabilitation/repair of existing structures in all types of waterfront environments. Our services cover the full range of engineering disciplines essential to competent design on challenging waterfront communities. Our projects range from the repair, rehabilitation, and/ or new construction of buildings, wharves, piers, retaining walls, and bridge structures. PRIMARY POINT OF CONTACTJerry Holcomb, PEWaterfront Project Engineer4225 E. Conant Street, Long Beach, CA 90808jholcomb@moffattnichol.com(562) 317-3476 BUSINESS ENTITYC Corporation FEDERAL EMPLOYER ID NUMBER95-1951343 NUMBER OF YEARS IN BUSINESS78 Years NUMBER OF YEARS OF EXPERIENCE TO THE RELATED SERVICES78 Years TYPES OF SERVICESCoastal EngineeringCivil / Structural EngineeringEnvironmental SciencesRegulatory PermittingInspection and Rehabilitation SECTION 3.2.2 | FIRM PROFILE 260 12CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES FIRM BACKGROUND - FWCSEFiccadenti Waggoner and Castle Structural Engineers (FWC) was established in 1991 on the premise that providing structural engineering services to a diverse group of high-quality clients will lead to lasting business relationships. Since then, FWC has grown to over 70 employees with offices in Irvine, California; Concord, California; Las Vegas, Nevada and Charlotte, North Carolina. Throughout our firm and down to each team member we share the understanding that knowledge, experience, and education are key components in being a successful partner in achieving our clients’ needs. Our team brings the knowledge of sound engineering principals, experience of over 30 years in structural engineering consulting, and the ability to convey this information through clear, concise documentation. Our firm provides a full range of structural engineering services including the design of new structures, as well as the evaluation and renovation of existing ones. Working closely with our clients and construction partners, FWC has engineered complex and challenging projects of all types and sizes, from amusement park rides to mixed-use city center projects. Our commitment to our client’s success has enabled us to develop lasting business relationships. FWC develops efficient designs by implementing cost-effective construction techniques supported by engineering principles. Our qualifications and extensive experience enable us to back our creative design solutions with fundamental engineering practices. Our engineers utilize state-of-the-art finite element software and our design and graphics departments utilize the latest drafting and three-dimensional modeling packages to develop quality designs, reports, and construction documents. Regardless of the size or scope of the project, our mission at FWC is to provide our clients with the best structural engineering solutions for their structures. Our company culture values excellence, integrity, and efficiency in all aspects of our work. SPECIFIC ROLE AND RELATED EXPERIENCESTRUCTURAL ENGINEERINGFWC is dedicated to developing and implementing solutions to the structural engineering challenges of today’s building industry. Our solutions are built on the application of our KEE values: Knowledge, Education, and Experience. Our Knowledge gives us the foundational expertise to analyze and develop solutions for any structural engineering problem. Our ability to Educate ensures our clients understand and can implement our solutions. Most importantly, our Experience over the last 30 years in providing structural engineering solutions assures success for both today and future projects. PRIMARY POINT OF CONTACTMark E. Schroeder, SEPrincipal16969 Von Karman Avenue, Suite 240, Irvine, CA 92606mschroeder@fwcse.com(949) 474-0502 BUSINESS ENTITYS Corporation FEDERAL EMPLOYER ID NUMBER33-0562371 NUMBER OF YEARS IN BUSINESS31 Years NUMBER OF YEARS OF EXPERIENCE TO THE RELATED SERVICES31 Years TYPES OF SERVICESStructural Engineering Concrete DesignsSteel DesignsTimber DesignsStructural Evaluations & InvestigationsRetrofits & RepairsSeismic Evaluations & RetrofitsPanelized ConstructionCold-Formed Steel, Bearing & Non-Bearing BIM Coordination SECTION 3.2.2 | FIRM PROFILE 261 13CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES FIRM BACKGROUND - GRUEN ASSOCIATESHeadquartered in Los Angeles since 1946, Gruen Associates (Gruen) employs a multi-disciplinary staff of 75 individuals led by five partners and one associate partner. The firm has special expertise in architecture, landscape architecture, planning, urban design and planning, medians, corridors, streetscapes, complete streets, BRT, bicycle and pedestrian planning station area design and planning, transit station design, transportation and transit planning and design and land use planning. Gruen is also deeply committed to meaningful consensus building among key stakeholders as an integral part of their projects. The firm strives to blend function and efficiency with distinctive architecture, landscape architecture, urban design and land use planning designed to respond to clients’ and stakeholders’ needs. Gruen Associates has been responsible for some of the most significant, complex and challenging projects worldwide. They are the recipient of the 2019 APA Distinguished Leadership Planning Firm Award and the 2015 Firm Award from AIA California—coveted awards from which their peers recognized Gruen’s expertise in collaborative practice, a portfolio of over 10,000 projects, and contribution and pivotal role in mentoring future generations of professionals. The Los Angeles-based partnership practices in every building and open space type and has received more than 250 awards. Gruen has provided on-call services for numerous public agencies including the Department of Beaches and Harbors for the County of Los Angeles and its other departments, Metro, the City of Los Angeles, the Los Angeles World Airports, the City of Anaheim, the City of Santa Ana, Los Angeles Unified School District and Los Angeles Community College District. The firm has architects, landscape architects, interior designers, and urban designers and transportation planners in-house. They have long-standing relationships with numerous consultants including KOA as well as civil, structural, mechanical, electrical and plumbing engineers, cost estimators and specifications consultants. Gruen also has a number of specialized consultants that they work with to address the specific or specialized needs of a project including waterproofing, security, food services, sustainability/LEED among others. SPECIFIC ROLE AND RELATED EXPERIENCELANDSCAPE/IRRIGATIONOur landscape architecture projects include the Los Angeles Riverway Bikeways and Greenways Design Completion Project designed to meet Envision, the Los Angeles Union Station Forecourt and Alameda Esplanade Project, the Rosemead Boulevard Safety Enhancements and Beautification Project, the Carson Streetscape Master Plan Implementation, the Foothill Boulevard Streetscape, and Glendale-Hyperion Viaduct Complex Improvement Project. PRIMARY POINT OF CONTACTDean Howell, PLA, ASLAPrincipal Associate6330 San Vicente Boulevard, Suite 200 Los Angeles, California 90048howell@gruenassociates.com(323) 937-4270 BUSINESS ENTITYPartnership FEDERAL EMPLOYER ID NUMBER95-3444276 NUMBER OF YEARS IN BUSINESS77 Years NUMBER OF YEARS OF EXPERIENCE TO THE RELATED SERVICES77 Years TYPES OF SERVICESArchitectureLandscape/Streetscape DesignPlanning & Urban DesignPark & Bikeway Design/PlanningNew Community PlanningDowntown RevitalizationMaster Planning and Site PlanningNeighborhood RevitalizationTOD/TOC Planning & DesignTransit Station Area PlanningImplementation PlansCommunity ParticipationTransportation & Environmental PlanningTransportation Corridor PlanningPedestrian and Bicycle Circulation SECTION 3.2.2 | FIRM PROFILE 262 14CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES FIRM BACKGROUND - MIGMIG, Inc., improves, adapts, and creates organizations, environments, and tools for human development. We are a community of designers, planners, engineers, scientists, and storytellers who engage people in creative problem solving and collective action. We believe that the physical and social environment around us have a profound impact on our lives, and this belief shapes the principles that guide our work:• Communities can plan their own futures. • The world needs an ecological perspective.• Great projects work for everyone. • Elegant design inspires new thinking.• Every project presents an opportunity to advance racial and social equity. • All work must be context driven. MIG is at the forefront of innovation. We are leading local, regional, and national planning and design initiatives to ensure accessibility and equity; engage, educate, and empower people through participatory processes; facilitate strategy development for social change; create playful and inclusive communities; reimagine streets and repurpose infrastructure; revitalize cities and restore ecosystems; and promote environmental stewardship by recognizing that the health of the natural and built world is mutually dependent. For four decades, MIG has worked extensively with public agencies and policy makers throughout the United States to effectively communicate complex issues to key stakeholders, businesses and the public, enabling them to actively participate in policy, planning and design processes and make informed decisions that impact every aspect of their lives. The depth of our expertise encompasses engagement in every form—in-person, written, visual and electronic—combined with exceptional skills in facilitation and consensus building. We are renowned for our ability to reach target audiences, especially those with little or no tradition of participating in civic processes. The breadth of our experience is unparalleled—from transportation and housing to social services and public health to environmental impacts and economic development. We work at every scale from a single site design to a statewide campaign. Our approach is based on a thorough understanding of multiple objectives and needs; efficiency and accuracy in information gathering and sharing; and creativity and innovation in communications and collaboration. SPECIFIC ROLE AND RELATED EXPERIENCEPUBLIC OUTREACHThe breadth of our experience is unparalleled—from transportation and housing to social services and public health to environmental impacts and economic development. We work at every scale from a single site design to a statewide campaign. Our approach is based on a thorough understanding of multiple objectives and needs; efficiency and accuracy in information gathering and sharing; and creativity and innovation in communications and collaboration. PRIMARY POINT OF CONTACTEsmeralda García Principal537 S Raymond Avenue, Pasadena, CA 91105 esmeraldag@migcom.com(626) 744-9872 ext. 3010 BUSINESS ENTITYC Corporation FEDERAL EMPLOYER ID NUMBER94-3116998 NUMBER OF YEARS IN BUSINESS40 Years NUMBER OF YEARS OF EXPERIENCE TO THE RELATED SERVICES40 Years TYPES OF SERVICESCommunity Engagement SECTION 3.2.2 | FIRM PROFILE 263 15CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES FIRM BACKGROUND - AVANT-GARDEAvant-Garde has built a strong reputation for providing innovative and successful solutions for a number of public agencies including City of Los Angeles, and the Cities of Temple City, Pasadena, Industry, Pico Rivera, La Mirada, La Puente, Hawaiian Gardens, Lynwood, Bell Gardens, Maywood, Perris, Cudahy, Alhambra, Moreno Valley, Rosemead, San Gabriel, El Monte, Bellflower, South El Monte, and METRO. Our years of practice have resulted in a solid foundation of experience and technical expertise and a dedication to integrity, excellence, and quality. We are proud of our strong reputation in meeting aggressive schedules and our ability to multi-task to provide our clients specialized attention and service. Our firm is familiar with working with all city departments that are impacted by these transportation projects. We are effective in coordinating with Administration, Engineering and the Finance Department to ensure that everyone is aware of their role and how the project affects all aspects of City government. Avant-Garde has the expertise to be presented with a new project and immediately assess its agreements, coordination efforts with affiliated agencies, and schedules to provide detailed analysis or strategy to move the project forward expeditiously. SPECIFIC ROLE AND RELATED EXPERIENCEFUNDING ADMINISTRATIONAvant-Garde will be providing funding administration and grant writing services by reviewing existing records, coordinating with the engineering and design teams, and submitting all appropriate documentation pursuant to Caltrans Local Program Procedures to request authorization to proceed with various project phases or other grant agency requirements. PRIMARY POINT OF CONTACTLissette MontoyaPrincipal/Program Director807 S. Lemon Avenue,Diamond Bar, CA 91789lmontoya@agi.com.co(323) 371-5530 BUSINESS ENTITYS Corporation FEDERAL EMPLOYER ID NUMBER01-0749431 NUMBER OF YEARS IN BUSINESS21 Years NUMBER OF YEARS OF EXPERIENCE TO THE RELATED SERVICES21 Years TYPES OF SERVICESFunding AdministrationProgram ManagementGrant WritingLabor ComplianceCommunity Outreach SECTION 3.2.2 | FIRM PROFILE 264 16CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.3 ORGANIZATIONAL CHART The organizational chart below reflects the proposed roles and organization of the KOA staff who will be assigned to perform and/or assist with the required services and deliverables. KOA has a capacity of over 105 qualified professionals available to perform services for this effort. Our project team was organized specifically for this project based on the skill set and experience of the staff. PRINCIPAL-IN-CHARGE CONSTRUCTION MANAGEMENT CONTRACT MANAGER/ PROJECT MANAGER CONSTRUCTION INSPECTIONCONSTRUCTION MANAGEMENT DESIGN STANDARDS & PROCEDURES Dan ChapmanPatrick CrowleyGordan RobertsAnthony English PUBLICOUTREACH Esmeralda GarciaStephanie Lane Pavon LANDSCAPE / IRRIGATION Larry Schlossberg, AIA, AICP, LEED AP BD+CDean Howell, PLA, ASLA Chuck Stephen, PEKevin HigginsDavina Buenavista, EIT Giuseppe Canzonieri, PEMatt Stepien, PEChuck Stephan, PEKen Steele, PESherry Nourmohammadian, PE Giuseppe Canzonieri, PE Min Zhou, PE KOA & H.W. Lochner Subconsultants LEGEND: ENVIRONMENTAL Hina Gupta, MURP, LEED APMichael Milroy, MS STORM WATER / WATER RESOURCES William “Bill” Young, PEVik Bapna, PE, ENV SP, CPSWQ, QSD/P FUNDINGADMINISTRATION Lissette MontoyaKeith LeNoue GEOTECHNICALENGINEERING Paul Soltis, PE, GEAmir Ghavibazoo, PhDRichard Maher, PLSRichard Early, PLS STRUCTURALENGINEERING Jerry Holcomb, PEOmar Jaradot, PhD, PEMichael Schroeder, SEEric Freund, SE SUBCONSULTANTS SURVEY STREET LIGHTING Edward OkitsuGary Chiang, EIT UTILITY INFRASTRUCTURE Matt Randall, PEJosh Phillips, PETom Segers, PEMohammed Sharifuzzaman, PE CIVIL ENGINEERING Giuseppe Canzonieri, PEMatt Stepien, PEChuck Stephan, PEAnastasia Canzonieri, PEManuel Barrios, PEKen Steele, PESherry Nourmohammadian, PE 265 17CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES GIUSEPPE CANZONIERI, PECONTRACT MANAGER | CIVIL ENGINEERING | DESIGN STANDARDS & PROCEDURES | SENIOR ENGINEERKOAGiuseppe Canzonieri is a Senior Engineer with KOA. He has performed numerous projects for both public and private developments throughout Southern California. He has considerable experience working with roadway design, traffic signal design, signing & striping design, traffic control design, construction specifications and cost estimates. He has served as project manager and project engineer on several civil and traffic engineering design projects for several Cities throughout Southern California. Giuseppe is also known for his quality control capabilities and providing clients with high quality construction documents. RELEVANT EXPERIENCE • Foothill Boulevard Master Plan Implementation, City of Claremont, CA• Pico Blvd. Pedestrian Safety Improvement Project, City of Santa Monica, CA• 2020 Pavement Rehabilitation Project, City of Culver City, CA• LACPW Rowland Heights Saleroso Dr. Et Al Pavement Impr. Project, Rowland Heights, CA• LADOT Safe Routes To School (SRTS) Charles White Elementary School PS&E, Los Angeles, CA• LADOT Safe Routes To School (SRTS) Esperanza Elementary School PS&E, Los Angeles, CA EDUCATIONBS, Civil Engineering, California State Polytechnic University, Pomona REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), Civil, CA #79006 MIN ZHOU, PEPRINCIPAL-IN-CHARGE | VP AREA MANAGERKOAMin Zhou has over 30 years of transportation engineering and planning experience in both public and private sectors, developing exceptional professional expertise in roadway and traffic design, transportation studies and modeling, active transportation planning, database management, and statistical analysis. Her professional expertise includes travel demand modeling, corridor studies, traffic signal operation, coordination and traffic simulation. Min has become the leading force for all of KOA’s active transportation projects. She has managed numerous large-scale projects involving multiple stakeholder groups and has a high reputation of delivering projects both on-time and under budget. RELEVANT EXPERIENCE • OCTA, On-Call Traffic Engineering & ITS Services, Orange, CA• Marine Avenue at Cedar Avenue Traffic Signal and Intersection Improvement Project, City of Manhattan Beach, CA• City of Lake Elsinore HSIP Cycle 9, Lake Elsinore, CA• Multiple Traffic Signal Synchronization Projects, City of Long Beach, CA• Talbert Channel Bike Path, City of Huntington Beach, CA• Mountain Street Complete Streets Project, Pasadena, CA• City of Laguna Beach Coast Highway Intersection Improvement Traffic Calming PS&E, Laguna Beach, CA EDUCATIONMS, Civil Engineering, Michigan State University, E. Lansing, MI MS, Urban Planning, School of Architecture, Tsinghua University, Beijing, China BS, Urban Planning, School of Architecture, Tongji University, Shanghai, China REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), Civil, CA #66448 266 18CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES MATT STEPIEN, PECIVIL ENGINEERING | DESIGN STANDARDS & PROCEDURES | SENIOR ENGINEERKOAMatt Stepien has 42 years of civil engineering experience with an emphasis on design and management of numerous municipal roadway, utility and infrastructure improvement projects from preliminary to final design, preparing master planning studies, PS&Es and providing quality control. Recent experience includes planning and design for infrastructure projects for the Cities of San Juan Capistrano, Stanton, Costa Mesa, Seal Beach, Laguna Beach, Anaheim, Long Beach, Santa Fe Springs, Downey, Norwalk, and La Habra, as well as the Orange County Transportation Authority and LA Metro. He has served as project manager for numerous significant engineering projects during the last 20 years, all having one thing in common – they were successfully built without problems RELEVANT EXPERIENCE • On-Call Civil Engineering (Roadway), City of Long Beach, CA• On-Call Engineering Services,City of Downey, CA• On-Call Engineering Services, City of Santa Fe Springs, CA• SBCTA, Metrolink ATP Phase II, San Bernardino, CA• LA River Greenway Segments 1 & 2 Implementation, Los Angeles, CA• LACPW Rowland Heights Saleroso Drive Et Al Pavement Improvement Project, Rowland Heights, CA EDUCATIONBS, Civil Engineering, California State Polytechnic University, Pomona REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), Civil, CA #35500 CHUCK STEPHAN, PECIVIL ENGINEERING | CONSTRUCTION MANAGEMENT | VP AREA MANAGERKOAChuck Stephan has 40 years of experience in civil engineering design and project management on projects for many municipalities and private firms. He specializes in civil engineering design, and construction management for municipal Capital Improvement Projects, including pavement design and rehabilitation; ADA improvements; water pipelines; storm drain and sanitary sewers; medians and landscaping; parking lots; site improvements; plan checking; NPDES requirements. He also manages various funding sources including local, state, and federal-aid projects; SR2S; SRTS; STPL; various grant applications and reimbursement requests. RELEVANT EXPERIENCE • Construction Management and Inspection Services for the Glenoaks Boulevard Improvement Project, HSIPL 5202(018), City of San Fernando, CA• Sanitary Sewer Rehabilitation, City of Redondo Beach, CA• 2019-2020 Pavement Rehabilitation Project, City of El Segundo, CA• 2016-2019 Pavement Rehabilitation Project, City of Culver City, CA• Engineering Services, Program Management, Project Management, Design, and Construction Management, City of La Habra, CA EDUCATIONBS, Agricultural Engineering, California Polytechnic State University, San Luis Obispo REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), Civil, CA #50481 267 19CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES MANUEL BARRIOS, PECIVIL ENGINEERING | SENIOR ASSOCIATE ENGINEERKOAManuel Barrios has worked on a variety of projects involving roadway design and plan preparation and a wide range of public works, capital improvement and land development projects for various cities throughout Los Angeles and Orange Counties. Manuel has delivered projects for both horizontal and vertical design for public agencies such as the Los Angeles County Metropolitan Transportation Authority (Metro) and the Los Angeles Bureau of Engineering/Department of Transportation (LABOE/DOT). He has served as project engineer for several public agencies to construct, widen and improve roadways, determine utility relocations, design and prepare grading, drainage, sewer and water utility and site improvement plans. RELEVANT EXPERIENCE • Bush Street Bike Boulevard PS&E, City of Santa Ana, CA• County of San Bernardino Department of Public Works Bloomington Avenue Reconstruction, San Bernardino, CA• SBCTA, Metrolink ATP Phase II, San Bernardino, CA• OCTA Aliso Creek Road Regional Traffic Signal Synchronization Project (RTSSP), Orange County, CA EDUCATIONBS, Civil Engineering, University of California, Irvine REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), Civil, CA #92491 ANASTASIA CANZONIERI, PECIVIL ENGINEERING | SENIOR ASSOCIATE ENGINEERKOAAna Canzonieri is a Senior Associate Engineer with KOA. Her expertise includes the preparation, design and management of engineering plans, specifications and cost estimate (PS&E) for public works projects. She has successfully completed multiple project from concept to construction for agencies throughout Southern California. She has experience in street improvement design, traffic signal design, street lighting, signing & striping and traffic control design. Recent projects include the Long Beach Market Street Pedestrian and Streetscape Enhancement Project and the Santa Monica Olympic Boulevard Improvement Project. Ana also has experience working for a public agency (City of Anaheim, Traffic Department), and is familiar with preparing presentations, presenting to Stakeholders, and the politics, policies, and procedures of public agencies. RELEVANT EXPERIENCE • OCTA Aliso Creek Road Regional Traffic Signal Synchronization Project (RTSSP), Orange County, CA• OCTA Traffic Signal Synchronization Master Plan, Orange County, CA• County of Los Angeles, Engineering & Traffic Surveys• Lambert Road Traffic Signal Synchronization Project (TSSP), City of Whittier, CA• Oak Station Trailhead PS&E, City of Whittier, CA• SBCTA, Metrolink ATP Phase II, San Bernardino, CA EDUCATIONBS, Civil Engineering, University of California, Irvine, CA REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), Civil, CA #86541 268 20CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES KEN STEELE, PECIVIL ENGINEERING | DESIGN STANDARDS & PROCEDURES | TRANSPORTATION ENGINEERH.W. LochnerKen Steele, PE has 37 years of management and design experience and is a transportation leader who has developed and managed successful design teams and managed numerous and varied projects throughout southern California. His roles have included design group manager, project manager, quality assurance oversight, varied technical roles, business development, and marketing. Ken has successfully completed numerous major multidiscipline and multiagency transportation projects providing innovative quality engineering services and meeting clients’ project budgets and schedules. He has managed design of state highways, new streets, street widening, street realignments, and pavement rehabilitations; light rail and railroad design, grade separations, and California Public Utilities Commission coordination; flood control facilities, water, and sewer projects; airport runways and taxiways, and traffic signals, signing, and striping. Ken has supervised the preparation of feasibility studies, project study reports, project reports, environmental documents, safety studies, bid documents, and construction specifications. He has also provided construction administration and inspection services. RELEVANT EXPERIENCE • 405 Construction Support Services, Orange County, CA• San Diego Freeway (I-405), SR 73 to I-605 Widening Design Build, CA EDUCATIONBachelor of Science in Civil Engineering, California Polytechnic State University, San Luis Obispo, CA REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), CA #37247 SHERRY NOURMOHAMMADIAN, PECIVIL ENGINEERING | DESIGN STANDARDS & PROCEDURES | SENIOR PROJECT MANAGERH.W. LochnerSherry Nourmohammadian has more than 36 years of experience on a wide variety of highway projects. Sherry has been responsible for the management and technical leadership for all phases of the development and design of freeway/roadway facilities—from planning (PSRs, PRs) through final (PS&E) and construction. Sherry’s project management experience includes proactive client and subconsultant coordination, technical representation at public meetings, scheduling, budgeting, quality control, quality assurance to meet project milestones, and supervising and developing design teams.As a senior project manager, Sherry has been responsible for the design and review of the geometric design of highway and interchange improvements, including stage construction, grading, drainage, signing, pavement delineation, cost estimates, and specification. RELEVANT EXPERIENCE • San Diego Freeway (I-405), SR 73 to I-605 Widening Design Build, Orange County, CA• 405 Construction Support Services, Orange County, CA• SR 91 Westbound Off-Ramp Beach Boulevard Widening, Buena Park, CA• 17th Street Grade Separation PR-ED, Santa Ana, CA EDUCATIONBachelor of Science in Civil Engineering, Oklahoma State University, Stillwater, OK Master of Science in Structural Engineering, Oklahoma State University, Stillwater, OK REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), CA #44567 269 21CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES MATTHEW RANDALL, PEUTILITY INFRASTRUCTURE | SENIOR ENGINEERH.W. LochnerMatt Randall has more than 22 years of design experience managing the civil development process from planning through design and permitting to construction on public and private projects throughout the states of Washington and Oregon. Matt specializes in innovative stormwater solutions, and uses his thorough understanding of Washington Department of Ecology’s stormwater manual to guide project design. Over his career, managing stormwater has become an increasingly important design element on every project, often driving the project design. Utilizing a design toolbox that includes Low Impact Development (LID) elements (porous pavements, rain gardens, stormwater fountain features, bioswales, storm planters and on-site infiltration) along with traditional detention ponds and mechanical treatment options, Matt seeks to incorporate natural functions into the built environment to create aesthetically pleasing and functional water quality and flow control solutions for each project. Matt draws on his ability to connect with clients and design team members on an individual level to better understand the objectives behind each project. RELEVANT EXPERIENCE • South George Washington Way Intersection Improvements, Richard, WA• Northwest/Bakerview Intersection Improvements, Bellingham, WA• DuPont-Steilacoom Road Improvement Project, DuPont, WA EDUCATIONBachelor of Science in Civil Engineering, Washington State University, WA REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), WA #49708 Professional Engineer (PE), OR #75130 JOSHUA PHILLIPS, PEUTILITY INFRASTRUCTURE | CIVIL ENGINEER H.W. LochnerJoshua Phillips joined Lochner in 2017 and has over 24 years of experience working on public agency projects. He has completed numerous projects as the surface water/utility lead or lead designer, including stormwater facilities for various expansion corridors, roundabouts, and replacing old culverts/bridges. Joshua has also served as the drainage and utility task lead for a multitude of street extension projects. RELEVANT EXPERIENCE • SR 526 General Engineering Consultant, Everett, WA• Carpenter Road Roundabout, Lacey, WA• SR-523 (N/NE 145th Street) and I-5 Interchange Project, Shoreline, WA• DuPont-Steilacoom Road Improvement Project; DuPont, WA• EW Corridor Final Design - Phase 3; Yakima County, WA• 24th Street SE Extension; Lake Stevens, WA• East-West Corridor Design; Yakima County, WA• EW Corridor Final Design - Phase 2; Yakima County, WA• Jackson Avenue Reconstruction; Raymond, WA • Issaquah-Fall City Road Widening, 242nd Avenue to Klahanie Drive; Sammamish, WA EDUCATIONBachelor of Science in Civil Engineering, University of Washington, Seattle, WA REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), WA #40880 Professional Engineer (PE), ID #20612 270 22CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES TOM SEGERS, PEUTILITY INFRASTRUCTURE | SENIOR DRAINAGE DESIGN ENGINEERH.W. LochnerTom Segers is a Senior Drainage Engineer with extensive experience in designing urban and rural stormwater management facilities for state, municipal, and private clients. His roadway project expertise includes multilevel expressway interchanges, high-profile rural arterial to urban expressway conversions, urban roadway realignments within constricted rights-of-way, and high-speed arterial widening. Tom’s design and inspection experience encompasses wastewater pumping stations, collection systems, force mains, water mains, and utility relocation design and coordination. He also provides project permitting, successfully coordinating with federal, state, regional, and local agencies and railroads. RELEVANT EXPERIENCE • San Diego Freeway (I-405), SR 73 to I-605 Widening Design-Build; Orange County, CA• Hillsborough County General Services Contract (2017-2019); Hillsborough County, FL• Balm Riverview Road/Rhodine Road Intersection Improvements; Hillsborough County, FL• Balm Riverview Road/Symmes Road Intersection Roundabout Design; Hillsborough County, FL EDUCATIONBachelor of Science in Civil Engineering, University of Florida, FL REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), FL #23025 Professional Engineer (PE), IN #12100092 Professional Engineer (PE), NC #052874 MOHAMMED SHARIFUZZAMAN, PEUTILITY INFRASTRUCTURE | DRAINAGE ENGINEERH.W. LochnerMohammed Sharifuzzaman brings more than 16 years of experience in civil, environmental, and transportation engineering and specializes in hydraulics and hydrologic modeling (H&H), surface water management system design, drainage basin/watershed modeling and floodplain analysis, master design studies, conceptual/master surface water management system design, stormwater pump station design, stormwater retrofit projects, nutrient loading analysis (TMDL calculations), Stormwater Treatment Area (STA) design, FDOT roadway drainage design, and bridge hydraulics. Mohammed’s experience also includes land development projects; roadway projects, including new construction, widening and reconstruction, RRR, and safety improvements; and PD&E studies. He had work extensively with permitting agencies, including the South Florida Water Management District (SFWMD), the Florida Department of Environmental Protection (FDEP), the Florida Department of Transportation (FDOT), and the U.S. Army Corp of Engineers (USACE) as well as various counties and municipalities. Mohammad has built a trusted reputation with permitting agencies resulting in a long list of successful projects. RELEVANT EXPERIENCE • I-95 from South of SR-870 Commercial Blvd. to North of Cypress Creek Road; Broward County, FL• SR 8 (I-10_Thomasville Road) Final Design; Tallahassee, FL EDUCATIONMaster of Civil Engineering in Civil Engineering, Lamar University, TX Bachelor of Science in Civil Engineering, Bangladesh University of Engineering and Technology, Dhaka, Bangladesh REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), FL #67640 271 23CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES EDWARD OKITSUSTREET LIGHTING | SENIOR DESIGNER KOAEdward Okitsu is a Senior Designer for all street lighting projects undertaken by KOA’s Los Angeles office. He also has significant experience in design of signing & striping, traffic signal and worksite traffic control as well as field investigation and data collection experience on numerous public works projects. Edward Okitsu is responsible for the operation of computer drafting stations and is an expert user of CADD and lighting illumination calculation software. RELEVANT EXPERIENCE • Temple City Rosemead Boulevard Safety Enhancements Design/Study, Temple City, CA• Cesar Chavez Avenue Streetscape, East Los Angeles, CA• Culver City Washington/Cardiff Street Lighting Conversion, Culver City, CA • Street Lighting Master Plan, South Gate, CA • Metro Mid-City Exposition Light Rail Transit Project, Los Angeles to Culver City, CA• Los Angeles Cathedral, Los Angeles, CA• Pico-Garnier Block Improvements, Olvera Street Rehabilitation, Los Angeles, CA EDUCATIONITS Extension Courses in Street Lighting, Institute of Transportation Studies AA, Dental Technology, Los Angeles City College, CA REGISTRATIONS/CERTIFICATIONS N/A GARY CHIANG, EITSTREET LIGHTING | SENIOR DESIGNERKOAGary Chiang specializes in the preparation of signing and striping, traffic signal, worksite traffic control, and street lighting design plans, as well as street lighting luminosity calculations. Based on his breadth of experience with plan preparation, he also has considerable knowledge of traffic signal equipment requirements and types. Gary also provides cost estimate informationfor roadway improvement plan sets. Through his efficient and effective coordination with agency staff, Gary has prepared and received approval of construction plan sets for projects throughout Southern California under a multitude of jurisdictions. He is also well versed in the preparation of graphics, presentation materials, and conceptual mitigation plans. Gary will be assisting the Project Manager on the traffic design aspects of the Project for the design consultation portion. RELEVANT EXPERIENCE • 7th Street Improvements, Culver City, CA• LADWP On-Call Traffic Design Services, Los Angeles, CA• Beverly Hills On-Call Pedestrian Crossings, Beverly Hills, CA• Earl Carroll Theater Mixed-Use Project, Hollywood, CA• Union Pacific Railroad LACTC, Los Angeles, CA• Trancas Country Market, Malibu, CA EDUCATIONBS, Civil Engineering, California State Polytechnic University, Pomona, CA REGISTRATIONS/CERTIFICATIONS Engineer-In-Training (EIT), CA #122271 272 24CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES KEVIN HIGGINSCONSTRUCTION MANAGEMENT | SENIOR CONSTRUCTION MANAGERKOA Kevin Higgins has 26 years of Public Works, Capital Improvement and Private Construction, Purchasing, Project Management, Field Construction Management and Inspection experience. He has participated in numerous street/highway widening projects, development of over 100 communities in land development including right-of-way, NOI’s, encroachment permits, mass grading, grade separations, storm drain, box culverts, sewer collection systems, drainage systems, mainline water systems, ductile iron water lines, public/private street improvements, flood control channels, public landscaping, several park-sites, bond exoneration work and city acceptance on over 100 projects. RELEVANT EXPERIENCE • Construction Management and Inspection Services for the Glenoaks Boulevard Improvement Project, HSIPL 5202(018)City of San Fernando, CA• Construction Management and Inspection Services for Highway 111 Street Rehabilitation, City of Rancho Mirage, CA• Foothill Boulevard Master Plan Improvement Project, City of Claremont, CA• Clinton Keith Road / I-215 Interchange Landscape Improvement, City of Murrieta, CA DAVINA BUENAVISTA, EITCONSTRUCTION MANAGEMENT | SENIOR CONSTRUCTION MANAGERKOADavina Buenavista has over 20 years of experience in public works, and has managed a variety of capital improvement projects and maintenance programs from inception to completion, including planning, development, design, and construction. She has successfully completed numerous projects that involved roadway construction, traffic signal installation and upgrade, median and parkway landscape installation and maintenance, recreational park construction, utility (storm drain, water, and sewer) improvements, and facility upgrades and maintenance. RELEVANT EXPERIENCE • On-Call Traffic Engineering & ITS Services, OCTA, Orange County, CA• Ramona Boulevard Rehabilitation Project, City of El Monte, CA• Red Car Greenway, City of Long Beach, CA• Palos Verdes Boulevard Median Renovation, City of Redondo Beach, CA• Construction Management and Inspection Services for Street and Sewer Rehabilitation, City of Redondo Beach, CA• Construction Management and Inspection Services for the Glenoaks Boulevard Improvement Project, City of San Fernando, CA EDUCATIONBS, Business Management California State Polytechnic University, Pomona, CA REGISTRATIONS/CERTIFICATIONS Multiple Management, Project Management, Landscape, and SWPPP Training Courses 24-Hour and 8-Hour Caltrans SWPPP EDUCATIONBS, Civil Engineering, Loyola Marymount University, Los Angeles, CA REGISTRATIONS/CERTIFICATIONS Engineer-in-Training (Civil), CA #96552 273 25CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES DAN CHAPMANCONSTRUCTION INSPECTION | SENIOR CONSTRUCTION INSPECTORKOA [Full Name] has experience in transportation planning, bicycle/pedestrian planning, transit access and operations, traffic circulation, and economic development. He has worked on projects addressing bikeway planning and safety education, pedestrian circulation, First Last Mile, Tactical Urbanism, complete streets, transit operations, traffic studies, and economic revitalization. He has been involved in the development of numerous bicycle and pedestrian plans, including the City of South Gate Bicycle Plan and the City of Lancaster Bicycle and Pedestrian Plan. [First Name] has led walk audits at Metro stations and managed the implementation of a tactical urbanism pilot project to address pedestrian safety on César Chávez in Boyle Heights. RELEVANT EXPERIENCE • Annual Residential Street Rehabilitation and Water Main Replacement, City of La Habra, CA• Construction Inspection Yucca Loma Bridge, Town of Apple Valley, CA• Baseline Road at I-15 Interchange, Rancho Cucamonga, CA• Caltrans District 5, State Route 46, Lost Hills, CA• Caltrans District 6, State Route 99, Bakersfield, Chowchilla, and Madera, CA• Caltrans District 7, State Route 5, Sun Valley, Sylmar, Burbank, Norwalk, Santa Fe Springs, La Mirada, and Gorman, CA PATRICK CROWLEYCONSTRUCTION INSPECTION | CONSTRUCTION INSPECTORKOA Patrick Crowley has more than 20 years of underground construction industry experience. He has held positions in operations, management, engineering, and administration. Patrick has extensive experience in projects, specializing in gas distribution and cathodic protection, transmission, wet and dry utilities, and inspections. He is highly capable of managing projects involving cathodic protection and distribution main replacement. Patrick possess widespread knowledge about the natural gas distribution industry. He values safety, efficiency and quality. Prior to recently joining KOA, Patrick worked as a high pressure standby for gas operations at Henkels & McCoy, Inc. RELEVANT EXPERIENCE • Sanitary Sewer Rehabilitation, 2020 Upgrades to PCH/Vista del Mar, City of Redondo Beach, CA• Ramona Boulevard Rehabilitation Project, El Monte, CA• Ramona Boulevard and Valley Boulevard Intersection Improvement Project, City of El Monte, CA EDUCATIONBA, Pacific Coast Baptist Bible College, Long Beach, CA REGISTRATIONS/CERTIFICATIONS NICET Level III (Soil, Concrete, Asphalt) Caltrans Certifications for Soil, Concrete, and Asphalt ACI Strength Testing Technician Lab 1& 2 EDUCATIONGeneral Coursework, Fullerton College, Fullerton, CA REGISTRATIONS/CERTIFICATIONS Energized Vault SafetyConfined Space Training Flagger Training Backhoe/Forklift Certified Competent Persons Training Numerous Operator Qualifications DOT Drug and Alcohol Trained Pole Top & Confined Space Rescue Accident Investigation EEO Training OSHA 30 Hour Veriforce Evaluator/Proctor 274 26CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES GORDAN ROBERTSCONSTRUCTION INSPECTION | CONSTRUCTION INSPECTORKOAGordon Roberts has over 40 years of reliable commitment to professional work ethic, and diverse experience in progressively responsible positions from heavy equipment operator to superintendent to general engineering & building contractor including multiple trades contractor to project designer and inspector. Gordon possesses authoritative knowledge of building codes and regulations, plan reading and interpretation, multiple trades and overall respected construction practices. He interacts cooperatively with architects, engineers, general contractors, inspectors, other supervisors and the public. RELEVANT EXPERIENCE • Foothill Boulevard Master Plan Implementation, City of Claremont, CA• Foothill Parkway Sewer and Water Improvement, City of Corona, CA• True Avenue Water System Improvement, City of Downey, CA• Ramona Boulevard Rehabilitation Project, City of El Monte, CA• Construction Management and Inspections for the Highway 111 Street Rehab from Bob Hope Drive to East City Limit, City of Rancho Mirage, CA• Construction Management and Inspection Services for the Glenoaks Boulevard Improvement Project, HSIPL 5202(018), City of San Fernando, CA ANTHONY ENGLISHCONSTRUCTION INSPECTION | CONSTRUCTION INSPECTOR KOAAnthony English entered the construction industry six years ago as a plumbing journeyman. He has held positions in plumbing, electrical and construction. His work experience includes public schools, private development, and public works CIP projects. He brings his hands-on experience and valuable knowledge to this project. RELEVANT EXPERIENCE • Residential Street Slurry Seal Project, City of Redondo Beach, CA• Ramona Boulevard Rehabilitation Project, STPL-5210(025), City of El Monte, CA• Ramona Boulevard and Valley Boulevard Intersection Improvement Project, City of El Monte, CA EDUCATIONEngineering Courses, California State Contractor Trade School & Licensing, CA REGISTRATIONS/CERTIFICATIONS CSLB License (#301013) EDUCATIONAA, LAUSD “We Build” Program Graduate, West Valley Occupational Center, CA REGISTRATIONS/CERTIFICATIONS OSHA 10 Hour Photovoltaic Technician 1,2,3 Construction Work 1,2,3 275 27CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES RICHARD MAHER, PLSLAND SURVEYING | PRESIDENTSubconsultant - KDM Meridian, Inc.Richard Maher, PLS, is Professional Land Surveyor registered in the State of California, and president of KDM Meridian. Specializing in public works land surveying Richard has decades of experience providing design survey for various public works projects including for pavement rehab and roadway improvement projects. Not only has he provided these services direct to municipalities under one of KDM’s multiple On-Call Agreements, he has also worked with multiple prominent design firms specializing in public works improvement projects, including KOA. Having provided survey for many multiple public works projects throughout Southern California, he has gained the experience necessary to tackle any land survey challenges that may arise on pavement rehab and roadway improvement projects. RELEVANT EXPERIENCE• Citywide Pavement Rehab FY 20/21 Project, Moreno Valley, CA• Area 7 Alley Rehabilitation Project, La Habra, CA• Laguna Canyon Rd, Pavement Rehab Project, Laguna Beach, CA• Regio Avenue Rehabilitation Project, Buena Park, CA• Area 6 Alley Rehabilitation Project, La Habra, CA• Olive Ave & Iris Ct Street Rehab Project, Fullerton, CA• Project Title, City, CA PATRICK EARL, PLSLAND SURVEYING | SURVEY MANAGERSubconsultant - KDM Meridian, Inc.Patrick Earl, PLS, is a Professional Land Surveyor registered in the State of California. With over two decades of experience in land surveying, Patrick possesses diverse field experience providing topographic, boundary, and construction surveying for public works projects. Patrick oversees topographic mapping, boundary analysis, map checking, and survey calculations operations, has participated in the execution of hundreds of various public works projects, including pavement rehab and roadway improvement projects, both as a Project Manager and in his Supervisory Capacity over the Survey Department. RELEVANT EXPERIENCE • Tweedy Mile Complete Street Project, South Gate, CA• Citywide Pavement Rehab FY 20/21 Project, Moreno Valley, CA• Yorba Linda Pavement Preservation Zones 5 & 6, Yorba Linda, CA• Hawthorne and PCH Intersection Improvement Project, Torrance, CA• University Drive Widening Improvement Project, Irvine, CA• Valencia Avenue Street Improvements Project, Tustin, CA EDUCATIONCW, Civil Engineering, California State University, Fullerton, CA REGISTRATIONS/CERTIFICATIONS Professional Land Surveyor (PLS),California L 7564 EDUCATIONBS, Mechanical Engineering, University of California, Santa Barbara, CA REGISTRATIONS/CERTIFICATIONS Professional Land Surveyor (PLS),California L 8773 276 28CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES PAUL SOLTIS, PE, GEGEOTECHNICAL ENGINEERING | VICE PRESIDENTSubconsultant - TwiningPaul Soltis, PE, GE, brings more than 30 years of technical expertise to Twining. His experience includes geotechnical investigations and analyses relative to roads, bridges, highways, and other California infrastructure projects. Paul has extensive on-call contract management experience and the proven ability to simultaneously maintain and manage multiple projects. Paul is responsible for the technical oversight of the firm’s geotechnical projects and management of the firm’s geotechnical personnel. Paul Soltis’ experience includes geotechnical investigations and analyses relative to the development of high-rise buildings, mixed-use facilities, DSA- and HCAI-permitted buildings, and other essential facilities. Paul’s experience includes assuming the role as Geotechnical Engineer of Record during the construction phase of numerous high-profile projects throughout Southern California. He has extensive experience working under the jurisdiction of the City of LA Department of Building and Safety, County of Los Angeles GMED, DSA, and HCAI. RELEVANT EXPERIENCE• City of Long Beach On-Call Services, Long Beach, CA• City of Long Beach, Shoemaker Bridge Replacement, Long Beach, CA• City of Long Beach Municipal Urban Stormwater Management Projectk, Long Beach, CA• City of Huntington Beach, Beach Blvd Sewer Replacement, Huntington Beach, CA EDUCATIONMS, Geotechnical Engineering, University of Colorado, Boulder, CO, BS, Civil Engineering, California Polytechnic State University, San Luis Obispo, CA REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE), Civil, CA, #56140 Registered Geotechnical Engineer, CA, GE 2606 AMIR GHAVIBAZOO, PHDGEOTECHNICAL ENGINEERING | DIRECTOR OF ASPHALT ENGINEERING AND PAVEMENT DESIGNSubconsultant - Twinng Dr. Amir Ghavibazoo is Twining’s Director of Asphalt Engineering and Pavement Design. He directs and works on pavement design, highway design, and engineering specifications. He is experienced in calculating Pavement Condition Index (PCI) through visual inspection following the United States Army Corps of Engineers’ methodology as well as conducting Life Cycle Cost Analysis (LCCA) rehabilitation strategies for pavements. Additionally, he has extensive experience with advanced performance testing of asphalt binder including Dynamic Shear Rheometer (DSR), Bending Beam Rheometer (BBR), and other asphalt binder quality control tests. He works closely with cities and government agencies to develop unique and specialized mix designs, pavement inspections, and pavement design solutions. Amir also serves on several technical committees in California helping to develop new specifications and update existing ones. Amir currently holds a position as adjunct professor teaching pavement design at California State University, Long Beach. RELEVANT EXPERIENCE• City of Long Beach, LGB Taxiway C Improvements, Long Beach, CA• City of Long Beach, LGB Taxiway D Rehabilitation, Long Beach, CA• City of Long Beach, Long Beach Airport, Taxiway B Project, Long Beach, CA EDUCATIONPhD, Civil and Environmental Engineering, North Dakota State University, Fargo MS, Railways Engineering, Iran University of Science and Technology, Tehran, Iran BS, Industrial Engineering, University of Technology, Tehran, Iran REGISTRATIONS/CERTIFICATIONS N/A 277 29CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES HINA GUPTA, MURP, LEED APENVIRONMENTAL | SENIOR ENVIRONMENTAL PLANNER Subconsultant - UltraSystems EnvironmentalHina Gupta is an urban planner with over 14 years of experience in environmental planning and regulatory permitting for a variety of projects including infrastructure, transportation, renewable energy, commercial, residential, mixed use and master planned development, and educational facilities. Her areas of expertise include: Sustainable Land use, Aesthetics and Visual Analysis, Socioeconomics and Community Impact Assessment, and Green Building Design. Hina Gupta is a LEED Accredited Professional and has experience working with public agency staff at various city and county departments within southern California. RELEVANT EXPERIENCE• 9160-9176 Sunset Boulevard Project, City of West Hollywood, CA• Gage Avenue Bridge Rehabilitation Project, City of Bell, CA • Western Sector Improvement Area Plan, Orange County Great Park, City of Irvine, CA • North County ITS Extension Phase V Project, City of Palmdale, CA • Malaga Bridge and Foothill Boulevard Street Improvement Project, City of Fontana, CA • San Timoteo Storm Drain Project, City of Moreno Valley, CA EDUCATIONMaster of Urban and Regional Planning, University of Southern California, Los Angeles, CA B Arch, Chandigarh College of Architecture, Chandigarh, India REGISTRATIONS/CERTIFICATIONS LEED Accredited Professional – BD+C #10281034 (Leadership in Energy and Environmental Design) MICHAEL MILROY, MSENVIRONMENTAL | SENIOR ENVIRONMENTAL PLANNERSubconsultant - UltraSystems EnvironmentalMichael Milroy is a detail-oriented Environmental Planner with over 15 focused years on California Environmental Quality Act (CEQA) document preparation, project management, and review of supporting technical studies; including, but not limited to, Environmental Impact Reports (EIRs), Initial Studies, Mitigated Negative Declarations, and NEPA documents. RELEVANT EXPERIENCE• Green Day Oasis Project – IS-MND, Desert Hot Springs, CA • District at Rubidoux Project, City of Jurupa Valley, CA • City of Perris General Plan Update • Garfield Avenue Improvements, City of South Gate, CA • Robertson’s Quarry Project, EIR, Kern County, CA EDUCATIONMaster of Science, Interdisciplinary Studies / Neuroscience, California State University Long Beach, CA Bachelor of Science, Biological Sciences, California State University Long Beach, CA REGISTRATIONS/CERTIFICATIONS Certificate, Environmental Management, University of California Irvine, CA 278 30CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES WILLIAM “BILL” YOUNG, PESTORM WATER/ WATER RESOURCES | PROJECT MANAGERSubconsultant - CWEWilliam “Bill” Young is a respected leader in the California civil engineering community, with 40 years of experience managing large and small design projects from conceptualization and design through construction. Bill’s experience coveres a diverse range of community improvement projects, involving parking lot, street, curb, and gutter repairs and improvements; highway design; pavement rehabilitation design, including previous pavement and interlocking pavers; bioswales and bioretention systems; stormwater BMPs; flood control infrastructure; and irrigation lines. He also has experience obtaining all necessary permits for these projects. His career experience includes three years of field survey, including field topography, boundary, construction staking, and as-built verification for utilities and flood control projects. RELEVANT EXPERIENCE• Washington Boulevard P3 Urban Runoff Diversion, City of Culver City, CA• John Anson Ford Infiltration Cistern Project to Capture Urban Runoff, City of Bell Gardens, CA• Burton Way Median Green Street, City of Beverly Hills, CA• Storm Drain Point Repair, City of Rancho Palos Verdes, CA• Los Amigos Park Stormwater Harvesting and Direct Use Demonstration, City of Santa Monica, CA EDUCATIONBS, Civil Engineering, California State Polytechnic University, Pomona, CA REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE),Civil, CA #35715 VIK BAPNA, PE, ENV SP, CPSWQ, QSD/PSTORM WATER/ WATER RESOURCES | PRINCIALSubconsultant - CWEVik Bapna is an award-winning civil engineer with 32 years of experience in the planning, design, and construction of more than $200 million worth of civil engineering projects, ranging from single-lot developments to regional stormwater BMP projects with multiple stakeholders. His experience includes developing multi-benefit water quality enhancement projects, developing projects to infiltrate urban and stormwater runoff, designing structural treatment control BMPs, and developing project concepts. Vik has been responsible for developing the first urban watershed plan addressing flood protection, water quality enhancements, creation of open space and recreational opportunities, and habitat enhancements. RELEVANT EXPERIENCE• Water Quality Monitoring During the Repair of the Hermosa Beach Pier, City of Hermosa Beach, CA • 8th Street Improvements, City of Hermosa Beach, CA • City of Irvine University Drive Widening, Irvine, CA • City of Los Angeles Garvanza Park Rainwater Capture and Use, Los Angeles,CA • Annual Water Main Replacement Program, City of Santa Monica, CA• Foothill Boulevard Master Plan Implementation, City of Claremont, CA EDUCATIONBS, Civil Engineering, New Jersey Institute of Technology, Newark, New Jersey REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE),Civil, CA #52060 Envision™ Sustainability Professional Credential Certified Professional in Storm Water Quality, 543 Qualified SWPPP Developer/Practitioner, 368 279 31CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES JERRY HOLCOMB, PESTRUCTURAL ENGINEERING | PROJECT ENGINEERSubconsultant - Moffat & NicholJerry Holcomb has 15 years of marine structural design experience and proven project management skills. Jerry brings a expertise in structural engineering and marine construction, particularly along California’s waterfronts. His recent project experience is directly relevant to the project, having led similar open ocean pier assessment and improvement projects throughout Southern California. He is a known and trusted partner to clients and is a competent communicator with successful project results. RELEVANT EXPERIENCE• Santa Monica Pier Inspection and Retrofit, Santa Monica, CA• Manhattan Beach Pier Railing Replacement Project, Manhattan Beach, CA• Newport Pier End Platform and Restaurant Rehabilitation, Newport Beach, CA• Redondo Beach Sportfishing Pier Replacement, Redondo Beach, CA• Wilmington Waterfront Promenade, Port of Los Angles, Wilmington, CA EDUCATIONBS, Civil Engineering with Structural Emphasis, California State Polytechnic University, Pomona, CA REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE),Civil, CA #80027 EDUCATIONPh.D., Earthquake Engineering,Washington State University, WA MS, Structural Engineering, The University of Jordan, Amman, Jordan BS, Civil Engineering, The University of Jordan, Amman, Jordan REGISTRATIONS/CERTIFICATIONS Professional Engineer (PE),Civil, CA #60242 OMAR JARADOT, PHD, PESTRUCTURAL ENGINEERING | STRUCTURAL ENGINEERSubconsultant - Moffat & NicholDr. Jaradat has more than 30 years of project management and complex structural engineering technical experience, with a focus on structures exposed to the marine environment. He has been involved in leading teams in the design and analysis of structural systems of marine structures, such as bulkheads, seawalls, wharves, and piers. These projects frequently involve the rehabilitation of marine structures in sensitive urban environments associated with an adjacent residential area or city center. Dr. Jaradat is an industry-recognized expert in the seismic design of structures and has led the development and update of port-wide seismic design criteria for the port complexes at Los Angeles and Long Beach, California. Dr. Jaradat is firmly committed to quality and inspires this commitment in all team members, from the most senior professional advisors to the young engineers whom he mentors. RELEVANT EXPERIENCE• Orange County Public Works, CTO 0609-CIPC-02 Structural Analysis of D02 Talbert Channel Sheet Piles - Task Manager, Orange County, CA• Bay Island Bulkhead Structural Rehabilitation, City of Newport Beach, CA• On-Call Waterfront Facilities Inspection & Assessment Services, Port of Long Beach, CA 280 32CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES MARK SCHROEDER, SESTRUCTURAL ENGINEERING | FWC PRINCIPALSubconsultant - FWCSEMark Schroeder has been a principal with FWC since 2002 and has 33 years of structural engineering experience. He has engineered a broad array of retail, hospitality, commercial, healthcare, theme park, and civil engineering structures. He has extensive experience with both the design of new buildings as well as renovations of existing structures. His hands-on approach to solving structural engineering problems and his ability to clearly communicate his ideas has attracted a diverse set of building owners, contractors, and architectural clients to our firm. He balances their needs with his understanding of structural behavior, methods of construction, and building code requirements to develop cost effective solutions for each engineering assignment. RELEVANT EXPERIENCE• County of Orange / John Wayne Airport On-Call Structural Engineering Services, Santa Ana, CA• Harbor Blvd. Retaining Wall and Slope Stabilization Feasibility Project, Anaheim, CA• Rancho Palos Verdes San Ramon Storm Drain, Rancho Palos Verdes, CA• Lytle Creek Turnout Pressure Reducing Station, San Bernardino, CA EDUCATIONMBA, University of Southern California, Los Angeles, CA MS, Structural Engineering, University of California, Berkeley, CA BS, Civil Engineering, University of California, Irvine, CA REGISTRATIONS/CERTIFICATIONS Structural Engineer (SE),CA #4110Professional Engineer (PE),Civil, CA #50675Licensed Structural Engineer in Arizona, Connecticut, Louisiana, Massachusetts, North Carolina, New Jersey, Tennessee, and Texas ERIC FREUND, SESTRUCTURAL ENGINEERING | FWC SENIOR PROJECT ENGINEERSubconsultant - FWCSEEric Freund has 23 years of structural engineering experience with the design of new buildings as well as with the investigation, analysis, and repair of existing structures. He has worked with a variety of building materials including wood framed structures, pre-cast and poured-in-place concrete structures, and steel-framed structures. His experience also includes the analysis and design of lateral and gravity framing systems of single family and multi-story buildings. Whether designing a new structure or conducting an evaluation of an existing one, Eric’s understanding of structural behavior allows him to provide his clients with effective building design and repair solutions. RELEVANT EXPERIENCE• City of La Mirada Plan Check Services for the Community Center, La Mirada, CA• City of Rancho Santa Margarita Shoring Review, Rancho Santa Margarita, CA• Lake Arrowhead Parking Structural Peer Review, Lake Arrowhead, CA• Indian Hills Road Slope Mitigation Retaining Wall, Riverside, CA EDUCATIONMS, Structural Engineering, University of California, Irvine, CA BS, Civil Engineering, University of California, Irvine, CA REGISTRATIONS/CERTIFICATIONS Structural Engineer (SE), CA #5169 Professional Engineer (PE),Civil, CA #650 281 33CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES LARRY SCHLOSSBERG, AIA, AICP, LEED AP BD+CLANDSCAPING/IRRIGATION | PRINCIPAL Subconsultant - Gruen AssociatesLarry Schlossberg joined Gruen Associates in 1987 as a Project Designer, was appointed to Associate and Vice President in 1991, and was named a Partner in 1997. He is responsible for directing the design activities of Gruen Associates, which includes work in architecture, interior design, urban design and physical planning. His work is broadly multi-disciplinary, having completed projects that span the range of environmental design from interior design to architecture to new community planning focused on public and institutional realms. RELEVANT EXPERIENCE• Paramount North Gateway Specific Plan, Paramount, CA• Carson Streetscape Master Plan Implementation, Carson, CA• City of Chino Civic Center Master Plan, Chino, CA• 12518 West Venice Blvd. Co-Living, Los Angeles, CA• 710 Corridor/El Sereno Neighborhood Vision Project (Master Plan), • LA County, CA• Downtown and TOD Pedestrian Master Plan, Long Beach, CA• Corridor Cities Economic Analysis and Vision Plan; Cities of Montebello, Commerce, Pico Rivera, Santa Fe Springs and Whittier, CA EDUCATIONMaster of Architecture, Washington University, St. Louis, MO BS, Architecture, California Polytechnic State University, San Luis Obispo, CA REGISTRATIONS/CERTIFICATIONS Registered Architect, CA #C17410 American Institute of Certified Planners (AICP) LEED Accredited Professional NCARB #68678 DEAN HOWELL, PLA, ASLALANDSCAPING/IRRIGATION | PRINCIPAL ASSOCIATESubconsultant - Gruen AssociatesDean Howell joined Gruen Associates in 2007 as an Urban Planner/Landscape Architect, was appointed to Dir. of Landscape Architecture in 2014 and Principal Associate in 2016. He develops conceptual designs that stress a balanced relationship between natural and social environments, and performs in-depth site analysis studies based on environmental, physical, social and economic considerations. His full range of tasks include design development and presentation illustrations to CDs for streetscapes, transit corridors, mixed-use developments, public parks and commercial projects in accordance with the accepted public standards for health, safety and welfare. RELEVANT EXPERIENCE• Carson Streetscape Master Plan Implementation, Carson, CA•• Rosemead Blvd. Safety Enhancements/Beautification, Temple City, CA• Los Angeles Riverway Bikeways & Greenways, Los Angeles, CA• Beverly Hills Gateways and Streetscape, Beverly Hills, CA• Metro LA Union Station Forecourt & Esplanade, Los Angeles, CA• Downtown and TOD Pedestrian Master Plan, Long Beach, CA• Mid-City/Expo Light Rail Transit Line Design-Build, Los Angeles, CA• Airport Metro Connector Station, Los Angeles, CA• Exposition Corridor TNP - A Specific Plan, Los Angeles, CA• Foothill Boulevard Master Plan Implementation, Claremont, CA EDUCATIONGraduate Degree, Landscape Architecture, University of California, Los Angeles BA, University of South Florida, FL REGISTRATIONS/CERTIFICATIONS Professional Landscape Architect, CA #5765 Member, American Society of Landscape Architects (ASLA) 282 34CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES ESMERALDA GARCÍAPUBLIC OUTREACH | PRINCIPALSubconsultant - MIGEsmeralda García has over 25 years of experience as a public outreach specialist with a broad background that combines land use planning, facilitation, and process development for transportation agencies. As a community planning and public outreach expert, her projects often tackle complex social and economic issues associated with public services and infrastructure, transportation, housing, and urban planning and design. Esmeralda is widely recognized for her ability to reach and connect with community-based organizations representing diverse backgrounds and cultures. Fluent in Spanish and English, her extensive experience in facilitation and strategic planning combined with her broad knowledge of planning and communications bring people together to identify and resolve problems. RELEVANT EXPERIENCE• Broadway/Manchester Equity Project, Los Angeles, CA• LADOT Stress Free Connections, Los Angeles, CA• Manchester/Broadway Beautiful Streetscape Plans, Los Angeles, CA• Los Angeles Great Streets Corridors Urban Design and Outreach Services, Los Angeles, CA• LACMTA I-710 Major Corridor Study, Project EIR/EIS, and Locally Preferred Strategy, Los Angeles County, CA EDUCATIONBA, Art History, California State University, Los Angeles REGISTRATIONS/CERTIFICATIONS N/A STEPHANIE LANE PAVÓNPUBLIC OUTREACH | STRATEGIC PLANNERSubconsultant - MIGStephanie Lane Pavón is dedicated to participatory planning work which builds more equitable and resilient communities. Her work on planning projects focuses on community planning and participation, housing, and regional and economic development. Stephanie has more than 15 years of experience doing field-based research and outreach, as well as project coordination, policy advocacy, strategic planning, and leadership development. She uses her organizing, research, and advocacy experience to build local leadership capacity, engage community members in policy decisions, focus projects on equity and inclusion, expand access to work opportunities for residents, and mitigate impacts of investment and development. RELEVANT EXPERIENCE• Los Angeles County Regional Recreation Needs Assessment, Los Angeles County, CA• San Gabriel Valley Greenway Network Strategic Implementation Plan, San Gabriel Valley, CA (multiple cities)• Los Angeles Council District 7 Community Engagement Effort, Los Angeles, CA• Hollywood Burbank Airport Authority Facilitation, Burbank, CA• OCTA State Route 55 Improvement Projects, Orange County, CA EDUCATIONMA, Urban and Regional Planning,University of California, Los Angeles, CA BA, Anthropology, cum laude, University of Chicago, IL REGISTRATIONS/CERTIFICATIONS Certificate in Sustainability: Greening the Urban Economy, Lund University 283 35CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.4 | BIOS OF KEY STAFF | RESUMES LISSETTE MONTOYAFUNDING ADMINISTRATION/PERMITTING | PROGRAM DIRECTOR Subconsultant - Avant-GardeLissete Montoya has more than 20 years of comprehensive expertise in project management and analysis, funding management, grant administration, and community outreach programs. She is experienced in issues impacting City governments and contract administration. Lissette is the Vice-President and CFO of Avant-Garde. She has experience in identifying federal and state fund allocation balances, programming funds, and administers long-and-short range programs consistent with the economic capabilities of the City. She has assisted various agencies in performing a variety of analyses and studies to identify State and Federal funding options; performed time-critical and confidential studies related to fiscal and administrative requirements of grant programs; assisted in the grants solicitation process; planned and coordinated the implementation of awarded grants to ensure that the City was in compliance with applicable laws and regulations, and monitored and audited grant expenses. Under her direction, our team has successfully monitored federal and state funding for municipal agencies throughout Southern California and written grants to secure over $497 million in funding for government agencies. RELEVANT EXPERIENCE• SR-57/60 Confluence Project, City of Industry, CA• Rosemead Blvd Beautification and Enhancements, Temple City, CA EDUCATIONMA, Business Administration, California State Polytechnic University, Pomona, CA BS, Business Management, California State Polytechnic University, Pomona REGISTRATIONS/CERTIFICATIONS N/A KEITH LENOUEFUNDING ADMINISTRATION/PERMITTING | SENIOR PROGRAM COORDINATORSubconsultant - Avant-GardeKeith LeNoue has over three years of experience in administrative and municipal program services and contract administration. As a Senior Program Coordinator, Keith LeNoue’s main responsibilities include fund administration, grant research and writing, community outreach support, and program management services. Keith assists clients by identifying federal and state fund allocation balances, assisting in determining eligible projects, and providing advisement of program requirements. He is experienced in issues impacting City governments and has developing expertise in contract administration. His responsibilities have included interfacing with Federal, State and Local Agencies to define, develop, and manage project scopes, schedules, cooperative agreements and overall project management to ensure projects are delivered on time and on schedule, Keith has experience in preparing documents in accordance with the Local Assistance Procedures Manual for federally funded projects. He assists with processing documentation for projects to obtain Caltrans authorizations and reimbursement requests. RELEVANT EXPERIENCE• HSIP Cycle 8 Various Locations, Bell Gardens, CA• Local Highway Bridge Program, City of Industry, CA• Foothill Blvd Traffic Signal Improvements, La Canada Flintridge, CA EDUCATIONMA, Business Administration, Azusa Pacific University, CA BA, Business Management, Azusa Pacific University, CA REGISTRATIONS/CERTIFICATIONS N/A 284 36CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.5 | RELEVANT EXPERIENCE AND REFERENCES LACPW ROAD/FLOOD ON-CALLLOS ANGELES COUNTY, CAKOAKOA has been retained by the LACPW for the last 5 years to provide as-needed engineering design and support services for the Road and Flood Control Construction Programs on various federal and non-federal funded projects located throughout the County of Los Angeles. The project task orders vary is scope, size, location, and technical expertise. KOA’s Contract Manager is the primary point of contact and distributes task orders to Task Order Managers based on the scope and experience required to produce quality deliverables/services. This on-call includes various transportation related improvements, including roadway, roundabout, pavement rehabilitation, signing & striping, traffic signal, street lighting, and traffic control design, as well as various traffic studies, feasibility studies, grant assistance, and project design concept reports.REFERENCE: Loydi Nguyen, Administrative Services Manager, LACPW, 900 S. Fremont Avenue, Alhambra, CA 91803, (626) 458-2180, lnguyen@dwp.lacounty.gov | DURATION: 08/2018 - Ongoing | CONTRACT VALUE: $5,000,000 | KEY PERSONNEL: Giuseppe Canzonieri CITY OF CARSON ON-CALL FOR PROFESSIONAL ENGINEERING SERVICESCARSON, CAKOA KOA is on the current on-call bench for the City of Carson to provide the City with various on-call professional engineering services that may include, but is not limited to developing projects, general municipal engineering and studies, project management, plan review, specifications, and estimate and recommendations for public/private construction projects, coordination with other agencies and utility companies, presentations to the public, City Commissions, and City Council, developing construction documents and plans for capital projects and provide engineering services and support per City’s requests. Under this on-call, we have provided the City with professional engineering services on the following task orders:• Albertoni Street Bike Lane Design• Central Avenue and Dimondale Drive Traffic Signal Design• Victoria Street Bike Lane Design• Sepulveda Boulevard Bike Lane Design• I-110 Freeway Arterial Improvement Project (in progress)• Staff Augmentation Services-HSIP Bike Lane Re-Design, Median Modifications, and Bike Master Plan UpdateREFERENCE: Gilbert Marquez, PE, City Engineer, City of Carson, 701 E. Carson Street, Carson, CA 90745, (310) 830-7600, gmarquez@carson.ca.us | DURATION: 04/2019 - Ongoing | CONTRACT VALUE: $500,000 | KEY PERSONNEL: Giuseppe Canzonieri 285 37CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.5 | RELEVANT EXPERIENCE AND REFERENCES CITY OF CULVER CITY GENERAL PUBLIC WORKS ON-CALL ENGINEERING SERVICESCULVER CITY, CAKOAKOA is providing civil engineering, traffic engineering, and construction management and inspection services. Our assignments have included traffic engineering, curb extension design, street improvements, pavement rehabilitation, parking analysis, traffic signal timing, traffic signal design, signing and striping design, traffic calming, bike and pedestrian facility design, traffic studies, transportation planning and construction management.REFERENCE: Hong Wang, Sr. Civil Engineer, City of Culver City, 9770 Culver Blvd., Culver City, CA 90232, (310) 253-5604, hong.wang@culvercity.org | DURATION: 07/2019 - 05/2022 | CONTRACT VALUE: $500,000 | KEY PERSONNEL: Giuseppe Canzonieri CITY OF SOUTH GATE AS-NEEDED PROFESSIONAL ENGINEERING SERVICESSOUTH GATE CAKOAKOA is providing the City of South Gate with a full-range of professional engineering services in design engineering and architecture, construction management, inspection, geotechnical, staff augmentation, surveying, special funding administration, grant writing, plan check, right-of-way acquisition, assessment district engineering, civil and traffic engineering, and transportation services.REFERENCE: Jose Loera, Associate Engineer, City of South Gate, 8650 California Avenue, South Gate, CA 90280, (323) 563-9578, jloera@sogate. org | DURATION: 01/2015 - 07/2020 | CONTRACT VALUE: $240,000 | KEY PERSONNEL: Giuseppe Canzonieri CITY OF PASADENA ON-CALL CIVIL ENGINEERING DESIGN SERVICES PASADENA, CAKOAKOA is providing the City of Pasadena with on-call civil engineering professional services. Our services can include geotechnical engineering, topographic survey, green streets design, ADA assessments, pipe capacity upgrades and condition repair, and complete streets design. KOA is currently working on a roundabout design at the intersection of Mountain Street and Sinaloa Avenue.REFERENCE: Brent Maue, Assistant Civil Engineer, City of Pasadena, 100 N. Garfield Avenue, Pasadena, CA 91101, (626) 744-7311, bmaue@cityofpasadena.net | DURATION: 06/2020 - Ongoing | CONTRACT VALUE: Varies, 5-Year Contract | KEY PERSONNEL: Giuseppe Canzonieri 286 38CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.5 | RELEVANT EXPERIENCE AND REFERENCES CITY OF EL MONTE ON-CALL TRAFFIC ENGINEERING SERVICES AND GENERAL CIVIL ENGINEERINGEL MONTE, CAKOAKOA is providing the City of El Monte with on-call civil and traffic engineering services. Our scope of work includes, but is not limited to:Civil Engineering On-Call• Preparation of feasibility studies, conceptual designs, preliminary design reports, and special studies;• Preparation of public outreach material and digital media;• Prepare and present community outreach meeting;• Preparation of project design, specifications, and engineer’s cost estimates;• Construction support services; and• Environmental documentation preparationREFERENCE: Lee Torres, PE, City Engineer, City of El Monte, 11333 Valley Blvd., El Monte, CA 91731, (626) 580-2055, ltorres@elmonteca.gov | DURATION: 07/2020 - Ongoing | CONTRACT VALUE: Varies KEY PERSONNEL: Giuseppe Canzonieri, LACPW ROWLAND HEIGHTS SALEROSO DRIVE ET AL PAVEMENT IMPROVEMENT PROJECT ROWLAND HEIGHTS, CAKOA KOA provided civil and traffic engineering services for the roadway rehabilitation project in the Rowland Heights community. The project included 3 miles of pavement reconstruction, design of 72 curb ramps, speed cushions, signing & striping, traffic loop restoration, traffic control design, topographic survey, utility notifications, and the preparation of quantity estimates. Engineering services included surveying and preparing improvement plans, and cost estimates. This project included the use of cement-stabilized pulverized base, recycled the existing asphalt pavement for use as a base coarse, and utilized rubberized asphalt for a finish coarse. The project was funded through SB1.REFERENCE: Roy Cruz, Senior Civil Engineer, Los Angeles County Public Works, 900 S. Fremont Ave., Alhambra, CA 91803, (626) 458-3910, fcruz@ dwp.lacounty.gov | DURATION: 12/2018 - 04/2021 | CONTRACT VALUE: $504,935 | KEY PERSONNEL: Giuseppe Canzonieri, Matt Stepien 287 39CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.5 | RELEVANT EXPERIENCE AND REFERENCES CITY OF SANTA MONICA PICO BOULEVARD PEDESTRIAN SAFETY IMPROVEMENT PROJECTSANTA MONICA, CAKOAKOA provided the City of Santa Monica with civil and traffic engineering design services for the Pico Boulevard Pedestrian Safety Improvements Project. The project included: alternatives analysis, public outreach, preparation of street improvement, signing & striping, traffic signal, street lighting, plans, specifications and estimates (PS&E) for pedestrian improvements at five locations along Pico Boulevard, and construction support. The project locations are: Pico Boulevard & 16th Street, 17th Street, 19th Street, 21st Street, 22nd Street, and Cloverfield Boulevard. Improvements along the corridor included curb extensions, ADA compliant curb ramps, protected intersection, Class IV bike lanes, bicycle signals, roadway narrowing, median refuge islands for RRFB crossing, and bus stop relocations. The project was funded through ATP and included coordination with various departments at the City of Santa Monica, Southern California Edison, and Big Blue Bus.REFERENCE: Joseph SanClemente, PE, AICP, Public Works Director, City of Hermosa Beach, (310) 318-0214, jsanclemente@hermosabeach.gov *Formerly with City of Santa Monica | DURATION: 07/2019 - 03/2021 | CONTRACT VALUE: $235,441 | KEY PERSONNEL: Giuseppe Canzonieri, Matt Stepien, Edward Okitsu CITY OF LOS ANGELES LA RIVER GREENWAY SEGMENTS 1 & 2 IMPLEMENTATION LOS ANGELES, CAKOA KOA is providing design services for Phase 2 of the LA River Bikeway & Greenway Design Completion Project. This phase includes Schematic Design, Design Development, Construction Documents, Bid & Award, Construction Administration, and Post Construction for Segment 1 - Vanalden Avenue to White Oak Avenue, and Segment 2- White Oak Avenue to Balboa Boulevard. KOA will be providing transportation and electrical design services, which include bikeway lighting, street improvements, on-street signing/striping, and support supplemental analysis for Envision certification. KOA is also providing civil and traffic engineering services to provide various first/last mile improvements in conjunction with ATP Cycle 4 grant funds. These improvements include four new traffic circles, Class I, III, and IV bike facilities, ADA compliant curb ramps, and intersection modifications.REFERENCE: Dean Howell, Project Manager, Gruen Associates, 6330 San Vicente Blvd., Suite 200, Los Angeles, CA 90048, (323) 937-4270, howell@ gruenassociates.com | DURATION: 07/2017 - Ongoing | CONTRACT VALUE: $450,000 | KEY PERSONNEL: Giuseppe Canzonieri, Matt Stepien, Edward Okitsu 288 40CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.5 | RELEVANT EXPERIENCE AND REFERENCES CITY OF CULVER CITY 2020 PAVEMENT REHABILITATION PROJECTCULVER CITY, CAKOA (only if we have subs on a prime proposal)KOA provided engineering services for the 2020 Pavement Rehabilitation Project in the City of Culver City. KOA prepared pavement rehabilitation plans along 11 corridors, restoration striping plans along 7 corridors, traffic signal modifications at 8 locations, worksite traffic control plans, preparing the Caltrans Encroachment Permit, and preparing cost estimates.REFERENCE: Gabriel Garcia, Transportation Engineering Manager, City of Culver City, 9770 Culver Boulevard, 2nd Floor, Culver City, CA 90232, (310) 253-5633, gabriel.garcia@culvercity.org | DURATION: 03/2020 - 01/2022 | CONTRACT VALUE: $135,785 | KEY PERSONNEL: Giuseppe Canzonieri CITY OF CLAREMONT FOOTHILL BOULEVARD CLAREMONT, CAAmerican Public Works Association (APWA) 2020 Best Award for Storm Water Quality AWSLA Southern California Chapter Transportation/ Multi-Modal AwardKOA KOA assisted the City to prepare plans, specifications and estimates (PS&E) to implement the Foothill Boulevard Master Plan in the City of Claremont. The project is contained to a two-mile stretch along Foothill Boulevard between Town Avenue and The City Boundary. The initial phases of the project included a comprehensive traffic impact study, geotechnical investigation (including percolation test), and hydrology study. The design team utilized the preliminary data to develop three concept plans including protected intersections, Class IV bikeway integration, bio-retention/infiltration, and drought tolerant landscape. The preferred alternative included roadway improvements, bio-retention planters, 21 drywells, 900-feet of new storm drains, Class II & IV bicycle lanes, intersection bulb-outs, median and parkway landscaping/irrigation, traffic signal modification, sidewalk improvements, street/pedestrian lighting, and entry monuments. KOA led the team of consultants throughout the design, bid, and construction phases. In addition, KOA provided construction management and inspection service.REFERENCE: Vincent Ramos, Assistant Engineer, City of Claremont, 207 Harvard Avenue, Claremont, CA 91711, (909) 399-5395, vramos@ci.claremont.ca.us | DURATION: 06/2016 - 02/2021 | CONTRACT VALUE: $1,800,000 | STAFF: Giuseppe Canzonieri, Chuck Stephan, Anastasia Canoznieri, Gordon Roberts, Kevin Higgins 289 41CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.5 | RELEVANT EXPERIENCE AND REFERENCES LADOT SAFE ROUTES TO SCHOOL (SRTS) ESPERANZA ELEMENTARY SCHOOL PS&ELOS ANGELES, CAKOAKOA provided engineering services for the City of Los Angeles Department of Transportation (LADOT) Safe Routes To School (SRTS) Project. The engineering services included preparation of plans and quantity estimates for the design of CRALA funded improvements at Esperanza Elementary School. KOA worked with LADOT and Streets LA Design Build section to design several improvements along Little Street between Wilshire Boulevard and 7th Street, and at the intersections of Little Street/Wilshire Boulevard and 7th Street/Beacon Avenue. Improvements included a two-way to one-way street conversion, safety valet, median improvements, new traffic signal, rectangular rapid flashing beacons, curb ramps, and temporary curb extensions.REFERENCE: Margot Ocañas, Director, Safe Routes to School, 100 S. Main Street, 10th Floor, Los Angeles, CA 90012, (213) 928-9707, margot.ocanas@lacity.org | DURATION: 02/2017 - 06/2020 | CONTRACT VALUE: $68,620 | KEY PERSONNEL: Giuseppe Canzonieri LADOT SAFE ROUTES TO SCHOOL (SRTS) CHARLES WHITE ELEMENTARY SCHOOL PS&E LOS ANGELES, CAKOA KOA provided engineering services for the City of Los Angeles Department of Transportation (LADOT) Safe Routes To School (SRTS) Project. The engineering services included preparation of plans and quantity estimates for the design of CRALA funded improvements at Charles White Elementary School. Improvements included the City’s first raised crosswalk, as well as curb ramps and curb extensions along Carondelet Street between 6th Street and Wilshire Boulevard.REFERENCE: Margot Ocañas, Director, Safe Routes to School, 100 S. Main Street, 10th Floor, Los Angeles, CA 90012, (213) 928-9707, margot.ocanas@lacity.org | DURATION: 02/2017 - 03/2022| CONTRACT VALUE: $45,750 | KEY PERSONNEL: Giuseppe Canzonieri 290 42CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES PROJECT UNDERSTANDINGKOA Corporation understands that the City of Hermosa Beach is seeking a highly qualified consulting firm to provide on-call civil engineering services. Through project task orders issued by the City, the KOA team will be providing various civil engineering support services for the Public Works Department including, but is not limited to: • Design of various Capital Improvement Projects (CIPs) in support of the Public Works Department (i.e., plans, specifications, cost estimates, permits, supporting analysis, coordination, etc.)• Structural inspection and design, including but not limited to the municipal pier (above and below water), parking structures, buildings, and retaining walls, etc.• Design of roadway resurfacing projects including sidewalk improvements and curb ramps to current accessibility standards, pedestrian safety improvements, enhanced signage and markings, traffic signal modifications, etc.• Utility infrastructure analysis and design (e.g., storm drains and sewer)• Land Surveying (e.g., design level survey, right-of-way investigations, map/easement and legal description preparation, etc.)• Geotechnical Engineering (e.g., soils report, slope stability, retaining walls, etc.)• Electrical engineering for evaluation and design of street and park lighting, etc.• Construction Support services including, but not limited to, attending construction meetings, responding to requests for information, inspection, reviewing contract submittals, and evaluating design changes during construction.• Agency and Permit Coordination in support of the design and approval of City CIP projects and other maintenance needs (i.e., Caltrans coordination and permits, California Coastal Commission, Los Angeles County, etc.)• Assist with development of engineering design standards, guidelines, and procedures in support of the Public Works Department. SECTION 3.2.6 | PROJECT MANAGEMENT PLAN QUALITY ASSURANCE/ QUALITY CONTROLKOA is also committed to generating quality work products and strives to producing error-free plans. We have staff experienced in civil and traffic engineering, and we are particularly strong in producing high quality improvement plans. A key factor to project success is accountability. KOA will be accountable to the City to deliver on what is outlined in this proposal. We fully understand this principle and utilize our internal Quality Assurance and Quality Control (QA/QC) procedure to support our efforts throughout the life of each task order. Our QA/QC involves having plans go through a minimum of two stages of internal review before allowing plans to be submitted to an agency for plan review and approval. The first stage of internal review involves a peer review by an experienced design engineer. The second stage of internal review involves another round of reviews by one or more senior-level registered engineers. Each reviewer confirms that plans reflect the appropriate improvements and conform to the approving agency’s design standards and plan format. The reviewers also verify that all plan check comments have been properly addressed on any plan revisions we prepare. Prior to completion of the 100% PS&E, we will perform a constructibility review, which entails going out to the project site with the plans and having a detailed walkthrough of anticipated construction activities. The goal of this exercise is to view the project from the contractors prospective and identify potential construction change orders. We will then make necessary adjustments to the plans to limit any issues during construction. For design plans, we utilize Bluebeam Revu Software for all QA/QC activities. This software allows for paperless review, simultaneous commenting, cloud-based record keeping, and clean response to comments. We have found this tool to be very helpful and streamline review, response, and submittals. This QA/QC approach has led to a high level of quality in our engineering plans, and we believe our firm has established a strong reputation with a number of agencies for producing high quality work products. A QA/QC Manager will be assigned to the project and will take the lead to ensure KOA’s QA/QC process is followed and the City is receiving high quality submittals. 291 43CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.6 | PROJECT MANAGEMENT PLAN PROJECT MANAGEMENT PLANGENERAL WORK APPROACH & METHODOLOGYThe staffing and resource level needed for the project’s scope of services will depend on the type of project, the size of the project, and the schedule. In order to determine the appropriate staffing and resource levels, the KOA Program Manager will typically go through the following process: • The KOA Program Manager will review the work order provided by the City and assign a KOA Project Manager or subconsultant, to the project. • If there are any uncertainties or other potential work scope items not covered in the work scope, the Project Manager will discuss them with the City to make sure the project scope is complete and well-understood. • Once the project scope is understood, the KOA Project Manager will prepare a proposal. After approval by the City (and an agreement is executed), the KOA Project Manager will schedule a kickoff meeting with the City to confirm the scope, schedule, and overall expectations. • After the kickoff meeting, the KOA Project Manager will lead the effort in establishing a dedicated KOA design team for the project that can meet the schedule and work expectations of the City. • Our KOA Project Manager will be responsible for overseeing the overall project delivery and delegating work tasks to our firm’s design staff, so that there are adequate resources working on the project to meet the necessary timeframes for submittal. • We will have an experienced lead project engineer assigned to the project, who is very familiar with design projects and agency requirements. Our lead project engineer will closely oversee the day-to-day design production efforts and will serve as an assistant project manager to provide an additional point-of-contact and to ensure continuity of staff assigned to the project. • The number of staff assigned to the project will be dependent on the size of the project, as well as the project’s timeline. Depending on the number of plan sheets and documents we need to prepare and depending on the submittal schedule, we can gauge how many staff members we need to assign to the project. We believe our team has the staff depth and resources available to complete any foreseeable assignment. • Generally, when we conduct field reviews, our field crew will consist of two staff members. If the project involves multiple locations and a tight deadline, we may send more than one field crew out, in order to expedite the work effort (but we won’t take shortcuts on the thoroughness and quality of our field reviews). • When preparing design plans in the office, the number of staff assigned to the project will depend on the number of plan sheets we need to prepare and how soon we need to finish them. If the project is relatively small and the schedule is manageable, we may have 1 or 2 design staff members involved. We will assign more design staff to the project, when the project tends to be larger. We have the flexibility to assign several staff members to a project, if necessary. Regardless of how many design staff we assign to the project, the KOA Project Manager and a lead project engineer are always involved. • In the event an assignment requires special staffing needs and the services of outside specialists, we will include them in our proposal. As the prime consultant, it is our responsibility to ensure that any firms we hire comply with the necessary work scope and expected timelines to meet the City’s requirements for the project. 292 44CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.6 | PROJECT MANAGEMENT PLAN SAMPLE WORK PLAN FOR PS&E PROJECTSThe KOA team will provide and manage the resources necessary to accomplish the scope of services as described in the RFP. KOA’s work plan for preparing plans, specifications, and estimates (PS&E) for various improvement projects will generally involve the following procedures:1. Understanding the scope of worka. Street improvement examples: roadway widening, curb bulb-outs, pavement reconstruction, median island improvements, sidewalks and curb ramps, curb and gutter improvements, catch basins and other roadway drainage improvements, etc.b. Traffic signal examples: signal equipment upgrades, controller/cabinet replacement, add/modify signal phasing, vehicle detection improvements, highway/intersection safety lighting, pedestrian heads and push buttons, median nose cutbacks, ADA-compliant curb ramps, crosswalk modifications, etc.c. Signing & striping examples: add lanes, reconfigure lanes, restore striping, add/remove signs, add/modify crosswalk and limit lines, install bike lanes, modify parking restrictions, etc 2. Conducting researcha. Obtain as-built plans, acquire a topographic and right-of-way survey, controller cabinet inventory, County Assessor maps for right-of-way information, utility and substructure information, geotechnical/pavement engineering report, etc. 3. Conducting a thorough field reviewa. Verify existing roadway features and configuration, roadway and pavement conditions, visible utilities, catch basins and drainage improvements, sidewalks, curb ramps, driveways, street trees, right-of-way constraints, potential design conflicts, existing signal equipment, pull boxes, curb ramps, vehicle detection systems, roadway striping, pavement markings, signage, etc. 4. Preparing accurate base plansa. Base plans will depict all relevant existing or proposed street improvements, topography, traffic signal equipment and conduit, striping and pavement markings, signage, phase diagrams, centerline, north arrow, scale, street names, jurisdictional boundary lines, plan border, title block, signature block, etc. 5. Designing the appropriate improvementsa. Street improvements: Show proposed roadway features to be constructed, removed, or reconstructed. Show station call-outs for all proposed improvements and all appropriate dimensions. Show construction notes, general notes, and details. Show proposed centerline profile and curb line (or flow line) profiles, as appropriate. Follow appropriate design standards (SPPWC, Caltrans, etc.). Prepare roadway cross-sections, as appropriate.b. Traffic signal improvements: Show proposed improvements, dimensions, construction notes, general notes, pole schedule, loop/detector assignments, proposed signal phase diagram and signal operation, conductor schedule and appropriate details. Design ADA-compliant curb ramps when necessary.c. Signing & striping improvements: Show proposed pavement delineations, markings and roadside signs and the proper disposition of all affected existing pavement delineations, markings, roadside signs, roadway dimensions, lane widths, construction notes, and general notes. We will design the required transitions for the proposed pavement delineation to join with existing pavement delineations on intersection approaches and departures. Follow appropriate design guidelines (California MUTCD) for the placement of signs and lane transitions/taper rates based on the design speed. 6. Performing a thorough quality control review process. This very important step will generally involve a design peer review, followed by a design supervisor review, and then followed by yet another review by a senior, experienced engineer. During our quality control process, we will verify the accuracy and correctness of plans, make sure the design conforms to the intended design scope, check constructibility, and look out for potential utility or substructure conflicts. If necessary, we will conduct additional field reviews to verify the existing improvements and suitability/constructibility of the proposed improvements. 293 45CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.6 | PROJECT MANAGEMENT PLAN 7. Upon receiving plan check comments from the City, we will diligently review and address each and every comment made. We will try to understand the meaning and intent of each comment. If we have any questions or concerns, we will contact the City to discuss and resolve them, to ensure the plan revisions we make are done appropriately and correctly. If necessary, we will conduct additional field reviews to verify the proposed design. We will subject our plans to another round of internal quality control plan reviews before submitting the revised plans to the City. We will verify that we have addressed each and every plan check comment, either by making the appropriate plan revisions and/or making a note on the check prints. 8. If required, we can assist the City in preparing special provisions and construction cost estimates. We can prepare the necessary technical specifications for those items not covered by the SSPWC or Caltrans Specifications. We can prepare quantity estimates for each bid item and also determine appropriate unit prices based on recent bid price histories. When preparing our estimates of probable construction costs, we will adjust our estimated unit prices based on the relative quantities (higher unit prices for lower quantity items; lower unit prices for higher quantity items) and also the project location (higher unit prices for more remote locations and farther distances). 9. If needed, we will provide construction phase support services for the City. Our work plan will generally involve providing clarification to the design plans that we prepared and also preparing change order documents when necessary. We can also attend pre-bid meetings, pre-construction meetings, field meetings, etc. We will prepare bid addenda when needed, review contractor submittals, and will respond to requests for information (RFIs) upon request. 294 46CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.7 | REQUIRED FORMS | CERTIFICATIONS OF QUALIFICATIONS RFQ 23-001 City of Hermosa Beach Page 30 of 36 6.2 Required Forms 6.2.1 Certification of Qualifications RFQ #: _________ The undersigned hereby submits its statement of qualifications and agrees to be bound by the terms and conditions of this Request for Qualifications (RFQ). 1.Proposer declares and warrants that no elected or appointed official,officer or employee of the City has been or shall be compensated,directly or indirectly,in connection with this statement of qualifications or any work connected with this statement of qualifications. Should any agreement be approved in connection with this Request for Qualifications, Proposer declares and warrants that no elected or appointed official,officer or employee of the City,during the term of his/her service with the City shall have any direct interest in that agreement,or obtain any present,anticipated or future material benefit arising therefrom. 2.By submitting the response to this request,Proposer agrees,if selected to furnish services to the City in accordance with this RFQ. 3.Proposer has carefully reviewed its statement of qualifications and understands and agrees that the City is not responsible for any errors or omissions on the part of the Proposer and that the Proposer is responsible for them. 4.It is understood and agreed that the City reserves the right to accept or reject any or all statement of qualifications and to waive any informality or irregularity in any statement of qualifications received by the City. 5.The statement of qualifications response includes all of the commentary,figures and data required by the Request for Qualifications. 6.The statement of qualifications shall be valid for 90 days from the date of submittal. 7.Proposer acknowledges that the City may issue addendums related to this RFQ and that the proposer has reviewed the following addendums which have been issued: Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ 8.Proposer further acknowledges the provisions of any addendums issued have been incorporated into their statement of qualifications. 23-001 No. 1 dated January 10, 2023 RFQ 23-001 City of Hermosa Beach Page 31 of 36 Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________Giuseppe Canzonieri, PE, Senior Engineer 295 RFQ 23-001 City of Hermosa Beach Page 32 of 36 6.2.2 Non-Collusion Affidavit RFQ #: _________ The undersigned declares states and certifies that: 1.This statement of qualifications is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation. 2.This statement of qualifications is genuine and not collusive or sham. 3. I have not directly or indirectly induced or solicited any other Proposer to put in a false or sham statement of qualifications and I have not directly or indirectly colluded, conspired, connived, or agreed with any other Proposer or anyone else to put in a sham statement of qualifications or to refrain from submitting to this RFQ. 4. I have not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the rate schedule price or to fix any overhead, profit or cost element of the rate schedule price or to secure any advantage against the City of Hermosa Beach or of anyone interested in the proposed contract. 5.All statements contained in the statement of qualifications and related documents are true. 6. I have not directly or indirectly submitted the rate schedule price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, RFQ depository, or to any member or agent thereof, to effectuate a collusive or sham statement of qualifications. 7. I have not entered into any arrangement or agreement with any City of Hermosa Beach public officer in connection with this statement of qualifications . 8. I understand collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: 23-001 296 RFQ 23-001 City of Hermosa Beach Page 33 of 36 ____________________________________________Giuseppe Canzonieri, PE , Senior Engineer 297 47CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.7 | REQUIRED FORMS | COMPLIANCE WITH INSURANCE REQUIREMENTS 298 48CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.7 | REQUIRED FORMS | ACKNOWLEDGMENT OF PROFESSIONALS SERVICES AGREEMENT 299 49CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.7 | REQUIRED FORMS | ACKNOWLEDGMENT OF PROFESSIONALS SERVICES AGREEMENT KOA acknowledges receipt of the City’s sample “Professional Services Agreement”. Due to industry-standard limitations placed on us by our insurers, KOA requests the following modifications. Please note the red strike-through indicates our requested edits. 12. INDEMNIFICATION. To the extent permitted by law, CONSULTANT shall indemnify, and hold harmless CITY, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation) of every nature to the extent the proportionate extent caused by CONSULTANT's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this AGREEMENT. CONSULTANT shall promptly pay any final judgment rendered against CITY (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONSULTANT’s negligence, recklessness or willful misconduct. CONSULTANT shall reimburse, in proportion to its negligence, recklessness or willful misconduct reimburse the CITY its costs of defense, including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation to the extent such fees, costs and all other costs are determined by the court of competent jurisdiction to have been caused by the actual negligence, recklessness or willful misconduct of the Consultant. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. Recommend the following terms be added to the agreement: Mutual Waiver of Consequential Damages. In no event shall either Party, their members, managers, affiliates, officers, directors, employees, agents, or shareholders be liable to the other Party for any special, incidental or consequential damages, direct or indirect, including, but not limited to, lost revenue, lost profits, financing costs, overhead, penalties, fines, liquidated damages and lost opportunities, whether incurred by a Party or by third parties to that Party may be liable, whether sounding in breach of contract, warranty, tort (including negligence), strict or statutory liability or otherwise, arising from or relating to the Services under this Agreement. Opinion of Probable Project Cost and Construction Cost. Since CONSULTANT has no control over the cost of labor, materials, equipment or services furnished by others, or over the Contractor(s) methods of determining prices, or over competitive bidding or market conditions, CONSULTANT’s opinions of probable Project Cost and Construction Cost provided for herein are to be made on the basis of CONSULTANT’s experience and qualifications and represent its best judgment as an experienced and qualified professional engineer, familiar with the construction industry; but CONSULTANT cannot and does not guarantee that proposals, bids or actual Project or Construction Cost will not vary from opinions of probable cost prepared by CONSULTANT. However, CONSULTANT represents that it will use reasonable engineering care and judgment commonly exercised by an engineer in the same or similar circumstances in making and transmitting such cost estimates to the CLIENT. If CITY uses the Work Product on any other project, CLIENT agrees that it shall do so at its sole risk and without liability or legal exposure to the CONSULTANT. CLIENT further agrees that it shall defend, indemnify and hold harmless the CONSULTANT from and against any and all claims, damages, liabilities, losses and expenses, including reasonable attorneys’ fees, arising out of or resulting from such use of the Work Product on another project. 300 50CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.7 | REQUIRED FORMS | COVID VACCINATION CERTIFICATION 1100 Corporate Center Drive, Suite 201, Monterey Park, CA 91754 T: (323) 260-4703 | F: (323) 260-4705 | www.koacorp.com MONTEREY PARK ORANGE ONTARIO SAN DIEGO CULVER CITY February 1, 2023 Suja Lowenthal, City Manager City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 RE: Mandatory COVID-19 Vaccination for City of Hermosa Beach Consultants Dear Ms. Lowenthal: Per this letter, KOA Corporation certifies that all of its officers, agents, employees, subcontractors, representatives and volunteers servicing the City of Hermosa Beach on-site within the City pursuant to the RFQ NO. 23-001, On-Call Civil Engineering Services dated February 1, 2023 are or will be fully vaccinated or covered by an approved medical or religious exemption prior to the implementation of the scope of work located within the above referenced agreement. Respectfully, Giuseppe Canzonieri, PE Senior Engineer 301 51CITY OF HERMOSA BEACHSOQ FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE Per the RFQ the Rate Schedule is attached as a separate file. 302 www.koacorp.com 303 RATE SCHEDULE FOR RFQ# 23-001ON-CALL CIVIL ENGINEERING SERVICESCITY OF HERMOSA BEACHFEBRUARY 1, 2023 304 2CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | KOA CORPORATION Professional Services 2023 -2027 Rates President/CEO 367$ Principal II 345$ Principal I 294$ Senior Engineer II 281$ Senior Engineer I 235$ Senior Associate Engineer II 183$ Senior Associate Engineer I 164$ Associate Engineer II 150$ Associate Engineer I 130$ Senior Designer II 170$ Senior Designer I 150$ Associate Designer II 131$ Associate Designer I 98$ Senior Planner II 281$ Senior Planner I 235$ Senior Associate Planner II 183$ Senior Associate Planner I 164$ Associate Planner II 150$ Associate Planner I 131$ Senior Construction Manager 215$ Construction Manager 198$ Senior Construction Inspector 158$ Construction Inspector 153$ Administrative Assistant II 111$ Administrative Assistant I 86$ Intern 72$ KOA Corporation 2023 - 2027 Hourly Billing Rates •Project reimbursable expenses are billed at cost.•Project expenses include: Non-commuter automobile mileage ($0.655 per mile) or current IRS rate, postage andspecial courier expenses, travel expenses, reproduction, subcontractor services and other direct project expenses asrequested by the client.•Telephone, equipment, and fax are included in the above hourly costs.•Direct expenses including blacklining, commercial CAD plotting, sub-consultant expense, issuance of speciallyendorsed insurance certificate, and direct costs are billed at cost plus 5% unless stated otherwise in the proposal. General Provisions: 305 3CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | KDM MERIDIAN 5H\QROGV$YHe6XLWH ,UYLQH&$ ZZZ.'00HULGLDQFRP KDM Meridian Fee Schedule (Rev. Ver. 230127_CSTM_Hermosa KOA P2301-12) Subconsultant to: KOA Corporation Rates for: City of Hermosa Beach On-Call Civil Engineering Services RFQ NO. 23-001 Issuing Agency: City of Hermosa Beach | Department of Public Works Subconsultant Discipline: Land Survey & Mapping Valid Period: 2023-2027 Professional Services Schedule Category Principal $248.00 Project Manager $232.00 Project Surveyor (Survey Map/Document Review Supervision) $215.00 Survey Technician (Survey Map/Document Review) $173.00 Clerical / Administration / Technical Aide $ 99.00 Expert Witness (4 Hour Minimum) $463.00 Survey Crew (1-person) (Prevailing Wage) $237.00 Survey Crew (2 persons) (Prevailing Wage) $364.00 Survey Crew (3 persons) (Prevailing Wage) $507.15 Reimbursables Schedule Category Rate Rental of Special Equipment or Special Supplies Cost + 5% Subconsultants Cost + 5% Agency Fees Actual Cost Airfare Cost + 5% Per Diem (Meals & Lodging) GSA Published Rates Miscellaneous Fee Schedule Terms Fee Schedule Terms and Conditions A minimum of 4 hours per day will be charged for survey crews. Over-time will be charged at 1.35 times the regular rate. Double-time will be charged at 1.75 times the regular rate. The above rates shall be charged portal to portal (time spent on project site plus travel time) excluding meal breaks. 306 4CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING Schedule of Fees 2022 - 2024 NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Personnel Rates: Per Hour Unless Otherwise Noted Engineering and Consulting Personnel Rate Equipment Usage (Daily Unless Otherwise Noted)Rate Senior Principal Advisor/Consultant 357.00$ Skidmore 42.00$ Principal Engineer/Geologist 252.00$ Torque Wrench, Small 15.75$ Metallurgical Engineer 367.50$ Torque Wrench, Large 26.25$ Registered Geotechnical Engineer 246.75$ Torque Multiplier 42.00$ Technical Advisor 241.50$ Air Meter 21.00$ Material Scientist, Welding/NDT Consultant 252.00$ Unit Weight Bucket 31.50$ Registered Geologist/Certified Engineering Geologist 246.75$ Field Concrete Scale 31.50$ Senior Engineer/Geologist 220.50$ Brass Mold 21.00$ Registered Civil Engineer 215.25$ Nuclear Gauge (Per Hour)10.50$ Roofing/Waterproofing Consultant 241.50$ Sand Cone Density Test Equipment 52.50$ Project Engineer/Manager 210.00$ Pull Test Equipment 63.00$ Quality Control Manager 199.50$ Concrete/Asphalt Coring Equipment 630.00$ Senior Staff Engineer/Geologist 194.25$ Pachometer 57.75$ Staff Engineer/Geologist 189.00$ Floor Flatness (Dipstick)52.50$ Quality Control Administrator 178.50$ Schmidt Hammer 31.50$ Metallurgical Technician 152.25$ Vapor Emission Test Kits 31.50$ CADD Operator/Draftsperson 138.60$ Relative Humidity Probe 63.00$ Office Support/Clerical 99.75$ UPV (Ultrasonic Pulse Velocity) Meter 367.50$ Field Supervisor 173.25$ Fireproofing Adhesion/Cohesion (Per Test)36.75$ Safety Supervisor 173.25$ A Scan Ultrasonic Equipment and Consumables 78.75$ Laboratory Manager 157.50$ Magnetic Particle Equipment and Consumables 42.00$ Laboratory Technician 131.25$ Liquid Penetrant Consumables 36.75$ Expert Witness Testimony 609.00$ Phased Array Ultrasonic Equipment (Per Hour)63.00$ Qualified SWPPP Developer 194.25$ Ground Penetrating Radar 315.00$ Qualified SWPPP Practitioner 178.50$ Impact Echo 367.50$ Vibration Engineer 220.50$ Ultrasonic Tomography 472.50$ Inertial Profiler (Per Hour)Quotation Project Dedicated Vehicle 126.00$ Field Inspection Personnel Rate Roller Compacted Concrete Vibrating Hammer/Tampling Plate 73.50$ Concrete/Reinforced Steel Inspector 131.25$ Half-cell Potential Equipment Set 367.50$ Prestressed/Post Tensioned Inspector 131.25$ Concrete Electrical Resistivity Meter 168.00$ Concrete ICC Inspector 131.25$ Field Hardness (Steel)105.00$ Drilled-In-Anchor Inspector 131.25$ Coating Thickness Gauge 105.00$ Gunite/Shotcrete Inspector 131.25$ Wood Curing Box (One-Time Fee/Per Box)630.00$ Masonry Inspector 131.25$ Temperature Control Curing Box (Per Month)472.50$ Structural Steel/Welding Inspector 131.25$ Temperature Matching Curing Box (Per Month)546.00$ AWS Certified Welding Inspector 131.25$ Fireproofing Inspector 131.25$ Lead Inspector 134.40$ Specimen Pick-Up Rate Firestop Special Inspector - IFC Premier 149.10$ Standard Sample: Concrete Cylinders (Each)29.40$ Firestop Special Inspector - IQP 196.35$ Standard Sample: Mortar/Grout Cubes and Cores, 29.40$ L.A. Deputy Grading Inspector 136.50$ Fireproofing, Rebar, and Epoxy Prisms (Each)-$ Asphalt Field and Plant Inspector/Technician 131.25$ Oversize Sample: Masonry Prisms, Shotcrete Panels, 78.75$ Pile Driving Inspector 131.25$ Flexural Beams (Each)-$ Soils Technician 131.25$ Technician for Specimen Pick-Up Not Listed Above 110.25$ Concrete Quality Control (ACI/Caltrans Technician)131.25$ (Per Hour, 2-Hour Minimum)-$ Wood Framing Inspector 131.25$ Technician for Specimen Pick-Up Before 5:00 a.m. 147.00$ Roofing/Waterproofing Inspector 138.60$ or After 5:00 p.m. Monday thru Friday, or All Day Saturday Public Works Inspector 149.10$ (Per Hour, 2-Hour Minimum Plus Mileage) Mechanical Inspector 157.50$ Electrical Inspector 157.50$ Plumbing Inspector 157.50$ Jobsite Trailer, Mobile or On-site Laboratory Rate Building Inspector 157.50$ Mobile laboratory for rapid strength concrete 577.50$ Vibration Monitoring Technician 152.25$ (per shift not exceeding 12 hours) Field Engineering Technician 131.25$ All others by quotation Shop Inspection Personnel Rate Concrete Tests (Field Made Specimens)Rate Structural Steel Fabrication Inspector 131.25$ 6" x 12" Cylinder: Compression Strength 42.00$ Batch Plant Quality Control Technician/Inspector 131.25$ (ASTM C39) Glue-Laminated Fabrication Inspector Quotation 4" x 8" Cylinder: Compression Strength 36.75$ Pre-Cast Concrete/Pipe Fabrication Inspector 125.00$ (ASTM C39) Density of Structural Lightweight Concrete 89.25$ Equilibrium or Oven Dry Method (ASTM C567) Nondestructive Testing Personnel Rate Core Compression including Trimming (ASTM C42)78.75$ NDE Ultrasonic Testing Technician 136.50$ 6" x 6" x 18" Flexural Beams Not Exceeding 105.00$ NDE Magnetic Particle Testing Technician 136.50$ Referenced Size (ASTM C78, C293 or CTM 523) NDE Dye Penetrant Testing Technician 136.50$ Splitting Tensile Strength (ASTM C496)99.75$ Combination NDE Technician/Welding Inspector 136.50$ Modulus of Elasticity Test (ASTM C469)288.75$ Radiographic Testing (crew of 2)367.50$ Rapid Chloride Permeability Test: Cylinders or 546.00$ NDE Engineer 231.00$ Cores (ASTM C1202) Density, Absorption, and Voids in Hardened 546.00$ Concrete (ASTM C642) Task Code 10115 10501 95362 95368 95369 70000 95315 10010 95321 10011 95324 10026 95318 10001 95309 10017 95312 60003 10013 95336 30000 95330 70003 95343 10003 95333 10009 95348 95319 10019 95351 90001 95300 70107 95303 10005 95341 10007 95342 10015 9533995103 95327 90005 95345 91010 91000 95349 91030 95306 20000 95307 98000 95347 30001 10103 10105 Task 10109 Code 10111 20102 95357Task 95364Code 9536710101 95372 95370 95371 95373 10117 20107 70109 75001 20109 70103 10113 20101 10201 10203 20103/ 10207 20104 10519 95360 10521 10523 50003 Task 70101 10107 60001 Task 10515 Code 30002 10122 10500 Task CodeCode 20202 10301 10309 20203 20201 10403 10305 10409 10020 20209 10325 10328 20205 20207 Task Code 20211 10405 80003 80006 Task Code 10401 95322 95323 1 307 5CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING Concrete Tests (Field Made Specimens), Continued Rate Physical and Chemical Analysis of Cement, Continued Rate Flexural Toughness (ASTM C1609, Formerly 840.00$ Physical Testing of Type K Cement, Mortar 708.75$ ASTM C1018)Expansion (ASTM C806) Flexural Toughness (ASTM C1550)525.00$ Partial Analysis or Specific Physical Tests Quotation Double Punch Strength of Fiber Reinforced Concrete 525.00$ Sulfates Resistance of Hydraulic 2,835.00$ Coefficient of Thermal Expansion of Concrete 630.00$ Cement (ASTM C1012), 6 months (CRD 39, AASHTO T336)Sulfates Resistance of Hydraulic 3,150.00$ Bulk Electrical Resistivity (ASTM C1876)126.00$ Cement (ASTM C1012), 12 months Concrete Specimen Preparation Rate Physical and Chemical Analysis of Fly Ash Rate Sawing of Specimens (Each)42.00$ Chemical Analysis of Fly Ash per 708.75$ Coring of Specimens in Lab (Each)42.00$ Standard Requirements (ASTM C618) Grinding of Concrete Below 6000 psi Strength (Each)63.00$ Physical Testing of Fly Ash per Standard Requirements 708.75$ Grinding of Concrete 6000 psi Strength and Above (Each)94.50$ (ASTM C618) Partial Analysis or Specific Physical Tests Quotation Laboratory Trial Batch: Concrete, Cement Chemical Analysis and Physical Testing of Fly Ash per 1,365.00$ and Mortar Rate Standard Requirements (ASTM C1618) Compression Test 4"x8" Cylinders Made and Tested in 52.50$ Laboratory (ASTM C192, C35)-$ Physical Testing of Chemical Admixtures for Compression Test 6"x12" Cylinders Made and Tested in 63.00$ Concrete Rate Laboratory (ASTM C192, C35)-$ Qualification of Admixture per ASTM C494 Quotation 6" x 6" x 18" Flexural Beams Made and Tested in 105.00$ Laboratory (ASTM C192, C78)-$ Splitting Tensile Strength Cylinders Made and Tested 120.75$ Soils and Aggregate Tests Rate in Laboratory (ASTM C192, C496)-$ Abrasion: LA Rattler (ASTM C131)210.00$ Modulus of Elasticity Test Cylinders Made and Tested in 299.25$ Abrasion: LA Rattler (ASTM C535)220.50$ Laboratory (ASTM C192, C469)-$ Atterberg Limits/Plasticity Index (ASTM D4318, CTM 204)168.00$ Density of Structural Lightweight Concrete Made in the 110.25$ California Bearing Ratio Excluding Maximum Density 577.50$ Laboratory, Equilibrium or Oven Dry Method (ASTM C567)-$ (ASTM D1883): Soil Bulk Electrical Resistivity (ASTM C1876)147.00$ California Bearing Ratio Excluding Maximum Density 682.50$ Laboratory Trial Batch (ASTM C192/Lab Procedure Performance)551.25$ (ASTM D1883): Cement-Treated Soil Concrete Mixture Design for Preconsruction Evaluation and 262.50$ Cement-Treated Soil/Base Mix Design: includes three trial 3,675.00$ Backup Data Development -$ cement contents with three unconfined compressive strength Drying Shrinkage Up to 28 Days: Three 3" x 3" or 525.00$ specimens per cement content 4" x 4" Bars, Five Readings up to 28 Dry Days -$ Chloride and Sulfate Content (CTM 417, CTM 422)183.75$ (ASTM C157)-$ Clay Lumps and Friable Particles (ASTM C142)210.00$ Additional Reading, Per Set of Three Bars 47.25$ Cleanness Value: 1" x #4 (CTM 227)183.75$ Storage over Ninety (90) Days, Per Set of 31.50$ Cleanness Value: 1.5" x .75" (CTM 227)288.75$ Three Bars, Per Month -$ Collapse Potential/Index (ASTM D5333)236.25$ Setting Time Up to 7 Hours (ASTM C403)189.00$ Compressive Strength of Molded Soil-Cement 110.25$ Bleeding (ASTM C232)157.50$ Cylinders (ASTM D1633) Concrete Restrained Expansion (ASTM C878)630.00$ Consolidation Test: Full Cycle (ASTM 2435, CTM 219)204.75$ Mix, Make and Test Mortar or Grout Specimens for 577.50$ Consolidation Test: Time Rate per Load Increment 47.25$ Compressive Strength: Set of 6 (ASTM C878)-$ (ASTM D2435, CTM 219) Non-Shrink Grout: Height Change after Final 577.50$ Corrosivity Series: Sulfate, CI, pH, Resistivity 257.25$ Set (ASTM C1090)-$ (CTM 643, 417, and 422) Non-Shrink Grout: Height Change at Early 840.00$ Crushed/Fractured Particles (ASTM D5821, CTM 205)183.75$ Age (ASTM C827)-$ Direct Shear Test: Remolded and/or Residual 257.25$ Cracking Resistance, Set of Three Rings, 5,775.00$ (ASTM D3080) Laboratory Trial Batching, Test Until Cracking or -$ Direct Shear Test: Undisturbed - Slow [CD] (ASTM D3080)236.25$ up to 28 Days (ASTM 1581)-$ Direct Shear Test: Undisturbed - Fast [CU] (ASTM D3080)204.75$ Evaluation of Pre-Packaged Masonry Mortars 1,207.50$ Durability Index: Per Method - A,B,C, or D 220.50$ (ASTM C270)-$ (ASTM D3744, CTM 229) Creep (ASTM C512) (One Age of Loading, 12 Months 8,400.00$ Expansion Index (ASTM D4829, UBC 18-2)178.50$ Duration of Testing)Fine Aggregate Angularity 199.50$ (ASTM C1252, CTM 234, AASHTO T304) Chemical Analysis and Petrographic Flat and Elongated Particle (ASTM D4791)252.00$ Examination of Concrete Rate Flat or Elongated Particle (ASTM D4791)220.50$ Chemical Analysis for Acid Soluble Chlorides 152.25$ Maximum Density: Methods A/B/C 199.50$ (ASTM C1152) (includes sample prep)(ASTM D1557, D698, CTM 216) Chemical Analysis for Water Soluble Chlorides 178.50$ Maximum Density: Check Point (ASTM D1557, D698)68.25$ (ASTM C1218) (includes sample prep)Maximum Density: AASHTO C [Modified] 204.75$ Chloride Diffusion Coefficient of Cementitious 2,730.00$ (AASHTO T-180) Mixtures by Bulk Diffusion (ASTM C1556)Maximum Index Density: Vibratory Table (ASTM D4253)362.25$ Petrographic Examination of Hardened Concrete, Level II Moisture Content (ASTM D2216, CTM 226)26.25$ (ASTM 856) (Comprehensive)Moisture and Density: Ring Sample (ASTM D2937)31.50$ Each, One Sample 2,520.00$ Moisture and Density: Shelby Tube Sample 42.00$ Each, Two or More Samples 2,205.00$ (ASTM D2937) Moisture-Density Relations of Soil-Cement 288.75$ Mixtures Premixed in the Field (ASTM D558) Physical and Chemical Analysis of Cement Rate Moisture-Density Relations of Soil-Cement Mixtures 367.50$ Physical Testing and Chemical Analysis of Portland 1,365.00$ Mixed in the Lab (ASTM D558) Cement per Standard Requirements (ASTM C150)Organic Impurities (ASTM C40, CTM 213)94.50$ Chemical Analysis of Portland Cement per 708.75$ Permeability (ASTM D5084)Quotation Standard Requirements (ASTM C150)Potential Reactivity: Chemical Method (ASTM C289 - 656.25$ Physical Testing of Portland Cement per 708.75$ Discontinued Method) Standard Requirements (ASTM C150)Potential Reactivity: Mortar Bar Expansion Method, 892.50$ 14-Day Exposure (ASTM C1260) 70336 Task 40007 Code Task 40012 40005 40009 Task Task Code 20151 20157 40006 20159 20160 30322 30201 70393 70396 30503 30505 30223 Task Code 70341 70340 70342 80194 80100 30230 30231 30233 70317 30234 70319 70321 Task 20265 30232 30207 30403 30209 30321 70309 80106 70337 30401 70343 80001 70394 80103 70339 30217 30219 80110 80111 Task Code 80140 70335 80126 30507 30508 70331 70333 30203 75004 30227 70315 30229 30211 20263 Code 30225 Code 80193 80129 Task Code 80195 30237 Task Code 30216 80123 70378 70325 70305 70311 70313 30205 Code 80143 80146 80147 70301 70303 80196 70304 70344 2 308 6CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING Soils and Aggregate Tests, Continued Rate Asphalt Concrete Tests, Continued Rate Potential Reactivity: Mortar Bar Expansion Method, 945.00$ Marshall Stability and Flow 6'' Specimen, Premixed, 241.50$ 28-Day Exposure (ASTM C1260) 3 briquettes (ASTM D5581) Potential Reactivity: Concrete Bar Expansion 2,835.00$ Moisture Content (CTM 370)89.25$ Method (ASTM C1293), 12 month Wet Track Abrasion Test (ASTM D3910)173.25$ Potential Reactivity: Concrete Bar Expansion 3,045.00$ Hveem Mix Design (Excluding Aggregate Quality Tests)5,460.00$ Method (ASTM C1293), 24 month Hveem Mix Design, with RAP (Excluding Aggregate 5,645.00$ Potential Reactivity of Aggregate Combination, non-standard 1,050.00$ Quality Tests, RAP Qualification) method; 14-Day Exposure, Mortar (after ASTM C1567)Hveem Mix Design, with Lime (Excluding Aggregate 6,300.00$ Potential Reactivity of Aggregate Combination, non-standard 1,102.50$ Quality Tests) method; 28-Day Exposure, Mortar (after ASTM C1567)Hveem Mix Design Caltrans Untreated Mix 6,510.00$ R-Value: Soil (ASTM 2844, CTM 301)462.00$ (Including Aggregate Quality Tests) R-Value: Aggregate Base (ASTM D2844, CTM 301)514.50$ Hveem Mix Design Caltrans Lime Treated Mix 7,560.00$ Sand Equivalent (ASTM D2419, CTM 217)131.25$ (Including Aggregate Quality Tests) Sieve #200 Wash Only (ASTM D1140, CTM 202)94.50$ Marshall Mix Design (Excluding Aggregate Quality Tests)5,460.00$ Sieve with Hydrometer: 3/4" Gravel to Clay (ASTM D422,262.50$ Marshall Mix Design with RAP (Excluding Aggregate 5,927.25$ D7928, CTM 203)Quality Tests) Sieve with Hydrometer: Sand to Clay (ASTM D422,252.00$ Marshall Mix Design with Lime (Excluding Aggregate 6,510.00$ D7928, CTM 203)Quality Tests) Sieve Analysis Including Wash (ASTM C136, CTM 202)157.50$ Open Grade Asphalt Concrete Mix Design 3,150.00$ Sieve Analysis Without Wash (ASTM C136, CTM 202)126.00$ (ASTM D7064, CTM 368) Sieve Analysis: Split Sieve (ASTM C136, CTM 202)252.00$ Superpave Mix Design (Excluding Aggregate Quality Tests)11,130.00$ Sieve Analysis Without Wash: With Cobbles 246.75$ Superpave Mix Design, with RAP 11,760.00$ (ASTM C136, CTM 202)(Excluding Aggregate Quality Tests) Soundness: Sodium or Magnesium Sulfate, 472.50$ Superpave Mix Design, with Rubber 11,760.00$ 5 Cycles (ASTM C88)(Excluding Aggregate Quality Tests) Specific Gravity and Absorption: Coarse 105.00$ Superpave Mix Design, with Additives 12,075.00$ (ASTM C127, CTM 206)(Excluding Aggregate Quality Tests) Specific Gravity and Absorption: Fine 173.25$ Effect of Moisture on Asphalt Paving Mixtures, Pre-Mixed 1,050.00$ (ASTM C128, CTM 207)(ASTM D4867, AASHTO T283) Swell/Settlement Potential: One Dimensional 157.50$ Hamburg Wheel Track Test, 20,000 passes, 4 briquettes 1,155.00$ (ASTM D4546)(AASHTO T324) Triaxial Quotation Raveling Test of Cold Mixed Emulsified Asphalt 210.00$ Unconfined Compression (ASTM D2166, CTM 221)199.50$ (ASTM D7196) Unit Weight Per Cubic Foot (ASTM C29, CTM 212)131.25$ Marshall Stability, wet set, 3 replicates (AASHTO T245)367.50$ Voids in Aggregate with Known Specific Gravity 131.25$ Marshall Stability, dry set, 3 replicates (AASHTO T245)315.00$ (ASTM C29, CTM 212)Cold Recycled Asphalt Mix Design: 2 gradings each, 11,025.00$ Lightweight Particles: Coarse, with Two Solutions (ASTM C123)430.50$ 3 emulsion content (Caltrans LP-8) Lightweight Particles: Fine, with One Solution (ASTM C123)215.25$ Brick Masonry Tests, ASTM C67 Rate Asphalt Concrete Tests Rate Modulus of Rupture: Flexural 99.75$ HMA Mixing and Preparation 131.25$ Compression Strength 63.00$ HMA Mixing and Preparation with Aggregate Treatment 183.75$ Absorption: 5 Hour or 24 Hour 68.25$ Bulk Specific Gravity of Compacted Sample or 57.75$ Absorption (Boil): 1, 2 or 5 Hours 99.75$ Core: SSD (ASTM D2726, CTM 308C)Initial Rate of Absorption 57.75$ Bulk Specific Gravity of Compacted Sample or 84.00$ Efflorescence 78.75$ Core: Parafin Coated (ASTM D1188 and CTM 308A)Cores: Compression 73.50$ Emulsion Residue, Evaporation (ASTM D244)168.00$ Shear Test on Brick Cores: 2 Faces 99.75$ Extraction: % Bitumen (ASTM D6307, CTM 382)168.00$ Extraction: % Bitumen and Gradation 225.75$ (ASTM D5444, D6307, CTM 202, 382)Concrete Block, ASTM C140 Rate Extraction: % Bitumen, Correction Factor 367.50$ Compression ` (ASTM D6307, CTM 382)Absorption/Moisture Content/Oven Dry Density 94.50$ Chemical Extraction: % Bitumen and Sieve Analysis 257.25$ Linear Shrinkage (ASTM C426)262.50$ (ASTM D2172 Method A or B, ASTM D5444)Web and Face Shell Measurements 52.50$ Lab Tested Maximum Density: Hveem, 3 briquettes 225.75$ Tension Test 168.00$ (ASTM D1561, D1188, CTM 304, 308)Core Compression 73.50$ Hveem Stabilometer Test, Premixed, 3 briquettes 225.75$ Shear Test of Masonry Cores: 2 Faces 99.75$ (ASTM D1560, D1561, CTM 304, 366)Efflorescence Tests 78.75$ Lab Tested Maximum Density: Marshall, 220.50$ 3 briquettes (ASTM D6926, D2726) Lab Tested Maximum Density: Marshall 225.75$ Masonry Prisms, ASTM C1314 Rate 6'' Specimen, 3 briquettes (ASTM D5581, D2726)Compression Test: Composite Masonry 199.50$ Lab Tested Maximum Density: Superpave Gyratory 84.00$ Prisms Up To 8" x 16"-$ Compacted Briquette, SSD, 1 briquette Compression Test: Composite Masonry 262.50$ (ASTM D6925, D2726)Prisms Larger Than 8" x 16"-$ Lab Tested Maximum Density: Superpave Gyratory 94.50$ Prism Cord Modulus of Elasticity 567.00$ Compacted Briquette, Parafin, 1 briquette Prism Cord Modulus of Elasticity with Transverse 698.25$ (ASTM D1188, D6925)Strain (for double-wythe specimen) Maximum Theoretical Specific Gravity [RICE] 168.00$ (ASTM D2041, CTM 309) Marshall Stability and Flow, Cored Sample, each 84.00$ Mortar and Grout Rate (ASTM D6927)Compression: 2" x 4" Mortar Cylinders (ASTM C780)57.75$ Marshall Stability and Flow, Premixed, 3 briquettes 241.50$ Compression: 3" x 3" x 6" Grout Prisms, 42.00$ (ASTM D6926, D6927)Includes Trimming (ASTM C1019)-$ Marshall Stability and Flow, Gyratory Compacted 241.50$ Compression: 2" Cubes (ASTM C109)57.75$ Specimen Pre-Mixed, 3 briquettes Compression: Cores Includes Trimming (ASTM C42)78.75$ (ASTM D5581, D6925) 70359 70391 70357 70355 70397 70392 70345 70351 70353 70398 Task Task Code Code 70349 70347 70399 20305 20307 20309 75031 30411 30412 75036 75030 75024 75027 30317 30319 70360 75114 20315 Task 75048 20323 Task 75042 75057 75115 70361 70363 70365 70367 75068 75067 70371 75111 75039 70373 Code 20303 75084 75087 75028 75033 20351 20353 20301 Code 75049 75051 Code 75070 75040 20311 Task Code 75032 20313 75083 20335 Task 75113 75109 70369 20329 20333 20339 Task 20347 Code 75050 75052 75069 75066 20341 20343 20346 75106 75099 75090 75005 20331 20321 20327 75093 75096 75075 75094 75095 20355 20357 75107 75063 3 309 7CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING Machining and Preparation of Tensile and Bend Masonry Specimen Preparation Rate Sample: Carbon Steel Rate Cutting of Cubes or Prisms 75.00$ Machinist: Initial Preparation from Mock-up, Etc. 110.25$ (Per Hour) Sawcut to Overall Width (Per 0.5" Thickness or 57.75$ Fireproofing Tests Rate Fraction Thereof) Oven Dry Density (ASTM E605)70.00$ Machine to Test Configuration: Milled Specimens 78.75$ Machine to Test Configuration: Turned Specimens 152.25$ (Per 0.5" Thickness or Fraction Thereof) Gunite and Shotcrete Tests Rate Prepare Subsize Specimens (Per 0.5" Thickness 99.75$ Core Compression Including Trimming (ASTM C42)75.00$ or Fraction Thereof) Compression: Cubes (Includes Saw Cutting)95.00$ Concrete Roof Fill: Gypsum, Vermiculite, Perlite,Charpy Impact Rate Lightweight Insulating Concrete, Etc.Rate Charpy Impact Ambient Temperature 95.00$ Compression Test (ASTM C495 and C472)65.00$ Charpy Impact Reduced Temperature 125.00$ Air Dry Density (ASTM C472)50.00$ Oven Dry Density (ASTM C495)75.00$ Machining of Charpy Samples: Carbon Steel Rate Cutting and Milling (Per 0.5" or Fraction Thereof) 85.00$ Reinforcing Steel, ASTM A615, A706 Rate Final Machining to Sample Configuration 95.00$ Tensile Test: # 11 or Smaller 65.00$ Bend Test: # 11 or Smaller 60.00$ Prestressing Wires and Tendons, Bend Test #14 or #18 375.00$ (ASTM A416)Rate Tensile Test: # 14 260.00$ Stress-Strain Analysis: Wire or Strands 200.00$ Tensile Test: # 18 360.00$ (Including Chart and Percent Offset) Tensile Test Only 145.00$ Reinforcing Steel - Welded or Coupled Tendons Quotation Specimens Rate Tensile Test: Welded/Coupled #11 and Smaller 75.00$ Polymer Matrix Composite Materials Tensile Test: Welded/Coupled #14 270.00$ (Fiberwrap)Rate Tensile Test: Welded/Coupled #18 395.00$ Tensile Strength – Set of 5 Specimens/batch/1,350.00$ Weld: Macroetch 90.00$ direction (ASTM D3039) Slippage Test - Caltrans (CTM 670)200.00$ Tensile Strength – Additional Specimens 250.00$ Tensile Test: Welded Hoops #11 and Smaller 150.00$ (ASTM D3039) Heating Chamber Time – Per 24 hr period 95.00$ Metal and Steel Testing Rate Calibration Services and Universal Machine Tensile Strength: Up to 100K Pounds (Each)70.00$ Usage Rate Tensile Strength: Up to 200K Pounds (Each)80.00$ Calibration/Verification Services Quotation Tensile Strength: Up to 300K Pounds (Each)100.00$ Universal Test Machine Usage (Per Hour)400.00$ Tensile Strength: Up to 400K Pounds (Each)150.00$ Tensile Strength: 400K to 600K Pounds (Each)360.00$ Ceramic Tile Testing Division Rate Tensile Strength: Stress-Strain Percent Offset 200.00$ Weld: Macroetch 90.00$ Weld: Fracture 45.00$ Bend Test 70.00$ Flattening Test 70.00$ Hardness Test (ASTM E18)80.00$ Cylic and Fatigue Testing Programs on Special Products/Parts Quotation Bolt: Axial Tensile Test (Up to 7/8" diameter)55.00$ Engineering and Technical supports/Design of Prototypes and Special Bolt: Wedge Tensile Test (Up to 7/8" diameter)70.00$ Test Set-Up Quotation Bolt: Axial Tensile Test (Greater than 7/8" 75.00$ Fastener/Coupling Full Testing Program Per New Regulations: Tension, up to 1" diameter)Tension/Bend, Shear, Double Shear, 8 Compressions Quotation Bolt: Wedge Tensile Test (Greater than 7/8" 95.00$ Fiberglass/Composite Materials Field Testing Program (ASTM D1143 up to 1" diameter)D1242, D2584, D4065, D4476, D4923, D7901, D7921, and D732)Quotation Bolt: Axial Tensile Test (Greater than 1" diameter)Quotation Field Testing of Structures and Structural Elements Quotation Bolt: Wedge Tensile Test (Greater than 1" diameter)Quotation In-Place Shear Testing Quotation Bolt: Proof Load Test (Up to 7/8")80.00$ Materials and/or Product Evaluation Per Specifications Quotation Bolt: Proof Load Test (Greater than 7/8" up to 1" diameter)100.00$ Structural Dynamic Testing and Durability Analysis Quotation Bolt: Proof Load Test (Greater than 1")Quotation Nut: Proof Load Test (Up to 7/8")60.00$ Nut: Proof Load Test (Greater than 7/8" up to 1" diameter)80.00$ Nut: Proof Load Test (Greater than 1")Quotation Chemical Testing of Metal and Steel Rate Steel Chemical Analysis 175.00$ Weight of Galvanized Coating (ASTM A90)80.00$ Epoxy Coating Thickness 90.00$ Task 20757 Task Code 20759 Code Task Code 20155 CodeTask 20521 20701 20621 Code 20755 Task 20523 20705 20623 Task 20703 20504 20505 Task Code Code 20780 20783 20401 20507 Code 20615 20361 20365 20501 20503 20525 20547 Task 20371 20373 20379 Code 20801 The Ceramic Tile Institute of America (CTIOA) and Twining worked together to advance and develop technology designed to enhance the quality of materials and workmanship in the ceramic tile industry. A separate schedule of fees for these services is available upon request. Task Task Code 20706 20803 20751 Task 20637 20638 20639 20636 20635 20531 20633 Task 20632 20617 20753 Code Task 80176 20619 80173 Task Code 20609 20707 Code 20601 20708 20603 20634 20630 Code 80170 20605 20640 20641 20545 20611 20631 20607 20529 20532 4 310 8CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING General Conditions NOTE: Field inspection work conditions are established by contract with Operating Engineers, Local 12. NOTE: A minimum of 24 hours notice is required for testing and inspection services. NOTE: For projects subject to a Project Labor Agreement (PLA), if terms/conditions of the PLA are more restrictive those terms/conditions will apply. NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Administrative Fees All administrative costs including report distribution and Twining ConstructionHive system are billed at the following percentage of the monthly invoice total: Note that hard copies of reports will be sent only to governing jurisdictions that mandate them. All other parties will receive reports electronically. The administrative fee above will receive reports electronically. The administrative fee above will be increased by 1% if additional hard copies of reports are requested. Minimum Charges (Inspection and Technician Personnel Only - Other Personnel Charged on Portal to Portal Basis) 2-Hour Minimum: Inspector arrives at jobsite, no work to perform. 4-Hour Minimum: 1 to 4 hours of inspection 8-Hour Minimum: Over 4 to 8 hours of inspection Regular Time (All Types of Inspection and also All Non-Exempt Employees) The first 8 hours worked Monday through Friday between 5:00 a.m. and 5:00 p.m. except as noted otherwise below. Time and One-Half (All Types of Inspection and also All Non-Exempt Employees) All shifts will be billed based on the time and date of their start. Any increment past 8 hours through 12 hours worked Monday through Friday and the first 12 hours on Saturday. Time and one-half will also be charged for the first four hours before 5:00 a.m. and after 5:00 p.m. Double Time (All Types of Inspection and also All Non-Exempt Employees) All shifts will be billed based on the time and date of their start. After the first 12 hours worked Monday through Saturday, all day Sunday, holidays. After the first four hours worked before 5:00 a.m. and after 5:00 p.m. Holidays are New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving, the day after Thanksgiving and Christmas Day. Meal Period When personnel are required by their duties to work more than five consecutive hours without a one-half hour uninterrupted meal period, one half hour at double time rate will be charged in addition to any applicable overtime for actual hours worked. Shift Differential (Applies to Regularly Scheduled Shifts Only) A $1.00 per hour shift differential premium will be charged for all inspection hours that fall outside of the 5:00 a.m. to 5:00 p.m. time period. Twining will require 48-hour notice along with the General Contractors approved shift letter prior to beginning a shift that will include hours falling outside this time period. Should this notice not be provided, all work performed on that shift will be billed at the applicable overtime or double time rate. If three shifts per day are required, the first shift will be billed at the standard rate. The second shift shall be billed in accordance with the previous paragraph. The third shift shall be billed at 8 hours for the first 6 1/2 hours worked and appropriate overtime or double time for all hours thereafter. Travel Time and Mileage For projects outside a 50-mile radius from the nearest Twining facility, $0.70 per excess mile to and from the project will be charged for inspectors and technicians. Other than small tools, whenever project related equipment is required to be transported to and from the project site, time and mileage for inspectors and field technicians will be billed on a portal to portal basis. For all projects, $0.70 per mile rate and applicable travel time will be charged portal to portal for engineers, consultants, supervisors, and laboratory technicians from the laboratory to the project site and return. For work locations located 100 miles or more from Twining, travel time will be charged at the relevant rate for inspectors and technicians in addition to a subsistence allowance. Weekend Sample Pick-Ups In order to be in strict conformance with testing standards, it may be required that weekend pick-ups be performed (e.g. concrete specimens cast on Friday must be picked up on weekend in order to be in conformance with ASTM C31 requiring specimens to be moved to their final curing location within 48 hours of casting.) Applicable charges for weekend work will apply when this is required. Should these charges not be authorized, Twining will not be liable for any negative consequences. Reimbursable Expenses Parking, air fare, car rental, food, lodging and project specific software/applications (e.g. PlanGrid, Procore, etc.) will be charged at cost plus 20% per processed invoice, unless provided by client. Project Specific Documents Costs presented assume that client will provide project specific documents (plans, specifications, submittals, RFIs, etc.) for all inspection personnel. Should project specific documents be provided electronically through a "for fee" service, the client will be responsible for providing access and paying any fees for the service. Project Site Facilities Prices quoted assume that initial curing facilities for test samples that comply with relevant test standards and project requirements are provided by others. In addition, prices quoted assume that work/desk space for inspection staff are provided by others. Additional costs will apply should Twining be required to provide such facilities. Subsistence Subsistence on remote jobs will be charged per quotation. Laboratory Testing Hours and Expedited Testing Please note that laboratory testing will be billed on an hourly basis for non-standard tests. If testing is required to be performed on Saturdays, Sundays, holidays, or before 5:30 a.m. or after 4:00 p.m. on weekdays, an additional hourly charge, at the applicable regular, overtime or doubletime rate, with a minimum of one hour will be applied for the laboratory technician. For rush testing a 50% surcharge in addition to the regular test rate will apply. Charges for Subcontracted Services Material sent to outside laboratory for testing: Material sent to outside fabricator or machine shop: Glu-Lam beam inspection: Other subcontractors: Project exclusive equipment purchase: Cost plus 20% Cost plus 20% Cost plus 20% 4% Cost plus 20% Cost plus 20% 5 311 9CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING General Conditions, Continued Limit of Liability Client agrees to limit Twining's aggregate liability to all entities for alleged or actual errors and omissions in the performance of its professional services under this agreement to $50,000.00 or the fees actually paid to Twining, whichever amount is greater. Higher limits may be available by quotation. Certified Payroll Certified payroll will be provided, upon request, at an additional charge of $150.00/month. Fee applies to every month that certified payroll must be submitted regardless of whether or not services were provided for any given month. Final Reports Required by Jurisdiction If a final report or affidavit is required, we must first review all inspection and testing reports and clear up any unresolved issues on these reports. These issues will typically require approval by the engineer or architect of record. This process can take several weeks or just a day, depending on the number and complexity of the issues. Cost for final reports will be billed hourly. Terms of Payment Fees charged are for professional and technical services and are due upon presentation. If not paid within 30 days from date of invoice, they are considered past due and the maximum legal finance charge will be added to the unpaid balance. In addition, should the client require that invoices be submitted through a web based or electronic system, the client will be responsible for all costs associated with the use of the system. A 3% fee will be applied for payments processed by credit card. All invoice errors or necessary corrections shall be brought to the attention of Twining within 15 days of receipt of invoice. Thereafter, customer acknowledges invoices are correct and valid. Twining reserves the right to terminate its services to a customer without notice if all invoices are not current. Upon such termination of services, the entire amount accrued for all services performed shall immediately become due and payable. Customer waives any and all claims against Twining, its subsidiaries, affiliates, servants and agents for termination of work on account of these terms. In the event of any litigation arising from or related to any agreement to provide services whether verbal or written, the prevailing party shall be entitled to recover from the non- prevailing party all reasonable costs incurred, including staff time, court costs, attorney's fees and all other related expenses in such litigation. Additionally, in the event of a non- adjudicative settlement of litigation between the parties or a resolution of dispute by arbitration, that same process shall determine the prevailing party. Hold Specimens All "hold" specimens are charged at the applicable test rate whether tested or not. Specimen Sampling and Disposal Twining samples materials used in construction in accordance with standard practices, methods, codes and relevant project requirements. Representativeness of sampling and same accuracy of testing are subject to the same probabilistic and precision limitations as governing standards, codes and project technical provisions. Should samples be provided by others Twining cannot warrant or guarantee that material is representative of material that is or will be used in actual construction of the project. Specimens will be discarded after testing unless Twining has been notified prior to testing that the customer wishes to retrieve the specimens or storage arrangements are made. Oversize Specimens An extra charge will be made when test specimens require more than one person to handle because of size or weight. Elevated Work Platforms In the event an elevated work platform is required to safely complete our inspections, the client must provide safe access, including a trained and certified operator, to Twining inspection and testing personnel. Should Twining be required to supply an elevated work platform, we will contract with a qualified vendor and the markups shown above will apply. 6 312 10CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | ULTRASYSTEMS STANDARD RATE SCHEDULE Effective January 2023 PROFESSIONAL STAFF Hourly Principal $185 Director $175 Senior Project Manager $165 Project Manager $160 Senior Principal Engineer $175 Senior Scientist/Engineer $165 Scientist/Engineer $150 Staff Scientist/Engineer $140 Senior Planner $125 Associate Planner $120 Planner/Environmental Analyst $110 Senior Biologist II $130 Senior Biologist I $125 Staff Biologist II $120 Staff Biologist I $110 Associate Biologist $100 Cultural Specialist $135 Archaeologist $120 Cultural Monitor $85 Senior GIS Analyst $110 GIS Technician $100 Word Processor $75 Intern $50 Building Services Field Management $145 ACM Air Monitor/Lead Inspector/Sampling $88 Note: ACM/LBP Removal quoted per job basis FIELD EQUIPMENT Daily Weekly Excavation Screen $5 $20 Field Supplies (shovels, health and safety, flagging, binoculars, etc.) $15 $60 Garmin GPS (non-Trimble) $5 $20 iPad Data Tablet $25 $100 Kestrel Anemometer (or equivalent) $5 $20 Photoionization detector (PID) or equivalent $100 $400 Quest SoundPro SP-DL-1–1/3 Sound Level Meter (or equivalent) $110 $440 RKI GX-2003 Multi-Gas Meter (or equivalent) $65 $260 Trimble Geo7x GPS Unit with Rangefinder (or equivalent) $120 $560 XRF Analyzer $95 $380 Consultant support (printing, reproduction and other direct expenses) will be billed at a rate of cost plus ten (10) percent. Automobile mileage will be charged at IRS standard rates. Travel time will be billed as indicated in the hourly rate schedule above. Invoices will be submitted monthly for work in progress and at completion of contract obligations, and are payable upon receipt. Fees not paid within thirty (30) days of invoice date may be assessed an interest charge of one and one-half (1.5) percent per month, from the date due (net 30). Attorney fees and court costs incurred for collection of delinquent accounts will be borne by the client. 313 11CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | CWE 2021 Rate Sheet Engineer/Scientist Rate/Hour Principal $309 Senior Project Manager $296 Project Manager $265 Technical Manager $239 Task Leader $215 Principal Engineer $201 Senior Engineer $184 Project Engineer $172 Staff Engineer $152 Assistant Engineer $115 Senior Environmental Scientist $183 Environmental Scientist $140 Environmental Analyst $103 Construction Services Construction Manager $206 Senior Construction Inspector $152 Construction Inspector $143 Field Survey Licensed Surveyor $197 3-Person Survey Crew $376 2-Person Survey Crew $307 Support Services Landscape Architect $196 GIS Specialist $141 Senior Engineering Technician $113 Engineering Technician $99 CADD Designer $94 Project Coordinator $131 Administrative Assistant $124 General Direct Expenses Cost + 10% Subcontract Services Cost + 10% Specialized Computer Applications (per hour) $15 Mileage Current IRS Rate Field Vehicle – Hourly $12/hour Field Vehicle – Daily $80/day Field Vehicle – Monthly $1,500/month B&W Photocopies (per page) $0.10 Color Photocopies (per page) $0.50 Rates will be adjusted annually based on the US Department of Labor, Bureau of Labor Statistics, Consumer Price Index for All Urban Consumers. Rates for field equipment, health and safety equipment, and graphical supplies presented upon request. Based on CWE maintaining General Liability Insurance for bodily injury and property damage with an aggregate limit of $2,000,000 per occurrence. In the event the client desires additional coverage, CWE will, upon the client's written request, obtain additional insurance and adjust the above billing rates accordingly. 314 12CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | MOFFAT & NICHOL RATE SCHEDULE FOR PROFESSIONAL SERVICES Effective February 1, 2022, Until Revised CLASSIFICATION HOURLY RATES PROFESSIONALS Supervisory Engineer/Scientist $ 306.00 Senior Engineer/Scientist $ 286.00 Engineer/Scientist III $ 271.00 Engineer/Scientist II $ 237.00 Engineer/Scientist I $ 213.00 Staff Engineer/Scientist $ 171.00 TECHNICIANS Senior Technician $ 231.00 Designer $ 218.00 CADD II $ 187.00 CADD I $ 139.00 CLERICAL Project Controls/Word Processing $ 139.00 General Clerical $ 109.00 SPECIAL Principal Engineer/Scientist $ 321.00 Deposition & Trial Testimony $ 574.00 REIMBURSABLE EXPENSES (Unless Otherwise Provided in Written Agreement) Subcontracts or Outside Services Cost +10% Reproductions -In House Mylar Plots (B/W) Color Plots Vellum Plots (B/W) Bond Plots (B/W) Drawing Reproduction Document Reproduction -Outside Reproduction Travel Company Auto Rental Vehicle Airfare Meals and Lodging $2.50/SF $4.50/SF $1.50/SF $1.00/SF Cost +10% $0.15/sheet Cost +10% Prevailing IRS Cost Cost Cost 315 13CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | FWCSE FICCADENTI WAGGONER and CASTLE Structural Engineers FEE SCHEDULE FOR PROFESSIONAL ENGINEERING SERVICES Personnel Hourly Billing Rates Principal $250.00 Senior Project Engineer $200.00 Senior Design Manager $180.00 Senior Designer $170.00 Project Engineer $170.00 Project Designer $160.00 Design Engineer $150.00 Designer $150.00 Clerical $65.00 Rates effective calendar year 2023 316 14CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | GRUEN ASSOCIATES Prime Firm: CLASSIFICATION Partner-in-Charge Senior Project Manager Project Manager Director of Planning Senior Planner Intermediate Planner Junior Planner Director of Design Senior Designer Intermediate Designer Junior Designer Director of Production Technical Manager/Job Captain Senior Architect Project Architect Senior Draftsman Intermediate Draftsman Junior Draftsman Director of Construction Admin Phase Services On Site Senior Construction Coordinator Senior Construction Coordinator Intermediate Construction Coordinator Junior Construction Coordinator Construction Administration File Clerk Senior Interior Designer Intermediate Interior Designer Junior Interior Designer Director of Landscape Architecture Senior Landscape Architect Intermediate Landscape Architect Junior Landscape Designer Director of BIM Senior BIM Technician Intermediate BIM Technician Junior BIM Technician QA/QC Manager Senior Administrative Assistant Intermediate Adminitrative Assistant Junior Adminitrative Assistant 135.00$ STANDARD HOURLY RATES Gruen Associates HOURLY RATE 365.00$ 275.00$ 250.00$ 235.00$ 200.00$ 160.00$ 230.00$ 320.00$ 175.00$ 150.00$ 120.00$ 306.00$ 230.00$ 200.00$ 180.00$ 190.00$ 145.00$ 125.00$ 110.00$ 280.00$ 160.00$ 140.00$ 105.00$ 95.00$ 170.00$ 150.00$ 125.00$ 225.00$ 135.00$ 125.00$ 85.00$ 70.00$ 230.00$ 220.00$ NA NA 245.00$ 165.00$ 317 15CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | MIG Labor Category / Title Hourly Billing Rate Vice President Senior Project Manager 155$ Project Manager 135$ Senior Project Associates I 100$ Senior Project Associates II 125$ Senior Project Associates III 140$ Project Manager II 145$ Project Manager 150$ Principal I 215$ Principal II 225$ Principal III 240$ Title: __Principal______________________________________________ Consultant Rates Consultant Verification Reviewed and Approved By Signature: _________________________________ Date: _01-27-22___ Print Name: __Esmeralda A. Garcia_______________________________ 318 16CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | AVANT-GARDE 807 S. Lemon Ave, Diamond Bar, CA 91789 tel: 909.895-7146 • fax: 909.859.3881 • www.agi.com.co HOURLY RATE SCHEDULE Effective through June 30, 2023 Rates are negotiable and can be modified to establish a fee for each assignment based on the specific project’s scope when such projects are identified by the City. Program Director .................................... $130 Program Manager .................................. $110 Senior Program Coordinator ................. $95 Program Coordinator ............................. $85 Program Assistant ................................... $75 The above fees will be increased each year July 1st automatically by no more than the percentage change of the Los Angeles-Long Beach-Anaheim California Consumer Price Index for All Urban Consumers (“CPI-U”) for the preceding twelve-month period as calculated for February by the US Department of Labor and published by the US Bureau of Labor Statistics. 319 www.koacorp.com 320 ON-CALL CIVIL ENGINEERING SERVICES (RFQ NO. 23-001) City of Hermosa Beach Statement of Qualifications | 02.1.2023 Submitted To: George Hernandez, Project Manager 1315 Valley Drive Suite 100 Hermosa Beach, CA, 90254 Via PlanetBids Portal 321 Balancing the Natural and Built Environment 555 South Flower Street Suite 4300 Los Angeles, CA 90071 Tel 213.223.1400 Fax 213.223.1444 www.Psomas.com February 1, 2023 Submitted via PlanetBids George Hernandez City of Hermosa Beach 1315 Valley Drive Suite 100 Hermosa Beach, CA, 90254 On-Call Civil Engineering Services (RFQ No. 23-001) Dear Mr. Hernandez: Psomas sincerely appreciates the opportunity to provide engineering services to the City of Hermosa Beach (City) for civil engineering, surveying, and consulting services as a trusted on-call consultant. In reviewing the attached proposal, the City will find a team that is prepared to undertake the variety of projects that area planned within the City’s right-of-way. We believe the City will find a partnership with Psomas to be mutually rewarding because: f Psomas presents a comprehensive, multidisciplinary team that is able to respond and provide the various expertise that the City needs for its upcoming projects. Subconsultants recruited to be part of the team have long-standing working relationships with the team, and have proven themselves to be cooperative and collaborative, in past projects and similar on-call contracts. f Each key professional proposed is an expert in his/her discipline and is well respected by clients in similar capacities on other on-calls. They are also familiar with local, state and federal procedures, preferences, having completed projects with diverse source of funding. As a contract manager and the City’s primary point of contact, I, Arief Naftali, am a Principal at Psomas and have served as a project and contract manager on similar on-calls with other city municipalities. f Our recent, past project experience demonstrates expertise in the types of projects that City will undertake in the near future through this contract. Psomas acknowledges receipt of Addendum 1, dated January 10, 2023 and Q&A Set 1, dated January 23, 2023. As contract manager, I, Arief Naftali will be the person authorized to enter into an agreement with the City. I will serve as the day-to-day contact managing all task orders; as a conduit of information between any task-specific project managers and subconsultants; and verifying overall quality and responsiveness. We stand ready to work with City staff and look forward to entering into a contract soon. Should you have any questions concerning our proposal, please do not hesitate to contact me. Sincerely, Arief Naftali, PE, TE, EE, RSP1, ENV SP Contract Manager/Primary Point of Contact Direct: 714.481.7956 Cell: 714.326.5315 arief.naftali@psomas.com 322 City of Hermosa Beach Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885 ACKNOWLEDGEMENT OF ADDENDUM NO. 1 On-Call Civil Engineering Services RFQ No. 23-001 Complete and sign this acknowledgement form. Submit and enclose the acknowledgement in your proposal. Failure to do so may result in disqualification of your firm’s proposal. The undersigned acknowledges receipt of Addendum No. 1 dated January 10, 2022. ATTEST: _____________________________________ Principal: _____________________________________ Address: _____________________________________ By: _____________________________________ Title: _____________________________________ Arief Naftali Vice President 555 South Flower Street, Suite 4300, Los Angeles, CA 90071 Arief Naftali 323 TABLE OF CONTENTS 01 Cover Letter 02 Firm Profile 2 03 Organizational Chart 4 04 Bios of Key Staff 5 05 Relevant Experience and References 11 06 Project Management Plan 31 07 Required Forms 37 08 Rate Schedule Submitted Separately 09 Appendix 45 The timing of services contemplated by this Proposal, may of course, be impacted by circumstances beyond Consultant’s control, including acts of God, terrorism, war, riots, labor disputes, electrical blackouts/brownouts, floods, fire, pandemic, or epidemic. 324 2 FIRM PROFILE Dedicated to balancing the natural and built environment for nearly 77 years, Psomas has provided sustainably engineered solutions to public and private clients worldwide. The cornerstone of Psomas’ approach is to focus on our clients’ long-term needs and then guide strategic growth to meet those needs. Psomas is a California corporation and our core strength is our multi-disciplinary teams of experts who produce award-winning projects for our clients through innovation, creativity and cutting-edge technical expertise. As a full-service consulting firm, we help our clients create value and deliver complex projects. The markets we serve include any project within the public domain, including water, sewage, and stormwater treatment and transmission; renewable energy; underground utilities; roads and bridges; site development; and community facilities. In proposing to assist the City through this contract, Psomas’ engineering and survey teams are supported by two other related groups: Environmental Planning, and Construction Management. Every public works project requires the processing and approval of environmental documentation. Having this expertise within the team allows Psomas to offer a more cost-effective, integrated service to the City on said projects. Our construction management team is also well integrated into the team. In fact, they often provide constructability review services from the contractor’s vantage points on plan sets. Such a service enables the team to deliver a high-quality, yet fiscally practical set of plans, specifications and estimates that not only meet the City’s objectives, but are also optimized for adherence to budget. Our construction management staff also provide expert opinions as part of the team’s construction administration services, which is also an added value of the Psomas team. Psomas has a proven track record of meeting established schedules and is fully committing our key personnel based on their current workload. With more than 200 staff in our Santa Ana office, we have professional resources from all disciplines available to support this commitment. Failures or Refusals to Complete a Contract Psomas does not have any failures or refusals to complete a contract. Meet Our Team of Subconsultants The management and coordination of our consultant team is a hallmark of Psomas. Our ability to select a first-class team of sub-consultants is one of the keys to our continued success in designing award-winning projects throughout Southern California. We have highly qualified consultants we have worked with for years and who have a clear understanding of our design goals and methods for producing quality documents. PRIMARY POINT OF CONTACT Arief Naftali, PE, TE, EE, RSP1, ENV SP 555 South Flower Street Suite 4300 Los Angeles, CA 90071 213.223.1400 TYPE OF BUSINESS ENTITY California Corporation FEDERAL EMPLOYER I.D. NUMBER 95-2863554 TOTALLY OR PARTIALLY OWNED BY ANOTHER BUSINESS ORGANIZATION Totally Owned (Individuals) Psomas is an employee- owned company. NUMBER OF YEARS IN BUSINESS 76+ NUMBER OF YEARS PROVIDING RELEVANT SERVICES 40+ 2 325 3 Based upon your project needs, we have specially selected GMU Geotechnical, TDG Engineering, RTM Engineers, and Monument to assist with specific project elements. All of the firms we are proposing have an established and long-standing working relationship with Psomas. GMU Geotechnical—Pavement Rehabilitation/Geotechnical Engineering Established in 1967, GMU is located in Rancho Santa Margarita, CA, with a team consisting of highly qualified professional engineers, geologists, and engineering technicians with experience in all phases of pavement engineering, geotechnical engineering, geology engineering, and materials testing. GMU’s Engineering technicians hold certifications for Caltrans, American Concrete Institute (ACI), International Code Council (ICC), American Welding Society (AWS), and Orange County. GMU’s in-house laboratory is approved by the California Department of Transportation (Caltrans), AASHTO Materials Reference Lab (AMRL), Counties of Los Angeles and Orange, and other public agencies. Toole Design Group (TDG) Engineering, Inc.—Active Transportation and Safety Expert TDG Engineering, Inc. is the nation’s leading planning, engineering and landscape architecture firm specializing in bicycle and pedestrian transportation. TDG has a national reputation in transportation master planning, traffic calming, pedestrian and bicycle research and facility design, trail planning and design, transit accessibility, Safe Routes to School planning and design, and a variety of other related areas. TDG is a leader in multimodal engineering services, including alternatives analysis and concept design, traffic analysis and signal design, data visualization and analysis, cost estimates, final design and construction documents, project coordination, and construction administration services RTM Engineering Consultants, Inc.—Electrical Engineering Independent Reviewer RTM Engineering Consultants, Inc. are an engineering firm that goes beyond a typical consulting role. They become a partner to their clients by aligning with the goals, processes, and people at each organization. Since inception in 1981, they stand for a consistent offering by way of exceptional responsiveness and serving architects, developers, and owners to produce sustainability, construction quality, and streamlined schedules on each project. An extensive set of capabilities has allowed RTM to deliver superior work on industrial, commercial, and retail builds as well as other complex building types such as healthcare and laboratory facilities. Monument—Right-of-Way and Utility Coordination Specialists Monument, a DBE, SBE, and WBE certified corporation was formed in 2018 and is a full-service real estate and right-of-way company. They bring over 25 years of industry experience serving local, state, and federal agencies, transportation authorities, and engineering partners with public infrastructure projects throughout California. Monument has a clear understanding of what an experienced and solutions-minded right-of-way partner can bring to achieve the goals and objectives of projects such as this one. DBE, SBE, & WBE DBE, SBE, & WBE 3 326 4 The Organizational Chart below identifies our Contract Manager, and delineates the Psomas team, their roles, and lines of communication. Personnel identified in the Organizational Chart below are considered key and are included in the Personnel Information Matrix on the following pages. Resumes Detailed resumes, credentials, and qualifications of said key personnel are included in the latter part of this proposal. ORGANIZATIONAL CHART CITY OF HERMOSA BEACH George Hernandez, PE PROJECT MANAGER Arief Naftali, PE, TE, EE, RSP1, ENV SP PSOMAS CONTRACT/PROJECT MANAGER Reuben Tolentino, CCM, DBIA, ENV SP, RSP1, ENV SP PSOMAS PRINCIPAL-IN-CHARGE Jeff Chess, PE, QSD, ENV SP PSOMAS QA/QC MANAGER Daniel Rahe, PLS PSOMAS LEAD SURVEYOR Ryan Lynch, PE, QSD, LEED AP, ENV SP Storm Drain & Drainage Lead Engineer Ion Cretu, PE, LEED AP BD+C, ND, ENV SP Civil/Drainage Engineer PSOMAS STORM DRAIN & DRAINAGE Carrie Davis, PE Lead Civil Engineer Paul Gervacio, PE Civil Engineer PSOMAS CIVIL ENGINEERING AND STREET IMPROVEMENT Maira Salcedo, PE, ENV SP PSOMAS WATER/ WASTEWATER LEAD ENGINEER Jennifer Marks PSOMAS ENVIRONMENTAL PLANNER Wing Chan, PE, ENV SP Darlene Danehy Yellowhair, PE, TE, PTOE, RSP2i, ENV SP PSOMAS TRAFFIC ENGINEERING Cecilia Mokler, PhD, PE, LEED AP BD+C, ENV SP Civil/Structural Engineer Douglas Fredericks, PE Structural Engineer Brian Culligan Structure/Building Construction Manager PSOMAS STRUCTURE AND BUILDING Arief Naftali, PE, TE, EE, RSP1, ENV SP Nam Nguyen, EIT, ENV SP Electrical Designer PSOMAS ELECTRICAL ENGINEERING Ali Bastani, PhD, PE, GE, F. ASCE General Roger Schlierkamp, MSc, PE Pavement GMU GEOTECHNICAL GEOTECHNICAL ENGINEERING Adam Vest, PE, PTOE TOOLE DESIGN ACTIVE TRANSPORTATION AND SAFETY EXPERT Victor Leon, PE RTM ENGINEERING ELECTRICAL ENGINEERING INDEPENDENT REVIEWER BJ Swanner Curtis Bibolet MONUMENT RIGHT-OF- WAY/UTILITY COORDINATION SPECIALISTS 4 327 5 Key Personnel Information Matrix BIOS OF KEY STAFF JEFF CHESS, PE, QSD, ENV SP 30 QA/QC MANAGER Relevant Strengths For This Contract PE | 2001/Professional Engineer/Civil/CA #61632 QSD | 2001/Qualified SWPPP Developer/ #C61632 BS | 1993/Civil Engineering/University of Southern California §* Firm’s Qualilty Control/Assurance Champion §* Off- and On-street public works experience §* A long-time Psomas professional Jeff has over 30 years of design and management experience covering civil, structural, environmental, and architectural engineering. He has managed on-call services for numerous public clients, including municipalities leading design efforts involving critical public outreach support. He has overseen, prepared, and managed civil engineering design and studies involving stormwater, wastewater, roadway, and site civil for numerous public and institutional projects and programs. Years of Experience ARIEF NAFTALI, PE, TE, EE, RSP1, ENV SP 23 CONTRACT MANAGER/PROJECT MANAGER Relevant Strengths For This Contract PE | 2003/Professional Engineer/Civil/CA #64286 TE | 2005/Traffic Engineer/CA #2296 EE | 2016/Electrical Engineer/CA 21570 MS | 2004/Civil Engineering, Transportation Engineering/ California State University, Long Beach BS | 1999/Civil Engineering/California State Polytechnic University, Pomona §A mix of site development and Public Works background §Multi-disciplined engineering expertise §More than five years of experience as a Contract Manager on similar on-call projects Arief has 23 years of hands-on professional experience in design and management of various road, traffic, civil, site, and highway projects serving multiple local and regional agencies in Southern California, including Caltrans. Arief is adept in roadway infrastructure, site development, active transportation, traffic engineering, outdoor electrical, and transportation planning projects, delivering improvement needs to local and regional communities alike. Arief’s project portfolio encompasses a full range of projects starting from planning and design through construction. REUBEN TOLENTINO, CCM, DBIA, ENV SP 26 PRINCIPAL-IN-CHARGE Relevant Strengths For This Contract CCM | 2013/Certified Construction Manager DBIA | 2012/Designated Design-Build Professional BA | 1997/Architecture/California State Polytechnic University, Pomona §PM/CM Group Leader § Well-verse experience in vertical and horizontal construction §Design-Build professional with knowledge of alternative delivery methods Reuben has 26 years of experience in providing construction management and inspection services. His experience includes management of staff and consultants, project management, construction management and inspection, constructability review, value engineering, construction documents and specifications, claim dispute resolution, contract administration, community outreach, bidding assistance, project controls, and scheduling review for both the public and private sectors. Key Personnel Information Matrix We are a group of professionals who enjoy working together—and it shows. Psomas recognizes that the success of a project depends heavily on staff capabilities, effective project management, and communication. We assure you that the appropriate talent and physical resources are committed to every project. Psomas’ key staff descriptions can be found on the following pages and in their resumes in the Appendix of this SOQ. 5 328 6 Years of Years of Experience DANIEL RAHE, PLS 22 LEAD SURVEYOR Relevant Strengths For This Contract PLS | 2017/Professional Land Surveyor/Civil/CA #9425 BS | 2001/Political Science/University of Northern Colorado §Experienced surveyor on horizontal and vertical infrastructure §A long-time Psomas professional Daniel has 22 years of professional land surveying experience on projects ranging in size from parking garages to large master-planned communities. In his current role as Senior Project Surveyor, Dan is responsible for survey project management, agency and field survey coordination, proposal writing and estimating, as well as preparing tentative, final, and parcel maps. CARRIE DAVIS, PE 26 LEAD CIVIL ENGINEER Relevant Strengths For This Contract PE | 2001/Professional Engineer/Civil/CA #61840 BS | 1997/Civil Engineering/California State University, Sacramento §Strong experience with Civil improvements on local/ arterial streets and highways/freeways §Expertise on Caltrans standards and procedures §Well-versed experience from planning to construction support of infrastructure Carrie Davis has 26 years of experience primarily in Orange County where she has successfully managed and designed dozens of local arterial highway, interchange, and multi-use trail improvement projects. Her expertise ranges from preparing preliminary studies to developing the final construction PS&E for highway, local street, and multi-use trail improvement projects. She has a strong understanding of Caltrans policies and procedures, environmental planning and permitting, and those of County and local agencies. PAUL GERVACIO, PE 24 CIVIL ENGINEER Relevant Strengths For This Contract PE | 2003/Professional Engineer/Civil/CA #64714 BS | 1999/Civil Engineering/California State University, Sacramento §Strong experience on Caltrans facility §Well-versed experience on studies through construction of street/highway facilities §Multi-disciplinary expertise on street and highway work §A long-time Psomas professional Paul Gervacio has 24 years of experience with transportation projects throughout California for various agencies and municipalities. His expertise includes intersection improvements, interchange design, highway design, local street design, bikeway/pedestrian projects, Highway Bridge Program (HBP), roadway widening, and drainage channel improvements. Various project responsibilities have included the production of Project Study Reports (PSRs); Project Development Support (PDS); Project Reports (PRs); final Plans, Specifications, and Estimates (PS&E); project management; coordination with utility agencies; ADA compliance; and scheduling. Key Personnel Information Matrix (Continued) MAIRA SALCEDO, PE, ENV SP 17 WATER/WASTEWATER LEAD ENGINEER Relevant Strengths For This Contract PE | 2011/Professional Engineer/Civil/CA #77370 BS | 2006/Civil Engineering/California State University, Fullerton §Expertise in water and wastewater facilities §NAASCO-certified professional §Well-versed experience in water/sewer planning through construction Maira has 17 years of experience in design of sewer systems, water systems, and report preparation on public works projects throughout Southern California. Her computer experience includes AutoCAD (including Civil3D), ArcView, MS Project, and various spreadsheet and word processing software packages. 6 329 7 Years of Experience RYAN LYNCH , PE, QSD, LEED AP, ENV SP 20 STORM DRAIN & DRAINAGE LEAD ENGINEER Relevant Strengths For This Contract PE | 2007/Professional Civil Engineer/CA #71441 QSD | Qualified SWPPP Developer/CA #23983 BS | 2003/Civil Engineering/University of Southern California §Experienced civil engineer with on- and off-site facility background §Special expertise in drainage and water quality §Qualified SWPPP developer and designer Ryan has 20 years of civil engineering experience focused on client and project management and communication. He has successfully managed projects that involve complex grading, drainage, and utilities solutions for campus projects including colleges, universities, studios, and theme parks. Ryan is a strong, tactful, straight-forward communicator with a dedication to his client’s best interests. ION CRETU, PE, QSD/QSP, ENV SP, LEED AP BD+C, ND 24 CIVIL/DRAINAGE ENGINEER Relevant Strengths For This Contract PE | 2007/Professional Engineer/Civil/CA #71513 BS | 1995/Forest Engineering/Transylvania University of Brasov, Romania §Experienced civil engineer with on- and off-site facility background §Special expertise in drainage and water quality §A long-time Psomas professional with extensive experience on Los Angeles County projects Ion has 24 years of civil engineering experience. He has experience in design of on- and offsite improvements for projects. Ion provides civil engineering for the design of multi-building campuses. In addition to design, Ion also provides coordination for production and municipal processing. Key Personnel Information Matrix (Continued) JENNIFER MARKS 24 ENVIRONMENTAL PLANNER Relevant Strengths For This Contract BS | 1999/Natural Resources, Planning, and Interpretation/ Humboldt State University §CEQA/NEPA Expert §A long-time Psomas professional §Extensive experience on public works and site development projects. Jennifer is a Senior Project Manager with over 24 years of experience in environmental documentation and analysis consistent with CEQA and NEPA. Jennifer’s career has focused on a wide variety of projects, including mixed-use, residential, office, and resort developments; specific plan and general plan analyses; transportation infrastructure; and various utility infrastructure projects. She has prepared environmental documentation and supplemental information to meet specific agency requirements, including those for the following agencies: Caltrans; State Water Resources Control Board; U.S. Bureau of Reclamation; U.S. Environmental Protection Agency; U.S. Army Corps of Engineers; U.S. Fish and Wildlife Service; California Department of Fish and Wildlife; various local planning and development departments; and private developers. ALI BASTANI, PhD, PE, GE, F. ASCE 29 GEOTECHNICAL ENGINEER (GENERAL)Relevant Strengths For This Contract PE | Professional Geotechnical Engineer/CA #2458 GE | Professional Engineer/CA #53924 PhD | Civil and Environmental Engineering/University of California, Davis MS | Civil and Environmental Engineering/University of California, Davis BS | Civil Engineering/Polytechnic of Tehran §Diversified private and public works experience §Well-versed in geotech investigation for different types of infrastructures Dr. Bastani, an adjunct faculty at Cal Poly Pomona, has more than 29 years of diversified experience in geotechnical, earthquake, and environmental engineering. His experience covers all aspects of the consulting engineer’s profession including a comprehensive knowledge and applied use of conceptual, physical, and numerical modeling for geotechnical and environmental engineering solutions. 7 330 8 Years of Experience ROGER SCHLIERKAMP, MSC, PE 12 GEOTECHNICAL ENGINEER (PAVEMENT)Relevant Strengths For This Contract PE | 2013/Professional Engineer/Civil/CA #81529 MS | Civil Engineering/University of Nevada, Reno BS | Civil Engineering/University of Nevada, Reno §Pavement engineering expert §An expert in alternative and innovative pavement treatments for rehabilitation §Extensive, practical construction experience Roger possesses 12 years of experience in pa vement engineering and construction projects, including pavement observation, testing, construction management, evaluation/design, pavement condition index, specification development, and mix design development projects. His experience includes working with local agencies, private sector clients, civil engineering firms, paving contractors, and pavement material producers. He has also served as a Quality Control/ Quality Assurance (QA/QC) Manager. Roger’s engineering experience includes pavement evaluations, developing cost-effective pavement design recommendations, performing pavement mix designs, and managing testing/observation services of pavement-focused construction projects. Key Personnel Information Matrix (Continued) NAM NGUYEN, EIT, ENV SP 8 ELECTRICAL DESIGNER Relevant Strengths For This Contract BS | 2015/Civil Engineering/California State Polytechnic University, Pomona §Experienced traffic and electrical designer §Well-verse experience in private and public works projects §Familiarity with CAMUTCD, IESNA, AASHTO and other practice guidelines Nam Nguyen has been responsible for various design and drafting assignments focusing on public works and transportation projects situated throughout Southern California. Having successfully developed many traffic engineering construction documents, he is well- versed in the guidelines and standards that govern the making of geometric/signing, striping, traffic control, signal modification, and street improvement plans. Nam also possesses strong MicroStation, AutoCAD, and Civil 3D skillsets. VICTOR LEON, EE 23 ELECTRICAL ENGINEERING INDEPENDENT REVIEWER Relevant Strengths For This Contract PE | Electrical Engineer/CA #23782 §An Electrical Engineering expert §Diverse experience in a variety of private and public works projects and infrastructures Victor has 23 years of experience in designing electrical and low-voltage systems for residential, commercial, industrial, and institutional applications. His responsibilities include managing multiple project designs, coordinating with architects and clients, performing calculations, system layouts, checking shop drawings, and equipment selection for designs. CECILIA MOKLER, PHD, PE, LEED AP BD+C, ENV SP 24 CIVIL/STRUCTURAL ENGINEER Relevant Strengths For This Contract PE | 2011/Professional Engineer/Civil/CA #77370 BS | 1994/Physics/University of Copenhagen, Denmark BS | 2004/Civil Engineering/University of Nevada, Reno MS | 1996/ Geophysics/University of Copenhagen, Denmark PhD | 1996/ Geodesy/University of Copenhagen, Denmark §Seasoned Civil Engineer with strong experience in a variety of projects with alternative deliveries §Diverse experience in a variety of private and public works projects and infrastructures §Strong background in structures and buildings Cecilia has over 24 years of engineering experience and has worked on an extensive array of projects for both public and private clients. For public clients, she has successfully managed projects based on Design-Bid-Build, Design-Build, and Integrated Project Delivery models. Her passion is developing thoughtful and elegant solutions for projects with “impossible” site constraints and challenges. She takes pride in designing functional and cost-effective improvements, paying close attention to constructability as well as aesthetics. 8 331 9 Years of Experience DOUG FREDERICKS, PE 32 STRUCTURAL ENGINEER Relevant Strengths For This Contract PE | 1993/CA/Professional Engineer/50863 MS | 1991/MS/Civil Engineering/University of California, Davis BS | 1990/BS/Civil Engineering with Minor in English/California State University, Chico §Experienced structural engineer §Extensive experience in transportation and public works projects §Expertise in the planning and design of a variety of structures (minor, wall, drainage, bridge, and other Doug Fredericks is a registered civil engineer with over 32 years of experience in bridge design and bridge project management. He has led the planning, layout, type selection, and final design for a wide variety of transportation structures, including new construction, widening, and rehabilitation projects. He has also performed studies to evaluate the condition of existing structures, and has designed retaining walls, sound walls, water-holding tanks, and drainage facilities. As Project Manager, he was responsible for the successful completion a number of bridge projects for Caltrans and local municipalities. BRIAN CULLIGAN, PE 21 STRUCTURE/BUILDING CONSTRUCTION MANAGER Relevant Strengths For This Contract MBA | 2004/Business Administration/California State University, Long Beach BS | 1998/Business Administration/California State University, Long Beach §Seasoned Project and Construction Manager §Extensive experience in both horizontal and vertical construction Brian Culligan has 21 years of experience in construction management, project controls, scheduling and cost engineering for ports, transportation, mining, schools, and master planned community projects. Brian is an exceptionally well-rounded construction manager, with certifications in construction management, project management, scheduling, and sustainability. Key Personnel Information Matrix (Continued) WING CHAN, PE, ENV SP 5 TRAFFIC ENGINEER Relevant Strengths For This Contract PE | 2021/CA/Professional Engineer/Civil/93316 BS | 2018/Civil Engineering/California State Polytechnic University, Pomona §Experienced traffic engineer §Well-versed skill in the planning and design of traffic engineering infrastructures Wing Chan is a Civil Engineering Designer with Psomas. He has five years of experience in Traffic Engineering which encompasses traffic signal design, street and roadway lighting, stage construction, traffic control, signing, pavement delineation and Intelligent Transportation Systems (ITS) projects. Wing has participated in projects related to coordination of major arterials, traffic signal modification, traffic studies, and freeway interchange design. DARLENE DANEHY YELLOWHAIR, PE, TE, PTOE, RSP2I, ENV SP 19 TRAFFIC ENGINEER Relevant Strengths For This Contract PE | 2009/AZ/Professional Engineer/Civil/50215 TE | 2017/CA/Traffic Engineer/2827 MS | 2006/MS/Civil Engineering/Cornell University BS | 2004/BS/Civil Engineering/University of Arizona §Strong experience in transportation studies, planning and traffic engineering §Varied project experience in roadways, site development and other public works facilities §Expertise in conducting transportation studies Darlene has extensive experience with a variety of traffic engineering projects, including traffic impact studies, traffic reports, safety studies, signal warrant studies, corridor studies, signal timing and coordination, signing and striping design, and traffic signal design. She also has experience with design and studies for alternate modes of travel, Road Safety Assessments, transportation planning, and roadway design. Darlene is well-versed in Synchro, SimTraffic, HCS, SIDRA, and GIS, and has experience with AutoCAD, MicroStation, and InRoads. 9 332 10 Years of Experience ADAM VEST, PE, PTOE 18 ACTIVE TRANSPORTATION AND SAFETY EXPERT Relevant Strengths For This Contract PE | 2021/CA/Professional Engineer/Civil/93316 BS | 2002/Civil Engineering/University of Kentucky MS | 2003/Civil Engineering/University of Kentucky §Expert in active transportation and safety §Well-versed experience in transportation and traffic planning §Extensive experience on studies in the Los Angeles County area For the past 18 years, Adam has led complex urban transportation planning and engineering projects for local and state agencies, private developers, and academic research institutions across North America. Adam’s work incorporates a human-scaled, Complete Streets approach to transportation planning and engineering, and he develops innovative solutions that support mobility, safety, and connectivity for all users. Adam understands how to effectively convey critical project impacts and creative solutions to community members and key stakeholders. BJ SWANNER 15 RIGHT-OF-WAY SPECIALIST Relevant Strengths For This Contract BS | Geography, GIS and Remote Sensing/ University of California, Los Angeles §Multi-agency and private development experience §On- and off-street improvements §Roadway and ADA improvement expertise BJ is a planning and development manager with over 15 years of experience managing right-of-way programs for a variety of public infrastructure projects from small to large. He has demonstrated experience managing projects, as well as developing and implementing technological solutions to real estate challenges utilizing GIS and other systems. BJ is an astute project manager responsible for all aspects of project management from project set-up through project closeout. As a recognized leader in the Southern California right-of-way profession, he is knowledgeable of the local market, and has existing relationships with key stakeholders in the region. Key Personnel Information Matrix (Continued) CURTIS BIBOLET 13 UTILITY COORDINATION SPECIALIST Relevant Strengths For This Contract BS | 2005/BA/Communications and Business/University of Idaho §Expert in active transportation and safety §Well-versed experience in transportation and traffic planning §Extensive experience on studies in the Los Angeles County area As a certified right of way professional, Curtis possesses an abundance of real estate transaction, utility relocation, and property management expertise. He has over 13 years of experience managing best practices, regulatory procedures, and logistics for utility relocation and property management projects on behalf of public agencies. With his friendly demeanor, Curtis provides oversight and quality review for Monument agents. He is focused on maximizing revenue, clearing encroachments, and mitigating utility conflicts for his clients. 10 333 11 RELEVANT EXPERIENCE AND REFERENCES Project Experience Psomas’ recent experience and success in completing similar projects are in full display over the next few pages. Each project presented utilized local, state, federal funding or their combination. Psomas is well-versed and is familiar with the Caltrans’ Local Assistance Procedures Manual (LAPM) and the Local Assistance Program Guide (LAPG). These project experiences also illustrate Psomas’ ability and commitment in obtaining consensus from local communities who are often the stakeholder and beneficiaries of any infrastructure improvements. Working alongside City staff, Psomas is prepared to support Hermosa Beach in fulfilling its promised to the constituents it serves, for the community betterment at large. Below is a summary of how Psomas’ similar project experience involved one or more of the professional services the City needs through this On-Call. Project Experience PS&EStructuresRoadway Rehab & ResurfacingStorm drain, water & Sewer DesignLand Survey, Lega’s & PlatsGeotech EngineeringElectrical EngineeringConstruction Permit & SupportParking Garage Structural Analysis, Los Angeles, CA Anteater Parking Structure/Pedestrian Improvements, UCI, Irvine, CA Marine Avenue & Liberty Village, Manhattan Beach, CA Water Replacement in residential neighborhood, El Monte, CA Pauba Road Hydrology/Hydraulic Review, Riverside County, CA First Street Storm Drain Pump Station, Coronado, CA Annual Sewer Improvements, Hermosa Beach, CA Annual Sewer Improvement and Pump Station, Hermosa Beach, CA Beach Restroom Sewer line design, Huntington Beach, CA LAUSD, Land Surveying Services, Facilities Services Division, Los Angeles, CA La Paz Road Landslide Evaluation, Laguna Niguel, CA Lincoln Park Pedestrian Path Lighting, Los Angeles, CA Flat Top ALTA/NSPS Land Title Survey, Los Angeles, CA Sports Park LED Lighting, Los Angeles, CA Sunset Baseball to Parking Lot repurposing, West Covina, CA 11 334 12 City of Los Angeles Department of Transportation, Parking Garage Structural Analysis – Psomas Los Angeles, CA | City of Los Angeles The TOS for Parking Garage Structural Analysis consists of performing detailed structural analysis of all LADOT’s public parking garages to ensure that these facilities are safe, structurally sound, proper access/circulation is provided, and that all systems are functionally accurate. Psomas’ scope of services included performing a thorough structural review of the garages in order to provide a comprehensive written report describing existing condition, identify deficiencies and current code compliance, and estimate costs for recommended repairs and upgrades. The report identified repairs required within 12 months and repairs that needed to be scheduled in the short term (1-5 years) and long term (greater than 5 years), along with estimated budgetary repair quantities and order of magnitude budgetary costs for design and construction of these recommendations. The recommendations shall be of such description and detail that they can be used to prepare documents for bidding of the necessary repairs. The scope of work includes, but not limited to, the following: 1. A full evaluation of the architectural element and structural condition of each of the 11 parking structures subject to vehicular traffic and parking. 2. A full evaluation of the slabs, beams, columns, walls, ramps, structural steel, connections welds, bearing pads, joint sealants, expansion joints, waterproofing membranes and traffic coating, etc, as applicable to each garage. 3. A full assessment of architectural elements such as facades, parapets, stairwells, and elevators. PSOMAS DATES STARTED AND COMPLETED 2017-2018 KEY PERSONNEL Cecilia Mokler Arief Naftali REFERENCE Sophia Fong (213) 972-4942 sophia.fong@lacity.com CONTRACT VALUE $410,662 RELEVANCE TO THIS CONTRACT f City-owned structure and building f Retrofit/Structural Engineering Services f CEQA Document 12 335 13 Anteater Parking Structure Pedestrian Improvements – Psomas Irvine, CA | University of California, Irvine Psomas led a multi-discipline consultant team to design pedestrian pathway improvements, surface parking lot and drive aisle reconfigurations, site lighting and landscaping for this project on the UCI campus. The project includes the design of an accessible path of travel that connects the north side of the Anteater Parking Structure (APS) to an existing pedestrian path leading to campus. The scope of work involves the design of new stairs and a switchback ramp on the north side of the 1st level of APS. This further includes demolition and renewal of concrete sidewalks and curb ramps, asphalt pavement, landscaping and pavement markings. An illumination level evaluation within the parking lot in front of the parking structure was performed to assess the lighting levels in the project area and design additional site lighting as needed. Psomas provided civil engineering, surveying services, subsurface utility engineering services, site lighting services and project management services for development of the pedestrian pathway improvements, surface parking lot improvements, wet utility mapping and horizontal control of the project. PSOMAS DATES STARTED AND COMPLETED 2020-2022 KEY PERSONNEL Arief Naftali Nam Nguyen Wing Chan REFERENCE Stephen Kenna 602-534-0410 Stephen.Kenna@phoenix.gov CONTRACT VALUE $172,734 RELEVANCE TO THIS CONTRACT f Parking facility and structure f Traffic and electrical engineering services f Municipal permitting and review 13 336 14 Marine Avenue and Liberty Village Improvement Projects – Psomas Manhattan Beach, CA | City of Manhattan Beach The City of Manhattan Beach retained Psomas to design the final construction plans, specifications, and estimates (PS&E) for pavement rehabilitation and ADA accessibility improvements to both Marine Avenue and Liberty Village. Marine Avenue is an east/west six-lane divided arterial providing vehicle and pedestrian passage for the entire South Bay. The corridor has landscaped raised medians and serves primarily residential properties. Liberty Village consists of private local streets that serve the homeowners who live in the community. The pavement on Marine Avenue and the local streets in Liberty Village require rehabilitation due to distress and patch deterioration. Psomas is not only providing solutions to rehabilitate the existing pavement but is also designing critical pedestrian accessibility improvements by upgrading curb ramps to meet current ADA requirements, refreshing striping, and restoring impacted traffic signal loops at necessary intersections. Project challenges include both funding and schedule restraints. The City has allotted an accelerated six-month time frame for the completion of this project. The $1.6 million project budget is split between $800,000 in Proposition C funding for Marine Avenue improvements between Sepulveda Boulevard and Aviation Boulevard, and $800,000 in Measure R Local funds for the rehabilitation of Liberty Village. PSOMAS DATES STARTED AND COMPLETED 2017-2019 KEY PERSONNEL Arief Naftali Nam Nguyen REFERENCE Mamerto "Mo" Estepa (310) 802-5325 mestepa@citymb.info CONTRACT VALUE $105,000 Existing Conditions - Street View - Marine Avenue RELEVANCE TO THIS CONTRACT f Street rehabilitation on arterial and local streets f ADA and curb ramp reconstruction f Signing/striping and traffic engineering 14 337 15 City of El Monte, Water Main Replacement - CIP 014, Category 1 and 2 – Psomas El Monte, CA | City of El Monte Psomas was retained by the City of El Monte to prepare PS&E, surveying, environmental and permitting, community outreach, and construction support services for the replacement of approximately 12,800 LF of 4- and 6-inch water mains with 8- and 12-inch mains in two areas of the City's distribution system due to their age and to improve fire flow and reliability. Because this was the first phase of a major water main replacement project, the scope also included updating the City's hydraulic model and running various scenarios to determine if the City should standardize on 6- and 10-inch or 8- and 12-inch pipelines for replacement of their aging, smaller diameter mains. This will eliminate the need to stock various different pipe sizes, fittings, valves, and appurtenances. Psomas accomplished the scenario modeling, prepared an economic analysis, compared flow and pressure results, and prepared a technical memorandum documenting the analyses and presenting recommendations. After completion of the 60-percent design, an amendment was issued to Psomas to design an additional 1,700 LF of pipeline replacement in another area where leaks have been prevalent, followed by a second amendment to provide design improvements for rehabilitating the pavement for all three neighborhoods, which will be advertised and awarded through a separate construction contract once the water replacement project is completed. Psomas determined a Notice of Exemption was appropriate for this project and prepared the necessary form for the City. Permitting through the Los Angeles County Fire Department was also obtained for the replacement and addition of new fire hydrants throughout the project area. PSOMAS DATES STARTED AND COMPLETED 2019-2022 KEY PERSONNEL Maira Salcedo Arief Naftali Nam Nguyen Wing Chan Jennifer Marks Ion Cretu REFERENCE Leticia Ortiz (626) 580-2022 ortiz@elmonteca.gov CONTRACT VALUE $624,030 RELEVANCE TO THIS CONTRACT f Water and Street Improvements f ADA Curb Ramps and Accessibility 15 338 16 Pauba Road Hydrology and Hydraulic Review – Psomas Riverside, CA | Riverside County Psomas provided civil engineering design services for storm drainage associated with a roadway widening as part of an on-call contract with Riverside County. The project encompasses widening from 22 feet wide to 28 feet and realignment (vertical and horizontal) of approximately 6,000 linear feet of Pauba Road between Via Del Monte and Calle Contento. Approximately six existing storm drain culverts cross Pauba Road within the project limits, and existing sub- surface utilities run longitudinally beneath the roadway throughout the project limits. The scope of services included evaluating the existing hydrology of the tributary area and hydraulics of the existing culverts. The project will deliver a County of Riverside Drainage Design Report. PSOMAS DATES STARTED AND COMPLETED 2021-Ongoing KEY PERSONNEL Ryan Lynch REFERENCE Alfredo Martinez (951) 955-0086 almartin@rivco.org CONTRACT VALUE $37,243 RELEVANCE TO THIS CONTRACT f Erosion mitigation f Hydrologic analyses f Roadway/Transportation drainage 16 339 17 First Street Storm Drain Pump Station Design – Psomas Coronado, CA | City of Coronado Psomas provided design services for the First Street Storm Drain Pump Station project. PsomasPsomas will provide construction documents that include plans, specifications, and cost options with submittals at 30%, 60%, 90%, and 100% design stages. The design scope includes a new stormwater package pump station, including below ground submersible pumps, wet well, valve vault, valves, piping, and appurtenances. The pump station consists of two submersible pumps in a wet well with a valve vault on the discharge side. The pump station can pump about 1,500 gallons per minute with one pump running and about 2,100 gallons per minute with two pumps in operation. The discharge force main is 10-inch-diameter C-900 PVC and is about 355 feet long.The force main discharges into San Diego Bay near the existing gravity outfall and was placed at an elevation above the high tide line to avoid USACOE jurisdiction. The project also included coordination with the Port of SD, a USACOE jurisdiction evaluation, CCTV of the existing storm drain, preparation of new easement relocation of electrical equipment, and subsurface utility location. PSOMAS DATES STARTED AND COMPLETED 2020-2022 KEY PERSONNEL Maira Salcedo REFERENCE Jessie Powell (619) 522-7357 jpowell@coronado.ca.us CONTRACT VALUE $161,730 RELEVANCE TO THIS CONTRACT f Storm Drain Outfall f CCTV Inspection f Subsurface Utility Location f Stormwater Pump Station 17 340 18 City of Hermosa Beach, TO #421.1, CIP Annual Sewer Improvements – Psomas Hermosa Beach, CA | City of Hermosa Beach Soon after the construction completion of a sewer rehabilitation project design by Psomas, under an on-call contract with the City of Hermosa Beach, Psomas was sole sourced to prepare construction plans and specifications for approximately 1,700 LF of sewer lining, 10,900 LF of sewer replacement, and 116 manholes to be rehabilitated. An additional 5,800 LF of sewer pipe within an upcoming City paving project was added and evaluated for structural and operational deficiencies. The project was organized into six distinct areas derived from the 2017 Sewer Master Plan (SMP). The City hired Psomas to evaluate the existing conditions of these selected sewer segments and confirm the SMP’s recommendations or provide supplemental recommendations if appropriate. Our NASSCO certified engineers evaluated the CCTV reports and videos and categorized each of the segments into one of the following: f Remove and Replace: Removal and replacement of the entire pipe segment from manhole to manhole f Point Repair: Removal and replacement of localized portions of a pipe (typically 4–35 LF) f Line Pipe: Cured-in-place (CIPP) liner from manhole to manhole f Deposit/Root Removal: No structural deficiencies, but has heavy deposits or roots that may result in blockage of flow or future structural damage f No Repair PSOMAS DATES STARTED AND COMPLETED 2020-2022 KEY PERSONNEL Maira Salcedo Michael Swan REFERENCE Andrew Nguyen (310) 318-0212 anguyen@hermosabeach.gov CONTRACT VALUE $50,455 RELEVANCE TO THIS CONTRACT f Storm Drain Outfall f CCTV Inspection f Subsurface Utility Location f Stormwater Pump Station 18 341 19 City of Hermosa Beach, TO #421.2-CIP Annual Sewer Improvements Phase 2 Pump Station – Psomas Hermosa Beach, CA | City of Hermosa Beach The City's Sewer Lift Station (SLS) currently does not have emergency backup power. During periods of power outages, the City brings a portable generator to the site and manually connects the portable generator to the SLS. However, during power outages the sewage backups up relatively quickly into the neighboring residences due to the hydraulics of the SLS. Psomas evaluated two alternatives to improve the emergency power facilities at the SLS to minimize the time it takes to energize emergency power for the station. The alternatives include installation of a permanent generator adjacent to the SLS or purchase of a trailer mounted portable generator and installation of quick disconnect at the SLS. PSOMAS DATES STARTED AND COMPLETED 2022-Ongoing KEY PERSONNEL Maira Salcedo REFERENCE Andrew Ngyuen (310) 318-0212 anguyen@hermosabeach.gov CONTRACT VALUE $25,440 RELEVANCE TO THIS CONTRACT f Sewer facilities design f Permitting Issues f Location along beach front f Engineering Analysis 19 342 20 Beach Restroom SLS Design – Psomas Huntington Beach, CA | City of Huntington Beach Through an on-call engineering services contract with the City of Huntington Through an on-call engineering services contract with the City of Huntington Beach, Psomas provided a preliminary design and preparation of construction Beach, Psomas provided a preliminary design and preparation of construction documents for construction of a gravity sewer main connecting four public documents for construction of a gravity sewer main connecting four public restrooms along the beach bike trail parallel to Pacific Coast Highway (PCH) restrooms along the beach bike trail parallel to Pacific Coast Highway (PCH) between 9th Street and 22nd Street. Effluent from the proposed gravity sewer between 9th Street and 22nd Street. Effluent from the proposed gravity sewer main will be pumped by a new submersible lift station through a force main main will be pumped by a new submersible lift station through a force main across PCH and connect to an existing gravity sewer main in the alley between across PCH and connect to an existing gravity sewer main in the alley between PCH and Walnut Avenue. The restrooms currently drain to septic tanks and PCH and Walnut Avenue. The restrooms currently drain to septic tanks and require regular maintenance by pumping trucks. This new sewer system will require regular maintenance by pumping trucks. This new sewer system will greatly reduce maintenance costs and impacts to trail users.greatly reduce maintenance costs and impacts to trail users. PSOMAS DATES STARTED AND COMPLETED 2022-Ongoing KEY PERSONNEL Maira Salcedo Ali Bastani - GMU REFERENCE Joe Fuentes (714) 536-5259 jfuentes@surfcity-hb.org CONTRACT VALUE $520,000 RELEVANCE TO THIS CONTRACT f Sewer facilities design f Location along beach front f Utility research 20 343 21 Los Angeles Unified School District, Land Surveying Services, Facilities Services Division – Psomas Los Angeles, CA | Los Angeles Unified School District Psomas was selected to provide surveying services in support of the District’s A/E Technical Support Section for various projects throughout Los Angeles County. The scope of work included: ALTA survey, boundary surveys, topographic surveys, project management, the coordination of survey crews, survey fieldwork scheduling, field calculations, and construction surveys for District projects identified to be in excess of what the current Districts survey crews can perform. In handling the group of schools Psomas acted as the Liaison between the City of Los Angeles and LAUSD in negotiating the best possible outcome for the school district. Psomas was hired to coordinate certain survey, engineering and entitlement issues that are common to all schools. Psomas performed survey services on the following schools in the Los Angeles Unified School District: f Plasencia Elementary School f Maclay Middle School f Manual Arts High School f McKinley Ave Elementary School f Mendez High School f Kennedy High School f John C. Fremont High School f Central Senior High School f Belmont Learning Center Birmingham f High School Santee Education Complex f Charles R. Drew Middle School Wellness Center f Hyde Park Elementary School f Balboa Mental Health Clinic f Alexandria Early Education Center f Vanalden Early Education Center f 36th Street Early Education Center f San Fernando Early Education Center f Hobart Early Education Center f Westminster Elementary School f Richland Elementary School f Lockwood Elementary School f Malabar Elementary School f Saturn Elementary School f Pomelo Community Charter School f Danube Elementary School f San Pedro High School f Melvin Elementary School f Bernstein Elementary School PSOMAS DATES STARTED AND COMPLETED 2010-Ongoing KEY PERSONNEL Daniel Rahe REFERENCE Kinfan Tang (213) 241-2232 Kinfan.tang@lausd.net CONTRACT VALUE Varies RELEVANCE TO THIS CONTRACT f ALTA surveys f Boundary surveys f Topographic surveys f Construction surveys 21 344 22 Complete Streets Program – Psomas Los Angeles, CA | City of Los Angeles The City of Los Angeles has initiated an ambitious new program intended to address Vision Zero, green infrastructure, and pavement rehabilitation. The first phase will address six key corridors for a total of 22 miles of roadway. This is the first of a multi-phase program that will be designed and constructed with an aggressive schedule since the program is to be completed within the next two years. Providing meticulous planning and coordination with multiple design teams and disciplines, City departments, and stakeholders to achieve the City’s goals, objectives, and schedule. The project includes development of the Pre-Design Report and PS&E package. Survey services included providing control, boundary, and topographic surveys. The control surveys are vertical control using City benchmarks to match existing projects that connected. The boundary survey is based on City centerline ties to establish street centerline and City GIS parcel database to provide right-of-way linework. The topographic survey for design conforms to Federal Geographic Data Committee (FGDC) Geospatial Positioning Accuracy Standards in order to assist with evaluation of the ADA ramps. Also, the design surveys include ADA Ramps, curb extensions, bulb-outs, bus pads, sidewalk repairs, curb and gutter repairs, and driveways. PSOMAS DATES STARTED AND COMPLETED 2017-Ongoing KEY PERSONNEL Daniel Rahe Ion Cretu Wing Chan Doug Fredericks REFERENCE Julie Sauter (213) 847-2230 julie.sauter@lacity.org CONTRACT VALUE $11,000,000 RELEVANCE TO THIS CONTRACT f Conventional total station and static LiDAR surveys f Aerial surveys f Design survey base map f ADA compliance surveys f Existing centerlines and rights-of-way f Civil 3D format deliverables City of Los Angeles, Complete Streets Program included surveying for compliance of ADA ramp 22 345 23 Lucas Museum of Narrative Art – Psomas Los Angeles, CA | Martin Brothers/Roschmann Steel & Glass Constructions Inc. The museum will be a 300,000 SF building on an 11-acre campus with extensive green space. The building will feature expansive galleries, two state-of-the-art theaters, and dedicated spaces for learning and engagement, dining, retail, and events. The Lucas Museum of Narrative Arts began construction in 2018 and is expected to open in 2025. Psomas is currently providing a portion of the construction survey for the glass and cladding of the museum. The structure has approximately 20,000 composite curvelinear panels that are one of a kind. Psomas is performing Quality Assurance/Quality Control for the position of attachment points that have a design tolerance of approximately 1/8 of an inch. Psomas has and is currently working for multiple clients such as Martin Brothers, Roschmann Steel & Glass Constructions Inc., and KHS&S. Psomas also prepared technical exhibits - legal descriptions plats, and a Tract Map. Psomas also prepared easements for dedications, vacations and various usage easements reviewed and approved by the City and County of Los Angeles. PSOMAS DATES STARTED AND COMPLETED 2021-Ongoing KEY PERSONNEL Daniel Rahe REFERENCE Josh Eaton (310) 855-2740 joshuae@martinbros.net Jocelyn Tran (203) 570-2083 j.tran@roschmann-group.com CONTRACT VALUE $163,016 Static and mobile LiDAR using Psomas’ wearable NavViz system was used to collect and compile 3D models for fabrication of precise components for construction of the building’s complicated exterior. RELEVANCE TO THIS CONTRACT f Preparation of legal descriptions and technical exhibits f Design surveys f VTTM and Tract Mapping f Boundary surveys f Construction surveys f Utility surveys 23 346 24 LAX Concourse 0 – Psomas Los Angeles, CA | Los Angeles World Airports/PGAL, Inc. The Concourse 0 Program includes the development of a new Concourse 0 as an easterly extension of Terminal 1, it will provide full-service international processing capabilities, it will provide up to 1.275 million square feet of facilities, and it will maintain curbside and passenger processing at Terminal 1. Psomas provided a scan and BIM Model of the upper and lower arrival and departure levels along the southerly face of Terminal One and the easterly face of Terminal 1, as well as the interior of said Terminal. Psomas prepared a Survey Map, topographic survey, and horizontal surveys (location and mapping). Psomas provided underground utility surveys and CCTV services of the Central Outfall Sewer and have worked with Hensel Phelps to map their utility findings. PSOMAS DATES STARTED AND COMPLETED 2021-Ongoing KEY PERSONNEL Daniel Rahe Wing Chan Nam Nguyen REFERENCE Catherine Woodworth (850) 276-3195 cwoodworth@henselphelps.com CONTRACT VALUE $195,500 Interior BIM data was precisely controlled to topographic base mapping of the project site. RELEVANCE TO THIS CONTRACT f Design surveys f Topographic surveys f Utility surveys BIM datga was delivered in Autodesk Revit for the 3D modeling; linework was reduced to standard CAD deliverables for specific design conditions. 24 347 25 Los Angeles World Airport, Survey Services – Psomas Los Angeles, CA | Los Angeles World Airports Since 1999, Psomas has been providing surveying services to Los Angeles World Airports (LAWA) through countless contracts. Psomas has utilized existing LAWA survey control to provide survey support for the various projects listed below. This support has included setting additional survey control for new design projects as well as for scanning and construction purposes. The final deliverable is typically an AutoCAD product noting the location of surface features and elevations as well as the location of underground utility lines. f Terminal 1 Modernization Program f Terminals 3 and 4 Overhead Canopy, 3D Laser Scanning & BIM f Terminal 2 Baggage Delivery System, 3D Laser Scanning & BIM f Terminal 7 & 8 Design Survey f Tom Bradley Terminal Expansion f Delta LAX Redevelopment - Terminal 2-3 SCAN-to-BIM f Security Program - In-Line Baggage Screening Systems f Terminal 1-8, T6 Central OSR, and Network Infrastructure f Central Utility Plant Design and Utility Surveys f Lease Areas for Various Terminals f Central Terminal Area Improvements f Passenger Loading Bridge Renovation Survey, Terminals 2, 3, 6, and Laydown Area #2 f Terminal 2 Construction Verification Survey f Federal Express Aircraft Apron Expansion f Federal Express Facilities Expansion f Federal Express Taxiway Improvements f Imperial Highway and Pershing Drive Street Improvements f Master Plan Update GIS f Master Plan Surveying for ConRAC site PSOMAS DATES STARTED AND COMPLETED 1999-Ongoing KEY PERSONNEL Daniel Rahe REFERENCE Michael J. Doucette (310) 529-7921 Michael.Doucette@jacobs.com CONTRACT VALUE Varies Psomas has over two decades of experience providing LAWA with traditional design surveys in addition to dozens of 3D BIM models of interior spaces and existing conditions for buildings, taxiways and infrastructure. RELEVANCE TO THIS CONTRACT f Utility survey f Design survey f GIS f Construction surveys 25 348 26 City of Laguna Niguel, La Paz Road Landslide Evaluation – Psomas Laguna Niguel, CA | City of Laguna Niguel The City retained Psomas and Ninyo & Moore to conduct engineering and The City retained Psomas and Ninyo & Moore to conduct engineering and geotechnical analyses of the existing landslide along the western slope of La Paz geotechnical analyses of the existing landslide along the western slope of La Paz Road between Rancho Niguel Road and Kings Road. The analysis assessed the Road between Rancho Niguel Road and Kings Road. The analysis assessed the cause of the recent, sudden earth movement and provided recommendations cause of the recent, sudden earth movement and provided recommendations for improvements to the slope and roadway to allow La Paz Road to be opened for improvements to the slope and roadway to allow La Paz Road to be opened as soon as possible as an interim solution, and to mitigate the underlying earth as soon as possible as an interim solution, and to mitigate the underlying earth movement and to repair the roadway long term.movement and to repair the roadway long term. Ninyo & Moore conducted subsurface evaluation, which consisted of drilling, Ninyo & Moore conducted subsurface evaluation, which consisted of drilling, logging, and sampling small- and large-diameter borings and one continuous logging, and sampling small- and large-diameter borings and one continuous core. Slope stability analyses were performed to calculate the slope stability core. Slope stability analyses were performed to calculate the slope stability factors of safety, which is the primary metric used to determine mitigation factors of safety, which is the primary metric used to determine mitigation measures to stabilize the slope. The geotechnical report included two primary measures to stabilize the slope. The geotechnical report included two primary strategies to stabilize the slope.strategies to stabilize the slope. Psomas studied multiple options for implementing the Psomas studied multiple options for implementing the geotechnical recommendations and for reconstructing geotechnical recommendations and for reconstructing La Paz Road including restoring it to its as-built La Paz Road including restoring it to its as-built condition, reducing the cross section to provide two condition, reducing the cross section to provide two lanes in the northbound direction and one lane in the lanes in the northbound direction and one lane in the southbound direction, and reducing the cross section southbound direction, and reducing the cross section to provide one lane in each direction. These options to provide one lane in each direction. These options generally require roadway improvements between generally require roadway improvements between Rancho Niguel Road and the entrance into the South Rancho Niguel Road and the entrance into the South Orange County Wastewater Authority (SOCWA). A total of Orange County Wastewater Authority (SOCWA). A total of seven alternatives were studied.seven alternatives were studied. PSOMAS DATES STARTED AND COMPLETED 2023-Ongoing KEY PERSONNEL Nam Nguyen Carrie Davis REFERENCE Kathy Nguyen (949) 362-4341 kanguyen@cityoflagunaniguel.org CONTRACT VALUE $344,508 RELEVANCE TO THIS CONTRACT f Preliminary Engineering f Alternatives Analysis f Cost estimates f Pre-Design Report 26 349 27 City of Los Angeles, Lincoln Park Pedestrian Path Lighting – Psomas Los Angeles, CA | City of Los Angeles Psomas provided the PS&E to improve the pathways at Lincoln Park to meet ADA requirements. The project included renovation of the lighting system with light emitting diode (LED) lighting for energy savings and adequate illumination, as well as to replace, resurface, repair, and widen the walking paths and parkway entrances. The scope of services included performing a photometric evaluation on more than two-thirds of the park area along existing walkways. The illumination level needed to meet a minimum of 1.0 foot candle with up to 15:1 maximum to minimum uniformity ratio. More than 70 new pedestrian-level LED light poles were added spread over four different circuits servicing 3-phase/4-wire and 1-phase/3-wire systems. Psomas actively participated in a number of Local Voluntary Neighborhood Oversight Committee (LVNOC) meetings, where lighting options were presented. Comments and concerns made during the meeting led to the implementation of tree foliage trimming as well as adding the color and texture of the historical post top lights to replace the damaged ones. Psomas extensively coordinated and collaborated with the Electrical Engineer at the Department of Park and Recreation to bringing this project to construction which was completed ahead of schedule and under budget. PSOMAS DATES STARTED AND COMPLETED 2015-2017 KEY PERSONNEL Arief Naftali Nam Nguyen REFERENCE Eric Chang (213) 847-4771 eric.chang@lacity.org CONTRACT VALUE $94,800 RELEVANCE TO THIS PROJECT f Similar lighting projects with Bureau of Engineering and Department of Recreationand Parks f Proposition K funding f Outreach and coordination with LVNOC 27 350 28 City of Los Angeles, Flat Top ALTA/NSPS Land Title Survey Project – Psomas Los Angeles, CA | City of Los Angeles The City of Los Angeles desired an ALTA/NSPS Land Title Survey. In addition, the City of Los Angeles also would like all property corners monumented as well as line of site Witness Posts set no less than every 150 feet with inter-visibility between each Witness Post. To that end, Psomas is providing ALTA/NSPS Land Title Survey over the subject site and plotted easements improvement locations. Lastly, a Record of Survey was filed and recorded with the County of Los Angeles perpetuating the method of boundary establishment and the placement of property corners and Witness Posts. PSOMAS DATES STARTED AND COMPLETED 2018-2019 KEY PERSONNEL Jeff Chess Cecilia Mokler REFERENCE William Knight (213)4 82-7180 william.knight@lacity.org CONTRACT VALUE $92,500 RELEVANCE TO THIS PROJECT f ALTA/NSPS Land Title Survey f Monumentation f Municipal Project 28 351 29 City of Los Angeles, Sports Park LED Lighting Conversion and Improvements – Psomas Los Angeles, CA | City of Los Angeles Retained by the Bureau of Engineering to work closely with the City of Los Angeles' Department of Recreation and Parks, Psomas designed and developed construction plans, estimates and specifications for the conversion of Metal Halide to LED luminaires and their appurtenant electrical improvements at four (4) sportparks in the northern area of Los Angeles region, namely: f Basketball and tennis courts at Ritchie Valens Recreation Center, Los Angeles f Tennis Courts and Basketball courts at North Hollywood Recreation Center, Los Angeles f Tennis Courts and Basketball courts at Van Nuys-Sherman Oaks Recreation Center, Los Angeles f Baseball fields at Cheviot Hills Recreation Center, Los Angeles At each of the above sportsfields, Psomas' scope of services include illumination level and photometric evaluation in adherence to City of Los Angeles' Electrical Code and guidelines, public engagement of each local neighborhood council in community meeting forums, field visits, and the development of full construction documents consisting of plans, specifications and estimates per City of Los Angeles' standards and guidelines. Documents were reviewed and ultimately approved by the Department of Recreation and Parks for implementation. The new LED luminaires deployed featured cutting-edge dimming and remote/ cloud-based lighting control and monitoring systems to facilitate future operations and maintenance by the City. PSOMAS DATES STARTED AND COMPLETED 2018-2020 KEY PERSONNEL Arief Naftali Nam Nguyen REFERENCE David Ooi (213) 202-2670 David.ooi@lacity.org CONTRACT VALUE $384,068 RELEVANCE TO THIS CONTRACT f Electrical/lighting work f Municipal-owned sportsfield facilities f City-led CEQA for categorical exemption 29 352 30 Emanate Health, Sunset Baseball Field Repurposing for Hospital Parking – Psomas West Covina, CA | Emanate Health At Queen of the Valley, the expansion and new developments owned by Emanate Health, include building a new emergency room and intensive care unit, cancer center and ambulatory surgery center. The first part in the hospital expansion plan is the creation of 350 space parking lot. All told, the effort will cost an estimated $124.8 million. Psomas provided civil & electrical engineering, planning, permitting and project management services during the first phase of the project. Psomas’ tasks included precise grading, drainage and utility design, CADD, agency processing and construction coordination. Psomas also performed photometric illumination studies and designed the new parking lot lighting. The project also included several electrical improvements including new EV charging stations, surveillance camera system and emergency call box. PSOMAS DATES STARTED AND COMPLETED 2019-Ongoing KEY PERSONNEL Arief Naftali Nam Nguyen Tom Pilarski REFERENCE Gilberto Angel (626) 858-8573 gangel@emanatehealth.org CONTRACT VALUE $545,100 Final Walkthrough RELEVANCE TO THIS CONTRACT f Parking lot improvements f EV charging station design f Landscape architecture and PV solar panels f Permitting through local agency Final Walkthrough 30 353 31 considerations for existing conditions, and assess deficiencies and the need for corrective action. Task 2 — Topographic Survey and Base Map Psomas will perform survey of the project site under the direction of a professional land surveyor or civil engineer properly registered in the State of California. This survey will consist of a field topographic survey and cross-sectional survey. The survey information will produce a Topographic Base Map at appropriate scale with all elevations tied to City/County benchmark(s). Psomas offers cutting-edge technological means in fulfilling field topographic survey data which consist of the following: Geospatial For 77 years, Psomas has maintained a reputation for being a technological leader in the survey industry, and the Psomas Mobile Mapping System and terrestrial laser scanners reflect the latest cutting-edge scanning technology of today’s scanning services. The Psomas Mobile Mapping System is a truck-mounted twin- sensor LiDAR (Light Detection and Ranging) scanning system collecting over one million points per second, while traveling at traffic speeds up to 65 miles per hour. Utilizing overlapping passes, mobile scanning can provide fast, high-resolution, 3D data collection for the “design-level” mapping of tunnels, roadways, railways, waterways, and utility corridors. Once the raw scan data is collected, specialized software incorporates the independent “point clouds” into a single registered geo-referenced “point cloud.” Finally, standard CADD drawings and other client-specific deliverables can be “extracted” from this coordinated cloud of survey point data. When coupled with appropriate project planning and the right expertise, mobile and terrestrial scanning improves job safety, while still providing accurate, productive, and cost- effective survey deliverables. Approach to Work Program The Psomas team proposes to respond to each task from the City with clear steps and flow of communication protocol. It is understood that projects can include the following stages and workflow: 1. Preliminary engineering work, which usually culminates in a Preliminary Design, Technical Memorandum, Study or Report with Preliminary Construction Cost Estimates 2. Final engineering work, which will result in a complete Plans, Specifications, and Estimates package 3. Bidding and Construction Phase services, where Psomas can assist the City as requested during construction of proposed improvement projects. At the beginning of each project, the Psomas Team will initiate a project meeting with the City, review the proposed scope of work, and integrate the requirements and objectives of the identified project. The kick-off meeting will include Psomas team members, City staff, and other affected parties and agencies, and will provide the forum to identify clear lines of communication and review the final scope, schedule, milestones and other pertinent project details. The kick-off meeting is often followed by a field visit to the project site to review existing conditions and determine all of the issues that may be affected by the proposed improvements. Task 1 — Research and Data Collection In addition to the field review, any preliminary plans, studies, and reports that may exist regarding the project or project area will be researched and obtained from the City, County and pertinent local utility providers. Available site infrastructure will be collected. Such data may include right-of- way maps, as-built plans, preliminary planning or studies, hydrology/hydraulic calculations in the case of drainage improvements, utility plans, and other data. Additionally, Psomas will review relevant design PROJECT MANAGEMENT PLAN 31 354 32 The Psomas 3D Static Laser Scanning system is a non-intrusive method of rapidly collecting detailed and accurate as-built data. Based on cutting-edge technology, 3D Laser Scanning uses a narrow laser beam to sweep across an object, so that hundreds of thousands of closely spaced measurements can be taken in a matter of minutes. When these scanned measurements are displayed on a computer screen, a dense representation, or “point cloud,” of the target results can then be viewed and navigated much like a 3D model. This method of data collection offers a broad variety of additional benefits including: site detail that exceeds the level that can be attained by conventional survey methods; optimal data collection for bridges and overhead utilities; integration with high-resolution photography for a thorough and complete data set,; ability to work in daylight or at night; indoors or outdoors; non-interference with ongoing operations or construction activities; and increased safety for survey field crews, other contractors, and the public. Subsurface Utility Engineering Excavation is a dangerous component of many construction projects, leading to an increased risk of injuries taking place on the job site if ignored. Thus, utility detection is crucial to ensure the success of the job without facing injury risks. The Psomas Team has over 35 years of experience providing underground utility detection services including standard utility detection, underground pipe locating, assessment and inspection, concrete scanning and survey grade mapping services. Our utility detection team uses the most innovative tracing equipment to locate underground utility lines and markup the areas prior to or in lieu of excavation. We offer multiple reporting options, from marks on the ground to an AutoCAD drawing that details all underground utilities to suit our clients’ needs. Task 3 — Geotechnical Investigation Working with the City-assigned geotechnical subconsultant. Psomas will perform soil testing which may include bearing, trench/backfill constraints, groundwater presence, and other types of testing to gather information and characterize subsurface soil for purposes of trench excavations, bedding, backfill materials, and slopes and embankment construction. Task 4 — Environmental (Planning, Documentation, and Clearances) With the support of our in-house Environmental Services Team, Psomas will prepare pertinent environmental documentation to meet the requirements of CEQA and NEPA for federally funded projects. The team will submit environmental findings to Caltrans’ Environmental section, subject to the approval of City Council. Technical studies to the project will be prepared. For qualified projects, Psomas staff typically provides a project description and graphic, as well as fills out the City’s Environmental/Project Information Form and a Notice of Exemption for City staff to process. Public meetings and workshops may be part of the environmental process and documentation. Task 5 — Utility Notification, Research, and Mapping Psomas will perform a detailed utility investigation of the project site. This will include a request through Dig Alert and an investigation of available records for data needed to avoid design conflicts. Available plans from the City’s Public Works Department will also be obtained. Notices will be sent out to utility companies known to be present within the project limits requesting utility locations, atlas maps and plans. A project log of all utilities will be generated showing the status of each information request. The log will be updated during the life of the project. Psomas’ full-service Subsurface Utility Engineering (SUE) team will pothole and locate utilities that are deemed to be critical and may be impacted by the proposed underground construction. Considering the gravity nature of either a storm drain or sewer pipeline, the importance of utility conflict detection and resolution cannot be overstated. Upon completion and approval of Preliminary Engineering work (prior to Draft submittal), a second utility notice with preliminary plans will be sent, requesting verification of facilities and required coordination of anticipated relocation or protection of existing facilities. Final improvement plans will be transmitted to all utility companies whose facilities are within the project site, informing them of the anticipated bidding period, anticipated construction schedule, and proposed timeframe of any relocation required of them. 32 355 33 Task 6 — Preliminary Engineering Street Rehabilitation and Reconstruction Projects Preliminary engineering would often involve the vetting of rehabilitation alternatives based on desired pavement design life, which is typically 20 years. Recommended pavement sections are a function of traffic loading, existing pavement and subgrade conditions, and available budget. It is fitting for preliminary cost estimates to be included to determine whether or not a mitigation measure fulfills what the City would like to accomplish, while balancing it with other improvement needs such as curb/gutter, sidewalk replacements, curb ramp reconstruction, and potential safety improvements considered. Projects Involving Parking Lots Or Like Off-Street Facilities Parks or active transportation facilities, accessibility, safety and connectivities are paramount considerations. Often, preliminary engineering consists of alternative alignments, layouts that are designed to optimize and encourage usage of the facilities once constructed. Proximity of crossings, access roads and safety/security are weighed at this stage where enhancements, which could include security lighting, high visibility crosswalks, and sight distance corrections by way of parking restrictions, are proposed. A few practical considerations in a parking lot/ADA-related design apply, as shown below: f Locate ADA stalls with the shortest path of travel to facility/building. f Review the number of stalls required per City of Hermosa Beach’s Municipal Code. f Consider ratio of ADA stalls to the number of total parking spaces per ADA Table 208.2. For instance, a 1-to-6 ratio of required ADA van stalls to regular ADA stalls is typically required. f Running slopes generally need to be flatter than <5% and no more than 2% cross-slope, which is required for ADA compatibility. Projects Involving Electrical and Lighting Whether it’s for a roadway corridor, trail and/or parking lot, illumination level/photometric analysis plays a critical role as an initial stage of design of any electrical/lighting work. Such analysis, done in adherence to the latest Illumination Engineering of North America (IESNA) Standard or the AASHTO’s guide for roadway lighting determines the amount and spacing of lights that are required. Equally important are evaluation of the following in preparation of final design: f Lighting control (time dial, photocell, energy- conserving dimming requirements) f Electrical panel/switchboard requirements; amperage capacities, and service voltage, circuit breakers, and grounding. f Voltage drop analysis which dictates the size of wires, and in turn conduits to be used f Emergency power transfer switch, if applicable. f Electrical and control requirements for other outdoor electrical “appliances” such as entry/ exit gate, payment kiosks, CCTV monitoring systems, cell-phone tower/pole, emergency call box, and EV charging stations. Concerns over vandalism or accidental damage sometimes requires special protective measures such as vandal-resistant pull box and/or conspicuous bollards to be installed. Projects Involving Structures Psomas provides structural design services to cities and counties throughout California. Our structural designers have successfully and economically delivered a wide-range of projects matching the needs of the City, such as: f Vehicular, pedestrian, and utility bridges f Flood walls using US Army Corps of Engineers and local criteria f Concrete, CMU, and pile-supported retaining walls f Utility supports on existing bridges f Pipe stress calculations for reduced cover f Special box culvert designs f Peer review of consultant designs The team also provides condition evaluation of existing structures, bridge asset management, maintenance plans, technical specifications preparation, and cost estimating. 33 356 34 Psomas is familiar with the US Army Corps of Engineers criteria well, having successfully obtained three USACE 408 permits in the last five years. Our engineers have over 50 years of combined experience on Caltrans structures, including new bridges, retrofits, and widenings for roadway, railroad, and water crossings. For all structure types, the same principles apply: understand the client’s needs, know the review agency’s criteria, determine economical solutions, and provide on- schedule deliverables. Projects Involving Sewer In the case of sewer rehabilitation projects, Psomas’ NASSCO- certified PACP and MACP engineers will review videos of the sewers and manholes to determine the appropriate means of rehabilitation, including lining, spot repairs, or replacement. Capacity calculations will be prepared to verify any lining will not compromise the design capacity of pipeline segments. The recommendations will be documented in a Preliminary Design Report for review and approval by City staff. For sewer capacity studies, downstream pipeline(s) would be flow monitored to determine existing flow, or if a calibrated hydraulic model exists that model would be utilized. Additional flow from the proposed development project would be estimated and loaded to the model at the appropriate manhole. The model would provide results of average and peak flow in the downstream system along with the depth-to-Diameter ratios and those would be analyzed to determine if downstream capacity constraints are triggered. If the City does not have an existing hydraulic model, as-builts for the downstream facilities would be collected and a model would be constructed, and flow monitoring data would be utilized to calibrate the model and the above analysis would be conducted. Results would be documented in a Sewer Study Technical Memorandum and presented to City staff for review and comment. For infrastructure capital improvement projects, solutiions will be offered to renew aging infrastructure while minimizing impacts to residents and the environment. Storm Drain/Drainage Projects Psomas recommends preparation of a Preliminary Drainage Study (PDS) where consensus on key design elements is typically reached. The PDS typically consists of geometric approval drawings, a review of utility constraints and possible relocations, alternative pipe materials/construction methods (pre-cast versus cast-in-place), and costs for various alternatives. In relation to water quality, the City of Hermosa Beach is required to comply with the prevailing Municipal NPDES Storm Water Permit, which is part of the Santa Ana Regional Board. Preliminary and Final Water Quality Management Plan (WQMP) and SWPPP requirements per said permit will be followed. Task 7 — Construction Document Preparation Phase Final design will commence upon approval of Preliminary Engineering by the City. Changes or additions required as a result of the preliminary design review will be incorporated into the final design as deemed necessary. Final calculations and studies will also be performed and completed, and ‘preferred’ alternative alignments, structures, materials will be developed. As part of the Construction Document PS&E package, final construction plans and details will be prepared which will show all of the proposed improvements to successfully complete projects. The plans will be concise and constructible showing the disposition of all existing facilities within the project area and limits of all proposed improvements so the project can be bid and constructed with a minimal number of questions/ requests for information. Base plans of the project site will be prepared at the appropriate scale and final plans can be provided to the City digitally. Base plans will display existing topographic features and accumulated data, including pipe stationing, rights- of-way, surface features, pertinent street or other reference alignment stationing, and existing utilities. Based on the approved Preliminary Engineering, utility research, base mapping, and topographic survey prepared during the preliminary engineering phase, Psomas will prepare plans, profiles and details for a proposed improvement project and any utility line relocations. PS&E packages will be prepared for submittal to the City at Draft, Final Draft, and Final (100%) completion levels. 34 357 35 Depending on project improvements at hand, the PS&E package may include the following: f Title Sheet including Index Map f Typical Section and/or Details f Street Plans and Profiles f Grading and Drainage Plans (for parking lot/ADA projects) f Signal/Striping and Geometric Plans f Details Sheets (including curb ramp details) f Construction Staging and Traffic Control Plans f Water Quality Management Plan, as applicable f Storm Water Pollution Prevention Plan, as applicable At Psomas, we pride ourselves on producing biddable, constructible plans for our clients. We have 75 years of experience in producing plan sets that include every detail needed to do just that. Special Provisions Psomas will also prepare special provisions to be incorporated into the boilerplate project specifications provided by the City, which are assumed to provide the notice inviting bids, instructions to bidders, bidder’s information, agreement, bond and insurance forms, general conditions, and other applicable information. Final specifications, including special provisions and references to supplement the Standard Specifications for Public Works Construction (Green Book) and/or the Caltrans Standard Specifications, will be prepared and will include Federal provisions, as required. Technical specifications may include dewatering requirements. Standard specifications including those of Los Angeles County’s Gray Book and others will be included, as needed. Standard plans, special permitting requirements, potholing and geotechnical reports, and a sample contract, will be provided in the Appendix. A final construction quantity estimate and bid schedule will be incorporated into the contract documents and an Estimate of Probable Construction Costs will be submitted. The final design package will then be submitted to the City and appropriate agencies for review and approval. Calculation Backups As required, Psomas will submit calculation backups pertinent to a PS&E submittal that may include hydrology, drainage, curb return, profile and sight distance calculations. Opinion on Probable Cost (Engineer’s Estimates) Psomas will furnish an accompanying Opinion on Probable Cost (also known as an Engineer’s Estimate) for bidding and construction. Appropriate labor and material unit costs, recent bids and available databases such as Caltrans’ Construction Cost Data will be used. It is important the estimate resembles how bid items are to be organized to facilitate construction bidding and tabulation and final bid analysis for award. Task 8 — Project Meetings and Coordination Depending on the size and complexity of the project, Psomas strives to meet with project stakeholders on a regular basis to provide project status reports, updated schedules, and a list of outstanding issues and coordination required. The project status reports will identify the status of tasks, possible issues, and proposed solutions. Task 9 — Bidding and Construction Phase Services Assistance will be provided to City staff during construction bidding, including review and recommendation for approval of addenda and clarification to the plans and specifications. Our proposed Project Manager will typically attend the pre-bid meetings, respond to RFIs and addenda, and assist in bid evaluation. Psomas can also attend pre-construction meetings with the construction contractor and will be available to answer any questions that may arise. Our project team will review shop drawings and material submittals and make comments and recommendations as required. Informal field investigations, including the marking of removal areas, will be performed. Our project team will be available on short notice for on-site reviews of construction. Based upon red-lined as-builts furnished by the City/Contractor, Psomas will revise the original construction drawings to reflect “Record Drawing” conditions and furnish final drawings in the format requested by the City. 35 358 36 Quality Control/Quality Assurance Quality Control refers to quality related activities associated with the creation of the project deliverables. Quality control is used to verify that deliverables are of acceptable quality and that they are complete and correct. The Psomas Quality Control activities include deliverable peer reviews and the plan check process. The Quality Assurance Program verifies procedures are developed and adhered to in such a way that the deliverables meet industry standards and are in-line with the goals and objectives of the County. The process is meant to produce deliverables that meet the standard of care the first time with minimal rework and change orders. Psomas is committed to the quality of all deliverables and contract documents our team produces through the County’s on-call contract. In fact, Psomas has a well-established “Culture of Quality” program which resulted in the hiring of a Director of Quality. For all services we consider a wide range of topics that affect quality. These include in part the training of staff, project setup, project accounting, production and product delivery, and post-delivery feedback. In the topic of production and product delivery, a key action item is to identify a senior, independent Quality Control Lead. The QA/QC process incorporates several intermediate checks by the QA/QC Manager, Jeff Chess, as well as independent checks by the individuals assigned to the project. The County of San Bernardino is involved in project reviews at these intermediate steps, so the County’s needs are always considered in the process. Psomas is committed to providing the best services available and follows the procedures outlined in Psomas’ Project Management Manual as well as Psomas’ QA/QC Program. When field personnel and/or site activities are involved, Jeff Messinger, our Safety Advisor will play a role in providing guidelines and protocols so that safety is observe and kept as a priority in our business conduct. Finally, during the post-completion quality evaluation stage, we solicit verbal and written feedback from the County and subconsultants to assess our overall performance and identify improvement opportunities. All of these elements contribute to the success of our review process. For design projects, each QA/QC effort will be documented by annotating the drawing and specification in the appropriate places. Significant findings will be documented using the Psomas QA/QC Review Form. Completed review forms, including responses, will be submitted to the QA/QC Manager and routed to the project file. It is anticipated the Psomas QA/QC Manager and the County’s Project Manager will audit the files to verify the review is performed. Qualified Staff Project Work Plan Assignments of Tasks Adherence to Standards Tracking and Documentation MONITORING/REVIEWTRAINING ORIENTATION36 359 37 RFQ 23-001 City of Hermosa Beach Page 30 of 36 6.2 Required Forms 6.2.1 Certification of Qualifications RFQ #: _________ The undersigned hereby submits its statement of qualifications and agrees to be bound by the terms and conditions of this Request for Qualifications (RFQ). 1.Proposer declares and warrants that no elected or appointed official,officer or employee of the City has been or shall be compensated,directly or indirectly,in connection with this statement of qualifications or any work connected with this statement of qualifications. Should any agreement be approved in connection with this Request for Qualifications, Proposer declares and warrants that no elected or appointed official,officer or employee of the City,during the term of his/her service with the City shall have any direct interest in that agreement,or obtain any present,anticipated or future material benefit arising therefrom. 2.By submitting the response to this request,Proposer agrees,if selected to furnish services to the City in accordance with this RFQ. 3.Proposer has carefully reviewed its statement of qualifications and understands and agrees that the City is not responsible for any errors or omissions on the part of the Proposer and that the Proposer is responsible for them. 4.It is understood and agreed that the City reserves the right to accept or reject any or all statement of qualifications and to waive any informality or irregularity in any statement of qualifications received by the City. 5.The statement of qualifications response includes all of the commentary,figures and data required by the Request for Qualifications. 6.The statement of qualifications shall be valid for 90 days from the date of submittal. 7.Proposer acknowledges that the City may issue addendums related to this RFQ and that the proposer has reviewed the following addendums which have been issued: Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ 8.Proposer further acknowledges the provisions of any addendums issued have been incorporated into their statement of qualifications. 1 - 1/10/203 23-001 2: Q&A Set 1 Released via Addendum 2 01/23/2023 8:41 AM (PST) – 3 questions REQUIRED FORMS 37 360 38 RFQ 23-001 City of Hermosa Beach Page 31 of 36 Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________Arief Naftali/Vice President 38 361 39 RFQ 23-001 City of Hermosa Beach Page 32 of 36 6.2.2 Non-Collusion Affidavit RFQ #: _________ The undersigned declares states and certifies that: 1.This statement of qualifications is not made in the interest of or on behalf of any undisclosed person,partnership,company,association,organization or corporation. 2.This statement of qualifications is genuine and not collusive or sham. 3. I have not directly or indirectly induced or solicited any other Proposer to put in a false or sham statement of qualifications and I have not directly or indirectly colluded,conspired,connived,or agreed with any other Proposer or anyone else to put in a sham statement of qualifications or to refrain from submitting to this RFQ. 4. I have not in any manner,directly or indirectly,sought by agreement, communication,or conference with anyone to fix the rate schedule price or to fix any overhead,profit or cost element of the rate schedule price or to secure any advantage against the City of Hermosa Beach or of anyone interested in the proposed contract. 5.All statements contained in the statement of qualifications and related documents are true. 6. I have not directly or indirectly submitted the rate schedule price or any breakdown thereof,or the contents thereof,or divulged information or data relative thereto,or paid,and will not pay,any fee to any person,corporation, partnership,company,association,organization,RFQ depository,or to any member or agent thereof,to effectuate a collusive or sham statement of qualifications. 7. I have not entered into any arrangement or agreement with any City of Hermosa Beach public officer in connection with this statement of qualifications . 8. I understand collusive bidding is a violation of State and Federal law and can result in fines,prison sentences,and civil damage awards. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: 23-001 Arief Naftali/Vice President 39 362 40 RFQ 23-001 City of Hermosa Beach Page 34 of 36 6.2.3 Compliance with Insurance Requirements RFQ #: _________ The selected consultant will be expected to comply with the City s insurance requirements contained within this RFQ. The undersigned declares states and certifies that: 1.Proposer agrees,acknowledges and is fully aware of the insurance requirements as specified in the Request for Qualifications. 2.If selected,proposer agrees to accept all conditions and requirements as contained therein. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-001 Arief Naftali/Vice President 40 363 41 RFQ 23-001 City of Hermosa Beach Page 35 of 36 6.2.4 Acknowledgement of Professional Services Agreement RFQ #: _________ The selected consultant will be expected to comply with and sign the City s Professional Services Agreement.Proposers should identify and/or indicate any exceptions to the Sample Professional Services Agreement included in Section 6.2. The City Attorney or their designee retains the discretion to accept or reject proposed exceptions or modifications to the City s Professional Services Agreement. 1.Proposer agrees,acknowledges and is fully aware of the conditions specified in the City’s Sample Professional Services Agreement. 2.Proposer agrees to accept all conditions and requirements as contained therein with exceptions noted as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ________________________________________________ Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-001 Arief Naftali/Vice President See attached. 41 364 42 Contract Exceptions Psomas has reviewed and is ready to execute the City’s standard on-call services agreement, except for the following suggested changes which we are respectfully requesting and are willing to negotiate upon award of contract: Insurance Requirements B. Endorsements 1. “The CITY, its elected or appointed officers, officials, employees, agents, and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONSULTANT, including materials, parts, or equipment furnished in connection with such work or operations.” This endorsement does not apply to Consultant’s professional liability policy. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the CITY, ten (10) days for nonpayment of premium. Consultant shall provide CITY with at least thirty (30) days advance written notice before any policy is suspended, voided or reduced in coverage or in limits. 42 365 43 6.2.5 COVID Vaccination Certification February 1, 2023 Suja Lowenthal, City Manager City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 RE: Mandatory COVID-19 Vaccination for City of Hermosa Beach Consultants Dear Ms. Lowenthal: Per this letter, Psomas certifies that all of its officers, agents, employees, subcontractors, representatives and volunteers servicing the City of Hermosa Beach on-site within the City pursuant to the On-Call Civil Engineering Services RFQ #23 -001 ( dated 01/05/2023), are or will be fully vaccinated or covered by an approved medical or religious exemption prior to the implementation of the scope of work located within the above referenced agreement. Respectfully, Arief Naftali Vice President 43 366 44 RATE SCHEDULE The Rate Schedule was submitted through the PlanetBids Portal as a separate file. 44 367 45 APPENDIX - RESUMES AND LICENSES/CERTIFICATIONS REGISTRATION 2016/Electrical Engineer/ CA #21570 2005Traffic Engineer/ CA #2296 2003/Professional Engineer/ Civil/CA #64286 Road Safety Professional Level 1 EDUCATION 2004/MS/Civil Engineering (Transportation Engineering)/California State University, Long Beach 2001/MA/Organizational Management/Azusa Pacific University 1999/BS/Civil Engineering/ California State Polytechnic University, Pomona Certification Envision Sustainability Professional/Institute for Sustainable Infrastructure PROFESSIONAL AFFILIATIONS f American Public Works Association f Institute of Transportation Engineers EXPERIENCE With Psomas for 10 years; with other firms for 13 years Arief Naftali, PE, TE, EE, RSP1, ENV SP Contract Manager/Project Manager Arief Naftali is a licensed civil, traffic, and electrical, engineer in California with 23 years of hands-on professional experience in the design and management of various road, traffic, civil, site, highway, and engineering projects serving multiple local and regional agencies in Southern California, including Caltrans. Arief is adept in roadway infrastructure, site development, active transportation, traffic engineering, outdoor electrical, and transportation planning projects, delivering improvement needs to local and regional communities alike. Arief’s project portfolio encompasses a full range of projects starting from planning and design, through construction. Experience University of California, Irvine, Anteater Parking Structure Pedestrian Improvements – Irvine, CA: Project manager led a multi-discipline team to design pedestrian pathway improvements, surface parking lot and drive aisle reconfigurations, site lighting and landscaping for this project on the UCI campus. The project includes the design of an accessible path of travel that connects the north side of the Anteater Parking Structure (APS) to an existing pedestrian path leading to campus. The scope of work involves the design of new stairs and a switchback ramp on the north side of the 1st level of APS. This further includes demolition and renewal of concrete sidewalks and curb ramps, asphalt pavement, landscaping and pavement markings. An illumination level evaluation within the parking lot in front of the parking structure was performed to assess the lighting levels in the project area and design additional site lighting as needed. Water Main Replacement - CIP 014, Category 1 and 2 – El Monte, CA: Project Manager to prepare PS&E, surveying, environmental and permitting, community outreach, and construction support services for the replacement of approximately 12,800 LF of 4- and 6-inch water mains with 8- and 12-inch mains in two areas of the City's distribution system due to their age and to improve fire flow and reliability. Because this was the first phase of a major water main replacement project, the scope also included updating the City's hydraulic model and running various scenarios to determine if the City should standardize on 6- and 10-inch or 8- and 12-inch pipelines for replacement of their aging, smaller diameter mains. This will eliminate the need to stock various different pipe sizes, fittings, valves, and appurtenances. City of Laguna Beach, Catalina Street Permanent Roundabout – Laguna Beach, CA: Project Manager for the development of a set of construction documents for converting an existing, temporary, single-lane roundabout at the junction of Catalina Street, Los Robles, and El Camino Del Mar to a permanent, single-lane roundabout with a center, landscaped island. Improvements include curb extensions, curb ramps, signage, striping, pavement markings, crosswalks at all five approaches, landscaping, and lighting 45 368 46 in parkway areas and at the center of the island. Arief is responsible for the project management and day-to-day design of the project. Also in charge of subconsultant management with a local landscape architect. Crenshaw Boulevard Rehabilitation (182nd Street to Redondo Beach Boulevard) – City of Torrance, CA: Project Manager for rehabilitation of Crenshaw Boulevard a multi-lane roadway with center turn lanes and parking lanes. The pavement within the project limits is deteriorated and required rehabilitation by cost-effective and strategic method(s), which included a combination of one or more of the following: localized repairs (“dig outs”), grind/overlay, and reconstruction. Other improvements consisted of: replacement of displaced curbs, gutters, and sidewalk; signing and striping, landscape improvements, and traffic signal modifications. Within the project limits there are two (2) signalized intersections that where upgraded. City of Los Angeles, Complete Streets Program – Los Angeles, CA: Traffic Engineer in support of HNTB for the PS&E preparation of the City’s Complete Street Program intended to implement Vision Zero and green infrastructure elements and rehabilitate of 22 miles of roadway. Surveying services included developing a design survey base map that notes the centerline and resultant street rights-of-way of the various streets established from found monumentation. Colima Road Rehabilitation – City of Whittier, CA: Traffic Engineer for reconstruction of Colima Road between Mar Vista Street and Lambert Street, a distance of 1.5 miles. Provided civil and traffic engineering design services that included development of roadway plans, curb ramp reconstruction details, signing- striping plans, temporary traffic control plans and encroachment permit with Caltrans District 7. Preparation of Engineer’s Estimate and Special Provision and support was provided during construction. Sports Park LED Lighting Conversion and Improvements – Los Angeles, CA: Project Manager working closely with the City of Los Angeles' Department of Recreation and Parks. Psomas designed and developed construction plans, estimates and specifications for the conversion of Metal Halide to LED luminaires and their appurtenant electrical improvements at four (4) sportparks in the northern area of Los Angeles region. Lincoln Park Pedestrian Path Lighting – Los Angeles, CA: Traffic Engineer provided the PS&E to improve the pathways at Lincoln Park to meet ADA requirements. The project included renovation of the lighting system with light emitting diode (LED) lighting for energy savings and adequate illumination, as well as to replace, resurface, repair, and widen the walking paths and parkway entrances. The scope of services included performing a photometric evaluation on more than two-thirds of the park area along existing walkways. The illumination level needed to meet a minimum of 1.0 foot candle with up to 15:1 maximum to minimum uniformity ratio. More than 70 new pedestrian-level LED light poles were added spread over four different circuits servicing 3-phase/4-wire and 1-phase/3-wire systems. Sunset Baseball Field Repurposing for Hospital – Los Angeles, CA: Project Manager at Queen of the Valley, the expansion and new developments owned by Emanate Health, include building a new emergency room and intensive care unit, cancer center and ambulatory surgery center. The first part in the hospital expansion plan is the creation of 350 space parking lot. All told, the effort will cost an estimated $124.8 million. 46 369 47 EDUCATION 1997/BArch/Architecture/ California State Polytechnic University, Pomona CERTIFICATIONS Certified Construction Manager/Construction Management Association of America Envision Sustainability Professional/Institute for Sustainable Infrastructure Designated Design-Build Professional/Design-Build Institute of America PROFESSIONAL AFFILIATIONS f American Public Works Association, Southern California Chapter f Construction Management Association of America, Southern California Chapter f Design-Build Institute of America EXPERIENCE With Psomas for 17 years; with other firms for 7 years Reuben Tolentino, CCM, DBIA, ENV SP Principal-in-Charge Reuben Tolentino has 24 years of experience in providing construction management and inspection services. His experience includes management of staff and consultants, project management, construction management and inspection, constructability review, value engineering, construction documents and specifications, claim dispute resolution, contract administration, community outreach, bidding assistance, project controls, and scheduling review for both the public and private sectors. Experience On-Call Project and Construction Management Services – Hermosa Beach, CA: Project Manager for various state and federally funded capital improvement projects for the City of Hermosa Beach. Services included consultant selection and management, complete project management from planning through construction phase services, bond and grant management, bid and award services, construction management and inspection, and project close-out. Capital improvement projects included Pier Renovation Phase III, Aviation Street Tree Project, Pier Clock Barrier, Pier Concrete Deck Treatment, Manhattan Avenue Street Improvements, Pier Avenue and North Parking Structure Restriping, Beach Restroom Rehabilitation, Community Center, Various Street Improvements, and Police Department HVAC Upgrades. On-Call Construction Management and Project Management – Long Beach, CA: Program Manager overseeing project/construction management, and inspection of various CIP Projects citywide including projects with various roadway and facilities improvements. Tenant improvements include structural repairs; bathroom remodeling; community room upgrades, circulation counters, carpet, paint, electrical and mechanical upgrades, demolition, asbestos and lead abatement, sustainability upgrades, landscape and irrigation, parking lot and ADA upgrades, and playground rehabilitation projects. On-Call Project Management and Construction Management Services – Huntington Beach, CA: Project Manager providing the City and its various departments with program, project and construction management services. Since the start of this contract in 2013, Psomas has provided services for Labor Compliance Services for Adams Avenue and Atlanta Avenue Street Rehabilitation Projects, and Labor Compliance Services for Edinger Avenue and Warner Avenue Street Rehabilitation Projects. On-Call Project and Program Management Services – Orange County, CA: Project Manager for estimating and scheduling support, cost control, document control, and management of information to ensure timely and cost-effective capital and/or maintenance-repair projects. Project management tasks included support services, building repairs or building physical makeup that meet aesthetic, functional, structural, and safety factors for the construction or repair of any type of building component, or any aspect of a building or structure; and ensuring that these items meet applicable codes and standards. 47 370 48 Jeff Chess, PE, QSD, ENV SP QA/QC Manager Jeff Chess has over 29 years of design and management experience covering civil, structural, environmental, and architectural engineering. He has managed on-call services for numerous public clients, including municipalities leading design efforts involving critical public outreach support. He has overseen, prepared, and managed civil engineering design and studies involving stormwater, wastewater, roadway, and site civil for numerous public and institutional projects and programs. Jeff has extensive experience in dealing with land development's environmental aspects, encompassing hazardous waste mitigation, BMP implementation, and environmental report contribution. He also has ample experience in permitting and approvals with most Southern California cities and counties and many state and local agencies. Also, Jeff leads our Engineering Group's Quality Initiative. Responsibilities include chairing our Culture of Quality Committee, responsible for developing and implementing quality enhancement policies and procedures for Psomas' Engineering Group company-wide. Experience Los Angeles Community College District, Measure J Utility Master Plan – Los Angeles, CA: Project Manager provided professional services for the utility and infrastructure master plan in support of the Proposition A/AA and Measure J development programs and followed on with complete design of campus-wide utility systems, parking lots, and roadways. Civil engineering services included campuswide utility infrastructure analysis for the domestic/ fire water system, storm drain/stormwater management system, and sanitary sewer system. Campuses included: Los Angeles Mission College, Los Angeles Pierce College, and Los Angeles Valley College. Los Angeles Community College District (LACCD), Proposition A/AA and Measure J Bond Program, Los Angeles, CA – Los Angeles, CA: Project Manager since 2002 for all Psomas projects for this $5.7 billion Bond Program for the upgrade, restoration, and improvement projects at eight of nine LACCD campuses. All projects incorporate sustainable design elements consistent with LEED guidelines. Most projects involved leading multidiscipline teams including architecture, structural, electrical, mechanical, traffic, landscape architecture, and cost estimating/control consultants. To date, projects have been completed with a construction value of over $500 million. Terminal Cores at LAX – Los Angeles, CA: Principal-in-Charge for the design of airport terminal renovation, demolition, and new construction of 165,000 SF of work at Tom Bradley International Terminal, T5.5, and T7. The Terminal Cores project is a vital component of the APM project and critical for LAWA's LAMP program. Civil engineering services included the relocation of site utilities, precise grading, stormwater treatment, proposed wet utilities, apron paving, and ADA path of travel coordination. REGISTRATION 2001/CA/Professional Engineer/Civil/61632 EDUCATION 1993/BS/Civil Engineering/ University of Southern California CERTIFICATIONS Envision Sustainability Professional/Institute for Sustainable Infrastructure Qualified SWPPP Developer/Stormwater Multiple Application and Report Tracking System/ C61632 PROFESSIONAL AFFILIATIONS American Society of Civil Engineers, Los Angeles Section Construction Management Association of America, Southern California Chapter University of Southern California, Architectural Guild Asian American Architects/ Engineers Association University of Southern California EXPERIENCE With Psomas for 20 years; with other firms for 9 years 48 371 49 Jeff Chess, PE, QSD, ENV SP (Continued) City of Beverly Hills, Beverly Hills Gateways – Beverly Hills, CA: Principal- in-Charge was responsible for a study and development of project plans and specifications for three City gateways at the following intersections: Olympic Boulevard at South Spalding Drive; Wilshire Boulevard at San Vicente Boulevard; and Santa Monica Boulevard at Doheny Drive. The design team collaborated with the landscape architect and traffic engineer to locate project improvements including new monument signs, improved pedestrian pathways and minor street improvements. The design scope of work included grading, accessible path of travel, and coordination of new irrigation water service. The project required design approvals from the City of Beverly Hills, the City of West Hollywood, and the City of Los Angeles. City of Long Beach, Downtown Transit-Oriented Development Pedestrian Master Plan – Long Beach, CA: Principal-in-Charge for the Pedestrian Master Plan that provided policies, guidelines, and standards to ensure that all capital projects incorporated best practices for pedestrians and to identify catalytic infrastructure projects. Psomas evaluated the potential Master Plan rough order magnitude (ROM) costs based on the Final Draft Pedestrian Master Plan prepared by the architect, and prepared technical narrative and sketches to document project phasing recommendations and delivered to the architect. Mt. San Antonio College, Parking Structure Planning Study – Walnut, CA: Project Manager provided civil engineering design services to prepare a comprehensive planning study to identify opportunities and constraints for construction of a parking structure. Psomas’ scope of work included data collection and validation, project concept development, and a final concept including construction cost analysis. Also provided technical input relative to sustainability opportunities. Los Angeles Pierce College, Utility Master Plan Update – Woodland Hills, CA: Project Manager for providing professional services to update the campus wide Utility Master plan which considered several new projects not included in the previous plan. The scope of services included a utility capacity study with recommendations for utility construction documents. The utility systems included storm drain, sanitary sewer, domestic water, fire/water, and irrigation systems. City of Beverly Hills, Crescent Drive Right-of-Way Bollards and Street Closure – Beverly Hills, CA: Project Manager provided pre-design, design, and construction support services for construction of a manually operated counterweighted bollard system in Crescent Drive to provide for temporary event street closure between North Santa Monica Boulevard (NSMB) and Little Santa Monica Boulevard. Psomas studied access, subsurface impacts, aesthetics, costs, and appropriateness of each system for the application. Psomas prepared PS&E identifying the location of the bollard system, modifications to impacted utility systems, and surface restoration. City of Beverly Hills, Rexford Drive Intersection Improvements – Beverly Hills, CA: Project Manager responsible for the pre-design, design, and construction support services for reconfiguring the stop controlled intersection of Rexford Drive and the Beverly Hills City Hall parking garage entrance. The project design included eliminating the existing turnaround entrance and creating a "T" configuration intersection, and demonstrated feasibility, constraints, and magnitude of construction cost of the improvement. 49 372 50 Daniel Rahe, PLS Lead Surveyor Daniel Rahe has 22 years of professional land surveying experience on projects ranging in size from parking garages to large master-planned communities. In his current role as Senior Project Surveyor, Dan is responsible for survey project management, agency and field survey coordination, proposal writing and estimating, as well as preparing tentative, final, and parcel maps. Experience City of Los Angeles, Complete Streets Program – Los Angeles, CA: Project Manager in support of the prime contractor for the PS&E preparation of the City’s Complete Street Program intended to implement Vision Zero and green infrastructure elements and rehabilitate of 22 miles of roadway. Meticulous planning and management were needed to coordinate with multiple design teams, disciplines, and City departments to achieve the City’s goals, objectives, and aggressive schedule. Surveying services include developing a Design Survey Base Map that notes the centerline and resultant street rights of way of the various streets established from found monumentation. Mapping included the location of all surface visible improvements, including utilities, driveways, curbs, flowlines, and ramps over 22 miles of roadway. The street centerlines of 22 miles of roadway were established by field survey and right-of-way was based on Los Angeles County Assessor’s Maps and/or underlying maps of record. City of Inglewood, Crenshaw Boulevard Improvements – Los Angeles, CA: Survey Project Manager for the design and engineering services to prepare the Plans, Specifications & Estimates (PS&E) for the Crenshaw Boulevard Improvement Project. Crenshaw Boulevard is a major north-south arterial in the City of Inglewood. The south end is bordered by the 1-105 freeway while the north end terminates at west 79th Street. Improvements include resurfacing and repair of the asphalt concrete roadway surface; replacement of sidewalk; replacement of curb and gutter; construction of new medians; construction of ADA curb ramps and drive approaches; installation of concrete bus pads; traffic signal modification and upgrades; updating roadway signage, striping, and pavement markers; streetscape improvements and landscaping; new transit shelters; and street lighting. Scope of services includes project scoping, preliminary investigation, surveying, topographic work, preliminary design, utility coordination, meeting attendance, preparation of PS&E, value engineering, constructability review and 100% construction package. City of Whittier, Colima Road Rehabilitation – Whittier, CA: Project Surveyor for the reconstruction of Colima Road between Mar Vista Street and Lambert Street, approximately 1.5 miles. Colima Road serves as a vital, four- lane arterial connecting the City of Whittier with the unincorporated area of Los Angeles. The project scope of services included pavement and curb ramp reconstruction and the addition of a bicycle lane within the roadbed. Various concrete repairs also involved sidewalk, curb and gutter, and driveway and cross-gutter. Psomas provided design and right-of-way survey services. REGISTRATION 2017/CA/Professional Land Surveyor/9425 2010/WA/Professional Land Surveyor/46897 EDUCATION 2001/BS/Political Science/ University of Northern Colorado PROFESSIONAL AFFILIATIONS Land Surveyors Association of California EXPERIENCE With Psomas for 6 years; with other firms for 16 years 50 373 51 Daniel Rahe, PLS (Continued) Long Beach Pedestrian Path, Long Beach, CA: Project Surveyor responsible for construction staking of a 3-mile waterfront route. The project involved road construction, upgrading of existing drainage facilities, establishing new drainage facilities, staking sewer and water lines, staking for clean-out of dams, debris basins and spreading grounds, and monument preservation before and after construction. Newhall Ranch Road San Francisquito Bridge Widening, Santa Clarita, CA: Project Surveyor for this bridge widening project.The project involved road construction, upgrading of existing drainage facilities, establishing new drainage facilities, staking sewer and water lines, staking for clean-out of dams, debris basins and spreading grounds, and monument preservation before and after construction. Los Angeles Unified School District, Land Surveying Services, Facilities Services Division – Los Angeles, CA: Project Manager for the review of surveys and the preparation and processing of applications (including the preparation of legal description and exhibits) for right-of-way dedications and vacations. Lucas Museum of Narrative Arts – Los Angeles, CA: Project Surveyor for the museum will be a 300,000 SF building on an 11-acre campus with extensive green space. The building will feature expansive galleries, two state-of-the-art theaters, and dedicated spaces for learning and engagement, dining, retail, and events. The Lucas Museum of Narrative Arts began construction in 2018 and is expected to open in 2025. Psomas is currently providing a portion of the construction survey for the glass and cladding of the museum. The structure has approximately 20,000 composite curvelinear panels that are one of a kind. Psomas is performing Quality Assurance/Quality Control for the position of attachment points that have a design tolerance of approximately 1/8 of an inch. LAX Concourse 0 – Los Angeles, CA: Project Surveyor for the Concourse 0 Program includes the development of a new Concourse 0 as an easterly extension of Terminal 1, it will provide full-service international processing capabilities, it will provide up to 1.275 million square feet of facilities, and it will maintain curbside and passenger processing at Terminal 1. Psomas provided a scan and BIM Model of the upper and lower arrival and departure levels along the southerly face of Terminal One and the easterly face of Terminal 1, as well as the interior of said Terminal; a Survey Map, topographic survey, and horizontal surveys (location and mapping); and underground utility surveys and CCTV services of the Central Outfall Sewer. East Whittier School District, Campuswide Design Surveys – Whittier, CA: Project Manager for design surveys for the 2020 Summer Modernization project at several elementary and middle schools in the East Whittier City School District. The schools included Hillview, Granada, and East Whittier Middle Schools, and Mulberry, Evergreen, Ocean View, Orchard Dale, Ceres, and Leffingwell Elementary Schools. California Department of General Services, Fairview Developmental Center – Costa Mesa, CA: Project Manager providing civil engineering and surveying services in support of DGS’s evaluation of future uses of the facility. Scope of services included aerial topographic mapping, ALTA survey, record of survey, review of available record drawings, traffic studies, hydrology study, evaluation of projected demands and available capacity of existing facilities to serve them, and preparation of land use and infrastructure master plans. As part of the project, modeling of the proposed backbone domestic/fire and sanitary systems were completed. The sanitary sewer modeling used the Costa Mesa Sanitary District methodology. (09/2019 to Present) 51 374 52 REGISTRATION 2001/Professional Engineer/ Civil/CA #61840 EDUCATION BS/Civil Engineering/ California State University, Sacramento EXPERIENCE With Psomas for 1 years; with other firms for 25 year Carrie Davis, PE Lead Civil Engineer Carrie Davis has 26 years of experience primarily in Orange County where she has successfully managed and designed dozens of local arterial highway, interchange, and multi-use trail improvement projects. Her expertise ranges from preparing preliminary studies to developing the final construction PS&E for highway, local street, and multi-use trail improvement projects. She has a strong understanding of Caltrans policies and procedures, environmental planning and permitting, and those of County and local agencies. Experience La Paz Road Landslide Evaluation – Laguna Niguel, CA: The City retained Psomas The City retained Psomas and Ninyo & Moore to conduct engineering and geotechnical analyses of the existing and Ninyo & Moore to conduct engineering and geotechnical analyses of the existing landslide along the western slope of La Paz Road between Rancho Niguel Road and landslide along the western slope of La Paz Road between Rancho Niguel Road and Kings Road. The analysis assessed the cause of the recent, sudden earth movement and Kings Road. The analysis assessed the cause of the recent, sudden earth movement and provided recommendations for improvements to the slope and roadway to allow La provided recommendations for improvements to the slope and roadway to allow La Paz Road to be opened as soon as possible as an interim solution, and to mitigate the Paz Road to be opened as soon as possible as an interim solution, and to mitigate the underlying earth movement and to repair the roadway long term.underlying earth movement and to repair the roadway long term. Oso Creek Multi-Use Trail Preliminary Design and PS&E – Laguna Niguel, CA: Project Manager for preliminary and final design services for the Oso Creek Multi- Use Trail along the western edge of Forbes Road between its northern terminus and the Metrolink Commuter Rail Transit Station to the south. The project consisted of a bicycle/maintenance access road with an adjacent pedestrian/equestrian trail between Forbes Road and Oso Creek Channel. They City’s Gateway Specific Plan includes redevelopment of the Forbes Road District into a more pedestrian friendly, Transit Oriented Development. The Oso Creek Multi-Use Trail provides direct connections from the recently constructed multi-family developments to the Metrolink Station. Additional improvements to Forbes Road included a road diet and water quality treatment facilities including pervious asphalt in interlocking pavers, bioretention/ biofiltration parkways, and an under-drain system. I-5/Crown Valley Parkway Corridor PS&E – Laguna Niguel, CA: Design Manager for coordinating the multi-disciplined design team along with the several project stakeholders and affected property owners on this multi-phased project. A combined project Initiation Document and project approval and environmental document (PA/ED) was prepared, followed by PS&E for major capacity and operational improvements as part of the I-5/Crown Valley Parkway Corridor Improvement project. The improvements lengthened the existing right-turn lane approach to the southbound I-5 on-ramp and added an additional lane through the northbound I-5 on-ramp intersection. Locally initiated by the cities of Laguna Niguel and Mission Viejo and supported by OCTA and Caltrans through multiple funding sources, the I-5/ Crown Valley Parkway Interchange is a model of planning, programming, design and construction of a regionally significant transportation project. Bridge-Class Culvert Replacement, Caltrans D-12 12A1695 TO#1 – Laguna Beach, CA: As Project Manager, oversaw development of PS&E for replacement of a 100-year old culvert which crosses a very busy portion of Pacific Coast Highway in downtown Laguna Beach. The project involves close collaboration with Caltrans to develop constructable solutions for replacement. Advanced locating methods were 52 375 53 Carrie Davis Continued utilized, such as ground penetrating radar to better understand likely conflicts around an aging facility with limited as-built information. The design team had to work with significant constraints to develop the PS&E package, including many utility crossings, hazardous materials found in the surrounding soils, City requirements to maintain traffic through the often congested roadway, and site restrictions that did not allow surveyors to accurately locate the existing facility. I-5/La Novia Interchange PEER and Plans, Specifications, and Estimate – City of San Juan Capistrano, CA: As Design Manager, led the project across all disciplines to deliver the first roundabout on the State Highway System in District 12. One of the most challenging aspects of this four-legged roundabout project was consideration of the steep grade on La Novia on the approach to the intersection. Detailed profile and contour grading plans were prepared to flatten the intersection to the 4% maximum grade allowed by Caltrans. Ms. Davis worked with designers to prepare Technical Specifications, DSDD, and PEER during PS&E. She also led PDT and other meetings with the client and Caltrans. Culver Drive Widening and Realignment Plans, Specifications, and Estimate – City of Irvine, CA: As Project Manager, led the multi-disciplined design team for improvements to Culver Drive from Campus Drive to Bonita Canyon Drive. Improvements included the complete removal and reconstruction of the existing two-lane roadway by shifting the centerline and re-profiling the roadway to construct a new four-lane arterial with a raised median and a separate Class I meandering bike path. Temporary Construction Easements were required for the 96 residential properties that abut the project. Existing property walls were removed and reconstructed with sound walls (masonry block or plexi-glass) as required to mitigate noise and visual impacts. Unique design features of the project included water quality swales, a subterranean storm water detention facility, lowering the roadway to increase the stopping sight distance over a crest vertical curve, acoustical analysis and sound barrier design, landscaping, utility relocation and protection, and right-of-way acquisition services for 96 private properties. 53 376 54 Paul Gervacio, PE, ENV SP Civil Engineer Paul Gervacio has 24 years of experience with transportation projects throughout California for various agencies and municipalities. His expertise includes intersection improvements, interchange design, highway design, local street design, bikeway/pedestrian projects, Highway Bridge Program (HBP), roadway widening, and drainage channel improvements. Various project responsibilities have included the production of Project Study Reports (PSRs); Project Development Support (PDS); Project Reports (PRs); final Plans, Specifications, and Estimates (PS&E); project management; coordination with utility agencies; ADA compliance; and scheduling. Paul frequently receives exceptionally positive feedback from his clients for his technical ability, following through on tasks, and overall customer service. Experience Placer County On-Call Engineering and Surveying Services – Placer County, CA: Senior Project Engineer for the preliminary engineering and final roadway and structural design, drainage analysis, utility coordination, preparation of permitting documents, Storm Water Data Reports, and water quality measures. As the prime consultant, Psomas was responsible for the assignment of tasks, management of the task orders, invoicing and progress reports, quality control/quality assurance, client and local agency interaction and coordination, permitting, and coordination of subconsultants. The contract included more than 20 task orders. for the preliminary engineering and final roadway and structural design, drainage analysis, utility coordination, preparation of permitting documents, Storm Water Data Reports, and water quality measures. State Route 126 at Hallock Drive Intersection Improvement Project (Santa Paula Bridge) – Santa Paula, CA: Project Engineer for the PEER report and PS&E for the widening and traffic signalization of the SR 126/Hallock Drive intersection as part of the larger Harvest at Limoneira Community development housing project. The overall project includes development of over 450 acres of land into residential neighborhoods, retain centers, schools, public parks and open space. The main entrance into the development will require widening and other improvements to the SR 126/Hallock Drive intersection. Proposed improvements include roadway widening to accommodate sidewalks, bike lanes, additional turning lanes, traffic signalization, retaining walls and storm drain improvements. The project involved coordination with various stakeholders and the use of various agency standards such as Caltrans District 7 and the City of Santa Paula. A traffic study was completed as part of the Caltrans Intersection Control Evaluation process to determine if a roundabout would be appropriate in lieu of a signalized intersection. City of Los Angeles, Glendale-Hyperion Complex of Bridges Improvement Project – Los Angeles, CA: Design Engineer for the Project Report (PR) and Plans, Specifications, and Estimate (PS&E) for rehabilitation of this complex of six bridges. Improvements include widening the Glendale REGISTRATION 2003/CA/Professional Engineer/Civil/64714 EDUCATION 1999/BS/Civil Engineering/ California State University, Sacramento CERTIFICATIONS Envision Sustainability Professional/Institute for Sustainable Infrastructure PROFESSIONAL AFFILIATIONS American Society of Civil Engineers American Public Works Association EXPERIENCE With Psomas for 18 years; with other firms for 6 years 54 377 55 Paul Gervacio, PE, ENV SP (Continued) Boulevard bridges; realigning the I-5 northbound off- and on-ramps and Los Angeles River bike path; adding a median barrier on the Hyperion Avenue Viaduct, designing retaining walls, traffic signals, utility relocation, drainage system improvements, and infiltration basins; and improving pedestrian facilities including the Red Car pedestrian bridge and the Sunnynook pedestrian loop trail. The project involved coordination with various stakeholders and the use of various agency standards such as Caltrans, City of Los Angeles, FHWA, and AASHTO. Wilshire Boulevard Bus Rapid Transit (BRT) – Los Angeles, CA: Project Engineer for the civil design, surveying and mapping, and right-of-way engineering of this award winning project. The work generally consisted of civil engineering design of transit improvements along the Wilshire Corridor which included maintenance, retrofits, and improvements. The improvements included roadway and intersection improvements, structures, parking lots, signals and lighting, landscaping, drainage improvements, utility relocations, and water quality measures. Wilshire Boulevard Pavement Analysis – Los Angeles, CA: Project Engineer responsible for the roadway evaluation and oversight of the preliminary design and PS&E of the repair and reconstruction of approximately four miles of Wilshire Boulevard, between San Vicente Boulevard and Western Avenue. Reconstruction also occurred on Wilshire Boulevard between Federal Avenue and Barrington Avenue. Improvements included milling/inlay of various pavement depths, assessing a variety of pavement rehabilitation strategies including crack sealing, digouts and full pavement reconstruction, cold planning and overlay of various pavement depths, and full depth hot mix asphalt. Other improvements include drainage inlet reconstruction, bus pad reconstruction, sidewalk repairs, intersection re- profiling, tree removal/replacement, lighting and signal improvements, and utility adjustments. Street widening and modifications to an existing building canopy structure will occur along Wilshire Boulevard between Federal Avenue and Barrington Avenue. Broadway Streetscape Improvement - 1st to 12th Street – Los Angeles, CA: Project Manager for the implementation of the Broadway Streetscape Master Plan (Broadway Plan), which is a cornerstone element of the Bring Back Broadway initiative. The plan strives to prioritize people over vehicles by implementing numerous pedestrian-oriented, traffic-calming tools, and transit amenities for the historic Broadway corridor between 1st and 12th Streets, one of the city's busiest pedestrian corridors. Challenging aspects of the project included consideration of numerous existing utilities and conflicts with existing building basements under the public sidewalk and ramps. The project will include widened sidewalks, curb extensions, curb ramps, enhanced pedestrian crosswalks, planted trees, and landscaping, street furniture, pedestrian-scale lighting, wayfinding signage, and planning for the future LA Streetcar platforms. U.S. 101/State Route 134/State Route 170 Interchange and Auxiliary Improvements – Los Angeles, CA: Project Engineer responsible for drainage and water quality for the PSR/PDS for the U.S. 101 widening at the SR 134/SR 170 interchange. The project includes providing an auxiliary lane for northbound U.S. 101 from Colfax Avenue to the Tujunga Avenue off-ramp; an auxiliary lane for southbound U.S. 101 from the SR 170/SR 134 interchange to the Laurel Canyon Boulevard off-ramp; an auxiliary lane for eastbound SR 134 to the Lankershim Boulevard off-ramp; and widening of the existing southbound U.S. 101 to eastbound SR 134 interchange-to-interchange ramp structure to provide three continuous lanes. 55 378 56 Maira Salcedo, PE, ENV SP Water/Wastewater Lead Engineer Maira has 18 years of experience in design of sewer systems, water systems, and report preparation on public works projects throughout Southern California. Her computer experience includes AutoCAD (including Civil3D), ArcView, MS Project, and various spreadsheet and word processing software packages. Experience On-Call Engineering Design Services – Southern California, CA: Project Engineer for over 20 pipeline design projects (6-inch to 16-inch diameter) located in Barstow, Bell, Culver City, Los Angeles, Lucerne Valley, Morongo Valley, Norwalk, Orcutt, San Dimas and Wrightwood, California; 0.5 MG Los Osos Steel Tank Reservoir design; Margarita Well No. 2 in Montclair, California; and Wilson Well No. 1 in Placentia, California. As-Needed Water Engineering Design Services – Anaheim, CA: Project Engineer for ongoing professional engineering services under as- needed contracts for the City's Water Services Division of the Public Utilities Department. Projects have included a variety of water facilities design projects including pump station upgrades, domestic well pumping facilities, domestic water reservoir mixing improvements, reservoir and pump station condition assessments and water supply assessments. Los Angeles Harbor College, Campuswide Sanitary Sewer Improvements – Wilmington, CA: Project Engineer provided an updated campuswide sanitary sewer study that involved analyzing the demand, capacities, and condition of the existing sanitary sewer system, including lift stations and trunk lines, resulting in outlining recommendations for upgrades. The analysis used the Los Angeles County methodology. Technical Project Manager for the Sewer Lift Station Review Report. In response to the recent development of the LAHC Master Plan Update the LAHC wanted to update its campus wide sanitary sewer study to include utility system upgrade recommendations. As part of this sewer study Psomas reviewed the two existing sanitary sewer lift stations; the Facilities-Maintenance-Operations (FMO) Sewer Lift Station and Football Sewer Lift Station. Recommended improvements included the installation of a dialer to the existing panel in each site to contact maintenance staff in the event of a high-water condition in the wet well. Citywide Sanitary Sewers Improvement Program/Group 4/Model 40 – Anaheim, CA: Project Engineer to conduct a comprehensive hydraulic modeling analysis of potential alternative alignments and flow routing scenarios; prepare a preliminary design report; conduct a design review workshop with all key project stakeholders following the 50-percent plan submittal; and prepare construction plans and specifications for approximately 5,400 LF of 21- and 24- inch sewer lines in arterial streets located within the City of Garden Grove. REGISTRATION 2011/CA/Professional Engineer/Civil/77370 2022/WA/Professional Engineer/Civil/22015476 EDUCATION 2006/BS/Civil Engineering/ California State University, Fullerton CERTIFICATIONS Envision Sustainability Professional/Institute for Sustainable Infrastructure Pipeline Assessment Certification Program/ NASSCO/U-508-7002 Manhole Assessment Certification Program/ NASSCO/U-508-7002 PROFESSIONAL AFFILIATIONS Orange County Water Association American Society of Civil Engineers, Orange County Branch Southern California Water Utilities Association EXPERIENCE With Psomas for 17 years; with other firms for 1 year 56 379 57 Maira Salcedo, PE, ENV SP (Continued) City of Huntington Beach, Beach Restroom SLS Design – Buena Park, CA: Project Engineer for a preliminary design and preparation of construction for a preliminary design and preparation of construction documents for construction of a gravity sewer main connecting four public documents for construction of a gravity sewer main connecting four public restrooms along the beach bike trail parallel to Pacific Coast Highway (PCH) restrooms along the beach bike trail parallel to Pacific Coast Highway (PCH) between 9th Street and 22nd Street. Effluent from the proposed gravity sewer between 9th Street and 22nd Street. Effluent from the proposed gravity sewer main will be pumped by a new submersible lift station through a force main across main will be pumped by a new submersible lift station through a force main across PCH and connect to an existing gravity sewer main in the alley between PCH and PCH and connect to an existing gravity sewer main in the alley between PCH and Walnut Avenue. The restrooms currently drain to septic tanks and require regular Walnut Avenue. The restrooms currently drain to septic tanks and require regular maintenance by pumping trucks. This new sewer system will greatly reduce maintenance by pumping trucks. This new sewer system will greatly reduce maintenance costs and impacts to trail users. maintenance costs and impacts to trail users. Water Main Replacement - CIP 014, Category 1 and 2 – El Monte, CA: Project Manager to prepare PS&E, surveying, environmental and permitting, community outreach, and construction support services for the replacement of approximately 12,800 LF of 4- and 6-inch water mains with 8- and 12-inch mains in two areas of the City's distribution system due to their age and to improve fire flow and reliability. Because this was the first phase of a major water main replacement project, the scope also included updating the City's hydraulic model and running various scenarios to determine if the City should standardize on 6- and 10-inch or 8- and 12-inch pipelines for replacement of their aging, smaller diameter mains. This will eliminate the need to stock various different pipe sizes, fittings, valves, and appurtenances. City of Anaheim Water Utilities Department, Linda Vista Reservoir and Pump Stations – Anaheim, CA: Design Engineer for the preparation of preliminary design report, plans and specifications for construction of a new 4 MG pre-stressed concrete domestic water tank; dual zone domestic water pump station with a total current pumping capacity of 22,600 gpm and designed for a future pumping capacity of 27,400 GPM; 30- and 36-inch discharge piping; 36- and 42-inch yard piping; drain lines; valves; surge control; connections; and site improvements. Construction of Well No. 59 and Destruction of Well No. 36 – Anaheim, CA: Project Engineer for preparation of preliminary design report, plans, and specifications for a new 3,000 GPM, 350 hp vertical turbine deep well pump equipment, including vertical turbine pump; mechanical piping; bypass valve and air gap connection to storm drain; 800-AMP electrical service; 810 SF masonry parapet building with roll-away end for well; bulk sodium hypochlorite feed system; HVAC; plumbing; and masonry fencing. La Palma Complex Facility Master Plan – Anaheim, CA: Design Engineer for this project that included two partially buried reservoirs, 6,250 GPM booster pumping station, 4,500 GPM production well, and an inactive well. Scope of services included field inspections of the existing reservoirs, analysis of various construction alternatives and phasing options, construction cost estimates, and preparation of a Facility Master Plan report. Cerritos Avenue from Euclid Street to Alley East of 9th Street Sewer Siphon Removal – Anaheim, CA: Project Engineer for this project that involved analyzing the City's sewer system to determine the feasibility of the removal of two existing sewer siphons. A hydraulic modeling analysis of potential alternative alignments and flow routing scenarios was performed, along with the preparation of a preliminary design report, design review workshop, and preparation of construction plans and specifications. 57 380 58 Ryan J. Lynch, PE, QSD, LEED AP, ENV SP Storm Drain and Drainage Lead Engineer Ryan Lynch has 19 years of civil engineering experience focused on client and project management and communication. He has successfully managed projects that involve complex grading, drainage, and utilities solutions for campus projects including colleges, universities, studios, and theme parks. Ryan is a strong, tactful, straight-forward communicator with a dedication to his client's best interests. Experience Pauba Road Hydrology and Hydraulic Review – Riverside County, CA: Project Manager provided civil engineering design services for storm drainage associated with a roadway widening as part of an on-call contract with Riverside County.. The project encompasses widening from 22 feet wide to 28 feet and realignment (vertical and horizontal) of approximately 6,000 linear feet of Pauba Road between Via Del Monte and Calle Contento. Approximately six existing storm drain culverts cross Pauba Road within the project limits, and existing sub-surface utilities run longitudinally beneath the roadway throughout the project limits. The scope of services included evaluating the existing hydrology of the tributary area and hydraulics of the existing culverts. The project will deliver a County of Riverside Drainage Design Report. City of Beverly Hills, North Santa Monica Boulevard Reconstruction – Beverly Hills, CA: Project Manager provided professional services for the reconstruction of North Santa Monica Boulevard (NSMB) from the eastern city limit with West Hollywood to the western city limit with Los Angeles. Improvements included the design of the corridor, storm drain infrastructure design, implementation of sustainable practices, the addition of bicycle lanes, urban design enhancements, and pedestrian improvements. Civil engineering design services encompassed the following: Phase I services included project management, outreach plan, and a pre-design report; Phase II services included Plans, Specifications, and Estimate (PS&E); permitting and agency coordination; bid and award support; construction administration and project closeout support. Additional services included the following: analysis of the storm drain system which replaced aging storm drain segments and upsized selected segments, catch basins replaced to include stormwater treatment, and bioswales designed to treat water from the roadway and adjacent alleys. City of Beverly Hills, North Santa Monica Boulevard (NSMB) Reconstruction - Additional Services – Beverly Hills, CA: Project Manager for the preparation of conceptual design and PS&E for the reconstruction of N. Santa Monica Boulevard. Phase 1 of the project included facilitating public processes to lead to City Council approval of conceptual design, including but not limited to bicycle facilities, signage, transit amenities, median treatments, new street lighting, construction mitigation measures and initial cost estimates. Phase 2 included preparing detailed PS&E for inclusion in contract bid documents pavement, storm drain and street lighting systems replacement, utility relocation, new hardscape and landscape infrastructure, bicycle and pedestrian facilities. REGISTRATION 2007/CA/Professional Engineer/Civil/71441 EDUCATION 2003/BS/Civil Engineering/ University of Southern California CERTIFICATIONS Envision Sustainability Professional/Institute for Sustainable Infrastructure LEED Accredited Professional/U.S. Green Building Council EXPERIENCE With Psomas for 7 years; with other firms for 12 years 58 381 59 Ryan J. Lynch, PE, QSD, LEED AP, ENV SP (Continued) California Department of General Services (DGS), Department of State Hospitals, DHS Consolidation of Police Services, Metropolitan State Hospital – Norwalk, CA: Project Manager provided professional services for the public street improvements and on-site storm drain system, including water quality treatment associated with the development of the State Police Station. Scope of services included the following: survey services, geotechnical report, street lighting design, traffic engineering (signals, driveway and street improvements, signage/striping), and city coordination. California Department of General Services, California Conservation Corps, Los Pinos Water System Analysis and Design – Cleveland National Forest, CA: Project Manager provided civil engineering planning and design services that involved analyzing the existing domestic and fire water system and provided design upgrades to the water system based on the conducted analysis. The scope of services included planning and design services included preliminary plan phase, work drawing phase, permitting, bid and construction support services. California State Polytechnic University, Pomona, Surface Parking Lots and Structures Assessment – Pomona, CA: Project Manager responsible for performing visual assessments of approximately 20 surface parking lots on the Cal Poly Pomona campus and seismic assessment of two campus parking structures. The project focus was to assess the physical condition of the existing parking lots and structures and prepare a report that defines a recommended maintenance schedule and an approximate maintenance budget. The surface parking lots assessment included photo documentation of each lot, short term recommendations for repairs and maintenance of the parking lot surfaces, and development of a long-term maintenance plan including cost estimates. The parking structures were assessed by a structural engineer for compliance with current seismic standards using a visual inspection and historic construction plans of the structures. Santa Monica Community College District, Math and Science Building – Santa Monica, CA: Project Manager provided professional services for the new 110,000 SF Math and Science building with a construction budget of $75 million. During construction, a long-standing fig tree was protected while the building's improvements were built around the tree. Due to the excellent infiltration capabilities of the campus, deep infiltration wells were constructed to treat and retain stormwater from the project site. Psomas' civil engineering design services included programming, schematic design, design development, construction documents, permitting and approvals, bid phase support, and construction administration support. Beverly Hills Unified School District, Beverly Hills High School Modernization Projects – Beverly Hills, CA: Project Manager for the improvements and renovations to an historic, 1928, 510,000 SF high school located on a 24-acre campus. Psomas' civil engineering design services included schematic design, design development, construction documents, Division of the State Architect, permitting, bid and award, and construction observation.In addition, Psomas developed a traffic signal modification plan necessitated by improvements to the curb returns at and around the intersection. Crosswalks better align with new curb ramps and relocated poles to become Americans with Disabilities Act (ADA) compliant. Psomas coordinated with the City of Beverly Hills throughout the design process, from as-built search to plan reviews and approvals with the City of Beverly Hills. 59 382 60 REGISTRATION 2007/Professional Engineer/ Civil/CA #71513 EDUCATION 1995/BS/Forest Engineering/Transylvania University of Brasov, Romania CERTIFICATIONS Qualified SWPPP Developer and Practitioner/California Stormwater Quality Association Envision Sustainability Professional/Institute for Sustainable Infrastructure LEED AP BD+C/U.S. Green Building Council LEED-ND/U.S. Green Building Council PROFESSIONAL AFFILIATION f American Society of Civil Engineers EXPERIENCE With Psomas for 15 years; with other firms for 9 years Ion Cretu, PE Civil/Drainage Engineer Ion Cretu has more than 24 years of civil engineering experience. He has experience in design of on- and off-site improvements for projects. Ion provides civil engineering for the design of multi-building campuses. In addition to design, Ion also provides coordination for production and City of Los Angeles processing. Experience Orange County Parking Lots, Strands Beach Parking Lot/Carbon Canyon Regional Park, Orange County Public Works – Orange County, CA: Project Manager to assess pavement condition and apply appropriate treatment type to the facility in order to achieve the longest design life relative to cost for Carbon Canyon Park and Strands Beach Parking Lots. Prepared a Pavement Evaluation and Repair Recommendations Report to provide options on pavement rehabilitation for several types of pavement failure. Through several detailed meetings with County staff, evaluated alternatives and associated construction costs. Managed redesign of existing access ramps and sidewalks throughout the park to bring them up to current ADA standards. Many of the ramps straddled two jurisdictions so coordination between two agencies was required. City of Los Angeles, Complete Streets Program – Los Angeles, CA: Technical Manager in support of HNTB for the PS&E preparation of the City’s Complete Street Program intended to implement Vision Zero and green infrastructure elements and rehabilitate of 22 miles of roadway. Meticulous planning and management were needed to coordinate with multiple design teams, disciplines, and City departments to achieve the City’s goals, objectives, and aggressive schedule. Surveying services include developing a design survey base map that notes the centerline and resultant street rights-of-way of the various streets established from found monumentation. Water Main Replacement - CIP 014, Category 1 and 2 – El Monte, CA: Project Engineer to prepare PS&E, surveying, environmental and permitting, community outreach, and construction support services for the replacement of approximately 12,800 LF of 4- and 6-inch water mains with 8- and 12-inch mains in two areas of the City's distribution system due to their age and to improve fire flow and reliability. Because this was the first phase of a major water main replacement project, the scope also included updating the City's hydraulic model and running various scenarios to determine if the City should standardize on 6- and 10-inch or 8- and 12-inch pipelines for replacement of their aging, smaller diameter mains. This will eliminate the need to stock various different pipe sizes, fittings, valves, and appurtenances. Beverly Hills Office Project – Beverly Hills, CA: Project Engineer for civil engineering and survey services for the new two-story office building, approximately 24,000 SF, located in the City of Beverly Hills. The owner’s development plan called for a custom office building including parking spaces to be located below grade. Project is evaluating LEED certifications. 60 383 61 Ion Cretu Continued Baldwin Hills Crenshaw Plaza Mall Renovation – Baldwin Hills, CA: Project Engineer for survey and engineering services including construction staking, parking lot layout, precise grading, drainage and paving plans for this 660,000 SF project. This project received the 2012 Los Angeles Architectural Award from the Los Angeles Business Council for Community Impact Transformational Development Award. Ion provided civil engineering services including parking lot layout, precise grading, drainage and paving plans, and coordination with the Department of Water and Power. El Segundo Corporate Campus – El Segundo, CA: Project Engineer for this mixed-use project located on a 46.5-acre site in the northeast portion of the City of El Segundo. Recently submitted for a LEED Silver certification, this project consists of commercial buildings, hotel, soccer field, fire station, parking facilities, and a central park. 9900 Wilshire Boulevard – Beverly Hills, CA: Project Engineer providing civil engineering services for this collection of more than 200 luxury condominium residences comprising 13- and 15-story residential buildings, public and private gardens, water features, and a retail component designed by Richard Meier & Partners. Raytheon Campus – El Segundo, CA: Project Engineer for civil engineering infrastructure and master planning services for the existing Raytheon property in El Segundo. Services included new public and private roadway, storm drain, sewer, water, technical EIR reports, and other infrastructure requirements. The proposed project involves construction of new of buildings for office and commercial uses which would total approximately 2,200,000 SF. Site development would also include surface parking and a private street with public utility easements. Development and construction of this program would be multi-phased. The technical reports consisted of a Sewer Area Study, Water Study, and Drainage Study. Courtyard by Marriott at 5th Street and Colorado Avenue – Santa Monica, CA: Project Engineer for civil engineering services for the design development of a stormwater treatment concept to treat and infiltrate stormwater tributary to the proposed hotel. The 136-room hotel is a six-story building with two levels of underground parking. Tasks included preliminary grading and utility plans, erosion control plan, stormwater pollution prevention plan (SWPPP), construction support, LEED support, and streetscape improvement plan. Hampton Inn and Suites (501 Colorado Avenue) – Santa Monica, CA: Project Engineer for civil engineering services for the design development of a stormwater treatment concept to treat and infiltrate stormwater tributary to the proposed hotel. The 143-room hotel is a six-story building with two levels of underground parking. Tasks included preliminary grading and utility plans, erosion control plan, stormwater pollution prevention plan (SWPPP), construction support, LEED support, and streetscape improvement plan. Glendale Adventist Medical Center – Glendale, CA: Project Engineer for producing civil design and construction documents for the Glendale Adventist Medical Center. Services included design of roadway ingress and egress, utility design, phasing, and grading and drainage for the addition of an acute care tower to the existing hospital complex. The project also required design for the addition of a five-story, above-grade and three below-grade facility with the main entrance drive through at the ground level utilizing a podium grading scheme. 61 384 62 EDUCATION 1999/BS/Natural Resources, Planning and Interpretation/ Humboldt State University PROFESSIONAL AFFILIATIONS f American Society of Civil Engineers f Environmental and Water Resources Institute EXPERIENCE With Psomas for 23 years; with other firms for 1 years Jennifer Marks Environmental Planner Jennifer Marks is a Senior Project Manager with 24 years of experience in environmental documentation and analysis consistent with CEQA and NEPA. Jennifer’s career has focused on a wide variety of projects, including mixed-use, residential, office, and resort developments; specific plan and general plan analyses; transportation infrastructure; and various utility infrastructure projects. Through her project work, Jennifer has developed strong working relationships with agency personnel, County and City staff, private developers, and a variety of specialty consultants. Experience Water Main Replacement - CIP 014, Category 1 and 2 – El Monte, CA: Project Engineer to prepare PS&E, surveying, environmental and permitting, community outreach, and construction support services for the replacement of approximately 12,800 LF of 4- and 6-inch water mains with 8- and 12-inch mains in two areas of the City's distribution system due to their age and to improve fire flow and reliability. Because this was the first phase of a major water main replacement project, the scope also included updating the City's hydraulic model and running various scenarios to determine if the City should standardize on 6- and 10-inch or 8- and 12-inch pipelines for replacement of their aging, smaller diameter mains. This will eliminate the need to stock various different pipe sizes, fittings, valves, and appurtenances. Lincoln Bridge Multi-Modal Improvements – Los Angeles, CA: Environmental Lead for preparation of an environmental impact report and environmental assessment to improve circulation and safety along Lincoln Boulevard. The project proposes roadway modifications, installation of sidewalks and protected bicycle lanes, and implementation of complete streets Lincoln Boulevard. Tustin Avenue and La Palma Avenue Roadway Improvements Initial Study/Mitigated Negative Declaration – Anaheim, CA: Project Manager for environmental documentation for this project, which involved the widening of Tustin Avenue and La Palma Avenue to accommodate lane additions and restriping. The project implemented mitigation for additional traffic expected from Kaiser Hospital and required coordination with Caltrans to obtain an encroachment permit. Glendale-Hyperion Complex of Bridges Improvement Project – Los Angeles, CA: Environmental Project Manger for the Project Report (PR) and Plans, Specifications, and Estimate (PS&E) for rehabilitation of this complex of six bridges. Improvements include widening the Glendale Boulevard bridges; realigning the I-5 northbound off- and on-ramps and Los Angeles River bike path; adding a median barrier on the Hyperion Avenue Viaduct, designing retaining walls, traffic signals, drainage system improvements, and infiltration basins; and improving pedestrian facilities including the Red Car pedestrian bridge and the Sunnynook pedestrian loop trail. The project involved coordination with various stakeholders and the use of various agency standards such as Caltrans, City of Los Angeles, FHWA, and AASHTO. 62 385 63 Vereda Bikeway Underpass Preliminary Environmental Study – San Juan Capistrano, CA: Assistant Project Manager for preparation of a Preliminary Environmental Study (PES) for the construction of a new undercrossing of the Los Angeles, San Diego (LOSSAN) Rail Corridor for the Vereda (San Juan Creek) trail crossing, ultimately connecting the eastern City limits of San Juan Capistrano with Doheny State Beach. Brookhurst Street Improvements Project Environmental Documentation – Anaheim, CA: Project Manager for preparation of separate documents pursuant to CEQA and NEPA. The project will provide an additional travel lane, bikeways, sidewalks, and landscaped areas. Jennifer prepared the IS/MND for the project, which was approved in by the City of Anaheim in 2013. She also managed the preparation of an Environmental Assessment and Finding of No Significant Impact and all related and required technical studies for Caltrans review and approval pursuant to NEPA and Caltrans requirements. Jennifer served as the primary contact with Caltrans staff throughout the duration of the project. 63 386 64 Nam Nguyen, EIT, ENV SP Electrical Designer Nam Nguyen has been responsible for various design and drafting assignments focusing on public works and transportation projects situated throughout Southern California. Having successfully developed many traffic engineering construction documents, he is well-versed in the guidelines and standards that govern the making of geometric/signing, striping, traffic control, signal modification, and street improvement plans. Nam also possesses strong MicroStation, AutoCAD, and Civil 3D skillsets. Experience University of California, Irvine, Anteater Parking Structure Pedestrian Improvements – Irvine, CA: Project Engineer on this multi-discipline team to design pedestrian pathway improvements, surface parking lot and drive aisle reconfigurations, site lighting and landscaping for this project on the UCI campus. The project includes the design of an accessible path of travel that connects the north side of the Anteater Parking Structure (APS) to an existing pedestrian path leading to campus. The scope of work involves the design of new stairs and a switchback ramp on the north side of the 1st level of APS. This further includes demolition and renewal of concrete sidewalks and curb ramps, asphalt pavement, landscaping and pavement markings. An illumination level evaluation within the parking lot in front of the parking structure was performed to assess the lighting levels in the project area and design additional site lighting as needed. Sports Park LED Lighting Conversion and Improvements – Los Angeles, CA: Project Engineer working closely with the City of Los Angeles' Department of Recreation and Parks. Psomas designed and developed construction plans, estimates and specifications for the conversion of Metal Halide to LED luminaires and their appurtenant electrical improvements at four (4) sportparks in the northern area of Los Angeles region. Sunset Baseball Field Repurposing for Hospital – Los Angeles, CA: Project Engineer at Queen of the Valley, the expansion and new developments owned by Emanate Health, include building a new emergency room and intensive care unit, cancer center and ambulatory surgery center. The first part in the hospital expansion plan is the creation of 350 space parking lot. All told, the effort will cost an estimated $124.8 million. Los Angeles County Metropolitan Transportation Authority, Los Angeles Union Station Forecourt and Esplanade Improvements – Los Angeles, CA: Project Designer for this high-profile project providing multi- modal connectivity between Union Station, El Pueblo, and Father Serra Park. The project creates a usable civic plaza with enhanced safety and improved pedestrian and bicycle connections between the station, surrounding businesses, and historic and culturally significant communities. Civil engineering services included transforming an existing parking lot into a newly landscaped forecourt and civic plaza, upgrades to the existing Father Serra Park, and upgrades to existing facilities to remove identified barriers to accessibility. EDUCATION 2015/BS/Civil Engineering/ California State Polytechnic University, Pomona CERTIFICATIONS Envision Sustainability Professional/Institute for Sustainable Infrastructure Engineer-in-Training/ CA/California Board for Professional Engineers, Land Surveyors, and Geologists/154995 EXPERIENCE With Psomas for 9 years; with other firms for 0 years 64 387 65 Nam Nguyen, EIT, ENV SP (Continued) The project scope comprised survey/mapping, assessment of existing utilities, civil design of site and infrastructure improvements, preparation of construction documents, agency review and approvals, construction assistance, and project close- out. City of Los Angeles, Lincoln Park Pedestrian Path Lighting – Los Angeles, CA: Project Engineer Lincoln Park Pedestrian Path Lighting – Los Angeles, CA: Traffic Engineer provided the PS&E to improve the pathways at Lincoln Park to meet ADA requirements. The project included renovation of the lighting system with light emitting diode (LED) lighting for energy savings and adequate illumination, as well as to replace, resurface, repair, and widen the walking paths and parkway entrances. The scope of services included performing a photometric evaluation on more than two-thirds of the park area along existing walkways. The illumination level needed to meet a minimum of 1.0 foot candle with up to 15:1 maximum to minimum uniformity ratio. More than 70 new pedestrian-level LED light poles were added spread over four different circuits servicing 3-phase/4-wire and 1-phase/3-wire systems. 65 388 66 Cecilia S. Mokler, PhD, PE, LEED AP BD+C, ENV SP Civil/Structural Engineer Cecilia has over 24 years of engineering experience and has worked on an extensive array of projects for both public and private clients. For public clients, she has successfully managed projects based on Design-Bid-Build, Design- Build, and Integrated Project Delivery models. Her passion is developing thoughtful and elegant solutions for projects with "impossible" site constraints and challenges. She takes pride in designing functional and cost-effective improvements, paying close attention to constructability as well as aesthetics. Experience Parking Garage Structural Analysis – Los Angeles, CA: Project Manager for Parking Garage Structural Analysis consist of performing detailed structural analysis of all LADOT’s public parking garages to ensure that these facilities are safe, structurally sound, proper access/circulation is provided, and that all systems are functionally accurate. The scope of services included performing a thorough structural review of the garages in order to provide a comprehensive written report describing existing condition, identify deficiencies and current code compliance, and estimate costs for recommended repairs and upgrades. The report identified repairs required within 12 months and repairs that needed to be scheduled in the short term (1-5 years) and long term (greater than 5 years), along with estimated budgetary repair quantities and order of magnitude budgetary costs for design and construction of these recommendations. The recommendations shall be of such description and detail that they can be used to prepare documents for bidding of the necessary repairs. California Department of General Services, Fairview Developmental Center – Costa Mesa, CA: Project Manager providing civil engineering and surveying services in support of DGS's evaluation of future uses of the facility. Scope of services included aerial topographic mapping, ALTA survey, record of survey, review of available record drawings, traffic studies, hydrology study, evaluation of projected demands and available capacity of existing facilities to serve them, and preparation of land use and infrastructure master plans. As part of the project, modeling of the proposed backbone domestic/fire and sanitary systems were completed. The sanitary sewer modeling used the Costa Mesa Sanitary District methodology. NBCU Reclaimed Water Master Plan – Universal City, CA: Assistant Project Manager provided professional services in support of the Master Plan. The scope of services included collecting field data (field survey of meters, backflow preventer assemblies, and valves) and reviewing available as-builts and record data. This information developed a GIS-based model of the lot-wide reclaimed water system. This model was calibrated using meter readings, estimated irrigation demands based on landscaped areas, and documented pipe sizes, materials, flow, and capacities. Also provided a web-based viewer accessible by maintenance staff. Prepared the Reclaimed Water Master Plan and Reclaimed Water System Needs Assessment Plan. Lot-wide utility maps were maintained and regularly updated as new improvements were constructed. REGISTRATION 2008/CA/Registered Evaluator/62254 2007/CA/Professional Engineer/Civil/70585 2008/CO/Professional Engineer/Civil/42595 2008/NV/Professional Engineer/Civil/19736 EDUCATION 2000/PhD/Geodesy/ University of Copenhagen, Denmark 2015/MS/Construction Engineering and Management/Columbia University, New York 2004/BS/Civil Engineering/ University of Nevada, Reno 1996/MS/Geophysics/ University of Copenhagen, Denmark 1994/BS/Physics/University of Copenhagen, Denmark CERTIFICATIONS Envision Sustainability Professional/Institute for Sustainable Infrastructure Qualified SWPPP Developer/California Board for Professional Engineers, Land Surveyors, and Geologists/C70585 Energy Management Certificate/University of Nevada, Reno LEED Accredited Professional/U.S. Green Building Council 66 389 67 Cecilia S. Mokler, PhD, PE, LEED AP BD+C, ENV SP (Continued) NBCU Sanitary Sewer Master Plan – Universal City, CA: Assistant Project Manager provided professional services in support of the Master Plan. The scope of services included collecting field data (fixture audit of all buildings and field survey of sewer manholes and cleanouts) and reviewing available as-builts and record data. This information developed a GIS-based model of the lot-wide sanitary sewer system, and this model documented manhole inverts and pipe sizes, materials, flows, and capacities. The GIS model also included photo documentation of manholes. Also provided a web-based viewer accessible by maintenance staff and prepared a Sanitary Sewer Master Plan and a Sanitary Sewer System Needs Assessment Plan. Lot-wide utility maps were maintained and regularly updated as new improvements were constructed. NBCU Potable/Fire Water Master Plan – Universal City, CA: Assistant Project Manager provided professional services in support of the Master Plan. The scope of services included collecting field data (fixture audit of all buildings and field survey of meters, backflow preventer assemblies, fire department connections, fire hydrants, and valves) and reviewing available as-builts and record data. This information developed a GIS-based model of the separate lot-wide domestic and fire water system. This model was calibrated using meter readings and building demands and documented pipe sizes, materials, flow, and capacities. Also provided a web- based viewer accessible by the maintenance staff. Prepared the Domestic and Fire Water Master Plan and Domestic and Fire Water System Needs Assessment Plan. NBCUniversal, Office Building Feasibility Study – Universal City, CA: Project Manager provided professional services for an office mid-rise project. Civil engineering services included a feasibility study to evaluate four different potential sites; the analysis involved evaluating existing utility conflicts and potential impacts on existing infrastructure. Mt. San Antonio College, Lot H Modulars Pre-Design Services – Walnut, CA: Project Manager provided preliminary civil engineering services for a project consisting of 30 modular units on Lot H, open space features, and enhanced pedestrian and bicycle circulation elements. Los Angeles Valley College, Coldwater Canyon Extension/College Road (North and South) – Valley Glen, CA: Project Manager provided civil engineering services for constructing new biofiltration planters, accessible path of travel upgrades, other safety improvements, and repavement of Coldwater Canyon and College Road North and South. The civil engineering scope of work included programming and field investigation, construction document phase, review and approval by multiple jurisdictions having authority (DSA, Los Angeles County Flood Control District, and the City of Los Angeles), bid support services, construction support services, and project close-out. PROFESSIONAL AFFILIATIONS American Society of Civil Engineers Toastmasters International, Bunker Hill Club Phi Kappa Phi Tau Beta Pi EXPERIENCE With Psomas for 9 years; with other firms for 15 years 67 390 68 Douglas Fredericks, PE Structural Engineer Doug Fredericks is a registered civil engineer with over 32 years of experience in bridge design and bridge project management. He has led the planning, layout, type selection, and final design for a wide variety of transportation structures, including new construction, widening, and rehabilitation projects. He has also performed studies to evaluate the condition of existing structures, and has designed retaining walls, sound walls, water-holding tanks, and drainage facilities. As Project Manager, he was responsible for the successful completion a number of bridge projects for Caltrans and local municipalities. Experience Sunset Baseball Field Repurposing for Hospital – Los Angeles, CA: Project Manager at Queen of the Valley, the expansion and new developments owned by Emanate Health, include building a new emergency room and intensive care unit, cancer center and ambulatory surgery center. The first part in the hospital expansion plan is the creation of 350 space parking lot. All told, the effort will cost an estimated $124.8 million. Los Angeles River Valley Bikeway and Greenway Design – Los Angeles, CA: Structural Engineer for the design of the final 12 miles of the Valley portion of the Los Angeles River Greenway for the City of Los Angeles. Once completed, this Envision Platinum greenway project will make it possible for Angelenos to walk and bike from Canoga Park to Elysian Valley. The project will complete the Los Angeles River Bike Path from Vanalden Avenue in the West Valley to Forest Lawn Drive/Zoo Drive near Griffith Park. Doug served as Structures Lead for the feasibility study which evaluated over 35 road and river crossings with design solutions consisting of pathways cantilevered over the river, undercrossings, overcrossings, and at-grade improvements. Determined constructability of major overcrossings of proposed Caltrans facilities. Researched existing Caltrans, City, and USACE facilities and gained an intimate knowledge of the Los Angeles River hydraulics, history, and soil conditions. Researched latest construction costs and construction access in the river. State Route 126 at Hallock Drive Intersection Improvement Project (Santa Paula Bridge) – Santa Paula, CA: Lead Bridge Engineer for the PEER report and PS&E for the widening and traffic signalization of the SR 126/Hallock Drive intersection as part of the larger Harvest at Limoneira Community development housing project. The overall project includes development of over 450 acres of land into residential neighborhoods, retain centers, schools, public parks and open space. The main entrance into the development will require widening and other improvements to the SR 126/Hallock Drive intersection. Proposed improvements include roadway widening to accommodate sidewalks, bike lanes, additional turning lanes, traffic signalization, retaining walls and storm drain improvements. The project involved coordination with various stakeholders and the use of various agency standards such as Caltrans District 7 and the City of Santa Paula. A traffic study was completed as part of the REGISTRATION 1993/CA/Professional Engineer/50863 EDUCATION 1991/MS/Civil Engineering/ University of California, Davis 1990/BS/Civil Engineering with Minor in English/ California State University, Chico CERTIFICATIONS Envision Sustainability Professional (Expired)/ Institute for Sustainable Infrastructure/ PROFESSIONAL AFFILIATIONS Past President - South Natomas Transportation Management Association APWA Government Advocacy Committee (California Chapters) Sacramento Metropolitan Chamber of Commerce Transportation Committee Chair and Cap-To-Cap Team Leader EXPERIENCE With Psomas for 8 years; with other firms for 24 years 68 391 69 Douglas Fredericks, PE (Continued) Caltrans Intersection Control Evaluation process to determine if a roundabout would be appropriate in lieu of a signalized intersection. Anaheim Street Bridge Replacement – Long Beach, CA: Lead Bridge Engineer for this project which prepared a Highway Bridge Program application to replace an aging bridge over the Los Angeles River. The application included documentation of the condition of the existing bridge, a summary of the deficiencies, alternative replacement designs considered, a preferred alternative, and a cost estimate. Doug worked closely with roadway and survey staff to identify engineering constraints at the intersections adjacent to the project, the needed future property acquisitions, and the conflicts with utilities. City of Los Angeles, Glendale-Hyperion Complex of Bridges Improvement Project – Los Angeles, CA: Lead Bridge Engineer for the Project Report (PR) and Plans, Specifications, and Estimate (PS&E) for rehabilitation of this complex of six bridges. Improvements include widening the Glendale Boulevard bridges; realigning the I-5 northbound off- and on-ramps and Los Angeles River bike path; adding a median barrier on the Hyperion Avenue Viaduct, designing retaining walls, traffic signals, utility relocation, drainage system improvements, and infiltration basins; and improving pedestrian facilities including the Red Car pedestrian bridge and the Sunnynook pedestrian loop trail. The project involved coordination with various stakeholders and the use of various agency standards such as Caltrans, City of Los Angeles, FHWA, and AASHTO. * "Red Car" Multi-Use Bridge – Los Angeles, CA: Lead Bridge Engineer for the preliminary and final design of this new 400-foot-long multi-use bridge over the Los Angeles River. The design for this bridge was innovative in many ways. The bridge supports re-used pilings and footings constructed for the original Los Angeles streetcar system "Red Car" line. Doug investigated the original design to determine its suitability for this re-use. To save project costs and to limit the amount of work in the river, half the existing piers remained in place and the others were rehabilitated to provide support. The superstructure design provides aesthetic details to represent the historic use of the alignment. Doug attended public meetings to receive feedback from local residents on the design, and modified design items where appropriate. U.S. 101/State Route 134/State Route 170 Interchange and Auxiliary Improvements – Los Angeles, CA: Lead Bridge Engineer responsible for drainage and water quality for the PSR/PDS for the U.S. 101 widening at the SR 134/SR 170 interchange. The project includes providing an auxiliary lane for northbound U.S. 101 from Colfax Avenue to the Tujunga Avenue off-ramp; an auxiliary lane for southbound U.S. 101 from the SR 170/SR 134 interchange to the Laurel Canyon Boulevard off-ramp; an auxiliary lane for eastbound SR 134 to the Lankershim Boulevard off-ramp; and widening of the existing southbound U.S. 101 to eastbound SR 134 interchange-to-interchange ramp structure to provide three continuous lanes. 69 392 70 Brian Culligan, CCM, PMP, LEED AP Structure and Building Construction Manager Brian Culligan has 21 years of experience in construction management, project controls, scheduling and cost engineering for ports, transportation, mining, schools, and master planned community projects. Brian is an exceptionally well-rounded construction manager, with certifications in construction management, project management, scheduling, and sustainability. Experience City of Long Beach On-Call Capital Improvement Projects – Long Beach, CA: Project Manager for project/construction management and inspection of various CIP projects citywide including projects with various roadway and facilities improvements. Tenant improvements included structural repairs; bathroom remodeling; community room upgrades; circulation counters; carpet, paint, electrical and mechanical upgrades; demolition, asbestos and lead abatement, sustainability upgrades; landscape and irrigation; parking lot and ADA upgrades; and playground rehabilitation projects. JOC PM Review Services – Long Beach, CA: Construction Manager Inspector that provided project closeout and punch list assistance as an extension of staff for the Port Inspection Team. Responsible for documenting punch list items using the Contractor's management software; punch list items included: damage to finished surface, equipment or material; documenting missing furniture or equipment and confirmed furniture placement and layout. The Long Beach Civic Center was comprised of four buildings (600,000 square feet) that include a new city hall, civic chambers, headquarters for the Port of Long Beach, and the Billie Jean King Main Library. Pier B Pump Station Project – Long Beach, CA: Construction Manager responsible for overseeing change order negotiations. The Pier B Pump Station is one of the larger pump stations in the port complex (90,000 gpm capacity) and is owned and operated by the City of Long Beach, an important partner in the project. This project upgrade includes renovations to the wet well, installing a temporary bypass system, forming new concrete walls/piers, replacing the existing catwalk, ladder cage and installing new light fixtures. The pump station renovations included the removal and replacement of (3) existing main mixed flow pumps (approximately 15 tons each) and (1) low flow mixed pump (approximately 5.8 tons), installation of a generator, switchboard, RVSS cabinets, louvers, HVAC system, restroom renovations and new roofing system. Parking Structures Lot 2 Rehabilitation – Manhattan Beach/Los Angeles, CA: Project Manager for the rehabilitation of parking structures for Lot 2 in the City of Manhattan Beach. Parking lot 2 consists of Lot 2A, which is a surface lot North of 222 12th Street, and a two-story parking structure on the south side of 12th street. The project included repair of concrete framing with epoxy injection and repair of generalized cracking, spalled, and deteriorated concrete framing and slabs using hand applied techniques. Repaired and replaced deteriorated and de-stressed post-tensioning tendons. EDUCATION 2004/MBA/Business Administration/California State University, Long Beach 1998/BS/Business Administration/California State University, Long Beach CERTIFICATIONS Certified Construction Manager/Construction Management Association of America, Southern California Chapter/ Project Management Professional/Project Management Institute, Inc./ LEED Accredited Professional/U.S. Green Building Council/ PROFESSIONAL AFFILIATIONS Construction Management Association of America, Southern California Chapter EXPERIENCE With Psomas for 7 years; with other firms for 14 years 70 393 71 Wing Chan, PE, ENV SP Traffic Engineer Wing Chan is a Civil Engineering Designer with Psomas. He has five years of experience in Traffic Engineering which encompasses traffic signal design, street and roadway lighting, stage construction, traffic control, signing, pavement delineation and Intelligent Transportation Systems (ITS) projects. Wing has participated in projects related to coordination of major arterials, traffic signal modification, traffic studies, and freeway interchange design. Experience University of California, Irvine, Anteater Parking Structure Pedestrian Improvements – Irvine, CA: Project manager led a multi- discipline team to design pedestrian pathway improvements, surface parking lot and drive aisle reconfigurations, site lighting and landscaping for this project on the UCI campus. The project includes the design of an accessible path of travel that connects the north side of the Anteater Parking Structure (APS) to an existing pedestrian path leading to campus. The scope of work involves the design of new stairs and a switchback ramp on the north side of the 1st level of APS. This further includes demolition and renewal of concrete sidewalks and curb ramps, asphalt pavement, landscaping and pavement markings. An illumination level evaluation within the parking lot in front of the parking structure was performed to assess the lighting levels in the project area and design additional site lighting as needed. City of Los Angeles, Complete Streets Program – Los Angeles, CA: Design Engineer in support of the prime contractor for the PS&E preparation of the City's Complete Street Program intended to implement Vision Zero and green infrastructure elements and rehabilitate of 22 miles of roadway. Meticulous planning and management were needed to coordinate with multiple design teams, disciplines, and City departments to achieve the City's goals, objectives, and aggressive schedule. Surveying services include developing a Design Survey Base Map that notes the centerline and resultant street rights of way of the various streets established from found monumentation. Mapping included the location of all surface visible improvements, including utilities, driveways, curbs, flowlines, and ramps over 22 miles of roadway. The street centerlines of 22 miles of roadway were established by field survey and right-of-way was based on Los Angeles County Assessor's Maps and/or underlying maps of record. Water Main Replacement - CIP 014, Category 1 and 2 – El Monte, CA: Traffic Engineer to prepare PS&E, surveying, environmental and permitting, community outreach, and construction support services for the replacement of approximately 12,800 LF of 4- and 6-inch water mains with 8- and 12-inch mains in two areas of the City's distribution system due to their age and to improve fire flow and reliability. Because this was the first phase of a major water main replacement project, the scope also included updating the City's hydraulic model and running various scenarios to determine if the City should standardize on 6- and 10-inch or 8- and 12-inch pipelines for replacement of their aging, smaller diameter mains. This will eliminate the need to stock various different pipe sizes, fittings, valves, and appurtenances. REGISTRATION 2021/CA/Professional Engineer/Civil/93316 EDUCATION 2018/BS/Civil Engineering/ California State Polytechnic University, Pomona CERTIFICATIONS Envision Sustainability Professional/Institute for Sustainable Infrastructure EXPERIENCE With Psomas for 3 years; with other firms for 2 years 71 394 72 Wing Chan, PE, ENV SP (Continued) Sunset Baseball Field Repurposing for Hospital – Los Angeles, CA: Traffic Engineer Manager at Queen of the Valley, the expansion and new developments owned by Emanate Health, include building a new emergency room and intensive care unit, cancer center and ambulatory surgery center. The first part in the hospital expansion plan is the creation of 350 space parking lot. All told, the effort will cost an estimated $124.8 million. City of Los Angeles, Glendale-Hyperion Complex of Bridges Improvement Project – Los Angeles, CA: Design Engineer for the Project Report (PR) and Plans, Specifications, and Estimate (PS&E) for rehabilitation of this complex of six bridges. Improvements include widening the Glendale Boulevard bridges; realigning the I-5 northbound off- and on-ramps and Los Angeles River bike path; adding a median barrier on the Hyperion Avenue Viaduct, designing retaining walls, traffic signals, utility relocation, drainage system improvements, and infiltration basins; and improving pedestrian facilities including the Red Car pedestrian bridge and the Sunnynook pedestrian loop trail. The project involved coordination with various stakeholders and the use of various agency standards such as Caltrans, City of Los Angeles, FHWA, and AASHTO. Intersection Improvements on Hyperion Avenue and Glendale Boulevard (TOS 004E) – Los Angeles, CA: Design Engineer for the intersection improvements funded by LA Metro's Call for Projects. Scope of services involve traffic queuing analysis, on-street parking considerations, design of exclusive turn lanes to alleviate queuing and traffic congestion, Class II Bike lanes, a new crosswalk to facilitate safe pedestrian passage across Glendale Boulevard, traffic signal improvements, and improving the drainage system and infiltration basins. City of Los Angeles, Staff Augmentation for Design Support & Construction Engineering (TOS 111) – Los Angeles, CA: Design Engineer for street widening and storm drain improvements for Magnolia Boulevard in the City of Los Angeles. Provided street and storm drain improvements between Vineland Boulevard and Cahuenga Boulevard (approximately 2,700 feet/0.5 miles), and an extension of the existing 60-inch storm drain between Cartwright Avenue and Satsuma Avenue (approximately 1,300 feet). The design scope for this project included plan and profile sheets; sidewalk, driveway and curb ramp details; storm drain main and lateral profiles; street flow, catch basin and storm drain hydraulic calculations; signage and striping; and traffic signal design; cost estimating and specifications. Psomas was the lead consultant on this project, and provided project management and design coordination with the City of Los Angeles Bureau of Engineering and Department of Transportation. City of Whittier, Colima Road Rehabilitation – Whittier, CA: Design Engineer for the reconstruction of Colima Road between Mar Vista Street and Lambert Street, approximately 1.5 miles. Colima Road serves as a vital, four-lane arterial connecting the City of Whittier with the unincorporated area of Los Angeles. The project scope of services included pavement and curb ramp reconstruction and the addition of a bicycle lane within the roadbed. Various concrete repairs also involved sidewalk, curb and gutter, and driveway and cross-gutter. Psomas provided civil and traffic engineering design services, including roadway plans, curb ramp reconstruction details, signing-striping plans, temporary traffic control plans, and encroachment permit with Caltrans District 7. Psomas prepared the Engineer's Estimate and Special Provision and support during construction. 72 395 73 Darlene Danehy Yellowhair, PE, PTOE, RSP2i, ENV SP Traffic Engineer Darlene has extensive experience with a variety of traffic engineering projects, including traffic impact studies, traffic reports, safety studies, signal warrant studies, corridor studies, signal timing and coordination, signing and striping design, and traffic signal design. She also has experience with design and studies for alternate modes of travel, Road Safety Assessments, transportation planning, and roadway design. Darlene is well-versed in Synchro, SimTraffic, HCS, SIDRA, and GIS, and has experience with AutoCAD, MicroStation, and InRoads. Experience King Abdullah Corridor Upgrade – West Section, Riyadh, : Traffic Engineer for this project, which consisted of converting an existing signalized arterial roadway into a six-lane freeway corridor with accommodation for a future light rail line in the median, service roads, pedestrian facilities, a system interchange at King Khalid Freeway, and a service interchange at the Book Gate entrance to King Saud University in Riyadh. Darlene was responsible for developing alternatives, performing traffic analyses, preparing recommendations, and was involved in conducting the RSA for the project. Glendale Boulevard/Hyperion Avenue Complex of Bridges Traffic Study – Los Angeles, CA: Staff Team in the collection, compilation, and development of a traffic studies for six bridges, including the Waverly Drive Bridge, that connect the communities of Atwater Village and Silver Lake. As the bridges cross the Los Angeles River, I-5 Freeway and Riverside Drive, they provide vital links for the communities. The completed traffic studies consist of existing and future vehicular, pedestrian and bicycle volumes, speed, median barrier, operational analysis, pedestrian crosswalk and cross-section alternatives. Psomas also provided a speed study, analysis of potential median treatments, operational analyses of various alternatives, evaluation of pedestrian crossing location and traffic control, and an assessment of cross-sectional elements. NOHO West (formerly Laurel Plaza) Traffic Engineering – North Hollywood, CA: Traffic Engineer for modifications of six signalized intersections in the proximity of the proposed NOHO West development. Improvements were associated with the addition of turn lanes, left-turn phasing changes, realignment of signal mast arms, and equipment upgrades due to changes in approach geometry. Signing/Striping plan sheets were also developed for said improvements. College of the Desert, Palm Springs Campus, Site Development Master Plan – Palm Desert, CA: Traffic Engineer providing professional services related to the development of the civil engineering components of the Site Development Plan for a new campus on a previously developed site in the City of Palm Springs. The new campus will include a hotel, entertainment center, and academic buildings. The scope of services included data collection and review; physical planning and analysis of civil utilities (sanitary sewer, domestic REGISTRATION 2009/AZ/Professional Engineer/Civil/50215 2017/CA/Traffic Engineer/2827 EDUCATION 2006/MS/Civil Engineering/ Cornell University 2004/BS/Civil Engineering/ University of Arizona CERTIFICATIONS Road Safety Professional/ Transportation Professional Certification Board Inc./169 Envision Sustainability Professional/Institute for Sustainable Infrastructure Professional Traffic Operations Engineer/ Transportation Professional Certification Board Inc./3123 LEED Accredited Professional/U.S. Green Building Council PROFESSIONAL AFFILIATIONS Institute of Transportation Engineers American Society of Civil Engineers EXPERIENCE With Psomas for 16 years; with other firms for 3 years 73 396 74 REGISTRATION Professional Engineer/Civil/ CA/53924 Professional Geotechnical Engineer/CA/2458 EDUCATION PhD/Civil Engineering/ University of California, Davis MS/Civil Engineering/ University of California, Davis BS/Civil Engineering/ Polytechnic of Tehran EXPERIENCE 29 years Ali Bastani, PhD, PE, GE, F.ASCE, – GMU Geotechnical, Inc. Geotechnical Engineer (General) Dr. Bastani, an adjunct faculty at Cal Poly Pomona, has more than 29 years of diversified experience in geotechnical, earthquake, and environmental engineering. His experience covers all aspects of the consulting engineer’s profession including a comprehensive knowledge and applied use of conceptual, physical, and numerical modeling for geotechnical and environmental engineering solutions. Experience La Palma Complex Reservoir Rehabilitation and Pump Station Replacement Project – Anaheim, CA: Geotechnical Engineer of Record for design of a new roof system for a 4 million gallon (MG) and replacement of an existing pump station. The new pump station was constructed at the base of an existing 3 MG reservoir at the complex. The 3 MG reservoir was removed and backfilled after construction of the new pump station. Well 29 Rehabilitation – Santa Ana, CA: Geotechnical Engineer of Record for design of a new structure to house the electrical and mechanical components that control the pump and motor and the BMP system and its associated utilities. PCH Recycled Water Distribution Bottleneck Upsizing – SCWD/Laguna Beach, CA: Geotechnical Engineer of Record for designing a 16-inch HDPE pipeline alignment beginning on Aliso Way and connecting with an existing 12-inch recycled water line which ran southwest along Aliso Way for roughly 200 feet. The pipeline alignment then continued southeast along Pacific Coast Highway for roughly 6,100 feet where it connected to an existing 12-inch recycled water line. REGISTRATION Professional Engineer/Civil/ CA/81529 EDUCATION MS/Civil Engineering/ University of Nevada, Reno BS/Civil Engineering/ University of Nevada, Reno EXPERIENCE 12 years Roger Schlierkamp, PhD, PE, GE, F.ASCE, – GMU Geotechnical, Inc. Geotechnical Engineer (Pavement) Roger possesses 12 years of experience in pavement engineering and construction projects, including pavement observation, testing, construction management, evaluation/design, pavement condition index, specification development, and mix design development projects. His experience includes working with local agencies, private sector clients, civil engineering firms, paving contractors, and pavement material producers. Experience 2022 Zone F Slurry Seal Project – Lake Forest, CA: Managed quality assurance observation and testing services for the 2022 City of Lake Forest Zone F Slurry Seal Project. Slurry seal laboratory tests included moisture content, emulsion content, residual binder content, gradation, sand equivalent, and wet-track abrasion test. Trampas Dam, Santa Margarita Water District – Rancho Mission Viejo, CA: Roger managed and oversaw the asphalt concrete (AC) materials testing component of the Trampas Dam Project, including pavement laboratory acceptance tests, such as asphalt concrete binder content, gradation, and Hveem Stability value. Los Monteros Homeowners Association Pavement Repair Project, South Coast Water District – Dana Point, CA: Unstable subgrade conditions were exposed during waterline repairs. Roger performed and managed pavement surface condition assessments, pavement corings, dynamic cone penetrometer testing, laboratory testing, and development of cost-effective pavement repair recommendations. 74 397 75 REGISTRATION Professional Electrical Engineer/CA/23782 EDUCATION Engineering/College of the Desert/Palm Desert, CA EXPERIENCE 25 years Victor Leon, EE – RTM Engineering Electrical Engineering Independent Reviewer Victor has 25 years of experience in designing electrical and low-voltage systems for residential, commercial, industrial, and institutional applications. His responsibilities include managing multiple project designs, coordinating with architects and clients, performing calculations, system layouts, checking shop drawings, and equipment selection for designs. Experience Palm Springs Downtown Park – Palm Springs, CA: Redevelopment of a 2-acre community park. Scope of work includes electrical power and lighting for the main park and public restrooms to facilitate normal and special event requirements, as well as power for all signage throughout the park. Additionally, mechanical exhaust systems for new restrooms and storage rooms, as well as plumbing for restroom fixtures and hot/ cold water systems were designed. Mission Springs Park – Santa Ana, CA: The project included the electrical engineering for a 12.5-acre soccer sports park which included parking lot lighting, pathway lighting, and sports field lighting. An electrical service with distribution to serve the concession building and all lighting. Lions Park – Banning, CA: Electrical engineering design for a 7-acre soccer sports park which included parking lot lighting, pathway lighting, and sports field lighting. Additionally, an electrical service with distribution to serve the lighting. REGISTRATION Professional Engineer/Civil/ CA/81529 EDUCATION MS/Civil Engineering/ University of Kentucky BS/Civil Engineering/ University of Kentucky EXPERIENCE 18 years Adam Vest, PE, PTOE – Toole Design Active Transportation and Safety Expert For the past 18 years, Adam has led complex urban transportation planning and engineering projects for local and state agencies, private developers, and academic research institutions across North America. Adam’s work incorporates a human-scaled, Complete Streets approach to transportation planning and engineering, and he develops innovative solutions that support mobility, safety, and connectivity for all users. Adam understands how to effectively convey critical project impacts and creative solutions to community members and key stakeholders. Experience Santa Monica Wilshire Boulevard Safety Study – Santa Monica, CA: Lead Engineer; Adam served as the Lead Engineer on a detailed safety study of the 2.4-mile stretch of Wilshire Boulevard in the City of Santa Monica. The team led a detailed quantitative and qualitative safety and traffic analysis to understand current conditions, including a full-day Road Safety Audit. He oversaw the development of 30% design plans and cost estimates for systemic and hot-spot countermeasure locations on the corridor, including detailed designs at seven intersections. Beverly Hills Wilshire Boulevard and La Cienega Boulevard Streetscape Plan – Beverly Hills, CA: Lead Traffic Engineer; Adam is the Lead Traffic Engineer working with the City of Davis and University of Davis (UCD) in a joint effort to reimagine Russell Boulevard. Russell Boulevard is a key east west street, serving as the gateway to the City and UCD. Adam is leading a team of traffic engineers to assess person throughput along the corridor, determine operational impacts to all modes for a variety of design scenarios, and support the project team on design alternative trade-offs. 75 398 76 EDUCATION 2004/BS/Geography, GIS and Remote Sensing/ University of California, Los Angeles Real Estate Principles, Practice, and Appraisal /Allied Business Schools EXPERIENCE 15 years BJ Swanner, PE, EE, ENV SP – Monument Right-of-Way Specialist BJ is a planning and development manager with over 15 years of experience managing right-of-way programs for a variety of public infrastructure projects from small to large. He has demonstrated experience managing projects, as well as developing and implementing technological solutions to real estate challenges utilizing GIS and other systems. As a recognized leader in the Southern California right-of-way profession, he is knowledgeable of the local market, and has existing relationships with key stakeholders in the region. Experience Inglewood Transit Connector – Inglewood, CA: The ITC Project is a 1.6-mile-long elevated automated people mover that will provide direct connections between the LA Metro Crenshaw/LAX Line and Inglewood’s major employment, commercial, housing, sports, and entertainment centers. BJ is reviewing and analyzing the preliminary design plans and Property Impact Statements to determine the requirements of the proposed acquisition and affected improvements. He is also reviewing and revising cost estimates and data sheets and will oversee the acquisition and relocation which includes 60 business relocations and 70 acquisitions. LACMTA, G-Line (Orange) BRT Corridor Improvements – San Fernando Valley, CA: Project Manager. The Metro Orange Line is an 18-mile fixed guideway corridor for bus rapid transit (BRT) stretching from North Hollywood to the Ventura County Line. Metro is enhancing stations and dedicated busway infrastructure to enhance speed and safety of the corridor. As Project Manager, BJ oversaw the acquisition of several temporary construction easements (TCEs), permanent street easements, and partial right-of-way acquisitions from 9 commercial and industrial property interests. REGISTRATION CA/Real Estate Salesman/02008725 EDUCATION BA/Communications and Business/University of Idaho EXPERIENCE 18 years Curtis Bibolet, SR/WA, R/W-AMC – Monument Utility Coordination Specialist As a certified right of way professional, Curtis possesses an abundance of real estate transaction, utility relocation, and property management expertise. He has over 13 years of experience managing best practices, regulatory procedures, and logistics for utility relocation and property management projects on behalf of public agencies. With his friendly demeanor, Curtis provides oversight and quality review for Monument agents. Experience SBCTA, West Valley Connector – San Bernardino, CA: Utility Coordination Manager for the West Valley Connector Project. Curtis prepared a Utility Matrix to identify utility owners, descriptions of facilities, dispositions (protect, relocate, abandon), and initial liability determinations. He drafted and issued the Relocation Claim Letters and Notice to Owner to relocate to coordinate with utility companies for adjustment and relocation of interfering utilities to make way for the project. Curtis also coordinated with affected agencies and utility owners to obtain permits, approvals, and necessary agreements for relocation, maintained files documenting relocations and communications with the utilities involved, and participated in meetings with the City and the design team to provide status updates. La Cadena over Santa Ana River Bridge Improvement – Colton, CA: Utility Coordination Manager for the replacement of the existing La Cadena bridge over Santa Ana River to accommodate four travel lanes, a raised median, bike lane, and a sidewalk in each direction. Curtis is providing utility relocation coordination services and will coordinate the relocation of electric, cable, gas, and waterline facilities before construction and will obtain Caltrans Certification. 76 399 77 Arief Naftali, PE, TE, EE Carrie Davis , PE Professional License Certificates Jeff Chess, PE Ion Cretu, PE Maira Salcedo, PE Daniel Rahe, PLS Paul Gervacio, PE Ryan Lynch, PE 77 400 78 Cecilia Mokler, PE Douglas Fredericks , PE Wing Chan, PE Darlene Danehy Yellowhair, TE Ali Bastani, PhD, PE, GE Roger Schlierkamp, PE Victor Leon, PE 78 401 555 South Flower Street Suite 4300 Los Angeles, CA 90071 213.223.1400 www.Psomas.com 402 1 Los Angeles and Valencia Service Areas IN-OFFICE SERVICES Effective from January 1, 2023 - December 31, 2023 Administrative/Project Assistant $ 95 - $125 Drafter/Design Drafter $125 - $160 Civil Engineering Designer/Engineer $115 - $150 Surveyor/Project Surveyor/GIS Specialist/Photogrammetrist $115 - $190 Planners/Assistant Planner/Expeditor/Senior Planner $115 - $185 Project Designer/Professional Engineer/Project Engineer $150 - $180 Sr. Project Engineer/Sr. Project Surveyor/Sr. GIS Specialist $180 - $220 Project Management $180 - $260 Principal/Director $235 - $335 SURVEY HOURLY RATES - FIELD SERVICES Effective from October 1, 2022 - September 30, 2023 One-Person Survey Party $240 Two-Person Survey Party $345 Three-Person Survey Party $440 Field Supervisor $180 Hourly rates for field survey parties include normal usage of field equipment and are fully equipped rates. Per Diem is calculated at current State Department of Transportation rates (or other appropriate Agency rate). SPECIAL EQUIPMENT AND OTHER COSTS Effective from October 1, 2022 - September 30, 2023 3D Laser Scanner (Static) $250 per day 3D Laser Scanner (Mobile Mapping System) $5,000 per day Standard computer and technology costs are incorporated into the hourly rates shown above. REIMBURSABLES Mileage at current IRS allowable rate and parking expenses incurred by office employees are charged at cost. Prints, plots, messenger service, subsistence, air travel, and other direct expenses will be charged at cost plus ten percent. The services of outside consultants will be charged at cost plus fifteen percent. The above schedule is for straight time. Overtime will be charged at 135 percent of the standard hourly rates. Sundays and holidays will be charged at 170 percent of the standard hourly rates. Rates by Psomas and its subconsultants are guaranteed within the timelines indicated. They will be subject to future rate increases at rates that are not-to-exceed Consumer Price Index for the preceding 12-month period, during the 5-year contract. 2023 Fee Schedule 403 2 2023-25 SCHEDULE OF CHARGES PACE-HERMOSA BEACH PROFESSIONAL SERVICES Document Preparation and Project Services $ 110.00/hour CAD/GIS Design Engineer $ 130.00/hour Staff Engineer or Geologist $ 170.00/hour Senior Staff Engineer or Geologist $ 190.00/hour Project Engineer or Geologist $ 210.00/hour Senior Engineer or Geologist $ 240.00/hour Associate Engineer or Geologist $ 260.00/hour Principal/Director $ 285.00/hour FIELD INSPECTION & TESTING SERVICES Staff Engineering Technician $ 110.00/hour* •Services provided under direct supervision of a Senior Engineering Technician Senior Engineering Technician $ 130.00/hour* •Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc. •Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. Registered Special Inspector (No 4-hour minimum) $ 130.00/hour* •Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. •Reinforced concrete, Post-Tension, Masonry, Welding, Bolting, Fireproofing Instrumentation Engineer $ 165.00/hour •Slope inclinometer and Piezometer monitoring •Manometer for floor-level surveys •Stormwater turbidity & pH meter •Groundwater monitoring - pressure transducer, datalogger, water chemistry meter, etc. •Pipeline video camera for drains, wells, etc. Engineering Seismological Technician (includes 3-channel seismograph) $ 165.00/hour •Blast vibration monitoring •Construction vibration & noise monitoring (pile driving, drilling, demolition, etc.) *Notes: (1) Rates include vehicle, nuclear density gauge, and equipment for testing, inspection, and sampling. (2) No 4-hour minimum charges apply, except for night work. (3) Overtime is charged at 1.5 times the base rate. Overtime is defined as time worked on the project in excess of 8 hours per day and all time on Saturdays, Sundays, and holidays. (4) Prevailing Wage projects, additional hourly surcharge for Field Personnel per CA Labor Code §1720, et seq. Add $ 35.00/hour LABORATORY TESTING SERVICES Laboratory Testing $ 140.00/hour (For special materials testing and laboratory costs on a per-test basis, see GMU’s Laboratory Fee Schedule) OTHER CHARGES Outside Services Cost Reimbursables & Reprographics Cost 404 3 405 4 engineering consultants | 34300 Gateway Drive, Suite 120, Palm Desert, CA 92211 rtmassociates.com | 760.340.9005 | MBE Certified Business Billing Rate Schedule* January 1, 2023 – December 31, 2023 Title / Category Rate per Hour Principal $282 Associate $230 Engineer $204 Designer $150 CAD/Revit Technician $120 Clerical $80 *Subject to review annually 406 5 MONUMENT RIGHT-OF-WAY 2023 HOURLY RATE SCHEDULE RRiigghhtt ooff WWaayy MMaannaaggeemmeenntt && IImmpplleemmeennttaattiioonn Program Manager / Principal $275.00 per hour Senior Project Manager / Sr. Utility Project Manager $200.00 per hour ROW Project Manager 2 / Utility Project Manager 2 BJ Swanner, ROW Project Manager 2 / Curtis Bibolet, SR/WA, R/W-AMC, Utility Project Manager 2, California Real Estate Salesperson, CA#02008725 $180.00 per hour ROW Project Manager 1 / Utility Project Manager 1 $150.00 per hour Utility Coordinator $115.00 per hour Senior Acquisition Agent / Senior Relocation Agent / Senior Analyst $135.00 per hour Acquisition Agent 2/ Relocation Agent 2 $115.00 per hour Acquisition Agent 1/ Relocation Agent 1 $105.00 per hour Senior Project Coordinator $115.00 per hour Project Coordinator $95.00 per hour Researcher $85.00 per hour Project Support / Administrative Professional Staff $80.00 per hour Project Support Specialist $70.00 per hour The above hourly rates are exclusive of local travel/mileage, photocopying, first class postage and overnight courier service . These expenses including out-of-pocket expenses such as pre-approved travel and lodging, outside exhibit preparation, requested overnight courier or registered and/or certified mail (return receipt requested) charges, and specialty reproduction (unless otherwise specified) are in addi tion to the contract amount and will be charged at cost plus ten percent (+10%) for administration, coordination, and handling. Subcontracted services, other than those listed above, will be invoiced at cost plus ten percent (+10%). 407 1 Proposal for: City of Hermosa Beach RFQ No. 23-001 On-Call Civil Engineering Services February 1, 2023 Presented by JMC2 411 N. Harbor Blvd., Suite 201, San Pedro, CA 90731 Tel: 310.241.6550 www.jmc-2.com 408 2 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Cover Letter City of Hermosa Beach Department of Public Works Attn: George Hernandez 1315 Valley Drive, Hermosa Beach, CA 90254 Re: RFQ No. 23-0001 On-Call Civil Engineering Services John M. Cruikshank Consultants, Inc. (JMC2) is pleased to submit our qualifications to the City of Hermosa Beach Department of Public Works for On-Call Civil Engineering Services. JMC2 is a Los Angeles County based design firm providing engineering solutions for a wide variety of projects throughout Southern California including our work with the City of Hermosa Beach (City). The team consists of JMC2 (civil/structural engineers), LRS (program/project management), Ninyo & Moore (geotech/environmental), and T&M Surveys (surveyors). Khaled Abdo, PE, will be our Contract Manager who will serve as the City’s day-to-day contact to ensure all City projects are progressing on- time, in-budget, and on point to address specific project needs. He will have the full support of JMC2’s two Southern California offices located in San Pedro and Santa Ana. Mr. Abdo will work closely with Ms. Lan Saadatnejadi (LRS) whose experience will help the City navigate any Caltrans requirements. All projects start after the JMC2 team fully understands the necessary scope of work which happens after we visit the project site with the City and listen to their needs and project budgets. Then, we assemble the appropriate professionals to handle the work then develop a written work plan for the entire process. Civil engineering requires a thorough knowledge of existing conditions before improvements or changes can occur. For this, our engineers perform detailed site visits and document research, outreach to utility companies all while our surveyor starts their work. Design occurs after there is an accurate engineering basemap (as-is conditions). Preliminary concepts are drawn using AutoCAD Civil 3D and shared with the City to confirm that is correct path. Using adopted building codes and standards, the JMC2 methodically develops plans, technical specifications, and engineering cost estimates (PS&E) until the City and other permitting agencies have approved a final bid package. We join the City at the contractor’s bid walk then stay involved through construction until final Record Drawings are submitted for City records. JMC2 has worked with the City of Hermosa Beach Public Works Department since 1996. We look forward to the opportunity to further discuss JMC2’s approach, project understanding, and team qualifications for this On- Call Civil Engineering Services project. We are available to provide any additional information or proposal clarifications. We hereby confirm that all information provided is true and correct and attest that we have read and agree to the terms and conditions of the City of Hermosa Beach’s standard Agreement. John M. Cruikshank, PE, F.ASCE, Principal-In-Charge Individual Authorized to Bind the Firm 409 3 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Identification of Prime Consultant John M. Cruikshank Consultants, Inc. (JMC2) 411 N. Harbor Blvd, Ste. 201, San Pedro, CA 90731 P: (310) 241-6550 | www.jmc-2.com Contract Manager Khaled Abdo, PE, Sr. Project Manager 411 N. Harbor Blvd, Ste. 201, San Pedro, CA 90731 P: (310) 241-6550 x308 E: kabdo@jmc-2.com Addendums Acknowledgement: We acknowledge as of February 1, 2023, there has been 2 Addendums issued for this Request for Qualifications. Proposal Validity: This proposal will remain valid for a period of 120 calendar days from the date of submittal. Conflicts of Interest: JMC2 does not have any financial, business, or other relationships with the City of Hermosa Beach that may have an impact upon the outcome of this contract, nor do we have any other current clients who may have a financial interest in the outcome of this contract or with City of Hermosa Beach projects that will follow from work performed in the Scope of Work. 410 4 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Firm Profile John M. Cruikshank Consultants, Inc. (JMC2) is committed to providing high-quality civil and structural engineering services. Founded in 1996, the firm emphasizes client service and custom- tailored work approaches that fit each client’s individual needs. With a flexible organizational structure, JMC2 can focus on ensuring quality and cost effectiveness, maintaining tight schedules, and remaining responsive to client’s revisions. Clients have come to rely on our accuracy, automation, and innovation providing engineering and management which saves them the most money possible on the back end of their projects. The firm currently has two offices in San Pedro and Santa Ana and is professionally licensed in 30+ US states. JMC2 has a solid working relationship with several local public agencies providing civil engineering, project management, and structural engineering services for a variety of public works projects. JMC2 has worked on the following local municipalities projects: Lynwood street rehabilitation plans, Torrance pedestrian upgrades on Cravens Avenue, Palos Verdes Estates storm drainage upgrades, West Hollywood WeHo Park, Artesia Pico Branch Library, Burbank Bob Hope Airport ConRAC facility, and an Active Transportation Project (ATP) in Santa Monica along Michigan Avenue at 20th Street. JMC2 has worked for City of Hermosa Beach since its founding in 1996. Projects include: • Municipal Pier Assessment and Repair • Pacific Coast Highway ADA • 10th Street Improvement PS&E • 24th Street Sewer • Pier and Parking Structure Repairs • Bay View Drive Undergrounding District • 32nd Street Sewer Team Capacity. JMC2 maintains a healthy work mix of public and private sector projects. We have licensed engineers leading our engineering and CAD staff in a wide variety of projects keeping us up to date with codes and trends. So, whether the City of Hermosa Beach project needs utility research, parking lot design, storm drainage upgrades, sewer line design, new building engineering support, or QSD/QSP support – JMC2 can help. We have provided on-call services since our beginning for many public agencies and school districts. Public Agency Knowledge. JMC2 work doing on-call work for Public Sector clients is extensive. From our work as both project civil and structural engineers for many City public facilities projects, JMC2 has demonstrated its ability, capacity, and skill to properly perform on some of your City’s more difficult projects. For the past 27 years, JMC2 has worked on bike paths, libraries, police stations, parking garages, sewerage systems, storm drainage, traffic signals, street plans, boundary surveys, value engineering, plan check, and staff augmentation. Focus on Project Success. Successful projects are navigated by first understanding the desired goal and finish date then working backwards on steps to make that happen. We have experienced and talented staff who really take the time to understand what your project needs are then provided upfront, detailed scope of work so we are on the same page. We know who will be reviewing our plans, so we make sure all needed tasks are included from the start. Early, focused consultation with the City of Hermosa Beach’s team is the Key to our On-Call Service Success. Our fifteen-person staff has three licensed civil engineers and two licensed structural engineers. We also have four engineers in training and a CAD manager. 411 5 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) JMC2 provides services in: Civil Engineering – earthwork calculations, green street designs, low impact development (LID), storm water management, public facilities, land development, street design, dry/wet utilities, street and parking lot lighting, and expert witness Structural Engineering – building and water structures, seismic evaluations, rehabilitation, and tenant improvements. Extreme Engineering – complete concept to event support. Permit Processing – cities, counties, state, coastal, federal. Construction Support – SWPPP, traffic control, constructability reviews. Quality Control/Assurance LRS Program Delivery, Inc. (LRS) is a local, small business (SBE/DBE CUCP #42192) consulting firm focused on program / project management for infrastructure projects. Lan Saadatnejadi, President and CEO, is a registered civil engineer with more than 34 years of engineering and program/project management experience. She founded LRS in 2014 to serve public agencies, private clients and their consultants who want to expedite the delivery of infrastructure projects. LRS’s size ranges from 5~10 professionals. Our expertise includes: Project Delivery • Permitting • Agency Liaison • Agency Agreements • Public-Private Partnership • Scheduling • Risk Management • Quality Assurance/Quality Control • Database Management • Data Governance • Program Funding • Soft Cost Analysis • Project Budgeting • Long-Term Strategic Planning • Performance Improvements • Document Control • Contract Administration • Project Control • Cooperative Agreements • Funding Strategies • Funding Agreements • Contract Agreements • Infrastructure Business Intelligence • Program assessment/process analysis/improvement implementation LRS is uniquely qualified to support Caltrans permitting processes as we have over 3 decades of experience either working at or with Caltrans on developing complex projects. LRS is trusted by Caltrans as one that understands Caltrans standards and processes and can navigate with win-win- approach. Recent Caltrans Experience: • Delineation of Caltrans-Hermosa Beach Maintenance Roles & Responsibilities for SR-1 (PCH) • Multiple Field Investigation Permits by Caltrans – expedited permit approvals • SR-710 Retaining Wall Development – negotiated streamlined process and avoided pitfalls • Shoemaker Ramp Removal Development – avoided pitfalls • Crash Wall Under SR-103 – negotiated streamlined approval process • Anaheim Way Reconstruction over Caltrans Easement – negotiated streamlined approval process • Santa Monica 4th Street Bikelane Project • Santa Monica 20th Street Pedestrian/Bike Path Project Other Recent Project Experience: • Port of Long Beach (POLB) Pier B Permit Program Management (for over 150 permits and 13 construction packages) • POLB Right of Way Coordination (for over 100 parcels and 13 construction packages) • POLB Project Management for Locomotive Facility Project (total project cost: $57 million) • Prepared White Papers for POLB for: o Utility Relocation o Caltrans Permit Requirements o Cost Reviews 412 6 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Ninyo & Moore Geotechnical and Environmental Sciences Consultants, a California Corporation, was established in 1986 to provide consulting services in geotechnical engineering, construction inspection and testing, engineering geology, hydrogeology, hazardous waste remediation and environmental assessment. Since our inception, we have steadily grown to over 500 professionals in 16 offices throughout the southwestern United States. Our staff of design and construction- related professionals includes experienced and registered Geotechnical Engineers, Civil Engineers, Environmental Engineers, Geologists, Engineering Geologists and certified field and laboratory technicians. Ninyo & Moore’s geotechnical staff encompasses projects throughout the southwestern United States, including design and construction of municipal and commercial structures, roadways, highways, bridges, reservoirs, treatment plants, pipelines, dams, power plants, tunnels, landfills, harbors and offshore structures, airports, railroads, high-rise structures, landslide repairs, educational facilities and other public and private works. Our geotechnical expertise includes soil and foundation analysis, pavements, underground structures, erosion, shoring, tunneling, seismicity, liquefaction analysis, and geologic hazards. Ninyo & Moore has extensive experience in plan review, third-party review, and forensic geotechnical engineering and expert witness services. Our environmental staff has diverse experience in environmental assessment and audits, hazardous material assessment, surface and subsurface sampling, asbestos, lead-based paint, sampling and analysis, cost estimates, contamination studies, soil and groundwater contamination studies, site remediation, emergency response to hazardous spills, abatement, and redevelopment activities and projects. For the past 35 years, Ninyo & Moore has been providing geotechnical consulting services to public agencies, including local cities and counties. Our services have included third-party review, geotechnical/geologic design, hazardous materials evaluation and abatement, and construction support services in the form of soils and materials testing and inspection services for thousands of projects throughout California. Our highly qualified staff is experienced in meeting the requirements of the California Building Code, as well as meeting the requirements of the various regulatory agencies involved with design and construction projects, including Occupational Safety and Health Administration (OSHA), Caltrans, Office of Statewide Health Planning and Development (OSHPD), California Division of the State Architects (DSA), South Coast Air Quality Management District, and other regulatory agencies. Our personnel are familiar with the standard plans and specifications prepared by various agencies, including the American Public Works Association, Caltrans, and other agencies. PUBLIC AGENCY EXPERIENCE Ninyo & Moore has become a specialist in providing on-call services for public agencies. Through the years of providing on-call services, we have developed a management approach that enables us to provide our clients with responsive, efficient, and cost-effective services utilizing master agreement/ on- call contracts with specific task order work assignment authorizations. The success of our approach is demonstrated through our long list of successful public agency on-call services contracts and the continued renewal of these contracts. Some of the agencies for which Ninyo & Moore has been awarded on-call services contracts include the cities of Pasadena, South Pasadena, Los Angeles, Glendora, Diamond Bar, Brea, Yorba Linda, La Habra, Fontana, Rancho Cucamonga, Rialto, Irvine, Rancho Santa Margarita, Mission Viejo; San Bernardino County Department of Public Works, County of Los Angeles Department of Public Works, County of Los Angeles Beaches and Harbors, Los Angeles County Metropolitan Transportation Authority (METRO), Caltrans, Orange County Public Works (OCPW), Orange County Community Resources (OCCR), Orange County Transportation Authority (OCTA), Orange County Sanitation District (OCSD), John Wayne Airport, Riverside County Transportation Commission (RCTC), Port of Long Beach, Port of Los Angeles, Port of San Diego, as well as many local school districts, including the Los Angeles Unified School District (LAUSD). 413 7 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) T&M Surveying, Inc is a family owned and operated business established in 2008 and became incorporated in 2018. Located in the City of Orange, CA. We here at T&M strive to meet all of our customers’ needs both with large corporate companies and also homeowners looking to find their home property lines in a timely manner. We respect that everyone is as important when we are supplying our services. That is shown in our work ethics and performance. Our goals here at T&M Surveying, Inc. are to complete all tasks that will help homeowners and companies to find the right service to complete their induvial needs at that time. To guide them through what is needed and not needed when trying to navigate the requirements of each city, which can sometimes be very difficult even for those who deal with them on a daily basis. T&M Surveying is a professional land surveying and mapping company that provides high quality, professional services to Architects, Individual Landowners, Title Companies, Builders, Civil Engineering Firms, and Water Districts in Orange County and surrounding areas. Our unique business structure allows us to employ inventive techniques using state of the art instrumentation to provide our customers with the highest quality product. 414 8 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Identification of Prime Consultant Official Name: John M. Cruikshank Consultants, Inc. (JMC2) Entity: Corporation Federal ID No. 95-4863352 Address: 411 N. Harbor Blvd. Ste. 201 San Pedro, CA 90731 Ownership: 50% owned by Jennifer Cruikshank & 50% owned by John M. Cruikshank Primary Contac: John M. Cruikshank Years in Business: 26 years Phone: (310) 241-6550 x 228 (office) (424) -772-8648 (mobile) Years in Industry: 26 years as firm 30+ years of experience Email: jcruikshank@jmc-2.com Any Failure or Refusals to Complete Contract: No Identification of Subconsultant Official Name: LRS Program Delivery, Inc. Entity: Corporation Federal ID No. 47-1018216 Address: 1379 Park Western Dr. #364 San Pedro, CA 90732 Ownership: 100% owned by Lan Saadatnejadi Primary Contac: Lan Saadatnejadi Years in Business: 8+ years (inception in May 2014) Phone: (310) 650-8622 (mobile) (213) 986-8990 (office) Years in Industry: 8+ years as firm 34+ years as individual Email: Lan@LRSProgramDelivery.com Any Failure or Refusals to Complete Contract: No Official Name: Ninyo & Moore Geotechnical and Environmental Sciences Consultants Entity: Corporation Federal ID No. 33-0269828 Address: 355 South Grand Ave, Suite 2450 Los Angeles, CA 90071 Ownership: 100% owned by Ninyo & Moore Primary Contac: Garreth Saiki, PE, GE Principal Engineer Years in Business: 37 Phone: (949) 753-7070 Years in Industry: 37 Email: gsaiki@ninyoandmoore.com Any Failure or Refusals to Complete Contract: No Official Name: T&M Surveying, Inc. Entity: Corporation Federal ID No. 82-2465153 Address: 531 E. Trenton Ave, Orange, CA 92867 Ownership: 100% owned by TY Thomas Primary Contac: TY Thomas Years in Business: 13 years (Incorporated since 2018) Phone: (714) 906-8771 Years in Industry: 35 years Email: Ty@tnmsurveying.com Any Failure or Refusals to Complete Contract: No 415 9 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Organizational Chart City of Hermosa Beach JMC2 Civil/Structural Engineering, QA/QC, Inspection John Cruikshank, PE, MSEMT, F.ASCE Principal-in-Charge Khaled Abdo, PE Contract Manager Key Staff Ariel Cenizal, PE Project Engineer Erich Axsom, SE Sr. Structural Engineer Vipul Ahuja, SE Sr. Project Manager Victor Lopez, EIT Engineer III Josimar Ortiz, EIT Engineer II LRS Project Management Lan Saadatnejadi, PE, MBA Principal-in-Charge Ninyo & Moore Geotech/Environmental Kurt Yoshii, PE, GE Principal Engineer T&M Survey Surveying Ty Thomas, PLS Principal-in-Charge 416 10 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Bios of Key Staff Key personnel will be available to the extent proposed for the duration of the required services and no person designated as “key” shall be removed or replaced without the prior written concurrence of the City. The following is a brief introduction to the key personnel: John Cruikshank, PE | Role: Principal-in-Charge John is a registered civil engineer with 30 years of civil and structural design, constructability reviews, and project management for all aspects of public works projects, land development, transportation systems, marine facilities, building systems, and industrial operations. Certifications/Licenses: Civil Engineer, CA: 50792 | SWPPP, CA 797 | PE in 25 other states Khaled Abdo, PE | Role: Contract Manager & Senior Project Manager Khaled is a registered civil engineer with 34 years of diverse international experience in planning, coordinating, executing, monitoring & controlling, managing and construction services for all aspects of civil engineering. Khaled will assist with civil engineering tasks. Khaled will be the main point of contact for this on-call and will manage day-to-day activities of the project team. Certifications/Licenses: Civil Engineer, CA: 57815 | QSD, CA: 25228 Ariel Cenizal, PE | Role: Project Civil Engineer Ariel a registered civil engineer with more than 20 years of experience in the engineering and construction industry. Ariel will assist with civil engineering tasks. Certifications/Licenses: Civil Engineer, KY: 34297 | PE in 4 other states Erich Axsom, SE | Role: Sr. Structural Engineer Erich is a registered structural engineer with over twenty-five years of structural design experience. Erich oversees JMC2’s Structural Department including design and seismic retrofit work for the full range of building types and materials including several public agency projects. Certifications/Licenses: Structural Engineer, CA: 4435, Civil Engineer, CA: 54854 | SE in 4 other states Vipul Ahuja, SE | Role: Project Manager Vipul is a registered structural engineer with over forty years of structural design experience. Vipul specialization is in High-rise buildings, Structural Design, Structural Analysis, ETABS, STAAD, Feasibility, Structural Steel Design, Reinforced Concrete Design, Ram Concept, Value Engineer, PBSD, Seismic Isolation. Certifications/Licenses: Structural Engineer, CA: 2908, Civil Engineer, CA: 36041 | Victor Lopez, EIT | Role: Design Engineer Victor is experienced in construction plans and interfacing with stakeholders, contractors, government agencies, consultants, and vendors, and will support civil engineering tasks. Certifications/Licenses: Engineer -in-Training, CA: 160192 417 11 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Josimar Ortiz, EIT | Role: Design Engineer Josimar is experienced in site development, wet utility design for water, storm drain, and sewer; grading and earthwork calculations, hydrology and hydraulic studies and design, and feasibility studies, and will support civil engineering tasks. Certifications/Licenses: Engineer -in-Training, CA:164195 Lan Saadatnejadi, PE, MBA | Role: Deputy Project Manager Lan is a registered civil engineer with over 30 years of public and private-sector experience in all types of infrastructure improvement projects and alternative deliveries, especially for projects involving California Department of Transportation (Caltrans). As a former Caltrans Chief of Design, Lan will lead Caltrans coordination tasks. Certifications/Licenses: Civil Engineer, CA: 47795 Mr. Garreth Saiki, PE, GE, Principal Engineer Mr. Saiki is a registered Civil Engineer and Geotechnical Engineer in the State of California and holds a Bachelor’s Degree in Civil Engineering and Master’s Degree in Geotechnical Engineering, both from the University of California, Berkeley, as well as a Master Degree in Business Administration from the University of California, Davis. Mr. Saiki has more than 37 years of experience in the geotechnical field, the past 25 years at Ninyo & Moore. He manages and conducts geotechnical evaluations, including pavement designs, for public facilities and commercial developments including highways and local streets, airfields, parking lots, bridges, railroads, pipelines, pump stations, reservoirs, retention basins, graded slopes, retaining walls, low-rise and high-rise buildings, and parking structures. He provides supervision of our engineering and field staff to ensure that the work performed will meet the City’s requirements for schedule, content, and budget. He provides project coordination and oversees scheduling of field activities, supervises staff- level geologists and engineers, supervises field technicians and special inspectors, reviews project plans and specifications, and reviews laboratory test results for conformance with the project documents, including the International Building Code (IBC),California Building Code (CBC), Federal Aviation Administration (FAA), State Department of Transportation (Caltrans), American Association of State Highway and Transportation Officials (AASHTO), and the Standard Specifications for Public Works Construction (Greenbook). Mr. Saiki has managed several of Ninyo & Moore’s previous on-call contracts including the City of Los Angeles Bureau of Engineering, the County of Los Angeles Department of Public Works, the Port of Long Beach, and various other public agency clients. Certifications/Licenses: PE 49665 (CALIFORNIA) | GE 2509 (California) 418 12 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Mr. Ronald Hallum, PG, CEG, Principal Geologist Mr. Hallum is a Principal Geologist for Ninyo & Moore. He holds a Bachelor degree from the San Diego State University in Geology. Mr. Hallum has over 38 years of experience in southern California, the last 28 years at Ninyo & Moore. He provides geologic input for hundreds of projects throughout southern California, including fault evaluations, landslide repairs, trench failures, slope stability evaluations, as well as design of new pipelines, pump stations, reservoirs, and port facility projects. Mr. Hallum is responsible for reviewing geologic site information as well as site-specific seismic parameters developed for our investigations. He is a California licensed Professional Geologist (PG 4766) and Certified Engineering Geologist (CEG 1484). Mr. Hallum has provided geological oversight for several projects within the County of Los Angeles including the Los Angeles Zoo Vision Plan, Alameda Street Reconstruction, Compton High School Reconstruction, and the Los Angeles Civic Building, to name a few. Certifications/Licenses: PG 4766 (California) | CEG 1484 (California) Daniel Chu, PhD, PE, GE, Geotechnical Technical Advisor Dr. Chu earned his Ph.D. in geotechnical engineering from the University of California at Los Angeles, and is a licensed Civil and Geotechnical Engineer in California with over 42 years of experience, the past 31 years at Ninyo & Moore. He has provided geotechnical engineering and third-party review services for city and county agencies for roads, bridge structures, highways, educational, municipal and commercial developments, reservoirs, water treatment plants, pump stations, pipelines, and tunnels. Dr. Chu is responsible for the quality of engineering, training of staff, and engineering analysis. He has expertise in soil mechanics, dynamic soil behavior, seismic hazard risk assessment, static and dynamic earth loading, liquefaction, design of deep and shallow foundations, shoring systems, slope stability, erosion control, and pavement design. Dr. Chu provides technical oversight during our geotechnical evaluations, exploration/sampling protocol, analysis of laboratory test results, direction of engineering tasks, review of calculations, and report preparation. Dr. Chu has provided technical oversight on many design projects reviewed by the County of Los Angeles, City of Los Angeles, DSA, OSHPD, and the California Geological Survey (CGS), and is experienced with providing the necessary information to these review agencies. Dr. Chu is responsible for seeing that Ninyo & Moore’s geotechnical analyses are performed in accordance with the standard of care utilizing the appropriate geotechnical parameters for the site conditions. He checks the accuracy of our calculations and is also responsible to see that the geotechnical recommendations we develop are reasonable and practical. Certifications/Licenses: PE 37991 (CALIFORNIA) | GE 2096 (California) Ty Thomas, P.L.S, | Role: Land Surveyor Ty is a registered land surveyor in California and has served as mapping and survey manager and director for over 20 years. Operating office mapping services and field survey operations. Certifications/Licenses: Professional Land Surveyor, CA: 9309 419 13 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Relevant Experience & References The following is a listing of JMC2’s similar projects for other local municipalities: Hermosa Beach Pier Ph. III Update, Hermosa Beach, CA, City of Hermosa Beach Project engineers to conduct pier underside inspection and refresh construction plans, specifications, and estimates to structurally repair currently distressed concrete piles, decking, or bent caps that may require a variety of structural repairs. Work can begin in mid-January assuming the surf is reasonably calm to safely perform inspections. Agency: City of Hermosa Beach |1315 Valley Drive, Hermosa Beach, CA 90401 Dates: 01/11/2022-Ongoing Key Personnel: John M. Cruikshank | Victor Lopez Contact Joseph SanClemente | Public Works Director for the City of Hermosa Beach | jsanclemente@hermosabeach.gov | 310.318.0238 Contract Value: $56,670.00 (design fees), $500,000 (engineer’s estimate) Pacific Coast Highway Street Improvement, Hermosa Beach The City of Hermosa Beach retained the services of JMC2 for the design of four (4) ADA Curb Ramps per the latest Caltrans Standards on PCH in the City of Hermosa Beach. Their request was to design the ADA ramps per the latest Caltrans standards and requirements, prepare construction plans and specifications, and rough construction cost estimate at the beginning of the project and final construction cost estimate by the completion of Plans and Specifications. JMC2 recently completed 100% plan, specifications, and estimates (PS&E) documents pursuant to Caltrans Encroachment Permit standards for ADA curb ramp upgrades at 2nd Street, 6th Street, and 21st Street along Pacific Coast Highway (Hwy 1) in the City of Hermosa Beach. Work involved extensive coordination with City and Caltrans officials and mandatory design exception factsheets to obtain Caltrans Design Standard Exceptions and Encroachment Permits. Agency: City of Hermosa Beach | 1315 Valley Drive, Hermosa Beach, CA 90254 Dates: 11/15/2016 – 7/3/2019 Key Personnel: John M. Cruikshank | Ariel Cenizal Contact: Lucho Rodriguez, PE | lrodriguez@hermosabch.org | 310.318.0210 Contract Value: $28,420 (design fees), $175,000 (construction) 420 14 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Dominguez Bike Path Phase I & II, Carson, CA Project manager preparing the plans, specifications, and estimates (PS&E) for a Bike Path phase 2 along eastside of Dominguez Channel from Avalon Blvd to 223rd Street. The proposed 1.7-mile-long bike path is in the City of Carson (City), along the Dominguez Channel which is maintained by the Los Angeles County Flood Control District (LACFCD). This task also involved preparation of CEQA document and Right-of Way certification. The project is included in both the City’s and the County of Los Angeles’ Bicycle Master Plans, which identifies the bike path as an important transportation and recreational link along the entire length of the Dominguez Channel from the City of Hawthorne to Pacific Coast Highway. Agency: City of Carson | 701 E. Carson Street, Carson, CA 90745 Dates: 03/24/2020-Ongoing Key Personnel: Khaled Abdo | Ariel Cenizal | Josimar Ortiz Contact: Gilbert Marquez | gmarquez@carson.ca.us | 310.952.1700 Contract Value: $325,486 189th Street Ped. Bridge Civil and structural engineers for the retrofit design of an existing 72-foot-long x 6-foot-wide pedestrian bridge spanning over the Los Angeles County Flood Control Channel. The walking surface of the bridge, as well as the guard rail fencing, were both completely removed and replaced due to significant rust and corrosion. New solar powered lighting was added to the bridge to properly illuminate the bridge at night. Agency: City of Carson | 701 E. Carson Street, Carson, CA 90745 Dates: 01/27/2020-10/10/2022 Key Personnel: Khaled Abdo | Erich Axsom Contact: Victor Lopez | vlopez@carsonca.gov | 310.952.1700 Contract Value: $34,165 Street/Pedestrian Upgrades of Cravens Avenue, Old Torrance, City of Torrance, CA Project managers, surveyors, and civil engineers for street rehabilitation, pedestrian upgrades, and ADA improvements for Cravens Avenue in historic Old Torrance. Work included project management, topographic surveying, as-built and utility research, coordination meetings, community meetings, street plans and profiles, drainage upgrades, signage/striping plans, landscape plans, construction specifications, cost estimates, and construction oversight. Agency: City of Torrance | 20500 Madrona Avenue, Torrance, CA 90503 Dates: 01/07/2013-03/05/2018 Key Personnel: John M. Cruikshank Contact: Jessamine Que | JQue@TorranceCA.gov | 310.618.3066 Contract Value: Total Project Cost: $143,115 (design fees), $3,800,000 (construction) 421 15 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Urban Greening, SR-91 Freeway The project is a recipient of two Urban Greening/Forestry and Water Reclamation Grants from separate State of California agencies: Natural Resources and Department of Forestry and Fire Protection (Cal Fire). Alameda-SR91 Urban Greening and Water Reclamation Project Greening Compton’s State Route 91 (Agreement No. U29107-0) at State Route 91 interchange at South Alameda Street and South Santa Fe Avenue. There are eight (8) sites situated between ramps, Compton Creek, frontage roads, freeway, streets, and commercial properties. Project includes planting of trees and shrubs, installing irrigation and bioswales, creating a water retention and filtration system, and installing interpretive signage. Greening Compton’s State Route 91 (Agreement No. 8GG16423) location between State Route 91 Highway and Artesia Blvd between Central Avenue and Harbor Avenue, project also has eight (8) separate sites bounded completed by the freeway, frontage roads, and freeway ramps. Project includes planting of trees and shrubs, installing irrigation and bioswales, creating storm water filtration systems, and installing Cal Fire and Compton signage. Agency: City of Compton | 205 S. Willowbrook Avenue, Compton, CA 90220 Dates: 2019-Ongoing Key Personnel: John Cruikshank | Ariel Cenizal Contact: John Strickland | 310.761.1422 | jstrickland@comptoncity.org Contract Value: $421,242 Michigan Avenue Greenway & 20th Street & Ped. Improvements, Santa Monica, CA Project engineers for the Michigan Avenue Neighborhood (ManGo) bikeway from 19th Street to 21st Street crossing the I-10 freeway at 20th Street. This is an Active Transportation Project (ATP) with State grant funding. Work has included bike and pedestrian path alternatives, layout plans, hydrology study, street improvement plans, utility plans, project management/coordination, details, Caltrans permit processing, drainage plans, stage construction, construction specifications, and cost estimates. Agency: City of Santa Monica |1685 Main Street, Santa Monica, CA 90401 Dates: 05/22/2019-Ongoing Key Personnel: John M. Cruikshank | Ariel Cenizal Contact: Former Project Manager Joseph SanClemente, current Public Works Director for the City of Hermosa Beach | jsanclemente@hermosabeach.gov | 310.318.0238 Contract Value: $357,752 422 16 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) 20th Street Bikeway/ Pedestrian Pathway, Santa Monica, CA LRS was responsible for facilitating Caltrans review processes and developed strategies to achieve project completion to meet the grant funding deadline. LRS prepared Design Standard Decision Document for exceptions from Highway Design Manual (HDM) standards and negotiated modifications to Caltrans right of ways. Benefits: LRS helped Santa Monica navigate and overcome very challenging Caltrans review processes to keep project on track and stay in compliance with the timely-use-of-funds requirements. LRS also stayed within the budget for the project. Agency: City of Santa Monica |1685 Main Street, Santa Monica, CA 90401 Dates: 2019-2020 Key Personnel: Lan Saadatnejadi Contact: Former Project Manager Joseph SanClemente, current Public Works Director for the City of Hermosa Beach | jsanclemente@hermosabeach.gov | 310.318.0238 Contract Value: $62,000 SR-710 Retaining Wall Project, Long Beach, CA LRS is responsible for managing the permitting processes of the SR-710 Retaining Walls Project. LRS integrated POLB design team and Caltrans oversight team, developed a comprehensive project schedule, successfully reached consensus on the proposed concept drawings, geometric plans, and obtained approval on Design Standard Decision Document. LRS continues to move the project along with the development processes, including Hazardous Waste Sampling Plan, Site Investigation, Structural Advance Planning Study, Bridge Site Data, Preliminary Geotechnical Report, Preliminary Type Selection Report, Preliminary Foundation Report, detailed design, and final permitting. LRS consistently meets target completion for assigned tasks and keeps the project teams on track in completion their assigned tasks. Benefits: LRS helped POLB navigate and overcome very challenging Caltrans review processes to keep project on track. LRS also stayed within the budget for the project. Agency: Port of Long Beach | 415 W. Ocean Blvd., Long Beach, CA 90802 Dates: 11/2019-Present Key Personnel: Lan Saadatnejadi Contact: John Litzinger | John. Litzinger@polb.com | 562.682.3242 Contract Value: $100,000 Caltrans Statewide On-Call Program/ Project Management Services (44A0071) LRS is a Subject Matter Expert responsible in supporting Caltrans in various program/project management activities for capital improvement project deliveries statewide. Specifically, LRS has developed various program/project management tools, coordinated team comments and provided responses, provided technical support, supported webtool development, developed tutorial materials, and conducted in-person and online training. Benefits: LRS helped Caltrans in standardizing processes for soft cost estimation to increase efficiency. Agency: Caltrans Headquarters Program/ Project Management Division | 1120 N. Street, Sacramento, CA 95814 Dates: 2018-2019 Key Personnel: Lan Saadatnejadi Contact: John Roccanova | John. roccanova@dot.ca.gov | 916.275.2890 Contract Value: $210,000 423 17 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Project 1 Ninyo & Moore has been providing the city of Los Angeles, Department of Public Works, Bureau of Engineering, Geotechnical Division on-call geotechnical and environmental engineering, and materials testing and inspection services since 2008. We are providing task order-based services on various public works construction projects throughout the city. Our scope of services includes preparing geotechnical data and investigation reports, as well as construction support services, including geotechnical observation and testing during construction utilizing our City of Los Angeles-certified Deputy Grading Inspectors. Our environmental scope of services includes hazardous materials evaluations for soils, groundwater, and building materials, including asbestos and lead paint. These projects have included landslide evaluations, parks and recreational facilities, fire stations, storm drains and other various water projects. Agency: City of Los Angeles, Bureau of Engineering Dates: 10/2017 – 11/2022 (most recent contract) Key Personnel: Garreth Saiki, PE, GE; Ronald Hallum, PG, CEG, Daniel Chu, PhD, PE, GE Contact: Mr. Patrick Schmidt | (213) 847-0535 | patrick.schmidt@lacity.org Contract Value: $100,000 Project 2 Ninyo & Moore was retained to provide as-needed materials testing, pavement mix design and inspection services during the various construction and reconstruction type projects located throughout Los Angeles County, California. A second consecutive contract was awarded which extends our services until 2023. Our geotechnical and materials engineering, as well as field materials testing and deputy inspection personnel have worked closely with the Los Angeles County Department Public Works staff in order to assist in them in ensuring that each project is constructed in accordance with the approved documents. Ninyo & Moore’s as-needed geotechnical engineering, materials testing and inspection services included project coordination and management, in order to assist the Los Angeles County Department Public Works staff in maintaining each project’s fiscal budget. Projects have included: Fox Field Standby Generator Project - Geotechnical, Materials Testing and Deputy Inspection Services. State Route 126/Commerce Center Drive Interchange Project - Caltrans Concrete Materials Sampling and Testing Services. East Fork Road over North Fork San Gabriel River Renovation Project - Welding Deputy Inspection Services. Bridge Concrete Testing for West Neapolitan Lane over Rivo Alto Canal Project o Ground Penetrating Radar and Concrete Materials Testing Services. Lake Los Angeles Water Tank Project - Welding Deputy Inspection Services. San Gabriel Valley Airport Apron Pavement Rehabilitation Phase 2 Project - Caltrans Asphalt Concrete Materials Testing Services. Agency: County of Los Angeles, Department of Public Works Dates: 6/2020-5/2023 Key Personnel: Garreth Saiki, PE, GE; Robert Bigger, Project Manager, Daniel Chu, PhD, PE, GE Contact: Mr. Greg Johnson | gjohnson@dpw.lacounty.gov |(626) 458-1741 Contract Value: $3,750,000 424 18 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Project 3 Ninyo & Moore has provided on-call geotechnical engineering consulting and material testing services for various City projects since 2010. Our services during our current and previous on-call contracts with the City of Rancho Santa Margarita included geotechnical observation and materials testing services for various construction projects including numerous pavement rehabilitation projects, pavement slurry seal, and drainage improvements and third-party review of geotechnical reports, emergency observation of slope failures resulting from heavy rain events. The projects that included geotechnical and materials testing services were Antonio Parkway drainage improvements and pavement rehabilitation, El Paseo Corridor improvements, Melinda Road pavement rehabilitation, Vista Drive pavement replacement, Robinson Ranch Road pavement rehabilitation, Avenida Empresa and Santa Margarita Parkway intersection improvements, Alicia Parkway pavement resurfacing and Robinson Ranch Road traffic calming project, and the annual slurry seal program. The Trabuco Highlands slope failure project involved geotechnical consulting services that included geologic mapping, logging and sampling of exploratory test pits and borings, review of previous reports and plans at the City, engineering analysis, attending a home owner association meeting, laboratory testing and preparation and updates of draft report. Agency: City of Rancho Santa Margarita Dates: 5/2021 – Ongoing (current contract) Key Personnel: Garreth Saiki, PE, GE; Michael Putt, PG, CEG, Daniel Chu, PhD, PE, GE Contact: Mr. Steve Kooyman | (949) 635-1805 | skooyman@cityofrsm.org Contract Value: $150,000 425 19 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Project Management Plan The City of Hermosa Beach (City) is seeking professional engineering services teams to assist their Public Services Department over the next five years to implement their capital improvement projects. The JMC2 team is responding the City’s ‘On-Call Civil Engineering Services’ as this is what we are built to do. JMC2’s engineers are experts in analyzing and designing new, upgraded, and repaired streets, water systems, storm drainage, sewers, and street lighting. We have LRS, Ninyo & Moore, and T&M Surveys to provide consistent high-quality services as needed. We can choose from our pool of talented subcontractors based upon speciality needs. The City is small size (1.4 square miles) and bounded by a major highway (SR-1) that is controlled by Caltrans (State DOT). Within the City boundaries are residents, businesses, schools, churches, and public spaces that rely on safe roads and reliable infrastructure lines. When something does not work, the Public Services Department is the first to know about it, so their goal is to have the minimal number of issues with their City systems. The JMC2 team has a wide variety of experience to be there to help the City respond quickly to a wide variety of public works’ issues. Here is JMC2’s approach to deliver value to the City of Hermosa Beach. Our office works on more than 200 projects every year. The proven success formula involves understanding the Project Goals, the As-Is Condition, the Permit Process then preparing construction documents to get us to the Should-Be Condition in the least amount of time and for the least amount of money. Value is defined by our clients. We believe your City values clear and concise reports and plans that can be understand by the users of these documents – City Council members, public works staff, contractors, and maintenance crews. Our team consists of core firms that can handle all the City’s services and staffing needs as called for in the Request for Qualifications. Our philosophy is to be prepared to respond to all City needs by having well-rounded and experienced staff of many different disciplines. Every Hermosa Beach project will be unique and have its own Workplan. Still, we need to describe our process that follows the same basic flowchart and procedures which leads to consistent and proven results. Here is a workplan for a park project requiring a much-needed facelift. JMC2 will develop a Project Work Plan for each City of Hermosa Beach project so there is a proper road map to complete all our work on time and in budget. The following City documents will be reviewed and followed: FY 2022-23 CIP, 2022 ADA Self- Evaluation and Transition Plan, 2018 Storm Drain Master Plan, 2017 Sewer Master Plan, 2017 Pavement Management Plan, and 2017 PLAN Hermosa. 426 20 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) Project Management Plan The following is a sample project template that JMC2 follows for each engineering project. The scope needs to be clearly defined so the team is clear on their work approach and objectives. Project Coordination Site Visit JMC2 will visit the project site to gain a better understanding of the scope of work, the local environmental conditions and other requirements which may be specific to the actual location. It may be necessary to amend the scope of work based on the finding at the conclusion of this site visit. Utilities Research JMC2 will conduct a thorough investigation of all available record information from City and/or County, Utility Agencies and/or Other Agencies having jurisdiction over this project to discovery existing utilities and determine points of connection. Coordination JMC2 will participate in the Kickoff meeting but also communicate with the project team including phone calls, virtual meetings, and emails with the Client and/or other subcontractors for the purpose of maintaining project status and open dialog. These coordination efforts are necessary and add value to help achieve on-time and in-budget performance. Deliverables • Topographic & Boundary Survey • Utility/Civil Basemap Conceptual Design Conceptual Street Improvement Plans JMC2 will prepare concept street improvement plans for the new street features, sidewalks, drainage, paved areas, and landscaping to City standards. Plans will show preliminary street plans/profiles, site drainage, and landscaped areas. Plans will be prepared at 1”=20’ (engineering) scale with attached details as required. Work includes preparation of associated preliminary earthwork calculations. Work may include retaining wall plans, profiles, calculations, or cross-sections. Conceptual Utility Plans JMC2 will prepare conceptual utility plans to City and local utility company standards. Plans to show demolition or protection of existing utilities and placement of new utilities, easements, mainline sewer, and individual sewer laterals to within five feet of the water features and/or buildings. Site utilities include sewer, water, and gas lines only. Preliminary Retaining Wall Plans (Plan View Only) The site grading being proposed may require retaining walls around the site perimeter and terraced areas. After grading plans and architectural site plans are agreed upon, JMC2 will calculate locations requiring earth retention (work does not include pool or house structure). Plans will show wall layouts, bearings, distances, cross sections, and drainage. Preliminary Hydrology/Hydraulics Report JMC2 will prepare an on-site hydrology study and hydraulics report to City Public Works standards to drain the project site to the existing storm systems or other non-erosive storm water systems. Provide 427 21 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) drainage system research and hydrology/hydraulics study. Study to show on-site storm water generation (flow rates) and ways to treat the first rainfall per city standards. Preliminary Low Impact Development Ordinance (LID) JMC2 will prepare a Low Impact Development (LID) report to City standards. The report will discuss runoff mitigation in a manner that captures rainwater at its source, while utilizing natural resource including rain barrels, permeable pavement, rainwater storage tanks, planter boxes or infiltration pits to contain water. Deliverables • Conceptual Design Complete Redesign with Preliminary Statement of Probable Construction Cost • Conceptual Design Modernize/Transform Existing Facilities with Preliminary Statement of Probable Construction Cost • Community Outreach (Inclusive of 3 meetings) • Presentations to Commission and Council (3 meetings) • Revisions to Plans Per Community/City Input • Final Preferred Concept Plan per City Plans, Specifications, and Estimates Recycling (Demolition) Plans JMC2 will use the landscape architectural site plans as a basis for developing a Recycling (Demolition) Plan to show how existing site features can be recycled, reused, or properly disposed. Work includes close coordination with the project team. The site recycling plans will include dimensions, limits of work, subgrade information, and instructions to the contractor on recycle, removal, or salvage of site items. Horizontal Control Plans JMC2 will prepare horizontal control plans to provide geometric descriptions of water features, on-site walkways, site walls, access roads, and other non-building features. Work includes verification and adjustment of site layout features to simple geometric shapes (lines, arcs, etc.) so they can be properly defined and constructed using geometric coordinates. Street Improvement Plans JMC2 will prepare street improvement plans including new street features, ADA ramps, drainage systems, tree wells, sidewalks, building access, access road connections, driveways, paved areas, and landscaping to City standards. Plans will be prepared at 1”=20’ scale with attached details as required. Work includes preparation of associated earthwork calculations. Work does not include retaining wall plans, profiles, calculations, or cross-sections. Retaining Wall Plans The site grading being proposed will require retaining walls around the site perimeter and terraced areas. After grading plans and architectural site plans are agreed upon, JMC2 will calculate locations requiring earth retention (work does not include 428 22 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) pool or house structure). Plans will show wall layouts, bearings, distances, cross sections, and drainage. Structural calculations will be performed using RetainPro (industry standard) wall software. Signing and Striping Plans JMC2 will incorporate any striping and signage modifications at the project intersection on the corresponding traffic signal plan if it is part of a signal design project or will produce separate signing and striping plans. Striping and signage services will include items like improving existing bike lane signages, reinstalling faded striping, or other striping or signage that may be required. Traffic Signal Plans Utilizing the traffic signal as-built plans, survey, and field investigation data, the JMC2 team will prepare a traffic signal base plan at the intersection. The base plan is the backbone to accurately design proposed improvements. At this stage of the process, a thorough review is performed on the base plan to ensure accuracy prior to design. The base plan will include centerline, right-of-way, relevant existing street improvements, and existing traffic controls. We will prepare the base plan in accordance with City’s format and standards. If the intersection has shared jurisdiction with other cities we will also work with their standards. Our team has extensive experience in traffic signal design and will utilize that knowledge to identify potential conflicts before the project goes into construction. For example, proposed signal poles will be strategically placed in the optimum location for driver/pedestrian visibility and will adhere to ADA guidelines. We will also evaluate any current deficiencies or sub-standard equipment that should be upgraded to meet current City and City agreed-upon standards. We will provide a detailed traffic signal plan per City agreed-upon format, standards and specifications. The plan will propose approved signal phases, clearly identify all existing, proposed and removed traffic signal equipment to correspond the overall design intent and shown existing and proposed improvements. The traffic signal plan will be 1”=20’ scale unless directed otherwise. Utility Plans JMC2 will prepare utility plans to City and local utility company standards. Plans to show demolition or protection of existing utilities and placement of new utilities, easements, mainline sewer, and individual sewer laterals to within five feet of the building. Site utilities include sewer, water, and gas lines only. Erosion Control Plans The grading and drainage plans will be the basis for a city mandated erosion control plan for work to take place during the winter months. The engineering work includes designing an erosion control system, using proven methods, to minimize the environmental impact to the surrounding properties during construction. Fire Service Plan JMC2 will prepare fire water connection showing plan and profile according to the Authority design guideline. Plans to show construction of 6” fire line from main line to the backflow (5 feet away from the building). Fire sprinkler plans and calculations by other. Hydrology/Hydraulics Report JMC2 will prepare an on-site hydrology study and hydraulics report to City Public Works standards to drain the project site to the existing storm systems or other non-erosive storm water systems. Provide drainage system research and hydrology/hydraulics study. Study to show on-site storm water generation (flow rates) and ways to treat the first rainfall per city standards. Low Impact Development Ordinance (LID) 429 23 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) JMC2 will prepare a Low Impact Development (LID) report to City standards. The report will discuss runoff mitigation in a manner that captures rainwater at its source, while utilizing natural resource including rain barrels, permeable pavement, rainwater storage tanks, planter boxes or infiltration pits to contain water. Storm Water Pollution Prevention Plan JMC2 will prepare the storm water pollution prevention plan (SWPPP) pursuant to Cal/EPA standards. Work will include site visits, compilation of boilerplate documents, identification of pollutant sources and BMP solutions, development of a construction maintenance schedule, checklist, and the proposed SWPPP site plans, and proper filing of the Notice of Intent (NOI) with the State Regional Water Quality Control Board (SRWQCB). The owner or Legally Responsible Person (LRP) should be responsible for certifying the documents and information that are submitted through the State Waterboards SMARTS website including Annual SWPPP reports, NOIs, NOTs, COIs. A project schedule including the duration of the construction should also be provided to the QSD prior the start of any construction. Construction Specifications JMC2 will prepare technical specifications in CSI format to cover civil and structural engineering work. This provides the contractor with instructions on how to proceed with construction tasks related to civil and structural engineering tasks. Cost Estimate JMC2 will prepare cost estimates to cover the civil engineering portions of work. The information will be provided in spreadsheet format showing item, unit price, quantity, and total price for each line item. Professional Services during Bid and Construction Bid and Award JMC2 will provide assist the city to respond to bidders RFIs and prepare clarification and/or additional bid documents for issuance of bid addendums. Construction Phase Services During the construction phase, it is anticipated that JMC2 may perform or take part in the following: 1. Attend a pre-construction meeting. 2. Review and respond to RFI’s and submittals. 3. Review of Client Structural Shop Drawings, for off-site prefabricated structural elements, specifically excluding shop or placement drawings for concrete reinforcement steel. Please note that shop drawings are reviewed only for general conformance with the intent of the design and general compliance with the construction contract. Dimensions, quantities, and other considerations are not reviewed. 4. Process plan requests including electronic submission to project team. 5. Provide project development observation. 6. Prepare record drawings upon project closeout. Deliverables • Record drawings 430 24 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) 431 25 LRS Project Management Plan We are prepared to serve as a seamless extension of your staff. We recognize the complexities of the Program, and our team will work with all departments and stakeholders to understand their needs and facilitate their involvement to achieve shared success. We have structured our approach to effectively manage the Program, with special focus on the primary Keys to Success discussed below: i. Collaborative Teamwork. We are a firm believer of collaborative teamwork. Lan has a long track record of quickly integrating project teams to work cohesively towards the same project goals. Lan will utilize collaborative approach to harvest good ideas, infuse industry best management practices (BMPs), analyze and prioritize these ideas, and further develop and refine the ideas to best fit the Program goals. This approach would facilitate communication, cultivate teamwork and encourage ownership which will drive positive outcome in the long-term. Some of the tools Lan uses include: Obtain and document consensus upfront on the deliverables, schedule, and communication protocol. Clarify roles and responsibilities of everyone involved and how each can succeed in assigned responsibilities and tasks. Provide support to team members and remove barriers. Give involved parties “heads-up” for critical dates for deliverables so they have time to align their resources to support this Program. Anticipate issues up front and develop mitigation approach. Address issues arise without delay. Follow up, follow up, follow up. ii. Risk Management. To minimize the impacts from potential risks, we will maintain an active Risk Register and assign potential cost and schedule impact values associated with each risk, as well as the probability of each risk. We will facilitate or support you with workshops with key risk holders, where appropriate. We will use the Risk Register as a tool to help us focus priorities and resources to avoid surprises and schedule delays. iii. Schedule and Cost Control. To effectively manage the cost and schedule, we will take a programmatic approach to evaluate the interdependencies of all scope items along with the varying business impacts to any project delivery decision making. Working with City, we will work with the design teams and functional units to develop potential baseline budget, and a cost and resource loaded baseline schedule for each task being considered. iv. Informed and Expedited Decision Making. To facilitate close collaboration and decision making between the various City departments and stakeholders, we will first sit with each to understand their expectations for their involvement in each task. Next, we will conduct a facilitated kick- off/partnering session for all participants and designated stakeholders to have them share their goals, objectives, preferences, and priorities to develop alignment among stakeholders and work toward a common definition of success. Next, we will prepare our Project Management Plan and set up a Project Controls system, structured to efficiently facilitate each stakeholder’s performance and reporting expectations. v. Plan, Execute, and Document. Before performing any tasks, we will automatically plan first before act and document the outcome. Project workplans will clearly identify who does what by when. The outcome will be shared with involved parties timely for everyone to stay on top of the project. For example, LRS uses the following approach to make sure that every meeting is meaningful and productive: Set clear objectives and agenda prior to each meeting. Confirm that key members will be present. Have an internal pre-meeting before meeting with external entities. Take clear notes with active listening. Confirm action items with clarity on who does what by when before adjournment. Distribute meeting summary with action items highlighted within two (2) days of turn around so the project requirements stay as “top of mind” items. 432 26 City of Hermosa Beach On-Call Civil Engineering Services (RFQ No. 23-001) NINYO & MOORE MANAGEMENT PLAN Ninyo & Moore has established and implemented effective management control systems for efficient project administration. Our personnel are trained to respond quickly and efficiently to task orders and project situations as they arise in order to meet accelerated project deadlines. With three offices located in southern California, response times to client requests has historically been, and will continue to be, prompt. Ninyo & Moore will be available for meetings, job walks, and any other job- related activities. Additionally, Ninyo & Moore has developed flexible management systems, which allow project managers to draw on experienced technical and administrative personnel throughout the company. Clients have commended us for our ability to perform cost effectively within tight schedules, while maintaining technical integrity. Adherence to the short time frames associated with many projects illustrates our team’s understanding and dedication to satisfying project requirements in an expedient manner. Ninyo & Moore has assembled the same highly-qualified and experienced team of senior professionals and technical staff that have successfully completed similar contracts involving on-call geotechnical services for many public agency/public-sector clients. One of our team’s strengths lies in the depth and varied technical expertise, responsiveness, experience, and qualifications of its key personnel and staff, and in the personal involvement of the principals. Our team has an exceptional reputation in the industry of being highly-responsive to our clients, and providing high-quality and technically- defensible services while meeting challenging work schedules and maintaining cost control. Ninyo & Moore’s team has experience solving client’s challenges throughout California. This experience has solidified our working knowledge of, and familiarity with, state and local regulations as well as with the submittal procedures of federal, state and local jurisdictional agencies. Through our experience, we have coordinated with multiple agencies and consultants concurrently and have been successful in completing projects on-time and within budget while gaining project approval from these multiple entities. Most of our management controls to monitor project progress are pre-established prior to the beginning of the contract during proposal preparation and contract negotiations. These controls include: • COMMUNICATION: Both written and verbal communications are keys to a successful on-call contract management; • RESPONSE PROCEDURES: Ninyo & Moore is able to quickly respond to the client’s request for services due to the large pool of experienced and qualified personnel; • QUALITY: Our services are rendered in strict compliance to the firm’s rigorous Quality Assurance/ Quality Control program, which goes beyond the expectations of the industry; • SAFETY: It is the policy of Ninyo & Moore to provide a safe and healthful work environment for all of its employees through the prevention of occupational injuries and illnesses. 433 27 REQUIRED FORMS 434 RFQ 23-001 City of Hermosa Beach Page 30 of 36 6.2 Required Forms 6.2.1 Certification of Qualifications RFQ #: _________ The undersigned hereby submits its statement of qualifications and agrees to be bound by the terms and conditions of this Request for Qualifications (RFQ). 1. Proposer declares and warrants that no elected or appointed official, officer or employee of the City has been or shall be compensated, directly or indirectly, in connection with this statement of qualifications or any work connected with this statement of qualifications. Should any agreement be approved in connection with this Request for Qualifications, Proposer declares and warrants that no elected or appointed official, officer or employee of the City, during the term of his/her service with the City shall have any direct interest in that agreement, or obtain any present, anticipated or future material benefit arising therefrom. 2. By submitting the response to this request, Proposer agrees, if selected to furnish services to the City in accordance with this RFQ. 3. Proposer has carefully reviewed its statement of qualifications and understands and agrees that the City is not responsible for any errors or omissions on the part of the Proposer and that the Proposer is responsible for them. 4. It is understood and agreed that the City reserves the right to accept or reject any or all statement of qualifications and to waive any informality or irregularity in any statement of qualifications received by the City. 5. The statement of qualifications response includes all of the commentary, figures and data required by the Request for Qualifications. 6. The statement of qualifications shall be valid for 90 days from the date of submittal. 7. Proposer acknowledges that the City may issue addendums related to this RFQ and that the proposer has reviewed the following addendums which have been issued: Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ 8. Proposer further acknowledges the provisions of any addendums issued have been incorporated into their statement of qualifications. 23-001 1, January 10, 2023 2, January 23, 2023 435 RFQ 23-001 City of Hermosa Beach Page 31 of 36 Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ John M. Cruikshank - President 436 RFQ 23-001 City of Hermosa Beach Page 32 of 36 6.2.2 Non-Collusion Affidavit RFQ #: _________ The undersigned declares states and certifies that: 1. This statement of qualifications is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation. 2. This statement of qualifications is genuine and not collusive or sham. 3. I have not directly or indirectly induced or solicited any other Proposer to put in a false or sham statement of qualifications and I have not directly or indirectly colluded, conspired, connived, or agreed with any other Proposer or anyone else to put in a sham statement of qualifications or to refrain from submitting to this RFQ. 4. I have not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the rate schedule price or to fix any overhead, profit or cost element of the rate schedule price or to secure any advantage against the City of Hermosa Beach or of anyone interested in the proposed contract. 5. All statements contained in the statement of qualifications and related documents are true. 6. I have not directly or indirectly submitted the rate schedule price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, RFQ depository, or to any member or agent thereof, to effectuate a collusive or sham statement of qualifications. 7. I have not entered into any arrangement or agreement with any City of Hermosa Beach public officer in connection with this statement of qualifications . 8. I understand collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: 23-001 437 RFQ 23-001 City of Hermosa Beach Page 33 of 36 ____________________________________________ John M. Cruikshank - President 438 RFQ 23-001 City of Hermosa Beach Page 34 of 36 6.2.3 Compliance with Insurance Requirements RFQ #: _________ The selected consultant will be expected to comply with the City s insurance requirements contained within this RFQ. The undersigned declares states and certifies that: 1. Proposer agrees, acknowledges and is fully aware of the insurance requirements as specified in the Request for Qualifications. 2. If selected, proposer agrees to accept all conditions and requirements as contained therein. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-001 John M. Cruikshank - President 439 RFQ 23-001 City of Hermosa Beach Page 35 of 36 6.2.4 Acknowledgement of Professional Services Agreement RFQ #: _________ The selected consultant will be expected to comply with and sign the City s Professional Services Agreement. Proposers should identify and/or indicate any exceptions to the Sample Professional Services Agreement included in Section 6.2. The City Attorney or their designee retains the discretion to accept or reject proposed exceptions or modifications to the City s Professional Services Agreement. 1. Proposer agrees, acknowledges and is fully aware of the conditions specified in the City’s Sample Professional Services Agreement. 2. Proposer agrees to accept all conditions and requirements as contained therein with exceptions noted as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ________________________________________________ Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-001 None John M. Cruikshank - President 440 City of Hermosa Beach Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885 ADDENDUM No. 1 On-Call Civil Engineering Services RFQ No. 23-001 DATE: January 10, 2023 TO: ALL PROSPECTIVE PROPOSERS Please note the questions and answers for the Request for Qualifications indicated above. PROPOSAL SUBMITTAL: The deadline to submit qualifications HAS NOT changed. The deadline to submit qualifications is still February 1st at 3:00 PM. 1. Should Consultants build a team to cover all aspects of this on-call civil engineer services? A: Correct. The City is seeking a Consultant, or team of Consultants (including all necessary sub-consultants), that can provide all of the potential services identified in Section 2.2 of the RFQ (General Scope of Work). . 2. Will Consultants be disqualified if they do not provide services for all categories specified on this on-call civil engineering services? A: Correct, Consultants may be disqualified if they are unable to provide all of the core services identified in Section 2.2. Consultants shall clearly identify where sub-consultants are required to perform services. 441 City of Hermosa Beach Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885 ACKNOWLEDGEMENT OF ADDENDUM NO. 1 On-Call Civil Engineering Services RFQ No. 23-001 Complete and sign this acknowledgement form. Submit and enclose the acknowledgement in your proposal. Failure to do so may result in disqualification of your firm’s proposal. The undersigned acknowledges receipt of Addendum No. 1 dated January 10, 2022. ATTEST: _____________________________________ Principal: _____________________________________ Address: _____________________________________ By: _____________________________________ Title: _____________________________________ John M. Cruikshank 411 N. Harbor Blvd. Ste. 201, San Pedro, CA 90731 John M. Cruikshank President & CEO 442 Corporate: 411 N. Harbor Boulevard, Suite 201, San Pedro, CA 90731 Los Angeles: T 310-241-6550 www.jmc-2.com Orange County: T 714-444-2422 6.2.5 COVID Vaccination Certification February 1, 2023 Suja Lowenthal, City Manager City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 RE: Mandatory COVID-19 Vaccination for City of Hermosa Beach Consultants Dear Ms. Lowenthal: Per this letter, John M. Cruikshank Consultants, Inc. (JMC2) certifies that all of its officers, agents, employees, subcontractors, representatives and volunteers servicing the City of Hermosa Beach on-site within the City pursuant to the On-Call Civil Engineering Services dated January 5, 2023, are or will be fully vaccinated or covered by an approved medical or religious exemption prior to the implementation of the scope of work located within the above referenced agreement. Respectfully, John M. Cruikshank, PE (RCE C50792) President & CEO 443 28 RATE SCHEDULE 444 Corporate: 411 N. Harbor Boulevard, Suite 201, San Pedro, CA 90731 Los Angeles: T 310-241-6550 www.jmc-2.com Orange County: T 714-444-2422 ENGINEERING HOURLY RATE SCHEDULE Effective January 2023 EXPERT WITNESS $ 400.00 PRINCIPAL-IN-CHARGE $ 250.00 SENIOR PROJECT MANAGER $ 225.00 PROJECT MANAGER $ 210.00 PROJECT ENGINEER $ 195.00 ENGINEER III $ 180.00 ENGINEER II $ 165.00 ENGINEER I $ 150.00 PROJECT DRAFTER $ 165.00 DRAFTER/CAD OPERATOR $ 135.00 ADMINISTRATIVE/SECRETARY $ 100.00 Reimbursable Expenses Per Unit Charge In-house large format copy service $ 5/print In-house black and white plots $ 30/plot In-house color plots $ 60/plot Color Copies $ 0.65/page Outside printing/media services Cost + 15% Postage/delivery service (1) Cost + 15% Travel: Air Fare, Car Rental, Meals, Lodging Cost + 15% Company Vehicle Maximum allowed by IRS Notes: (1) Plans are sent out to clients via Overnight mail unless otherwise directed by Client. (2) Hourly rates will be updated on an annual basis throughout the duration of the project, and services will be billed at the hourly rates in place at the time the service is provided. 445 LRS Program Delivery, Inc. Rate Schedule Labor Category 2023 2024 2025 20252 2027 Executive / SME I $334.20 $350.91 $368.46 $386.88 $406.22 Executive / SME II $273.59 $287.27 $301.63 $316.71 $332.55 Program / Technical Director I $293.73 $308.42 $323.84 $340.03 $357.03 Program / Technical Director II $248.54 $260.97 $274.02 $287.72 $302.10 Manager / Senior Specialist I $238.88 $250.82 $263.37 $276.53 $290.36 Manager / Senior Specialist II $235.05 $246.80 $259.14 $272.10 $285.70 Manager / Senior Specialist III $214.61 $225.34 $236.61 $248.44 $260.86 Manager / Senior Specialist IV $194.28 $203.99 $214.19 $224.90 $236.15 Engineer / Specialist I $177.83 $186.72 $196.06 $205.86 $216.15 Engineer / Specialist II $149.33 $156.80 $164.64 $172.87 $181.51 Engineer / Specialist III *$126.79 $133.13 $139.79 $146.78 $154.11 Engineer / Specialist IV *$107.64 $113.02 $118.67 $124.61 $130.84 Clerical / Associate I *$98.65 $103.58 $108.76 $114.20 $119.91 Clerical / Associate II *$78.06 $81.96 $86.06 $90.36 $94.88 Clerical / Associate III *$75.00 $78.75 $82.69 $86.82 $91.16 Clerical / Associate IV *$53.98 $56.68 $59.51 $62.49 $65.61 446 Ninyo & Moore | City of Hermosa Beach | Proposal No. S04-03941 | January 31, 2023 CA15 Schedule of Fees Hourly Charges for Personnel Professional Staff Principal Engineer/Geologist/Environmental Scientist/Certified Industrial Hygienist .............................................. $ 220 Senior Engineer/Geologist/Environmental Scientist ............................................................................................... $ 210 Senior Project Engineer/Geologist/Environmental Scientist ................................................................................... $ 200 Project Engineer/Geologist/Environmental Scientist ............................................................................................... $ 195 Senior Staff Engineer/Geologist/Environmental Scientist ....................................................................................... $ 180 Staff Engineer/Geologist/Environmental Scientist................................................................................................... $ 165 GIS Analyst .............................................................................................................................................................. $ 145 Technical Illustrator/CAD Operator.......................................................................................................................... $ 120 Field Staff Certified Asbestos/Lead Technician ........................................................................................................................ $ 200 Field Operations Manager ....................................................................................................................................... $ 130 Nondestructive Examination Technician (UT, MT, LP) ........................................................................................... $ 125 Supervisory Technician ........................................................................................................................................... $ 120 Special Inspector (Concrete, Masonry, Structural Steel, Welding, and Fireproofing) ............................................ $ 115 Senior Technician .................................................................................................................................................... $ 115 Technician ................................................................................................................................................................ $ 110 Administrative Staff Information Specialist .............................................................................................................................................. $ 100 Geotechnical/Environmental/Laboratory Assistant ................................................................................................. $ 100 Data Processor ........................................................................................................................................................ $ 80 Other Charges Concrete Coring Equipment (includes technician) .............................................................................................. $ 190/hr Anchor Load Test Equipment (includes technician) ........................................................................................... $ 190/hr GPR Equipment ................................................................................................................................................... $ 180/hr Inclinometer ......................................................................................................................................................... $ 100/hr Hand Auger Equipment ....................................................................................................................................... $ 80/hr Rebar Locator (Pachometer) ............................................................................................................................... $ 25/hr Vapor Emission Kit .............................................................................................................................................. $ 65/kit Nuclear Density Gauge ....................................................................................................................................... $ 12/hr X-Ray Fluorescence ............................................................................................................................................ $ 70/hr PID/FID ................................................................................................................................................................ $ 25/hr Air Sampling Pump .............................................................................................................................................. $ 10/hr Field Vehicle ........................................................................................................................................................ $ 15/hr Expert Witness Testimony ................................................................................................................................... $ 450/hr Direct Expenses .................................................................................................................................... Cost plus 15 % Special equipment charges will be provided upon request. Notes For field and laboratory technicians and special inspectors, overtime rates at 1.5 times the regular rates will be charged for work performed in excess of 8 hours in one day Monday through Friday and all day on Saturday. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day, all day Sunday and on holidays. Field technician and special inspection hours are charged at a 4-hour minimum, and 8-hour minimum for hours exceeding 4 hours. Invoices are payable upon receipt. A service charge of 1.5 percent per month may be charged on accounts not paid within 30 days. Our rates will be adjusted in conjunction with the increase in the Prevailing Wage Determination during the life of the project, as applicable. The terms and conditions are included in Ninyo & Moore’s Work Authorization and Agreement form. 447 Ninyo & Moore | 2021 Laboratory Testing Schedule of Fees for Laboratory Testing SOILS CONCRETE Atterberg Limits, D 4318, CT 204 .............................................................. $ 170 Compression Tests, 6x12 Cylinder, C 39 ................................................... $ 35 California Bearing Ratio (CBR), D 1883 .................................................... $ 550 Concrete Mix Design Review, Job Spec ..................................................... $ 300 Chloride and Sulfate Content, CT 417 & CT 422 ..................................... $ 175 Concrete Mix Design, per Trial Batch, 6 cylinder, ACI ............................... $ 850 Consolidation, D 2435, CT 219 .................................................................. $ 300 Concrete Cores, Compression (excludes sampling), C 42 ....................... $ 120 Consolidation, Hydro-Collapse only, D 2435 ............................................ $ 150 Drying Shrinkage, C 157 .............................................................................. $ 400 Consolidation – Time Rate, D 2435, CT 219 ............................................ $ 200 Flexural Test, C 78 ....................................................................................... $ 85 Direct Shear – Remolded, D 3080 ............................................................ $ 350 Flexural Test, C 293 ..................................................................................... $ 85 Direct Shear – Undisturbed, D 3080 ......................................................... $ 300 Flexural Test, CT 523 ................................................................................... $ 95 Durability Index, CT 229 ............................................................................. $ 175 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI ................ $ 275 Expansion Index, D 4829, IBC 18-3 .......................................................... $ 190 Lightweight Concrete Fill, Compression, C 495 ......................................... $ 80 Expansion Potential (Method A), D 4546 .................................................. $ 170 Petrographic Analysis, C 856 ...................................................................... $ 2,000 Geofabric Tensile and Elongation Test, D 4632 ....................................... $ 200 Restrained Expansion of Shrinkage Compensation .................................. $ 450 Hydraulic Conductivity, D 5084 .................................................................. $ 350 Splitting Tensile Strength, C 496 ................................................................. $ 100 Hydrometer Analysis, D 6913, CT 203...................................................... $ 220 3x6 Grout, (CLSM), C 39 ............................................................................. $ 55 Moisture, Ash, & Organic Matter of Peat/Organic Soils ........................... $ 120 2x2x2 Non-Shrink Grout, C 109 ................................................................. $ 55 Moisture Only, D 2216, CT 226 ................................................................. $ 35 Moisture and Density, D 2937 ................................................................... $ 45 ASPHALT Permeability, CH, D 2434, CT 220 ............................................................ $ 300 Air Voids, T 269 ............................................................................................ $ 85 pH and Resistivity, CT 643......................................................................... $ 175 Asphalt Mix Design, Caltrans (incl. Aggregate Quality) ............................. $ 4,500 Proctor Density D1557, D 698, CT 216, AASHTO T-180 ........................ $ 220 Asphalt Mix Design Review, Job Spec ....................................................... $ 180 Proctor Density with Rock Correction D 1557 .......................................... $ 340 Dust Proportioning, CT LP-4 ........................................................................ $ 85 R-value, D 2844, CT 301 ........................................................................... $ 375 Extraction, % Asphalt, including Gradation, D 2172, CT 382 .................... $ 250 Sand Equivalent, D 2419, CT 217 ............................................................. $ 125 Extraction, % Asphalt without Gradation, D 2172, CT 382 ........................ $ 150 Sieve Analysis, D 6913, CT 202 ................................................................ $ 145 Film Stripping, CT 302.................................................................................. $ 120 Sieve Analysis, 200 Wash, D 1140, CT 202 ............................................. $ 100 Hveem Stability and Unit Weight D 1560, T 246, CT 366 ......................... $ 225 Specific Gravity, D 854 ............................................................................... $ 125 Marshall Stability, Flow and Unit Weight, T 245 ......................................... $ 240 Thermal Resistivity (ASTM 5334, IEEE 442) ............................................ $ 925 Maximum Theoretical Unit Weight, D 2041, CT 309 .................................. $ 150 Triaxial Shear, C.D, D 4767, T 297 ........................................................... $ 550 Moisture Content, CT 370 ............................................................................ $ 95 Triaxial Shear, C.U., w/pore pressure, D 4767, T 2297 per pt ................ $ 450 Moisture Susceptibility and Tensile Stress Ratio, T 238, CT 371 ............. $ 1,000 Triaxial Shear, C.U., w/o pore pressure, D 4767, T 2297 per pt ........................$ 350 Slurry Wet Track Abrasion, D 3910 ............................................................. $ 150 Triaxial Shear, U.U., D 2850 ...................................................................... $ 250 Superpave, Asphalt Mix Verification (incl. Aggregate Quality) .................. $ 4,900 Unconfined Compression, D 2166, T 208 ................................................. $ 180 Superpave, Gyratory Unit Wt., T 312 .......................................................... $ 100 Superpave, Hamburg Wheel, 20,000 passes, T 324 ................................. $ 1,000 MASONRY Unit Weight sample or core, D 2726, CT 308 ............................................. $ 100 Brick Absorption, 24-hour submersion, 5-hr boiling, 7-day, C 67 ............ $ 70 Voids in Mineral Aggregate, (VMA) CT LP-2 .............................................. $ 90 Brick Compression Test, C 67 ................................................................... $ 55 Voids filled with Asphalt, (VFA) CT LP-3 .................................................... $ 90 Brick Efflorescence, C 67 ........................................................................... $ 55 Wax Density, D 1188................................................................................... $ 140 Brick Modulus of Rupture, C 67 ................................................................. $ 50 Brick Moisture as received, C 67 ............................................................... $ 45 AGGREGATES Brick Saturation Coefficient, C 67 .............................................................. $ 60 Clay Lumps and Friable Particles, C 142.................................................... $ 180 Concrete Block Compression Test, 8x8x16, C 140 ................................. $ 70 Cleanness Value, CT 227 ............................................................................ $ 180 Concrete Block Conformance Package, C 90 .......................................... $ 500 Crushed Particles, CT 205 ........................................................................... $ 175 Concrete Block Linear Shrinkage, C 426 .................................................. $ 200 Durability, Coarse or Fine, CT 229 .............................................................. $ 205 Concrete Block Unit Weight and Absorption, C 140 ................................ $ 70 Fine Aggregate Angularity, ASTM C 1252, T 304, CT 234 ....................... $ 180 Cores, Compression or Shear Bond, CA Code ........................................ $ 70 Flat and Elongated Particle, D 4791............................................................ $ 220 Masonry Grout, 3x3x6 prism compression, C 39 ..................................... $ 45 Lightweight Particles, C 123 ........................................................................ $ 180 Masonry Mortar, 2x4 cylinder compression, C 109 .................................. $ 35 Los Angeles Abrasion, C 131 or C 535 ....................................................... $ 200 Masonry Prism, half size, compression, C 1019 ...................................... $ 120 Material Finer than No. 200 Sieve by Washing, C 117 .............................. $ 90 Masonry Prism, Full size, compression, C 1019 ...................................... $ 200 Organic Impurities, C 40 .............................................................................. $ 90 Potential Alkali Reactivity, Mortar Bar Method, Coarse, C 1260 ............... $ 1,250 REINFORCING AND STRUCTURAL STEEL Potential Alkali Reactivity, Mortar Bar Method, Fine, C 1260 .................... $ 950 Chemical Analysis, A 36, A 615................................................................. $ 135 Potential Reactivity of Aggregate (Chemical Method), C 289 ................... $ 475 Fireproofing Density Test, UBC 7-6........................................................... $ 90 Sand Equivalent, T 176, CT 217 ................................................................. $ 125 Hardness Test, Rockwell, A 370 ............................................................... $ 80 Sieve Analysis, Coarse Aggregate, T 27, C 136 ........................................ $ 120 High Strength Bolt, Nut & Washer Conformance, Sieve Analysis, Fine Aggregate (including wash), T 27, C 136................. $ 145 per assembly, A 325 ............................................................................. $ 150 Sodium Sulfate Soundness, C 88 ............................................................... $ 450 Mechanically Spliced Reinforcing Tensile Test, ACI ................................ $ 175 Specific Gravity and Absorption, Coarse, C 127, CT 206 ......................... $ 115 Pre-Stress Strand (7 wire), A 416 .............................................................. $ 170 Specific Gravity and Absorption, Fine, C 128, CT 207 .............................. $ 175 Reinforcing Tensile or Bend up to No. 11, A 615 & A 706...................... $ 75 Structural Steel Tensile Test: Up to 200,000 lbs., A 370 ......................... $ 90 ROOFING Welded Reinforcing Tensile Test: Up to No. 11 bars, ACI ....................... $ 80 Roofing Tile Absorption, (set of 5), C 67 ..................................................... $ 250 Roofing Tile Strength Test, (set of 5), C 67 ................................................ $ 250 Special preparation of standard test specimens will be charged at the technician’s hourly rate. Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. 448 T&M Surveying, Inc. Rate Sheet: Survey/Mapping: Hourly Rate Professional Land Surveyor $150.00 Project Surveyor $100.00 CADD Technician $ 90.00 2 Man Crew $200.00 3 Man Crew $260.00 Prevailing Wage 2 Man Crew $275.00 3 Man Crew $350.00 **Note: There is a 4-, 6-, and 8-hour minimum charge for field survey work 449 450 MBAKERINTL.COM 5 Hutton Centre Drive, Suite 500 | Santa Ana, CA 92707 Office: 949-472-3505 | Fax: 949-472-8373 Page | 1 February 1, 2023 City of Hermosa Beach City Clerk Office Attn: George Hernandez 1315 Valley Drive Hermosa Beach, CA 90254 RE: On-Call Civil Engineering Services (RFQ 23-001) Dear Mr. Hernandez and Members of the Selection Committee: Michael Baker International, Inc. (Michael Baker) is pleased to submit its qualifications for the City of Hermosa Beach (City) On-Call Civil Engineering Services (RFQ 23-001). When choosing a trusted advisor to provide engineering design services and construction support, the City of Hermosa Beach needs a consultant with the right combination of experience, expertise, and dependability – one that has demonstrated success in delivering engineering design services within Southern California, and specifically, for the City of Hermosa Beach. Michael Baker International (Michael Baker) has worked side-by-side with municipalities and public agencies throughout Southern California for over 80 years and has been the “Consultant of Choice” for many of these clients. We have held over 250 on-call contracts with public agencies in addition to the City of Hermosa Beach, including the City of Long Beach, City of Huntington Beach, City of Newport Beach, City of Cypress, City of Beverly Hills, Port of Long Beach, County of Los Angeles, Metro, and Caltrans Districts 7, 8, 11 and 12. Furthermore, our firm has the necessary resources and expertise to assist the City in delivering on its infrastructure commitments. Michael Baker is committed to delivering outstanding service and work products to the City of Hermosa Beach. This proposal includes our firm’s qualifications for engineering design services, field survey, preliminary design, environmental documentation, utility research and coordination, development of detailed plans, specifications and estimates (PS&E), construction support and other miscellaneous support. We are enthusiastic about serving the City through this on-call contract and we look forward to demonstrating the following benefits: • Proven Project Delivery – As part of the 2017 Street Improvements On-Call contract, Michael Baker completed the Hermosa Avenue Pavement Rehabilitation and Curb Ramp project PS&E, in a fast-tracked timeframe to help the City not lose critical project funding. In just 10 short weeks, Michael Baker produced a high-quality set of plans, specifications, and cost estimate that resulted in a smooth construction project with minimal construction change orders or contractor Requests for Information (RFIs). From this project, the City has firsthand experience with the quality and delivery capability of Michael Baker International. • A Versatile Contract Manager – Sarmad Farjo, PE, will serve as Contract Manager and has extensive experience in a wide array of civil engineering applications and delivery processes, including civil infrastructure, roads and highways, drainage, and utilities. He has managed projects valued at over $2 billion in capex and delivered successful projects to various agencies and clients. He will serve as the City’s primary point-of-contact and will utilize his experience and collaborative nature to successfully deliver task orders through this contract on-time and within budget. • A Flexible and Responsive Team – Our team understands that the scope of task orders may evolve and are typically time-sensitive. As such, we respect that the City’s changing needs may occasionally require adjustments to our Project Team’s course of action. We pride ourselves on proactive and frequent client communication to ensure that we are achieving each of our client’s expectations. • A Wide Array and Depth of Staff Resources – Michael Baker has over 400 technical and support personnel located throughout Southern California who can be readily available to work on any task order. Nearly 300 of these technical professionals are located in our Santa Ana, Los Angeles and Long Beach offices – all within a 45-minute drive to the City. This facilitates our team’s ability to respond quickly to the City’s requests and to deliver work assignments in a timely manner. 451 MBAKERINTL.COM 5 Hutton Centre Drive, Suite 500 | Santa Ana, CA 92707 Office: 949-472-3505 | Fax: 949-472-8373 Page | 2 As a full-service planning and engineering firm, Michael Baker has additional in-house capabilities that include Public Outreach, Urban Design, Green Streets Design, ADA Compliant Design, GIS, Landscape Architecture and Construction Management. We also have a robust Land Development Department that can assist the City with plan check and development review services. For this on-call contract, we have elected to provide the City with the same team members that we partnered with to successfully deliver the previous on-call contract. We believe that this continuity will benefit the City and allow us to continue to provide seamless support services to the City. To augment our team, Michael Baker has again partnered with the following four subconsultant firms: • LaBelle Marvin, Inc. – Pavement Testing and Design • Group Delta Consultants, Inc. – Geotechnical • C Below, Inc. – Utility Locating and Potholing • Counts Unlimited, Inc. – Traffic Counts We sincerely appreciate your time in reviewing and considering our team’s qualifications to provide On-Call Civil Engineering Design Services and we look forward to the opportunity to continue providing excellent service to the City of Hermosa Beach Department of Public Works. Should you have any questions and/or require additional information, please feel free to contact Sarmad Farjo directly at 949.472.3436 or at sarmad.farjo@mbakerintl.com. Sincerely, Michael Baker International, Inc. Sarmad Farjo, PE Michael Bruz, PE Associate Vice President | Contract Manager Vice President | Contract Principal Table of Contents Cover Letter Page 1 Firm Profile Page 3 Organizational Chart Page 5 Bios of Key Staff Page 6 Relevant Experience & References Page 14 Relevant Experience for On-Call Services Page 18 Project Management Plan Page 23 Required Forms Page 26 Rate Schedule Submitted through Portal 452 Page | 3 FIRM PROFILE Supported by more than 3,000 employees in nearly 100 offices nationwide, Michael Baker International (Michael Baker) provides a full continuum of life-cycle engineering consulting services. Previously known as RBF Consulting, the west coast segment of our firm was established in Orange County, California, in 1944 and has been active in the development of public works projects throughout Southern California since. Michael Baker’s staff provides a wide range of consultant services necessary for structural design and inspection, highway and roadway design, traffic analysis and engineering, water and sewer design, drainage and water quality, and environmental planning. We also offer other technical support services ranging from survey/mapping and landscape design/irrigation to agency permitting, utilities coordination, and public outreach. All of these services apply to new infrastructure as well as the rehabilitation or replacement of existing facilities. FIRM OWNERSHIP AND BUSINESS LINES Ownership of Michael Baker is shared among senior managers of Michael Baker and D.C. Capital Partners, LLC. D.C. Capital, a private investment firm headquartered in Alexandria, Virginia, that leverages its expertise to invest in sectors that are critical to the execution of U.S. government objectives including, but not limited to infrastructure and development, intelligence, security, information technology, as well as operations and maintenance. Thomas J. Campbell is Chairman and controlling shareholder of the company. COMPARABLE ON-CALL CONTRACT EXPERIENCE Michael Baker has been delivering professional consulting services for over 80 years and has held over 250 on-call contracts throughout California with state, local, and municipal agencies during that time, never failing to complete a contract. Our staff fully understands the critical and time-sensitive nature of delivering on-call task orders, and the need to have experienced and committed team members who are readily available. Figure 1 on the following page summarizes select on-call contracts held by Michael Baker that are comparable in nature to the Engineering Design services requested by the City of Hermosa Beach for this contract. Our firm is currently providing related services (through on-call contracts) to the Cities of Long Beach, Los Angeles, El Monte, La Mirada, Ranchos Palos Verdes, Anaheim, Huntington Beach, Newport Beach, Irvine, Laguna Beach, Laguna Niguel, and San Clemente, among others. Additional contracts are also held with other regional agencies such as Caltrans, Los Angeles County, Metro, OCTA, Port of Long Beach, and Southern California Edison. SUBCONSULTANTS C Below offers professional locating and mapping services throughout Southern California. Their highly experienced technicians utilize the most advanced equipment in the industry. They locate horizontal and vertical locations of underground utilities including water, gas power, waste, communications, and cable/TV. Many different methods are used to locate these utilities. C Below has been in the utility locating business for ten years and employs the most experienced technicians in the industry, some with over ten years of experience. Official Name: Michael Baker International Primary Point-of-Contact: Sarmad Farjo, PE Project Manager Transportation/Public Works 949.472.3436 sarmad.farjo@mbakerintl.com Type of Entity: Privately-Held Corporation Years Providing Services: Over 80 Years Santa Ana Office: 5 Hutton Centre Drive Suite 500 Santa Ana, CA 92707 P: 949.472.3505 f: 949.472.8373 Federal Tax ID Number: 25-1228638 Year Established: 1940 (Michael Baker International) 453 Page | 4 Counts Unlimited Inc. was founded in 1990 and was established to provide accurate and comprehensive traffic data collection services at a reasonable cost to the transportation engineering community throughout California. All staff members receive extensive training and testing before they begin collecting data, in order to ensure they are meeting the highest possible standards of performance, accuracy, and customer service. As a company, they understand the immense importance of the data we collect, and the impact that it has on transportation planning. Group Delta Consultants, Inc. (Group Delta) was established in 1986 as a California Corporation and is a full- service geotechnical engineering, environmental and materials testing firm. Their services include geotechnical engineering, geology, environmental engineering, forensic services, seismic analysis, and materials testing and inspection. LaBelle Marvin, Inc. is a Full-Service Pavement Engineering firm ideally qualified to provide all necessary technical services specializing in pavement engineering, material testing, design, and pavement evaluations. The strength of LaBelle Marvin lies in our in-house capabilities including our full-service AASHTO accredited and Caltrans certified soils and asphalt concrete laboratory, Falling Weight Deflectometer deflection testing equipment, Ground Penetrating Radar GPR, coring and boring machinery, and the expertise of our multidiscipline engineering department. Figure 1 – Select Michael Baker International on-call contracts active within the last five years Contracting Agency Type / Description of Contract Years Caltrans District 5 On-Call Roadway Design 2021 – Present Caltrans District 7 On-Call Roadway Design, South LA County (Sub Role) 2019 – Present Caltrans District 12 On-Call Highway Design (Sub Role) 2018 – Present City of Anaheim On-Call Civil, Structural, Traffic & Transportation Services (Community & Economic Development Dept.) 2017 – Present City of Anaheim On-Call Engineering & Design Services (Public Works Dept.) 2019 – Present City of El Monte On-Call Civil and Water Resources 2021 – Present City of Huntington Beach On-Call Transportation Engineering 2022 – Present City of Irvine On-Call Consultant Team Program – Civil, Traffic Signal/ITS, Bridge Design 2004 – Present City of Long Beach As-Needed General Civil Engineering Services 2006 – Present City of Long Beach As-Needed Traffic Engineering Services 2003 – Present City of Los Angeles On-Call Bridge/Civil Engineering & Other Design Support Services 2019 – Present City of Los Angeles On-Call Street Improvement Civil Engineering Services 2019 – Present City of Rancho Palos Verdes On-Call Transportation and Traffic Engineering 2021 – Present City of San Clemente On-Call Civil/Transportation Engineering & Related Professional Services 2019 – Present City of Santa Monica As-Needed Transportation Planning & Engineering Design 2020 – Present County of Los Angeles On-Call Traffic Design Services 2007 – Present County of Los Angeles On-Call Engineering Design & Support Services for Roadway/Flood Control 2011 – Present County of Los Angeles As-Needed Consultant Services – Civil Engineering (Parks & Rec Dept.) 2020 – Present Orange County Public Works On-Call Road & Bikeway Services 2020 – Present Orange County Public Works On-Call Flood Control Services 2017 – Present Metro On-Call Highway Program Project Delivery Support Services (Sub Role) 2020 – Present Port of Long Beach On-Call Engineering Services 2009 – Present 454 Page | 5 ORGANIZATIONAL CHART The following organizational chart illustrates the structure of the Michael Baker Team. Sarmad Farjo, PE will serve as Contract Manager with support from key staff members/leads for Roadway, Traffic Engineering, Drainage, and Environmental Compliance. Michael Bruz, PE will serve as Contract Principal and provide oversight to ensure the client expectations are met. 455 Page | 6 BIOS OF KEY STAFF EXPERIENCE AND QUALIFICATIONS OF K EY PERSONNEL SARMAD FARJO, P.E. PROJECT MANAGER Mr. Farjo has over 32 years of planning, design and management experience in major multi-disciplinary infrastructure for agencies and clients. Mr. Farjo has managed projects valued over $2 Billion in capital expenditure. His expertise is in roadway design, civil and site design, complete streets, active transportation, coordinating and solving complex drainage and utility conflicts, and managing multiple design teams to deliver projects for agencies and clients. He is familiar with the environmental clearance and regulatory permitting process. His extensive design and management experience will greatly benefit the City on this On-Call contract. Experience 4th Street Roadway Improvements - Long Beach, CA. City of Long Beach. Project Manager for a roadway improvement and street rehabilitation (including ADA upgrades) for the segment of 4th Street between Cerritos Ave and Almond Ave. The project addresses non-compliant ADA facilities, drainage issues, curb and cross gutter geometry issues, pavement failures, bus and transit upgrades. Some of the challenges to overcame on this project included: limited right of way available for ADA curb ramps, transit facilities location; steep driveways; pavement design; coordination with multiple agencies; improve roadway profile; and ADA compliance. Bastanchury Road Widening Project – Yorba Linda, CA. City of Yorba Linda. Principal-In-Charge. Responsible for ensuring services are provided on this key roadway widening in the City of Yorba Linda. Involved in weekly meetings with the City to coordinate work related to property owners as well as third-party coordination. Michael Baker provided engineering design services for this project that will improve a segment of Bastanchury Road between Casa Loma Avenue and Eureka Avenue to enhance mobility and safety for drivers, bicyclists, and pedestrians. Within the project limits, Bastanchury Road is designated as a four-lane Primary Arterial in the OCTA Master Plan of Arterial Highways (MPAH) and the City of Yorba Linda General Plan Circulation Element. San Antonio Drive Roadway Improvements, Long Beach, CA. City of Long Beach. Project Manager for a roadway improvement and street rehabilitation (including ADA upgrades) for the segment of San Antonio Drive between Long Beach Blvd and Atlantic Ave. The project addresses non-compliant ADA facilities, drainage issues, curb and cross gutter geometry issues, pavement failures, bus and transit upgrades, and mid-block crossings. Some of the challenges to overcame on this project included: limited right of way available for ADA curb ramps, transit facilities location; steep driveways; pavement design; coordination with multiple agencies; improve roadway profile; and ADA compliance. Studebaker Road Complete Streets Project – Long Beach, CA. City of Long Beach. Project Manager. Oversees a 5-mile roadway rehabilitation/complete streets project in the City of Long Beach. The project converts the corridor to a complete street by adding cycle tracks, and side boarding island transit stops (in-street raised refuge islands dedicated to waiting and boarding areas for transit passengers enabling in-lane transit stops and improved accessibility and removing transit vehicle/bicycle conflict). The scope included pavement rehabilitation for the entire corridor to improve the drivability and the end user experience. This redesign creates a “complete street” that will be safe and accessible. The project also addresses non-compliant ADA facilities, ITS and connectivity, converting Studebaker/Los Coyotes Diagonal intersection to a roundabout intersection and many other improvements. Some of the challenges that the team overcame on this project included: transit facilities location; public outreach; innovative pavement design; coordination with multiple agencies; improve roadway profile; and ADA compliance. Years of Experience: 32 Degrees B.S., 1991, Civil Engineering, University of Baghdad Licenses/Certifications Professional Engineer – Civil, California, 2012, C80769 456 Page | 7 ALAN Y. ASHIMINE DISCIPLINE LEAD Mr. Ashimine prepares environmental and planning studies for public and private sector clients under the California Environmental Quality Act (CEQA) and National Environmental Policy Act (NEPA). He has extensive experience in the research, analysis, and writing of environmental documentation for a variety of projects involving infrastructure, redevelopment, residential, and industrial uses. Using his broad background and understanding of environmental constraints, Mr. Ashimine provides detailed, legally sound CEQA/NEPA compliance review and environmental documentation. He uses the skills developed in each of his specialized disciplines to prepare and process environmental documents for a diverse range of projects and land uses. Mr. Ashimine uses his experience to manage and author environmental documentation, often incorporating the results of complex technical documentation to substantiate conclusions within the document. He has also successfully prepared environmental documentation for a range of highly controversial projects subject to scrutiny by the general public, environmental organizations, and public agencies. Mr. Ashimine also has expertise related to processing environmental documentation for local and regional transportation projects. He has managed a range of highly technical CEQA/NEPA studies for locally-funded roadways, Federally-funded roadways through Caltrans Local Assistance, and projects on the State Highway System. Experience Engineering and Design Services for Reduced High Zone Improvements, Laguna Woods, California. El Toro Water District. Environmental Specialist. Managed the preparation of the environmental document. Michael Baker worked with the El Toro Water District to evaluate the fire-flow availability that is currently supplied to the reduced high zone. Michael Baker concluded through a field flow test and hydraulic model evaluations that the required fire flow cannot be supplied based on the current water system configuration. Based on this information and discussions with the district, Michael Baker provided professional engineering services for the design of water improvements in the reduced high zone. The scope of work included design plans, technical specifications, and an estimate of probable construction cost to publicly bid the project for construction. Michael Baker also provided engineering support throughout the bidding and construction process. Linda Vista Complex Facility Master Plan, Anaheim, California. City of Anaheim. Environmental Specialist. Managed the preparation of the environmental document. Michael Baker provided permitting, environmental, civil, structural, and electrical engineering services for a facility master plan at the Linda Vista Complex, a strategic water supply source in Anaheim's water system. The project included analyzing historical well production and water quality data; reviewing existing planning studies, inspection reports, and system operating criteria; conducting hydraulic analyses using the city's existing hydraulic model; sizing the new reservoir and pump station facilities; developing preliminary plans for a water treatment facility; preparing alternative site layouts; preparing lifecycle cost analyses; evaluating construction phasing schedules; and preparing a preliminary design report for the project. Interstate 405 / Jamboree Road Interchange Improvements, Irvine, California. City of Irvine. Environmental Manager. Responsible for environmental documentation. Michael Baker prepared a permit engineering evaluation report (PEER) for the I-405/Jamboree Road Interchange southbound exit ramp widening. The existing intersection experienced congestion from the high volume of vehicles on Jamboree Road and turning volumes at the southbound I-405 ramp intersection. Project improvements were designed to widen the ramp to the outside to provide an additional left-turn lane at the intersection with Jamboree Road, construct a retaining wall along the right edge of shoulder, remove and reconstruct an overhead sign structure, modify the existing traffic signal at the intersection, make minor drainage improvements, and protect and relocate existing utilities. Michael Baker prepared new aerial topographic mapping, traffic analysis, preliminary improvement plans, cost estimates, and environmental technical studies in support of a California Environmental Quality Act (CEQA) categorical exemption. Years of Experience: 22 Degrees B.A., 2000, Environmental Analysis and Design, University of California, Irvine 457 Page | 8 ERIC N. SPANGLER, P.E., T.E. DISCIPLINE LEAD Mr. Spangler is a skilled and well-rounded project manager and engineer. He has managed several design projects both for public agencies and private sector clients, and has supported those projects through construction. Mr. Spangler has delivered several Caltrans projects within recent years and is experienced at navigating Caltrans procedures. He is experienced at all phases of project delivery including Project Initiation, Project Approval/Environmental Document, Plans Specifications and Estimates, and Construction Support. His strengths include strong communication, organization, problem solving, and management skills, as well as technical design expertise. Experience Hermosa Avenue Pavement Resurfacing & Streetscape Improvements, Hermosa Beach, California. City of Hermosa Beach. Project Manager. Michael Baker prepared the plans, specifications, and estimates (PS&E) for a high-profile, fast-track pavement resurfacing and streetscape project for the City of Hermosa Beach. Due to a tight funding deadline, it completed the design quickly while providing a high-quality PS&E. The project involved practical and aesthetic upgrades and improvements to re-brand the Hermosa Avenue main beachfront thoroughfare and create a sense of arrival in the downtown area. It included pavement rehabilitation, the upgrade of 46 curb ramps to ADA standards, new bulb-out curb returns, transit stop upgrades, and decorative DecoMark and DuraTherm pavement designs. U.S. 101 Lost Hills Interchange Design Support During Construction, Calabasas, California. City of Calabasas. Engineering Manager. Responsible for providing design support during construction services for the City of Calabasas. Also, managed technical staff of different disciplines providing construction support. Michael Baker provided design support during the replacement of the two-lane Lost Hills Road overcrossing bridge with a new five-lane bridge, with increased vertical clearance over U.S. 101. Project features included enhanced bridge aesthetics, improvements on local residential roadways, community involvement, environmental permitting, multiple agency involvement, extensive right-of-way acquisitions, reconfiguration of ramps, and the construction of an 1,800-linear-foot sound wall. Michael Baker reviewed contractor RFIs and prepared delta revisions and as-built plans. Pacific Coast Highway Median Channelization, Malibu, California. City of Malibu. Assistant Project Manager. Responsible for coordinating with Caltrans and the City of Malibu on the PCH Median Improvement project, negotiating the scope and fee with the City, negotiating the scope of the project with Caltrans, and overseeing the technical delivery of the work deliverables from the Caltrans PID phase through PA/ED including PS&E. Also, served as the client's main point of contact. Michael Baker is preparing the design and environmental documents for the Pacific Coast Highway Median Channelization project between Webb Way and Puerco Canyon Road, approximately two miles within Malibu city limits. Its scope of work includes the Project Initiation Document, project approval and environmental documentation, PS&E, and construction support under Caltrans oversight. S.R. 91 Westbound Widening from Shoemaker to I-605 PA/ED, Los Angeles County, California. Los Angeles County Metropolitan Transportation Authority. Engineering Manager. Responsible for managing design and production of project deliverables, managing the work of subconsultants, and coordinating directly with the client (LA Metro), Caltrans, and other public agencies. Michael Baker prepared the project approval/environmental document (PA/ED) for widening of Westbound S.R. 91 for approximately three miles from Shoemaker Avenue to the I-605 interchange, and on I-605 from S.R. 91 to Alondra Boulevard. The project involves interchange reconfiguration of Pioneer Boulevard and Norwalk Boulevard Interchanges, right-of-way acquisition, intersection control evaluation (ICE) screening, utility impacts evaluation, and local street and Americans with Disabilities Act (ADA) improvements. Years of Experience: 22 Degrees B.S., 1999, Civil Engineering, California State Polytechnic University, San Luis Obispo Licenses/Certifications Professional Engineer - Civil, California, 2003, C64948 Professional Engineer - Traffic, California, 2005, TR2411 458 Page | 9 RYAN P. CALAD, P.E., T.E. DISCIPLINE LEAD Mr. Calad is a motivated and innovative traffic engineer who has served as a project manager/task leader on various traffic signal PS&E, synchronization, and ITS projects. His expertise is with intersection and signal system design and operation. He has conducted extensive work in the development of optimized timing plans for nearly 1,000 signals, in addition to implementing, troubleshooting, and operating controllers and central systems. He has completed extensive work for traffic signal timing and synchronization, signing and striping plans, signal modifications, traffic control plans, traffic impact assessments, parking studies, and parking management plans. His specific work experience includes highway improvement projects, intersection and arterial capacity analyses, traffic signal coordination, intersection design, cost estimates, and simulation studies. Experience City of Pomona On-call Traffic Engineering Services, Pomona, California. On-Call Assistant City Traffic Engineer. While under an on-call contract, KOA provided staff to the City of Pomona as the City Traffic Engineer and Assistant City Traffic Engineer. As part of the on-call services, maintained weekly office hours at City Hall to conduct day-to-day tasks required by a California-registered Traffic Engineer. His responsibilities in the position included the review and approval of traffic control plans, traffic studies, performing signal warrants, sight distance, and collision analysis. City of Diamond Bar On-Call Traffic Engineering Services, Diamond Bar, California. Served as technical support staffing to the City staff for managing the City's Traffic Network, monitoring and timing support of their Transcore-TransSuite ATMS central system, integrating and expanding additional signals into the City's ATMS central system, and other ITS- related services. On-call support scope tasks included producing for the City their Traffic Signal Maintenance and Operation Master Plan (TSMOMP) 2014 & TSMOMP update in 2016; set up, implementation, and monitoring the City of Traffic Responsive System (2014-2016); and 2070 ATC Controller testing for McCain Omni eX and D4 Programs. City of Orange As-Needed Traffic Engineering Services, Orange, California. Project Manager. Served as the on-call contract Project Manager for KOA providing as-needed traffic engineering services for a wide variety of traffic-related projects including grant applications, traffic studies, and other tasks plans directed by the City. Additional PS&E design projects completed and managed during the on-call contracts include: Fire Station #2 Expansion Project for onsite and Roadway Civil and Signal modification Improvements; Various signal modification projects including Glassell/Walnut and Chapman/James HSIP Left-turn Signal Modifications; Tustin Street & Van Owen Avenue Traffic Signal Modification; Chapman/Flower and Chapman/Feldner HSIP Left-turn Signal Modifications; Chapman Avenue and Lemon Street Signal Modification. All work for the traffic signal improvements also involved new cabinets controllers, video detection, and fiber interconnect upgrades, along with signing and striping and civil roadway improvements for ADA compliant curb ramps. City of Anaheim On-Call Traffic Engineering Services, Anaheim, California. Project manager. KOA's design work includes street widening, median improvements, signal modification, interconnect re-routing, signing and striping plans, traffic control plans, grant writing, NTMP, and plan-checking. Our design work for the City has included engineering studies to determine design parameters such as: number of lanes; turn-pocket lengths; intersection operational characteristics; and LOS. Port of Long Beach Harbor Scenic Drive Improvements, Long Beach, California. Served as the KOA project manager for the improvement project providing traffic planning and engineering support to the prime consultant. His work included both traffic operation and safety evaluation of the corridor, basis of design (BOD) report, as well as managing the design plans, specifications, and cost estimates, (PS&E) for the 46-sheet plan set for singing and striping, lighting plans, CMS Signs, and traffic control produced with Microstation. Years of Experience: 16 Degrees B.A., 2007, Social Ecology, University of California, Irvine Licenses/Certifications Professional Engineer - Traffic, California, 2013, 2692 Professional Engineer - Civil, Arizona, 2017, 63514 459 Page | 10 BRADLEY M. LOSEY, P.E. DISCIPLINE LEAD Mr. Losey has experience in water resources and drainage projects ranging from small subdivisions to large highway projects. His involvement in those projects included hydrologic and hydraulic studies, computer modeling, project reports, storm drain design, and preparation of plans and specifications. He has prepared plans, specifications and estimates (PS&E) for public and private sector clients including: California Department of Transportation, County of Los Angeles, County of Riverside, County of Orange, County of Ventura, and various cities and private sector clients throughout California. Mr. Losey specializes in the development of flood control and runoff management solutions for transportation projects involving both public and private sector projects. He has extensive experience in flood control, water quality, and storm drain facility design, including the design of earthen dam structures for Ventura County and Orange County. Experience Cañada Channel Sewer Protection, Laguna Hills, California. El Toro Water District. Drainage Manager. Responsible for hydraulics, hydrology, and drainage design for rip rap scour protection of a sewer crossing an Orange County Flood Control Channel. Supervised the preparation of the drainage report, plans, specifications, and estimates in county format. Tasks included obtaining Orange County Public Works approvals, permits, construction support, and job site inspections. Michael Baker assisted El Toro Water District in drafting a jurisdictional delineation and acquiring permits for the proposed Canada Channel Sewer Protection Project, located in the City of Laguna Hills, Orange County. Canada Channel is a regional drainage facility owned and maintained by the Orange County Flood Control District (OCFCD). To prevent the existing sewer crossing from being exposed and damaged, the El Toro Water District proposed to line Canada Channel with loose riprap upstream and downstream of the existing sewer line. On-Call County-Wide NPDES Program, Riverside County, California. Riverside County Transportation Department. Senior Engineer. Responsible for drainage design. Michael Baker holds an on-call contract to provide assistance with implementation of the Riverside County Transportation Department's (RCTD) National Pollutant Discharge Elimination System (NDPES) program. Tasks include construction site inspection for construction general permit compliance on Caltrans oversight projects and non-Caltrans projects; stormwater pollution protection plan review, including redlines, specific comments, and assistance to RCTD staff in developing a document review procedure including plan-check of water quality management plans (WQMPs); best management practice (BMP) evaluation and recommendations for highway and roadway sites; post-construction BMP selection and design, including WQMP development; development and delivery of extensive Construction General Permit and municipal separate storm sewer system (MS4) compliance training for RCTD plan checkers and inspectors; and creation of a central tracking database to manage all NPDES-related documents, including MS4- and CGP-required inspections, monitoring, and implementation documents. Concordia University Gateway Entry Monument and Electronic Message Board Display, Irvine, California. Concordia University. Senior Engineer. Responsible for drainage design. Michael Baker is working with Concordia University on the design and development of a major entry monument for the university on Orange County Park property, William R. Mason Park. The monument design incorporates iconic forms and elements and integrates materials from the park and site. Michael Baker is coordinating the preliminary design with Orange County Parks and the City of Irvine. Upon acceptance by the county, the final plans, specifications, and estimates will be developed for bidding and construction. Years of Experience: 23 Degrees B.S., 1999, Civil Engineering, University of California, Irvine Licenses/Certifications Professional Engineer - Civil, California, 2003, 65140 Professional Engineer - Civil, Utah, 2010, 7777074-2202 460 Page | 11 CURT SCHEYHING, P.E., G.E. GEOTECHNICAL ENGINEER With more than 27 years of experience, Mr. Scheyhing brings expertise on a wide range of projects from performing engineering analysis and design to preparing geotechnical studies and reports. He has played a key role in numerous Caltrans and local agency transportation projects in the counties of Los Angeles, Orange, Riverside, San Bernardino, and San Diego. Mr. Scheyhing specializes in geotechnical engineering for roadways, bridges, and retaining structures in a variety of terrain, like liquefaction prone hydraulic fills and alluvial sites. He has prepared numerous Preliminary Foundation Reports (PFR) and Foundation Reports (FR) for walls and bridges as well as Materials Reports (MR) and Geotechnical Design Reports (GDR) for roadways, adhering to applicable Caltrans standards. Experience City of Garden Grove, On-Call Geotechnical, Pavement Design and Rehabilitation Tasks, Garden Grove, California: As Project Geotechnical Engineer, Mr. Scheyhing directed geotechnical investigations for pavement rehabilitation on various public streets in the City of Garden Grove as well as other local streets studies included field investigation, laboratory testing, evaluation of existing pavement conditions, and recommendations for new pavements and pavement rehabilitation to allow the City to select the most economical and constructible strategy including options of Mill and Overlay, Removal and Replacement, Full Depth Reclamation (FDR), and Cold In Place Recycling. Structural section recommendations were developed considering combinations of Hot Mix Asphalt (HMA), Rubberized Hot Mix Asphalt (RHMA), Class 2 Aggregate Base (AB), and/or Class B Cement Treated Base (CTB-B) produced by recycling the materials from the pavement removal or FDR process. City of Anaheim Convention Center Expansion, Anaheim, California: Mr. Scheyhing was Senior Geotechnical Engineer for the project that an expansion to its previous space to accommodate the growing need for larger conference rooms and parking options. The demolition of a previous parking structure is now providing an additional 200,000 square feet of event space to host concurrent events, capture new business, and retain current clients. The project also includes additional parking and a connecting bridge between the existing convention center and the expansion. There are two levels of multi-use space in the new center, with higher ceilings and fewer pillars that improve the guests’ visual range. Group Delta managed and was responsible for all inspection and materials testing including coordination of shop welding/non-destructive testing (NDT) in several states. Additionally, Group Delta conducted observation of hundreds of auger cast piles and providing noise and vibration monitoring during the construction. City of Long Beach/Port of Long Beach, Gerald Desmond Bridge Replacement Project, Long Beach, California: At nearly $1 billion, the Gerald Desmond Bridge Replacement Design-Build project will ensure the safety of commuters and truck drivers and protect Southern California's important role as a major trading hub. Group Delta is the geotechnical engineering firm responsible for site investigation and geotechnical design of this project. The replacement bridge has a total length of more than 1.6 miles, including a 1,000-foot main span crossing the deep- water navigable channel, connecting the Port’s middle and inner harbors, and vertical clearance of up to 200 feet. The main span includes two towers with a height of more than 500 feet, and when complete will be the first cable- stayed Caltrans structure. Mr. Scheyhing was Senior Geotechnical Engineer for the geotechnical investigation, which included more than 150 mud-rotary borings to depths of up to 250 feet and more than 100 Cone Penetration Tests (CPT) to depths up to 150 feet. Group Delta is responsible for design engineering of the foundations which are groups of large diameter Cast-in-Drilled-Hole (CIDH) ranging from 5 to 8 feet in diameter with lengths up to 230 feet, and for engineering of approach embankments and retaining walls. Post-grouting of the pile tips is being performed to reduce the length of the shafts, and a full-scale Osterberg Cell (O-Cell) pile load testing program is underway to verify the pile skin friction and end bearing capacity. Years of Experience: 27 Degrees M.S., 1995, Civil Engineering, San Diego State University B.S., 1993, Civil Engineering, San Diego State University Licenses/Certifications Professional Engineer – Geotechnical, Calif., 2766 Professional Engineer - Civil, California, C59216 461 Page | 12 STEVE MARVIN, P.E. PAVEMENT DESIGN Mr. Marvin has more than 40 years of experience in the area of pavement engineering since 1968 and professionally as a registered civil engineer since 1979. His experience includes pavement management, engineering design, construction inspection, and material testing. Mr. Steven R. Marvin, currently President of LMI as of 1985, has received numerous honors for his work with asphalt concrete and teaches at local Colleges and Universities along with conducting seminars for pavement and material design. Mr. Marvin oversees final quality control for all data and inspections performed by LMI operations of the asphalt concrete laboratory, field sampling, pavement evaluations, and testing of roadway, aggregate and subgrade materials, soil stabilization design and evaluation, pavement design, rehabilitation design for existing pavement systems, and complete investigations of material and/or design caused pavement failures. Experience Hermosa Avenue Pavement Resurfacing & Streetscape Improvements, Hermosa Beach, California. City of Hermosa Beach. Pavement Lead. Labelle Marvin served as a subconsultant to Michael Baker on this project, which required preparation of the plans, specifications, and estimates (PS&E) for a high-profile, fast-track pavement resurfacing and streetscape project for the City of Hermosa Beach. Due to a tight funding deadline, the team completed the design quickly while providing a high-quality PS&E. The project involved practical and aesthetic upgrades and improvements to re-brand the Hermosa Avenue main beachfront thoroughfare and create a sense of arrival in the downtown area. The team’s work included pavement rehabilitation, the upgrade of 46 curb ramps to ADA standards, new bulb-out curb returns, transit stop upgrades, and decorative DecoMark and DuraTherm pavement designs. POLB Middle Harbor Area Sp-6 M-7| Automated Transport Vehicle. Pavement Consultant/ Engineer. The purpose was to determine what refinements or modifications may be beneficial in reducing the risk of future premature pavement rutting under Automated Guided Vehicle (AGV) use at the Port of Long Beach. City of Los Angeles Bureau of Engineering | COLA To38. Pavement Consultant/ Engineer. Contracted by City of Los Angeles BOE, C/O HNTB Corporation, to perform pavement consulting services related to the planned improvement of Avalon Boulevard, Main Street, Reseda Boulevard, Roscoe Boulevard, Temple Avenue and Venice Boulevard as part of the COLA TO38 project. Mr. Steve Marvin, provided pavement engineering support services to HNTB to study subject streets for the purpose of developing and/or verifying the rehabilitation design alternatives and developing appropriate structural improvement alternatives for all select roadway utilizing GSD’s limited field data, in conjunction with supplemental visual evaluations and ground penetrating radar thickness scanning. Interstate I-405 Widening. Pavement Consultant/ Engineer. Contracted by OCTA to study subject streets determining potential impacts on short and long term pavement performance utilizing a combination of current measured pavement strengths, observed pavement conditions, documented pavement section thicknesses and computer modeling of the traffic changes on pavement performance for the development of current structural requirements with and without the scheduled construction and detour activities. East Broadway | City of Long Beach. Pavement Consultant/ Engineer. The City of Long Beach, California had identified the need for rehabilitation of East Broadway from Alamitos Avenue to Redondo Avenue. LaBelle Marvin was contracted by the City to provide a thorough engineering investigation of the roadway to determine specific needs and explore rehabilitation alternatives. Prairie Avenue (Inglewood stadium, Inglewood). Pavement Consultant/ Engineer. Contracted by the City of Inglewood, California to provide pavement engineering services along Prairie Avenue, from Imperial Avenue to Manchester, as part of the new Inglewood Stadium. Years of Experience: 44 Degrees B.S., Civil Engineering, California State University, Long Beach Licenses/Certifications Professional Engineer – Civil, CA 30659 462 Page | 13 ASSIGNMENT OF KEY PERSONNEL Leadership is important to the successful management of any contract, even more so on contracts that require potential multiple task orders and services. Successful project delivery starts with assigning a skilled manager who is responsive to the needs of the client and builds an effective team. Michael Baker has selected Sarmad Farjo, PE to serve as Contract Manager based upon his strong management abilities and technical expertise. Combining his proactive leadership style with an eye for innovation means that this design team will effectively and efficiently deliver high quality products. Mr. Farjo will be supported by highly qualified Discipline Leads and Task Managers who will lead the technical work performed under their designated service area (i.e. Highway/Roadway, Traffic, Water/Sewer, Drainage/Water Quality, and Environmental). Quality Control will be performed throughout all phases of each task order to ensure accuracy of the deliverables, and to ensure budget and schedule goals are being met. Michael Baker’s Contract Principal, Michael Bruz, PE, is Vice President of Transportation/Public Works and provides 42 years of experience to this contract. He will ensure that all staff and project resources are available to the team to successfully complete any task order assignment. KEY STAFF AVAILABILITY Sarmad Farjo, PE 75% Michael Bruz, PE 25% Eric Spangler, PE, TE 75% Alan Ashimine 75% Ryan Calad, PE, TE 80% Brad Losey, PE 75% Curt Scheyhing, PE, GE 70% Steve Marvin, PE 65% 463 Page | 14 RELEVANT EXPERIENCE & REFERENCES SUMMARY OF RELEVANT PROJECTS HERMOSA AVENUE PAVEMENT RESURFACING & STREETSCAPE IMPROVEMENTS HERMOSA BEACH, CALIFORNIA As part of the 2017 Street Improvements On-Call contract, Michael Baker prepared the plans, specifications, and estimates (PS&E) for a high-profile, fast-track pavement resurfacing and streetscape project for the city of Hermosa Beach. Due to a tight funding deadline, it completed the design quickly, while providing a high-quality PS&E. The project involved practical and aesthetic upgrades and improvements to re-brand the Hermosa Avenue main beachfront thoroughfare and create a sense of arrival in the downtown area. It included pavement rehabilitation, the upgrade of 46 curb ramps to ADA standards, new bulb-out curb returns, transit stop upgrades, and decorative DecoMark and DuraTherm pavement designs. To revamp the thoroughfare, Michael Baker designed pavement cold milling and asphalt concrete overlay for 4,555 linear feet of roadway on Hermosa Avenue, from 10th Street to Greenwich Village Road, and upgraded 46 curb ramps to current ADA standards. It also designed three signal modifications, new signal loop detectors, eight bus benches and a bus shelter, pavement delineation, curb markings, and removed brick paver banding along the beachfront bike path known as “The Strand.” Additionally, Michael Baker designed DuraTherm inlaid crosswalks at five intersections, including the highly visible Hermosa Avenue and Pier Avenue intersection. At the same intersection, Michael Baker included on the plans a “DecoMark” aesthetic pavement design that was installed at the intersection. Michael Baker also created four new bulb-out curb returns at the intersection of Hermosa Avenue and 14th Street. Value-Added To help the city avoid losing critical funding for the project, Michael Baker delivered its designs on an expedited schedule. The time from the notice to proceed to the advertisement of the bid documents was a remarkably short ten weeks. Michael Baker worked with the city to advertise the bid documents “at risk” before the plans were officially approved. At the same time, it produced high-quality plans that resulted in no required delta revisions and very few contractor questions during the bidding and construction phase. Contracting Agency City of Hermosa Beach 1315 Valley Drive Hermosa Beach, California 90254 Project Start Date 2/2018 Completion Date 6/2019 Contract Value $2,200,000 (Construction) $285,157 (Fee) Key Personnel Assigned Mike Bruz – Project Principal Eric Spangler – Project Manager Brian Fujimoto – Design Engineer Figure 1: Duratherm example pavement design Figure 2: Curb ramp improvements along Hermosa Ave. 464 Page | 15 PACIFIC COAST HIGHWAY MEDIAN CHANNELIZATION MALIBU, CALIFORNIA Michael Baker prepared the design and environmental documents for the Pacific Coast Highway (PCH) Median Channelization project between Webb Way and Puerco Canyon Road, approximately two miles within Malibu city limits. Its scope of work included the Project Initiation Document, project approval and environmental documentation, PS&E, and construction support under Caltrans oversight. The project narrowed the curbed median where feasible on State Route 1 from Webb Way to Puerco Canyon Road for 1.9 miles. Narrowing the curbed median where feasible provided more room on the right shoulder for a combination of bike use and on-street parking, thereby improving safety on this segment of the PCH. The project did not stripe separate bike lanes but instead increased the right shoulder width within the existing paved cross-section without widening the roadway for the combined on-street parking and bicycle use. Where the median width is already at a minimum, the project rehabilitated the shoulder pavement to reduce the joint gap between the Portland cement concrete travelled way and the asphalt concrete shoulder pavement sections. Michael Baker prepared plans, specifications, and estimates and completed the coastal commission permitting ahead of construction, during which the company will provide design support. Michael Baker also completed several documents – including the project initiation document, the PA&ED document (project report), and environmental document – under Caltrans District 7 oversight. Other required reports included a stormwater data report and aerially deposited lead report. AVIATION BOULEVARD AT ARTESIA BOULEVARD INTERSECTION MANHATTAN BEACH, CALIFORNIA Michael Baker assisted the client with preparation of an Initial Study/Mitigated Negative Declaration (IS/MND) for the Aviation Boulevard at Artesia Boulevard Southbound to Westbound Right Turn Improvement Project. The project widened the west side of Aviation Boulevard to the north of the intersection at Artesia Boulevard to accommodate a 12.5-foot right turn lane and an 8-foot pedestrian walkway; construct a new Americans with Disabilities Act (ADA) pedestrian curb ramp on the northwest corner of the Aviation Boulevard and Artesia Boulevard intersection; re-stripe the north leg of Aviation Boulevard; and provide new crosswalk striping at the west and north legs of the intersection. These improvements addressed queuing deficiencies, improved roadway operations, and implemented improvements consistent with the Manhattan Beach General Plan Transportation Element. Key issues being addressed within the IS/MND included air quality impacts, noise, hazardous materials, and circulation. Contracting Agency City of Malibu 23825 Stuart Ranch Road Malibu, California 90265 Project Start Date 7/2017 Completion Date 8/2022 (Design) Contract Value $869,778 (Fee) Key Personnel Assigned Michael Bruz – Project Principal Eric Spangler – Project Manager Brad Losey – Drainage Lead Contracting Agency City of Manhattan Beach 3621 Ball Ave. Manhattan Beach, California 90266 Project Start Date 12/2016 Completion Date 2/2022 Contract Value $249,164 (Fee) Key Personnel Assigned Eric Spangler – Project Manager Brian Fujimoto – Project Engineer 465 Page | 16 BASTANCHURY ROAD WIDENING IMPROVEMENTS YORBA LINDA, CALIFORNIA Michael Baker prepared preliminary engineering and environmental support services for Bastanchury Road to raise the roadway profile and widen from two to four lanes to be consistent with its classification as a primary arterial. The project also developed final PS&E, used to pursue grant funding through the OCTA Comprehensive Transportation Funding Programs – Arterial Capacity Enhancements (ACE) program. Michael Baker worked with the City in a collaborative manner, helping develop solutions to unique situations, and using 3D modeling to help resolve questions early in the project development. The project was developed with the intent of improving regional mobility while providing a high-quality facility for City residents that will also provide maximum potential for obtaining the required grant funding. STUDEBAKER ROAD COMPLETE STREETS LONG BEACH, CALIFORNIA Michael Baker is currently working on the final engineering PS&E for Studebaker Road. It is a 5-mile roadway improvements that converts the corridor to a complete street by adding cycle tracks (on-street bicycle lanes separated from through traffic by parallel parking and a buffered area), and side boarding island transit stops (in-street raised refuge islands dedicated to waiting and boarding areas for transit passengers enabling in-lane transit stops and improved accessibility and removing transit vehicle/bicycle conflict). The scope included pavement rehabilitation for the entire corridor to improve the drivability and the end user experience. Some of the challenges that the team overcame on this project included: transit facilities location; public outreach; innovative pavement design; coordination with multiple agencies; improve roadway profile; and ADA compliance. Contracting Agency City of Yorba Linda P.O. Box 487 4845 Casa Loma Avenue Yorba Linda, California 92886 Project Start Date 7/2018 Completion Date Design: 12/2022 Construction: 2023 Contract Value $434,071 (Fee) Key Personnel Assigned Sarmad Farjo – Project Principal David Eames – Project Manager Contracting Agency City of Long Beach 411 W. Ocean Boulevard Long Beach, CA 90802 Project Start Date 12/2020 Completion Date 4/2023 (Design) Contract Value $3M (Fee) Key Personnel Assigned Sarmad Farjo – Project Manager Ryan Calad – Traffic Lead Brad Losey – Drainage Lead 466 Page | 17 REFERENCES CONTACT INFORMATION PROJECT DESCRIPTION Agency: City of Hermosa Beach Name of Agency Project Manager: Mr. Lucho Rodriguez Email: lrodriguez@hermosabch.org Phone: 310-318-0210 Hermosa Ave. Pavement Rehabilitation and Curb Ramp Project. Michael Baker prepared the plans, specifications, and estimates (PS&E) for a high-profile, fast-track pavement resurfacing and curb ramp project for the city of Hermosa Beach. Agency: City of Long Beach Name of Agency Project Manager: Mr. Onofre Ramirez Email: onofre.ramirez@longbeach.gov Phone: 562-570-2613 4th Street Roadway Rehabilitation. The project addresses non-compliant ADA facilities, drainage issues, curb and cross gutter geometry issues, pavement failures, bus and transit upgrades. Some of the challenges to overcame on this project included: limited right of way available for ADA curb ramps, transit facilities location; steep driveways; pavement design; coordination with multiple agencies; improve roadway profile; and ADA compliance. Agency: City of Yorba Linda Name of Agency Project Manager: Rick Yee Email: ryee@yorbalindaca.gov Phone: 714-961-7171 Yorba Linda Bastanchury Road Improvements. Michael Baker is preparing the preliminary design, environmental documents and final plans, specifications, and estimates (PS&E) to improve the vertical profile and widen Bastanchury Road from two to four lanes to match its designation as a primary arterial. Agency: City of Malibu Name of Agency Project Manager: Mr. Jonathan Pichardo, Assistant Civil Engineer Email: jpichardo@malibucity.org Phone: 310-456-2489 PCH Median Channelization Project. Michael Baker is preparing the design and environmental documents for the Pacific Coast Highway (PCH) Median Channelization project between Webb Way and Puerco Canyon Road, approximately two miles within Malibu city limits. Its scope of work includes the Project Initiation Document, project approval and environmental documentation, PS&E, and construction support under Caltrans oversight. 467 Page | 18 RELEVANT EXPERIENCE FOR ON-CALL SERVICES CIVIL ENGINEERING SERVICES STREET AND ROADWAY DESIGN Transportation planning and final design are one of Michael Baker’s core services. As a company, and specifically in Southern California, we are known to specialize in roadway and highway design for local agencies both on and off the state highway system. Our transportation services range from feasibility studies, preliminary engineering and environmental clearance, final design that includes preparation of construction plans, specifications, and estimates (PS&E), and design support during construction. Our focus is on improving mobility for all modes of travel (i.e. vehicular, bicycle, pedestrian, transit), improving safety in line with “Vision Zero” (to end all traffic deaths and serious injuries within our project locations), and implementing complete streets and green streets concepts whenever possible. The Michael Baker team has completed numerous transportation projects requiring specialized expertise in traffic, roadway, stormwater quality, structural engineering, environmental engineering, environmental compliance, landscaping, surveying, R/W engineering, and construction management. We are a leader in the field of transportation services and provide a full range of professional services from analysis, conceptual development, design, all the way through construction support services. For example, under a multi-year, on-call services contract with the City of Long Beach, Michael Baker provided civil engineering, building and landscape architecture, and other professional consulting services on an as-needed basis for various public works improvement projects. Projects have included improvements and rehabilitation to roadways, streets, alleys, building and architectural renovations. TRANSPORTATION PLANNING Planning is one of the pillars of Michael Baker’s transportation practice. Whether developing a neighborhood traffic calming plan, a safe routes to school plan, a circulation element, active transportation plan, capital improvement program, assisting with grant funding, or development of impact fee programs, Michael Baker applies the same attention to detail and quality control at every level of effort. Michael Baker International has long advocated the development of streets that are safe and inclusive of all modes including people who walk, ride bikes and other people-powered vehicles, motorists, and transit riders of all ages and abilities. Our work and commitment to complete streets can be seen nationwide, and is the model for many communities and coalitions. Many of our Complete Streets projects merge our planning, design and engineering capabilities. We have the ability to weave together complex requirements from disparate agencies and regulators into a cohesive, safe, creative and engaging public realm. From public outreach to construction documentation, Michael Baker International provides the complete package of services for Complete Streets in communities of all scales. Above is a “before and after” rendering of Long Beach Boulevard Rehabilitation for the City of Long Beach. BEFORE AFTER 468 Page | 19 The Urban Design Studio (UDS) is a unique niche within Michael Baker International, focused on the design of sustainable, healthy and vibrant communities. UDS convenes our in-house expertise in urban design, sustainability, mobility, and community-based planning to deliver innovation and integrated solutions that build more livable communities. Michael Baker provides a full range of strategic planning and design services for roads, trails, and other transportation facilities, including land plan conceptual and schematic design, final construction plans and specifications, cost estimating, and construction observation and management. The expertise that Michael Baker's urban planners and landscape architects bring to a project is utilized to sensitive and highly individualized solutions. Additionally, our team is mindful of community and environmental resources and find opportunities to incorporate the principles of sustainable building into every project. The effective use of state of the art computer aided design tools and current scientific research enables Michael Baker's team to present the most transportation master plans, parks/trails master plans, signage and monumentation programs, and design guidelines. Michael Baker has completed numerous projects using “Sustainable Design” guidelines, whereby projects were designed to meet present needs without compromising the ability of future generations to meet their own needs. In addition to having a number of LEED and ENV SP Accredited Professionals as employees, this commitment is reflected in the Michael Baker mission statement to “Make the world a better place through the application of the principle of sustainable development by providing professional design services that enhance the quality of life and the environment. TRAFFIC ENGINEERING Michael Baker is well-established in Southern California for our long history of providing high-quality traffic engineering services to various agencies and cities throughout Los Angeles County. Michael Baker’s staff maintains an ongoing dialogue with local, regional, and state jurisdictional agencies and signal industry vendors, and continually keeps abreast of changing technology through active participation including positions in various industry organizations such as the Institute of Transportation Engineers (ITE) and ITS America. Michael Baker has designed more than 2,500 signals and 500 signal communication systems for local municipalities and regional transportation planning agencies. Our team has prepared traffic signal, traffic signal modification, and traffic signal communication plans for multiple agencies. In recent years, local agencies have begun to implement new technology as part of their traffic signal and traffic signal communication systems in order to improve the transportation system along their corridors that will reduce congestion, improve mobility, maximize traffic flow and improve the quality of life in the community. TRAFFIC ANALYSIS AND PLANNING Michael Baker has experience preparing all types of traffic studies. For Traffic Impact Analysis (TIA), Michael Baker can prepare near-term build-up models using the four-step process of trip generation, trip distribution, modal choice, and trip assignment, or utilize regional or local travel demand models for long-term analysis. Level of Service as well as VTM calculations can be provided using Highway Capacity Manual (HCM) methodology or any other standard methodology available. Alignment studies can be prepared using the design guidelines in the Caltrans Highway Design Manual (HDM), the American Association of State Highway and Transportation Officials (AASHTO) Policy on Geometric Design of Highways and Streets, or local guidelines. 469 Page | 20 TRAFFIC ENGINEERING Michael Baker can prepare traffic signal interconnect and communication plans. Whether communication is handled by fiber optic cable, twisted pair copper cable, or wireless, Michael Baker will ensure that all of the City’s standards and requirements are met and the proposed systems are compatible with the City’s existing communication infrastructure and Traffic Management Center. Utility research will be conducted in order to avoid any underground conflicts with communication conduits, pull boxes, vaults, or any other equipment required. Michael Baker has experience ensuring adequate traffic control using basic principles and standards to warn, control, protect, and expedite vehicular and pedestrian traffic. Under the On-Call, Michael Baker is able to provide traffic control in the form traffic control plans prepared during the design services phase, specification requirements for the contractor to develop traffic control plans during the construction phase, or traffic control management during the construction phase. All specific traffic control plans will be prepared in accordance with the CA MUTCD and coordinated with and approved by the City. Michael Baker will follow the Work Area Traffic Control Handbook (WATCH) for traffic control management during construction. TRAFFIC MANAGEMENT AND INTELLIGENT TRANSPORTATION SYSTEMS (ITS) Michael Baker has prepared many different types of signal communication plans including copper, fiber optic, wireless, and hybrid systems for many agencies throughout California. We have also designed different types of closed-circuit television systems (CCTV), dynamic message signs (DMS), system detection systems, and video detection systems. Our traffic engineers are familiar with 2070, 170, and NEMA traffic signal controllers. Furthermore, we have worked with a number of agencies on the installation and/or upgrade of their Traffic Management Center (TMC) workstations. STRUCTURAL Michael Baker provides a wide range of structural engineering services including the design of bridges, buildings, flood control facilities, water resources structures, retaining, sound walls, and special structures. Projects completed by Michael Baker are designed under the supervision of state licensed structural engineers. Our team can provide structural analysis of existing structures and seismic retrofit strategies. Additionally, during and after emergencies, we can provide structural engineers and registered disaster workers to evaluate the structural integrity of damaged buildings and structures. Michael Baker has experience in the structural design of single and multi-barrel box culverts, multi-plate arch culverts, box inlet structures, channel transition structures, rectangular channels, drop structures, drop inlet structures, energy dissipater and dam outlet structures, and special designs for the retrofit of existing structures. GRADING/SITE DESIGN Michael Baker offers innovative and affordable solutions to realize the potential of any site in a practical, economic, sustainable and timely fashion. Our team has the multi-disciplinary knowledge and experience to provide Rough Grading Plans, Borrow Site & Stockpile Plans, Erosion Control Plans, and Precise Grading Plans as needed to deliver projects from feasibility through to completion of construction. Michael Baker provides a full range of civil and site related planning, analysis, review, and design services, including site design, site grading, parking lot design, water, sewer, and storm water mitigation and design, and water quality management. We are pleased to provide an experienced civil and site design team who has extensive expertise in the preparation of civil and site development plans for public and private agencies throughout California. 470 Page | 21 LANDSCAPE ARCHITECTURE SERVICES Michael Baker’s landscape architecture group encompasses a full complement of technical, practical, and creative talent to service public clients’ landscape architectural needs. In addition to our experience preparing conceptual and final PS&E, work tasks also include community outreach programs, design and preparation of presentation quality landscape concept plans, photorealistic visual simulations and analysis, irrigation system master planning, and construction inspection services. The expertise that each of Michael Baker's landscape architects brings to a project is maximized to produce creative, buildable, environmentally-sensitive, and highly tailored solutions. Our landscape architects are mindful of community and environmental resources and seek opportunities to incorporate the principles of sustainable design and green building into every project. Proactive relationships with local, regional, and state jurisdictional agencies are maintained to keep abreast of the changing requirements and procedures of the Federal, State and local agencies. The effective use of state-of-the-art Computer Aided Design (CAD) tools and the most current scientific research enables our landscape architects to present the most cost-effective designs to meet client needs. VISUALIZATION AND RENDERING SUPPORT The Michael Baker Team can provide visualization and rendering support, including 2D/3D images or interactive graphics, physical 3D models (via 3D printer), fly-thru & walk-thru animations, augmented reality, and camera tracking with UAV footage. Utilizing the data gathered and a computerized 3D model of the project, the Michael Baker Team can quickly and efficiently provide conceptual visualization for the project team or for stakeholder outreach. ENVIRONMENTAL DOCUMENTATION (CEQA/NEPA) SERVICES An award-winning leader in the field of environmental analysis and documentation, the Michael Baker team includes over 30 environmental professionals in Southern California with an impressive depth and breadth of experience and skills, allowing us to effectively interact at all stages of a project. We will provide the City with turnkey environmental support for a wide range of task order assignments. Our team provides services from environmental constraints and due diligence studies to technical studies during project design (i.e. air, noise, visual, biological, hazardous materials), public outreach programs, development of regulatory and local agency entitlement strategies, to project-specific environmental documents, regulatory agency approvals, and mitigation and construction implementation and monitoring. Michael Baker has senior staff experience with all aspects of the California Environmental Quality Act (CEQA), National Environmental Policy Act (NEPA), Clean Water Act (CWA), Clean Air Act, Coastal Zone Management Act, and the numerous other local, State, and Federal environmental laws and regulations. This, coupled with our civil engineering design, survey, mapping, and regulatory agency permitting expertise, makes Michael Baker an ideal one-stop location for environmental compliance. 471 Page | 22 PUBLIC RELATIONS SERVICES As deemed appropriate by the City, the Michael Baker Team will work closely with City staff to provide public outreach and public relations services to maximize community awareness, involvement and understanding. Michael Baker will work collaboratively with the City to develop a variety of materials to aid in outreach efforts to reach out to a broad array of stakeholders through media, online/social media tools, printed notices, event management, signage and face-to-face interaction. UTILITY COORDINATION Michael Baker is well versed in identifying, avoiding, and, if necessary, resolving utility conflicts. Utility investigations at the start of the project will enable the design team to consider any potential utility conflict along with other design considerations from the inception of the design development. Michael Baker will coordinate and collaborate with utility agency to resolve and address any utility conflict. CONSTRUCTION SUPPORT Michael Baker’s construction engineering specialty group offers qualified and dedicated construction managers, engineers, and inspectors committed to civil infrastructure projects. Our construction engineering and inspection (CEI) staff is accustomed to functioning in a wide variety of complex construction environments in many geographic locations. With eight CEI experts in Southern California, Michael Baker has performed civil construction management and inspection services for numerous public agencies in Southern California including Caltrans, Los Angeles Metropolitan County Transportation Authority (LA Metro), and LADOT. We have a staff of certified and experienced CEI personnel, testing technicians, surveyors, utility coordinators, and design professionals. The qualifications, experience, and technical competence of our certified construction professionals permits the completion of complex, large scale projects with accelerated schedules. Michael Baker has provided construction management services for civil infrastructure, utility, and facility projects. Our clients include Federal, State, and local government agencies, as well as private sector clients. Our projects range in size and complexity, and include new or rehabilitation construction, traditional design-bid-build and design-build project deliveries. Michael Baker’s professionals have the training, certifications, and support to manage the full spectrum of construction services to assure each client of a successful delivery. With experience in managing projects throughout their life cycles, Michael Baker understands the importance of all aspects required to successfully complete and deliver a project safely, on-time, on budget, and with the quality you demand. 472 Page | 23 PROJECT MANAGEMENT PLAN MANAGING ON-CALL C ONTRACTS Michael Baker has the capacity and resources to respond quickly to the City of Hermosa Beach’s needs and to perform all services requested by the RFP utilizing the staff shown in our Organizational Chart on page 5. The 300 professionals that reside in our Long Beach, Los Angeles and Santa Ana offices include Civil, Structural, Electrical, Drainage, Utility, and Planning professionals that have significant and relevant experience. Michael Baker proposed Contract Manager Sarmad Farjo is an Associate Vice President and has the authority within the company to make and adjust staff and workload assignments and will use this authority to fully staff any project coming out of this contract. Sarmad is backed up by six project manager/discpilne leads that are ready to jump and support the City on any task order assignment. The Michael Baker team and its subconsultants are readily available to respond to the needs of the City for this contract, including community meetings, time sensitive design changes, or to meet with the City for progress or needed impromptu meetings. MANAGING MULTIPLE TASK ORDERS In order to be able to provide services on short notice, or meet the design schedule and budget of multiple task orders at once, Mr. Farjo will implement the following planning and management tools throughout the contract: • Weekly backlog and staffing analysis • Weekly team meetings • Monthly reports to the City’s PM • Monthly action items update • Monthly billing against each task/subtask Michael Baker is well-versed in completing multiple task orders seamlessly without impacts or delays. The company has, and currently is, working on multiple projects for various on-calls in Southern California, including several projects and task orders for the City of Los Angeles and the County of Los Angeles. Michael Baker firmly believes that communicating on a regular basis, and having an engaged Contract Manager is the key to handling multiple task orders. Our Los Angeles and Orange County offices are home to more than 300 professionals supported by over 3000 staff across the US. Our Contract Manager, Sarmad Farjo, PE, has over 30 years of experience successfully delivering civil and multi-discpilinary projects and understands how staffing requirements will vary from project to project. This understanding will enable him to work with our task managers/leads to anticipate and adjust the project team as necessary, managing Michael Baker and sub consultant resources to ensure flexibility and a smooth delivery of task orders throughout the life of the contract. MAINTAIN KEY MEMBERS THROUGHOUT THE PROJECT Michael Baker understands the importance of keeping key members throughout the On-Call and each individual task order. Michael Baker is committed to maintaining key members, including the Contract Manager and Task Managers. These key individuals will not be replaced or changed without written approval from the City. 473 Page | 24 CONTINUOUS COLLABORATION/COMMUNICATION Maintaining regular collaboration and open communication between the Michael Baker Contract Manager and the City will be a considerable benefit to any project and ultimately to the City itself. The City will be kept informed of all aspects of project issues and progress including the project schedule. Throughout the duration of the contract, the Michael Baker Contract Manager will: • Conduct project/ task order progress meetings or calls with the City on biweekly or monthly basis to review the status of each task order and discuss any issues or concerns. • Notify the City of any potential project cost implications as soon as they are identified. • Meet with the project team on a regular basis to review work progress and project milestones. MANAGING TASK ORDERS It is very important to have a Project Manager that understands how all of the aspects of a project interact, and who will maintain constant communication and coordination with the City as well as with all of the technical leads. Michael Baker has a system in place which is comprised of the following elements to keep the project/task order within schedule and budget: PROJECT MANAGEMENT PLAN Michael Baker will develop a detailed Project Management Plan (PMP) for each project that is shared with all team members, including the City. The Project Management Plan (PMP) is a collection of all pertinent information required to successfully manage a project. The objectives of the PMP are as follows: • Facilitate a standard process for planning the successful execution of a project • Be a one-stop reference tool for the Project Manager and other project staff • Serve as very critical resource to the next Project Manager if the current Project Manager leaves the project and must be replaced This document provides a detailed plan for the execution of the project. It will also include the roles and responsibilities of each team member and a Specific Quality Management Plan (SQMP) for each task. The PMP will also include the project Communication Plan intended to ensure proper and efficient communication protocol within the project team. SCOPE VERIFICATION AND C ONTROL The Michael Baker team understands that the scope verification process is very important to ensure that project deliverables are formally accepted. This will be achieved through the use of a well-defined scope of work for the project and by having each team lead develop and agree to the scope. Michael Baker will define the deliverables for each task in the scope. Any issues that arise during the execution of the project will be addressed by the Michael Baker team. Our solutions and recommendations will be available for input by the City. This is part of the normal design development; however, any issues that could potentially require adjustments to scope will be communicated immediately to the City’s Project Manager along with our recommended solutions and a plan to recover schedule or budget, if required. SCHEDULE CONTROL The schedule prepared as part of the PMP will integrate the work of all subconsultants and will include milestones and sub-tasks, preparation and processing, in-house Quality Control and City or agency reviews. Once the detailed scope is established, our Project Manager will prepare a Critical Path Method (CPM) based schedule using MS Project or Primavera. As work proceeds and progresses, the project schedule will be closely monitored and tracked to assure timely adjustments are made. If schedule recovery is required, we are experienced in a number of different techniques and will select the most appropriate to the particular situation to recover the schedule. The project 474 Page | 25 Schedule will be updated and maintained monthly to ensure that it remains current and accurate and monthly updates will be furnished to the City Project Manager. COST CONTROL Our Contract Manager will track the cost and expenditure for each Task Order, using our in-house cost control tools. Prior to each invoice, Michael Baker’s Task Manager will review the progress for consistency with the PMP and ensure that the billing does not exceed the estimated fee in the PMP for services rendered to date. This cost control plan ensures that our fee will always be properly tracked with the progress of work. DOCUMENT CONTROL Michael Baker has its own QA/QC system that makes all project documents, including QC checks and comment responses, available for delivery to our client. The QC/QA Plan will be a written manual tailored specifically to the specific task order and consist of a series of requirements and procedures for defining the QC/QA measures to be implemented. The foundation of this Plan is based on a collaborative process of interdisciplinary and constructability reviews, and a detailed color-coded plan checking process. RISK MANAGEMENT The objective of risk management is to assess, plan for, and respond to events and conditions that might adversely impact the project, and to enhance opportunities that might positively impact the project. Therefore, risk management increases the probability/likelihood of project success. Risk Management begins with identifying risks, which generally occurs during development of the project approach and is re-visited throughout project development as part of the project control. Identified risks must be listed, addressed and tracked to either eliminate or avoid the risk so that they do not impact the project schedule and budget. When a risk cannot be avoided, it is specified as a risk to budget and/or schedule. Once identified, a brainstorming session involving technical, budgetary, and management professionals is held to determine if a solution could be found to either eliminate or significantly reduce the risk. 475 RFQ 23-001 City of Hermosa Beach Page 30 of 36 6.2 Required Forms 6.2.1 Certification of Qualifications RFQ #:_________ The undersigned hereby submits its statement of qualifications and agrees to be bound by the terms and conditions of this Request for Qualifications (RFQ). 1.Proposer declares and warrants that no elected or appointed official,officer or employee of the City has been or shall be compensated,directly or indirectly,in connection with this statement of qualifications or any work connected with this statement of qualifications.Should any agreement be approved in connection with this Request for Qualifications,Proposer declares and warrants that no elected or appointed official,officer or employee of the City,during the term of his/her service with the City shall have any direct interest in that agreement,or obtain any present,anticipated or future material benefit arising therefrom. 2.By submitting the response to this request,Proposer agrees,if selected to furnish services to the City in accordance with this RFQ. 3.Proposer has carefully reviewed its statement of qualifications and understands and agrees that the City is not responsible for any errors or omissions on the part of the Proposer and that the Proposer is responsible for them. 4.It is understood and agreed that the City reserves the right to accept or reject any or all statement of qualifications and to waive any informality or irregularity in any statement of qualifications received by the City. 5.The statement of qualifications response includes all of the commentary,figures and data required by the Request for Qualifications. 6.The statement of qualifications shall be valid for 90 days from the date of submittal. 7.Proposer acknowledges that the City may issue addendums related to this RFQ and that the proposer has reviewed the following addendums which have been issued: Addendum:_____________________________ Addendum:_____________________________ Addendum:_____________________________ Addendum:_____________________________ 8.Proposer further acknowledges the provisions of any addendums issued have been incorporated into their statement of qualifications. 23-001 1 476 RFQ 23-001 City of Hermosa Beach Page 31 of 36 Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________Michael Bruz, PE | Vice President/Principal-In-Charge 477 City of Hermosa Beach Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885 ADDENDUM No. 1 On-Call Civil Engineering Services RFQ No. 23-001 DATE: January 10, 2023 TO: ALL PROSPECTIVE PROPOSERS Please note the questions and answers for the Request for Qualifications indicated above. PROPOSAL SUBMITTAL: The deadline to submit qualifications HAS NOT changed. The deadline to submit qualifications is still February 1st at 3:00 PM. 1. Should Consultants build a team to cover all aspects of this on-call civil engineer services? A: Correct. The City is seeking a Consultant, or team of Consultants (including all necessary sub-consultants), that can provide all of the potential services identified in Section 2.2 of the RFQ (General Scope of Work). . 2. Will Consultants be disqualified if they do not provide services for all categories specified on this on-call civil engineering services? A: Correct, Consultants may be disqualified if they are unable to provide all of the core services identified in Section 2.2. Consultants shall clearly identify where sub-consultants are required to perform services. 478 City of Hermosa Beach Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885 ACKNOWLEDGEMENT OF ADDENDUM NO. 1 On-Call Civil Engineering Services RFQ No. 23-001 Complete and sign this acknowledgement form. Submit and enclose the acknowledgement in your proposal. Failure to do so may result in disqualification of your firm’s proposal. The undersigned acknowledges receipt of Addendum No. 1 dated January 10, 2022. ATTEST: _____________________________________ Principal: _____________________________________ Address: _____________________________________ By: _____________________________________ Title: _____________________________________ Michael Bruz, PE Vice President/Principal-In-Charge 5 Hutton Centre Drive, Suite 500 | Santa Ana, CA 92707 Michael Bruz, PE 479 RFQ 23-001 City of Hermosa Beach Page 32 of 36 6.2.2 Non-Collusion Affidavit RFQ #:_________ The undersigned declares states and certifies that: 1.This statement of qualifications is not made in the interest of or on behalf of any undisclosed person,partnership,company,association,organization or corporation. 2.This statement of qualifications is genuine and not collusive or sham. 3.I have not directly or indirectly induced or solicited any other Proposer to put in a false or sham statement of qualifications and I have not directly or indirectly colluded,conspired,connived,or agreed with any other Proposer or anyone else to put in a sham statement of qualifications or to refrain from submitting to this RFQ. 4.I have not in any manner,directly or indirectly,sought by agreement, communication,or conference with anyone to fix the rate schedule price or to fix any overhead,profit or cost element of the rate schedule price or to secure any advantage against the City of Hermosa Beach or of anyone interested in the proposed contract. 5.All statements contained in the statement of qualifications and related documents are true. 6.I have not directly or indirectly submitted the rate schedule price or any breakdown thereof,or the contents thereof,or divulged information or data relative thereto,or paid,and will not pay,any fee to any person,corporation, partnership,company,association,organization,RFQ depository,or to any member or agent thereof,to effectuate a collusive or sham statement of qualifications. 7.I have not entered into any arrangement or agreement with any City of Hermosa Beach public officer in connection with this statement of qualifications . 8.I understand collusive bidding is a violation of State and Federal law and can result in fines,prison sentences,and civil damage awards. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: 23-001 480 RFQ 23-001 City of Hermosa Beach Page 33 of 36 ____________________________________________Michael Bruz, PE | Vice President/Principal-In-Charge 481 RFQ 23-001 City of Hermosa Beach Page 34 of 36 6.2.3 Compliance with Insurance Requirements RFQ #:_________ The selected consultant will be expected to comply with the City s insurance requirements contained within this RFQ. The undersigned declares states and certifies that: 1.Proposer agrees,acknowledges and is fully aware of the insurance requirements as specified in the Request for Qualifications. 2.If selected,proposer agrees to accept all conditions and requirements as contained therein. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-001 Michael Bruz, PE | Vice President/Principal-In-Charge 482 RFQ 23-001 City of Hermosa Beach Page 35 of 36 6.2.4 Acknowledgement of Professional Services Agreement RFQ #:_________ The selected consultant will be expected to comply with and sign the City s Professional Services Agreement.Proposers should identify and/or indicate any exceptions to the Sample Professional Services Agreement included in Section 6.2.The City Attorney or their designee retains the discretion to accept or reject proposed exceptions or modifications to the City s Professional Services Agreement. 1.Proposer agrees,acknowledges and is fully aware of the conditions specified in the City’s Sample Professional Services Agreement. 2.Proposer agrees to accept all conditions and requirements as contained therein with exceptions noted as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ________________________________________________ Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-001 Michael Bruz, PE | Vice President/Principal-In-Charge 483 MBAKERINTL.COM 5 Hutton Centre Drive, Suite 500 | Santa Ana, CA 92707 Office: 949-472-3505 | Fax: 949-472-8373 6.2.5 COVID Vaccination Certification January 27, 2023 Suja Lowenthal, City Manager City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 RE: Mandatory COVID-19 Vaccination for City of Hermosa Beach Consultants Dear Ms. Lowenthal: Per this letter, Michael Baker International, Inc. (Michael Baker) certifies that all of its officers, agents, employees, subcontractors, representatives and volunteers servicing the City of Hermosa Beach on-site within the City pursuant to the RFQ No. 23-001 On-Call Civil Engineering Services dated February 1, 2023 are or will be fully vaccinated or covered by an approved medical or religious exemption prior to the implementation of the scope of work located within the above referenced agreement. Respectfully, Michael Bruz, PE Vice President / Principal in Charge 484 HOURLY RATE SCHEDULE* February 1, 2023, through December 31, 2023 OFFICE PERSONNEL $/ Hour Principal/QC Manager ....................................................................................................... $300.00 - $350.00 Senior Project Manager ..................................................................................................... $270.00 - $300.00 Project Manager/Technical Manager ................................................................................ $230.00 - $270.00 Senior Engineer ................................................................................................................. $195.00 - $230.00 Project Engineer ................................................................................................................ $165.00 - $195.00 Design Engineer ................................................................................................................. $150.00 - $165.00 Designer/Staff Engineer .................................................................................................... $125.00 - $150.00 Administrative Support ....................................................................................................... $95.00 - $125.00 Intern ..................................................................................................................................... $60.00 - $75.00 SURVEY PERSONNEL (Subject to Prevailing Wage) 2-Person Survey Crew ....................................................................................................... $305.00 - $335.00 1-Person Survey Crew ....................................................................................................... $190.00 - $220.00 Licensed Surveyor .............................................................................................................. $180.00 - $270.00 CONSTRUCTION MANAGEMENT PERSONNEL Principal Construction Manager ........................................................................................ $275.00 - $315.00 Construction Manager ....................................................................................................... $200.00 - $300.00 Senior Inspector ................................................................................................................ $150.00 - $190.00 Construction Inspector/Technician ................................................................................... $120.00 - $160.00 * The hourly rates shown above are subject to a five percent (5%) annual escalation commencing January 1, 2024, and annually thereafter based on the Consumer Price Index for the preceding 12-month period. Placement of individual staff within the rate ranges provided above are determined by skill level and years of experience. Blueprinting, reproduction, messenger service, and other project expenses will be charged at direct cost. Vehicle mileage will be charged as an additional cost at the IRS approved rate. Overtime will be billed in accordance with Fair Labor Standards Act (FLSA) requirements. 485 GROUP DELTA CONSULTANTS, INC. FEE SCHEDULE AND TERMS & CONDITIONS 2023 * CITY OF HERMOSA BEACH RFQ 23-001 HOURLY CHARGES FOR PERSONNEL (Engineer/Geologist/Scientist) PRINCIPAL $255 ASSOCIATE $230 SENIOR $210 PROJECT $190 SENIOR STAFF $175 STAFF $165 SENIOR PRINCIPAL $300 DESIGNER / ILLUSTRATOR / AUTOCAD $105 TECHNICAL / PROJECT SUPPORT / ADMIN $90 DRIVER /PICKUP & DELIVERY OF SAMPLES $95 TESTING & INSPECTION SERVICES PROJECT MANAGER $195 QUALITY CONTROL MANAGER $175 LABORATORY MANAGER $150 SENIOR ENVIRONMENTAL TECHNICIAN $145 ENVIRONMENTAL TECHNICIAN $110 TECHNICIAN / INSPECTOR - PREVAILING WAGE $135 TECHNICIAN / INSPECTOR – NON-PREVAILING WAGE $100 TECHNICIAN / LABORATORY TESTING $100 CHARGES FOR EQUIPMENT VEHICLE: FIELD VEHICLE $8/hour MILEAGE (PER CURRENT IRS RATES) $ 0.585/mile NUCLEAR DENSITY GAUGE $8/hour PHOTO IONIZATION DETECTOR $40/hour XRF DEVICE $110/day HAZARDOUS GAS SAFETY MONITOR $30/hour OTHER CHARGES Outside services will be charged at cost plus 15 percent (15%). Technician and support personnel time for work over eight (8) hours per day will be charged at 1.5 times the regular rates. Holidays, hours over twelve (12) per day, and all weekends hours will be charged at 2.0 times the regular rates. Prevailing wage hourly rates will be increased in accordance with the Department of Industrial Relations annual increases as they take effect. Fees for participation in deposition, arbitration, trial, etc., will be charged at an hourly rate of $500 per hour, 4-hour minimum, portal to portal. 486 Page | 2 of 5 TERMS & CONDITIONS RECOGNITION OF RISK Client recognizes that the interpretations and recommendations of Group Delta Consultants, Inc. (GDC) are based solely on the information available to GDC. Client further rec ognizes that surface and subsurface conditions can vary from those encountered at the times and locations where data are obtained by GDC, and that the limitation on available data results in some level of uncertainty with respect to the interpretation of these conditions despite the use of due professional care. GDC will not be responsible for and client shall hold GDC harmless for the effect on any opinion rendered hereunder of unknowns such as acts of others on adjacent properties, variables of nature including but not limited to earthquakes, masking of rocks by heavy ground cover or the works of man, acts of God or other variables beyond the control of GDC. GDC shall write reports so as to meet the administrative requirements of local governmental agencies; however, as the decisions of such agencies are discretionary, GDC does not guarantee the approval of its reports or of Client's project by any governmental agency. PROFESSIONAL RESPONSIBILITY GDC represents that the services shall be performed, within the limits prescribed by Client, in a manner consistent with that level of care and skill ordinarily exercised by other professional consultants under similar circumstances. No other representations to Client, express or implied, and no warranty or guarantee is included or intended in this Agreement, or in any report, opinion, document or otherwise. PROFESSIONAL SERVICES INDEMNITY GDC agrees to indemnify and hold Client harmless (but not defend) from any damages or liability solely to the extent any damages, liability or costs are determined to be caused by GDC’s established and adjudicated negligence and only in direct proportion thereto. In no event shall the cost to hold harmless or indemnify charged to GDC exceed GDC’s established and adjudicated proportionate percentage of fault. GDC is not obligated to indemnify the Client in any manner whatsoever for the Client’s negligence, whether active, passive or otherwise or for Client’s reckless or willful misconduct. GDC shall defend itself from any actual or alleged claims arising from GDC’s services under this Agreement. If any part of this provision shall be declared by any court of competent jurisdiction to be illegal, void or unenforceable, the remainder of the provision shall remain in effect to the fullest and maximum extent allowable by law. Client agrees to indemnify, hold harmless and defend GDC from any against any and all loss, including reasonable attorney’s fees, injury, damage, to property or person, liability, costs and/or claims caused by the actions or inaction of the Client, its agents, employees, officers, directors, shareholders or anyone for whom the Client is legally responsible for In no event shall Client defend or indemnify GDC for GDC’s sole negligence, reckless or willful misconduct. LIMITATION OF LIABILITY Client and GDC have discussed the risks and rewards associated with the Project, as well as GDC’s fee for its services on the Project. Client and GDC agree to allocate risks so that, to the fullest extent permitted by law and notwithstanding any other provision of this Agreement, the total liability, in the aggregate, of GDC, its officers, directors, members, partners, agents, employees and consultants to the Client and anyone claiming by, through or under Client for any and all claims, loss, costs or damages whatsoever arising out of, resulting from or in any way related to the Project or the Agreement from any cause or causes including but not limited to professional negligence, professional errors or omissions, strict liability, breach of contract, indemnity obligations or warranty express or implied of GDC or its officers, directors, members, partners, agents, employees and consultants shall be limited to an amount not to exceed $50,000 or the fee of GDC whichever sum is greater. For projects on which GDC’s fee is higher than its professional liability insurance policy, GDC’s liability is limited to its available insurance coverage. 487 Page | 3 of 5 For any damage caused by negligence other than professional negligence, GDC's liability, including that of its employees, agents and subcontractors, in the aggregate under this Agreement, shall not exceed the available limits of GDC's comprehensive general and automobile liability, as applicable, insurance coverage. In no event shall either GDC or Client be liable for punitive damages or consequential damages, including, without limitation, loss of use, loss of profits, delays, diminution of value, fines, penalties or the additional costs of completing the development of the property which directly or indirectly arising out of this Agreement described herein above due to delays, incurred by one another or their respective subsidiaries or successors, regardless of whether such claim is based upon alleged breach of contract, willful misconduct or negligent act or omission, whether professional or non‐professional, of either of them or their agents, employees, subcontractors, officers, directors or shareholders. METHOD OF CHARGING AND PAYMENT CONDITIONS GDC will submit the invoices to Client as stated in the proposal or periodically and a final invoice will be submitted upon completion of our services. All retainers are held for credit to the final invoice. Payment is due upon presentation of invoice and is past due thirty (30) days from invoice date. Client agrees to pay a finance charge of one and one‐half percent (1‐1/2%) per month, or the maximum rate allowed by law, on past due accounts. Payments shall first be applied to accrued interest and to the principal unpaid amount. Client specifically agrees further to pay all expenses and costs, including but not limited to GDC's staff time at GDC's current Schedule of Fees, attorneys' fees, and court and other costs associated with collection of past due accounts. If any invoice for work performed by GDC is outstanding and unpaid for a period in excess of 90 (ninety) days, the Client agrees that, in addition to any other remedy which may be available to it, GDC may stop work, without liability whatsoever, withhold reports/plans, and submit such invoice to binding arbitration under the Commercial Arbitration Rules of the American Arbitration Association, as the same may be in effect at the date of such submission, and that judgment upon the award rendered in such arbitration may be entered in any court having jurisdiction thereof. Payment to the Consultant shall not be withheld, postponed or made contingent on the construction, completion or success of the project or upon receipt by the Client of offsetting reimbursement or credit from other parties caused additional services or expenses. No withholding, deductions or offsets shall be made from Consultant compensation for any reason unless the Design Professional has been found to be legally liable for such amounts. Payment of Consultant fees shall be a condition precedent to bringing any action or suit against the Consultant. ESTIMATED CHARGES AND PAYMENT CONDITIONS GDC charges are only estimated and shall not be regarded as "lump sum" or "fixed price" or "guaranteed maximum" compensation unless it is expressly so stated in writing. Additional services and out of scope work will be invoiced based on our standard fee schedule. ESTIMATED TIME SCHEDULE Because of the uncertainties inherent in the services contemplated hereunder, time schedules are only estimated schedules which are subject to revision unless specifically described as otherwise herein. CHANGED CONDITIONS The Client shall rely on the Consultants judgment as to the continued adequacy of this agreement in light of occurrences or discoveries that were not originally contemplated by or known to the Consultant. Should the Consultant call for contract renegotiation, the Consultant shall identify the changed condition necessitating renegotiation and the Consultant and Client shall promptly and in good faith enter into renegotiation of this agreement. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this agreement. 488 Page | 4 of 5 RIGHT OF ENTRY The Client will provide for right of entry for GDC personnel, and for any other personnel and all equipment necessary in order to complete the work. While GDC will take all reasonable precautions to minimize any damage to the property, it is understood by Client that in the normal course of work some damage may occur, the correction of which is not part of this Agreement. The client agrees to indemnify and hold GDC harmless from any liability for any damage so caused by the performance of such work, unless caused by the gross negligence or willful misconduct of GDC or its personnel. SUBTERRANEAN STRUCTURES OR UTILITIES Client shall indemnify and hold GDC harmless for damage or injury arising from damage to subterranean structures or utilities (pipes, tanks, telephone cables, etc.) that are not called to the attention of GDC or are not correctly shown on the plans furnished to GDC, in connection with work performed by GDC. CONSTRUCTION PROCEDURES GDC shall not specify construction procedures, manage or supervise construction, or implement or be responsible for health and safety procedures; shall not be responsible for the acts or omissions of contractors or other parties on the project; and shall not have control or charge of and shall not be responsible for construction, means, methods, techniques, sequences or procedures, or for safety precautions and programs. GDC testing or inspection of portions of the work of other parties on project shall not relieve such other parties from their responsibility for performing their work in accordance with applicable plans and specifications. SAMPLES GDC will retain all soil and rock samples for thirty (30) days following exploration. Further storage or transfer of samples can be made at an agreed expense upon Client's written request. HAZARDOUS SUBSTANCES Unless specifically included in the "Scope of Services," this Agreement does not include any services (including detection or identification) relative to any substances which might be considered hazardous by an applicable regulation. OWNERSHIP OF DOCUMENTS All reports, boring logs, field data and notes, laboratory test data, calculations, estimates and other documents prepared by GDC, as instruments of service, shall remain the property of GDC. Client agrees that all reports and other work furnished to the Client or its agents, which are not paid for, will be returned upon demand and will not be used by the Client for any purpose whatever. REPLACEMENT OF CONSULTANT If the Consultant for any reason does not complete all the services contemplated by this agreement, the Consultant cannot be responsible for the accuracy, completeness or workability of the contract documents prepared by the Consultant if used, modified or completed by another party or the Client. Accordingly, the Client agrees, to the fullest extent permitted by law, to indemnify, defend and hold the Consultant harmless from any claim, liability or cost (including reasonable attorneys fees and defense costs) for injury or loss arising or allegedly arising from such reuse, modification or completion made by any party to any contract documents prepared by the Consultant. NO THIRD‐PARTY RIGHTS This Agreement shall not create any rights or benefits to parties other than Client and GDC. TIME BAR TO LEGAL ACTION All legal actions by either party against the other for breach of this Agreement, or for failure to perform in accordance with the applicable standard of care, however denominated, that are essentially based on such breach or failure, shall be barred in two (2) years from the time claimant knew or should have known of its claim, but, in any event, not later than four (4) years from the substantial completion of GDC's services. 489 Page | 5 of 5 DISPUTES Any claims, disputes or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to the institution of legal or equitable proceedings by either Party. If such matter relates to or is the subject of a lien arising out of GDC’s services, GDC may proceed in accordance with applicable law to comply with the lien notice and filing deadlines prior to the initiation of mediation. The Parties agree that mediation shall be held in Orange County, California and shall be administered by either JAMS or the American Arbitration Association. In the event that a dispute arises relating to the performance of the services to be provided under this Agreement, and should that dispute result in litigation, it is agreed that the prevailing party shall be entitled to recover all reasonable costs incurred in connection with such dispute, including GDC's staff time at GDC's Schedule of Fees in effect at the time of such dispute, court costs, attorneys’ fees and all other claim related expenses. CERTIFIED PAYROLL, PREVAILING WAGE, OR UNION Client has the responsibility to notify GDC in writing, prior to start of work, of any project requirements related to prevailing wage and or union. SURVIVAL The rights and obligations of the Parties shall survive the expiration or termination of this Agreement. INTEGRATION This Agreement constitutes the entire agreement between the parties and supersedes all previous agreements as to this Project. There are no other written or oral agreements, representations or understandings with respect to the subject matter of this Agreement. This Agreement and its terms may be amended, modified, or waived only by written agreement signed by both Parties. ADDITIONAL EXCLUSIONS Our proposal and scope of work may have additional exclusions. Refer to our proposal for the additional exclusions. 490 LaBelle Marvin, Inc. PROFESSIONAL PAVEMENT ENGINEERING 2700 South Grand Avenue Santa Ana, CA 92705 PH 714-546-3468 Effective: January 1, 2023 - January 1, 2024 A. PROFESSIONAL ENGINEERING SERVICES $265.00/hr $195.00/hr $195.00/hr $170.00/hr $90.00/hr $425.00/hr $550.00/hr $195.00/hr $195.00/hr AutoCAD Designer $195.00/hr $200.00/hr GIS Specialist $190.00/hr $100.00/hr $150.00/hr $140.00/hr $195.00/hr $100.00/hr $150.00/hr $110.00/hr $165.00/hr $155.00/hr $205.00/hr B. TESTING EQUIPMENT $3,850.00/day $1,750.00/Half Day $3,850.00/day $1,750.00/Half Day $95.00/hr Nuclear Gauge Equipment $20.00/hr AC Coring (Disposables)$10.00/inch PCC Coring (Disposables)$14.00/inch Core Trimming - Per Cut $40.00cut Temporary Lane Closures - Local/Arterial $2,550.00/day $2,855.00/day Shadow Vehicle - Local/Arterial $1,850.00/day $2,105.00/day Traffic Control Truck (Minor Streets)$250.00/hr Task Std. Rate Special Rates Prevailing Wage Rates Prevailing Wage (OT) 7. TRAFFIC CONTROL 4. TECHNICIAN STAFF Field Technicians Laboratory Staff Field Technicians - Nuclear Gauge 5. TESTING EQUIPMENT FWD Deflection Testing Equipment Ground Penetrating Equipment Pavement Coring Equipment 6. EQUIPMENT SURCHARGES Expert Witness Deposition 3. SPECIALTY FWD Data Analyst Ground Penetrating Radar Specialist Profilograph Data Analyst Principal Engineer Project Engineer Project Manager Engineering Aide Report Preparation / Office Support 2. EXPERT WITNESS LABELLE MARVIN, INC. - 2023 SCHEDULE OF FEES 1. ENGINEERING STAFF Std. Rate Overtime Rate Prevailing Wage Rates Prevailing Wage (OT)Key Personnel 2023 SCHEDULE OF FEES File: 2023 LaBelle Marvin Inc Schedule of Fees_Inhouse with Codes.Page 1 of 4 Print Date: 1/3/2023...8:49 AM 491 C. LABORATORY TESTING Std. Rate ASTM CALTRANS Sieve Analysis, Coarse $100.00 C136 202-C Sieve Analysis, Fine (wash)$120.00 C136 202-C Specific Gravity, Bulk SSD, Coarse $110.00 C127 206 Specific Gravity, Fine $250.00 128 207 Absorption, Coarse $100.00 C127 206 Absorption, Fine $145.00 C128 207 Sand Equivalent (Ave. 3)$120.00 D2419 217 Durability Factor, Coarse or Fine $175.00 D3744 229 Cleanness Value $175.00 227 Los Angeles Rattler $365.00 C131 211 Unit Weight $110.00 C29 212 Plasticity Index $200.00 D424 204 Maximum Density and Optimum Moisture $230.00 D1557 216 R-Value $275.00 D2844 301 R-Value (Lime Treated)$365.00 R-Value (Supplier)$235.00 D2844 301 California Bearing Ratio (CBR)$550.00 D1883 California Bearing Ratio (CBR) - 1 Point $250.00 California Bearing Ratio (CBR) - Lime Treated $660.00 pH - Per Determination $130.00 C977 Retained Strength $495.00 pH – Eades & Grimm $500.00 Unconfined Compression $95.00 Muffle Oven/Organic Content $165.00 Sulfate Testing $275.00 Crushed Particle $150.00 205 Flat & Elongated Particle $240.00 D4791 Angularity $210.00 Moisture Content $45.00 D2216 226 Subgrade Density (Drive Tube)$110.00 D2937 8. SOILS, AGGREGATES AND AGGREGATE BASE File: 2023 LaBelle Marvin Inc Schedule of Fees_Inhouse with Codes.Page 2 of 4 Print Date: 1/3/2023...8:49 AM 492 C. LABORATORY TESTING (Continued) Std. Rate ASTM CALTRANS Emulsion, Cement or Lime Stabil. Inv.By Quote Investigation, Design, Spec. and QC By Quote Flexural Strength (Single Break)$115.00 523 Mix Design Reviews By Quote Slump Test (in Field)By Quote Asphalt Concrete Mix Design, Marshall Stability By Quote Hveem Stabilometer Method By Quote Gyratory Maximum Density $230.00 Stability Tests - Hveem (s-Value)$300.00 D1560_D1561 304_366 Stability Tests - Marshal Stability & Flow $330.00 Stability Tests - Moisture Vapor Susceptility $330.00 307 Stability Tests - Swell $210.00 305 Stability Tests - Combined Marshall and Retained Stability $440.00 Maximum Lab. Density - Marshall or Hveem $230.00 Maximum Lab. Density - (Rice Gravity) Max. Theoretical Unit W $145.00 D2041 Tensile Strength Ratio (TSR)$825.00 Tensile Strength Ratio (TSR) - Freeze/Thaw $880.00 Tensile Strength Ratio (TSR – CT 371)$1,950.00 Binder Content - Ignition Oven $270.00 382 pH – on Emulsion $130.00 Soundness $315.00 C88 Extraction, % Asphalt (Reflux) $270.00 D2172 Solvent Charge (Reflux)$90.00 for D2172* % Rubber $110.00 Extraction, % Asphalt Recovery (Abson Method)$400.00 D2172_D1856 Gradation of Extracted Aggregate $120.00 C136 202 Density and Thickness on Core Samples $65.00 D1188_D2726_D3549 308 Stripping (pre-mixed sample) $140.00 D1664 302 Permeability, VDOT $250.00 Cohesion $265.00 Compatibility $125.00 Drain Down $330.00 R.T.F.C $320.00 D2872 346 R.T.F.C. - w/ Loss on Heating $385.00 D2872 346 Absolute Viscosity @ 140F° (60C°), Poise $200.00 D2171 Haake Viscosity (Caltrans LP 11)$200.00 Kinematic Viscosity @ 275F° (135C°) or 140F° (60C°), cSt, $200.00 D2170 Penetration @ 77F° (25C°), 100g/5 sec $110.00 D5 Penetration After Treatment w/ Rejuvenating Agent $145.00 Ductility @ 77F° (25C°), cm.$300.00 D113 Flash Point, COC or Pensky-Martens $190.00 D92_D93 Softening Point $190.00 D36 Solubility in Trichloroethylene, %$220.00 D2042 Spot Test, AASHTO T 102 $165.00 Specific Gravity $145.00 D70 9. SOILS, AGGREGATES AND AGGREGATE BASE 10. PORTLAND CEMENT CONCRETE 11. ASPHALT CONCRETE 12. ASPHALT CEMENT File: 2023 LaBelle Marvin Inc Schedule of Fees_Inhouse with Codes.Page 3 of 4 Print Date: 1/3/2023...8:49 AM 493 C. LABORATORY TESTING (Continued) Std. Rate ASTM CALTRANS Viscosity SSF @ 77F° (25C°), sec.$195.00 D244 Viscosity SSF @ 122F° (50C°)$220.00 Settlement Five or Seven Day, %$485.00 D244 Demulsibility $145.00 D244 Particle Charge $175.00 D244 343 Sieve Test, %$125.00 D244 Cement Mixing Test $190.00 D244 Distillation and Percent Oil Determination $365.00 D402_D244 Residue by Evaporation Cook-Off or CA Method 330 $190.00 331 Wet Track Abrasion Test (WTAT) $135.00 D3910 Storage Stability, One Day $485.00 D244 Float Test $135.00 D139_D244 Cone Penetration $135.00 D243_D5 Solids Content by Muffle Oven Burn-Off AASHTO T 267 $165.00 Resiliency $120.00 Torsional Recovery $485.00 Elastic Recovery $110.00 Pavement Seal - Non Volatile Components $120.00 D. MISC. Per Diem By Quote Mileage $0.75/mi $250.00/hr Show-up time and no inspection performed or failure to cancel before 3:30 p.m. on the previous working day, two hours; one to four hours, four hour minimum; four to eight hours, eight hour minimum. Hourly charges will be on a portal to portal basis. First eight hours between 7:00 a.m. and 5:00 p.m. Monday through Friday. Over eight hours worked in one day (Monday through Friday), work before 7:00 a.m. and after 5:00 p.m., Sat and Sun., time and a half will be charged. Double time and a half will be charged for work performed on holidays. Special schedule nighttime field work between the hours of 6:00 p.m. and 6:00 a.m. will be subject to a 25% premium of the Regular Time hourly rate. Where location of work demands, a subsistence will be charged on a pre-arranged rate prior to commencement of inspection and/or testing service. Outside services and reimbursable expenses such as rental of special equipment, fabrication of special test apparatus Air fares and car rental will be charged at cost plus fifteen percent. Hourly, Daily, Weekly, or Monthly Nuclear Gauge surcharges apply Rates has been provided for your convenience. The cost of additional tests will be furnished upon request. A preparation charge will be added to all samples submitted to our laboratory that are not ready for testing. This preparation charge will be based on the actual time required at the Laboratory Technician's rate per hour. Engineering time and Office Support charges may apply. Mobilization 13. ASPHALT CEMENT 14. MOBILIZATION COSTS OUTSIDE SERVICES AND REIMBURSABLE EXPENSES *COMPACTION TESTING MATERIALS TESTING MINIMUM HOURLY CHARGES REGULAR HOURLY CHARGES OVERTIME HOURLY CHARGES SUBSISTENCE File: 2023 LaBelle Marvin Inc Schedule of Fees_Inhouse with Codes.Page 4 of 4 Print Date: 1/3/2023...8:49 AM 494 Counts Unlimited Inc. RATES – OTHER DIRECT COSTS (ODC) 2023-2026 Turning Movement Counts Standard Turning Movement Count 2 Hour AM / 2 Hour PM – One Person $160 2 Hour AM / 2 Hour PM – Two People $320 Classified Turning Movement Count 2 Hour AM / 2 Hour PM – One Person $180 2 Hour AM / 2 Hour PM – Two People $360 Pedestrian / Bicycle Counts (with turning movement count) $10 (upon request) 24 Hour Tube Counts Entering Volume Directional Volume Classification/Speed 2 lane roadway low volume 1 counter 2 lane roadway high volume 1 counter 4 lane roadway 2 counters 8 tubes 6 lane roadway 3 counters 12 tubes Radar Speed Surveys 1 Hour or 100 cars; whichever comes first Signal/Stop Warrants Parking lot accumulation/Fieldwork Intersection Diagrams / Signal Phasing GPS Travel Time Studies $50 per approach $100 per site $150 per site $175 per site $200 per site $300 per site $85 each $65 each $50 per hour $40 per intersection email for quote Mileage billed at current IRS rate of $0.65.5/mile (subject to change annually) Counts Unlimited, Inc. ▪ PO Box 1178 ▪ Corona, CA 92878 ▪ T 951 268 6268 ▪ F 951 268 6267 ▪ www.countsunlimited.com 495 14280 Euclid Ave Chino, CA 91710 1-888-90-BELOW www.cbelow.com Page 1 Service Cost Ground Penetrating Radar GPR | Certifi ed Supervising Technician.............................................................................................................. $ 195.00 per hour GPR | Trained Certifi ed Assistant Technician...................................................................................................... $ 175.00 per hour Travel Time | Mobilization technician plus equipment......................................................................................... $ 135.00 per hour Travel Time | Mobilization crew plus equipment.................................................................................................. $ 225.00 per hour Utility Locating - Electromagnetic Locator Locating | Certifi ed Supervising Technician.........................................................................................................$ 195.00 per hour Locating | Trained Certifi ed Assistant Technician................................................................................................ $ 175.00 per hour Travel Time | Mobilization technician plus equipment......................................................................................... $ 135.00 per hour Travel Time | Mobilization crew plus equipment.................................................................................................. $ 225.00 per hour Mapping Mapping | Supervising Tech................................................................................................................................ $ 230.00 per hour Drafting | In-house drafting in AutoCAD.............................................................................................................. $ 125.00 per hour Manhole Dip | Record depth from rim of manhole to invert of pipe..................................................................... $ 150.00 per hole Travel Time | Mobilization technician plus equipment......................................................................................... $ 135.00 per hour Travel Time | Mobilization crew plus equipment.................................................................................................. $ 225.00 per hour CCTV Pipe Inspection CCTV Robotic Camera Pipe Inspection | For lines greater than 8 inches, includes locating and video............. $ 385.00 per hour CCTV Push Camera Pipe Inspection | For lines smaller than 8 inches, includes locating and video................. $ 365.00 per hole CCTV Lateral Locating | Remote camera launch, includes locating and video for one lateral............................$ 50.00 per lateral. Water Jetting | Trailer mounted unit, jetting to clear blocked lines up to 8 inches in diameter............................ $ 450.00 per hour Water Jetting | Pipe cleaning utilizing vac-truck.................................................................................................. $ 585.00 per hour Travel Time | Mobilization technician plus equipment......................................................................................... $ 135.00 per hour Travel Time | Mobilization crew plus equipment..................................................................................................$ 225.00 per hour Potholing Standard Pothole 1’ x 1’ x 0’ - 5’ deep................................................................................................................. $ 625.00 per hole Pothole 1’ x 1’ x 5’-10’ deep................................................................................................................................ $ 675.00 per hole Pothole 1’ x 1’ x 10’ - 15’ deep............................................................................................................................. $ 885.00 per hole Pothole 1’ x 1’ x 15’ - 20’ deep............................................................................................................................. $ 1,250.00 per hole Pothole 1’ x 1’ x 20’ - 25’ deep............................................................................................................................ $ request quote Traffi c Control | Basic 0 - 25 MPH....................................................................................................................... $ 900.00 per day Traffi c Control | Standard 25 - 55 MPH............................................................................................................... $ 1250.00 per day Traffic Control | Extensive................................................................................................................................... $ 1,500.00 per day Traffic Control | Half day..|..25-55 MPH.............................................................................................................. $ 625.00 per day Traffi c Control Plans | Engineered Stamped Plans............................................................................................. $ 550.00 per page Flagman.............................................................................................................................................................. $ 175.00 per hour Potholing Hourly Crew | Includes surface breaking, sand backfill, and permanent cold patch repair................ $ 585.00 per hour Potholing Hourly Single Tech | Includes vac-truck, no surface breaking, backfill, or patching........................... $ 375.00 per hour Keyhole Coring | Includes utilibond..................................................................................................................... $ 250.00 per hole Vacuum Excavation Spoil Removal and Dump Fee | Removal of excavated spoils and dumping of material... $ 550.00 per trip Prevailing Wage 496 14280 Euclid Ave Chino, CA 91710 1-888-90-BELOW www.cbelow.com Page 2 Service Cost Potholing Continued Hot Patching | Standard 2’ x 2’ area.................................................................................................................... $ request quote Slurry Backfi ll.......................................................................................................................................................$ request quote Pothole Report | Drafting time to generate PDF.................................................................................................. $ 250.00 per report Travel Time | Mobilization technician plus equipment......................................................................................... $ 265.00 per hour Travel Time | Mobilization crew plus equipment.................................................................................................. $ 285.00 per hour Additional Fees Administration / Project Coordination.................................................................................................................. $ 95.00 per hour Per Diem | Per technician................................................................................................................................... $ 150.00 per day Permit Costs | 3rd party....................................................................................................................................... $ +10% markup C Below Terms & Conditions apply to all services. * 15% Overtime charges applies to all services for Saturday work and off hours 6:00 pm - 6:00 am * 20% Overtime charges applies to all services for Sunday work * All services will be billed within the 4 & 8 hour minimum Prevailing Wage 497 Prepared by: (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call 498 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call iCity of Hermosa Beach GMOC96001.2023 TABLE OF CONTENTS 1. Cover Letter .....................................................................................................................................1 2. Firm Profiles ....................................................................................................................................3 3. Organizational Chart .....................................................................................................................9 4. Bios of Key Staff ............................................................................................................................11 5. Relevant Experience and References .......................................................................................24 6. Project Management Plan ..........................................................................................................28 7. Required Forms ...........................................................................................................................31 8. Rate Schedule ...............................................................................................................................39 499 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call 660 South Figueroa Street Suite 2050 Los Angeles, CA 90017 TEL 213.261.4040 City of Hermosa Beach GMOC96001.2023 1 1. COVER LETTER February 1, 2023 George Hernandez City of Hermosa Beach, Department of Public Works 1315 Valley Drive Hermosa Beach, CA 90254 RE: Statement of Qualifications for On-Call Civil Engineering Services Dear Mr. Hernandez and Members of the Selection Committee: The City of Hermosa Beach (City) is seeking qualified consultants that offer local knowledge, hands-on experience, and a depth of resources necessary to provide on-call professional engineering services. Kimley-Horn has assembled a diverse team of highly experienced technical specialists capable of delivering quality services that are based on timely and cost-effective solutions. As a leader in the engineering and planning consulting industry, Kimley-Horn can meet all your engineering needs. We are confident that we are the right team to partner with you for the following reasons: We Understand What It Means to Be On-Call. Kimley-Horn has an extensive history of completing on-call projects for local public agencies, such as the cities of Los Angeles, Lancaster, Agoura Hills, Malibu, Inglewood, and Thousand Oaks. Continued success in these contracts has been achieved through attentive communication, committing resources as needed, maintaining project schedules and deadlines, obtaining team consensus, and delivering quality technical submittals. The key to this success is the individuals we assign who focus on quality, proactive communication, and successful partnership. Experienced Local Project Manager. For this on-call contract, Justin Gatza, P.E. will serve as the contract manager, responsible for managing the overall team, task managers, subconsultants, and serving as the primary contact for day-to-day coordination with City staff. Justin brings over 12 years of professional civil engineering experience leading and supporting the planning, design, and construction of numerous public works facilities throughout Southern California. Justin also spent a portion of his career in the City of Torrance’s Public Works Department Engineering Division as a project manager where he administered and managed projects under the City’s Capital Improvement Program. This experience has given him intimate knowledge of the South Bay and allows him to engage projects with a client’s perspective. Multidisciplinary Resources. Kimley-Horn is a “one-stop shop” offering a multidisciplinary team that brings the needed experience to work with the City on your different as-needed tasks. We have carefully assembled a highly qualified in-house team to work alongside Justin Gatza, P.E. to support the City’s needs. Our core in-house team is comprised of principal-in-charge Robert D. Blume, P.E.; quality control/quality assurance (QC/QA) manager Darren Adrian, P.E.; civil engineering lead Nicole Dias, P.E.; traffic lead Sowmya Chandrasekhar, P.E., T.E., PTOE; street and park lighting lead Jason Melchor, P.E.; environmental lead Kim Avila, AICP, ENV SP; structural lead Andrew Sanford, P.E.; landscape architecture lead Gary Lai, PLA, LEED AP BD+C; and grant services lead Alyssa Phaneuf, P.E. We have further complemented our in-house team with two strategic teaming partners—Earth Mechanics, Inc. and Wagner Engineering and Survey, Inc.—to provide geotechnical materials and surveying and right-of-way (R/W) engineering services, respectively. Based on these diverse backgrounds, we are confident that we can provide the right staff for any professional service that stems from this contract. Kimley-Horn is also committed to on-boarding additional subconsultants as needed to meet the City’s needs. Our Commitment to You. We value our long-term partnerships with local municipalities, and responsiveness is the cornerstone of our success in developing these relationships. We will be responsive and available when you need us, provide you with options where appropriate, pay keen attention to the details, and develop cost-sensitive and constructible designs that meet your needs. Our team is ready and available to fully devote our management and production efforts to support the successful delivery of your on-call projects. 500 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 2 We are excited about this opportunity to use our skills and experience to assist the City in making your upcoming projects a success. If you have any questions or wish to discuss any aspect of our proposal, please contact our contract manager, Justin Gatza, P.E., at 213.328.6019, by email at justin.gatza@kimley-horn.com, or at the address listed on the previous page. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Justin Gatza, P.E. Robert D. Blume, P.E.* Contract Manager Principal-in-Charge/Vice President 213.261.4041 robert.blume@kimley-horn.com *Robert is authorized to bind Kimley-Horn to all commitments made in our submittal and authorized by Kimley-Horn to enter into an agreement with the City. This statement of qualifications is valid for a period of 90 days from February 1, 2023. Kimley-Horn acknowledges receipt of Addendum No. 1 dated January 10, 2023 and Q and A Set 1 dated January 23, 2023. City of Hermosa Beach Civic Center, 1315 Valley Drive, Hermosa Beach, California 90254-3885 ACKNOWLEDGEMENT OF ADDENDUM NO. 1 On-Call Civil Engineering Services RFQ No. 23-001 Complete and sign this acknowledgement form. Submit and enclose the acknowledgement in your proposal. Failure to do so may result in disqualification of your firm’s proposal. The undersigned acknowledges receipt of Addendum No. 1 dated January 10, 2022. ATTEST: _____________________________________ Principal: _____________________________________ Address: _____________________________________ By: _____________________________________ Title: _____________________________________ 660 S. Figueroa St., Suite 2050, Los Angeles, CA 90017 Robert D. Blume, P.E., Vice President Robert D. Blume, P.E. Principal-in-Charge 501 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 3 2. FIRM PROFILES Kimley-Horn Kimley-Horn and Associates, Inc. (Kimley-Horn) is a full-service engineering, planning, and environmental consulting firm providing services to both public and private sector clients nationwide. Since our founding in 1967, Kimley-Horn has grown from a small group of transportation planners and traffic engineers to a multidisciplinary firm of more than 6,800 employees in 114 offices nationwide, including 12 in California. Work for this project will be led out of our local Los Angeles office by contract manager and primary point of contact Justin Gatza, P.E. Today, we are one of the largest engineering consulting firms in the U.S. This year, Engineering News- Record has ranked Kimley-Horn 10th out of the top 500 U.S. design firms. Our growth is the direct result of our commitment to integrity and dedication to providing quality services. Our clients receive the local knowledge and responsiveness of a small organization, backed by the depth of resources of a national firm Services Provided Kimley-Horn consistently demonstrates its ability to effectively provide innovative, high-quality consulting services. Today, as a fully integrated, multidisciplinary consulting firm, we offer a variety of in-house services, including: Civil/Roadway Roadway design and planning are mainstays of our firm, and we are well-equipped to address all aspects of them. Our engineers have developed planning and final design construction documents for more than 4,000 miles of roadway, including neighborhood streets, urban arterials, rural roads, interstate highways, state highways, and local interchanges. Our roadway engineering staff includes specialists in the areas of: Pedestrian and bicycle improvements, active transportation, and ADA assessments Intersection control evaluations and treatments Roadway pavement rehabilitation methods and maintenance Stage construction and traffic control Utility coordination and relocation Storm drain, sewer, and water main rehabilitation Alignment and intersection geometrics Operational improvements Complete streets Road dieting, traffic calming and safety improvements, Stormwater quality and management Hydraulic and hydrologic modeling Construction support Program management Constructability and third-party reviews Agency and permit coordination Furthermore, our local engineers possess extensive experience with Caltrans District 7, including encroachment permitting, federal funding administration through local assistance, and full design oversight related to the preparation of Project Initiation Documents, Project Approval and Environmental Documents, and Final Design for state highways, interchanges, and local roadways not on the state highway system. KIMLEY-HORN AND ASSOCIATES, INC. Corporate Headquarters 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Primary Point of Contact Justin Gatza, P.E. 660 South Figueroa Street Suite 2050 Los Angeles, CA 90017 justin.gatza@kimley-horn.com 213.328.6019 Business Entity Corporation Federal Employer I.D. Number 56-0885615 Firm Ownership Kimley-Horn and Associates, Inc. is wholly owned by Associates Group Services, Inc., which is wholly owned by APHC, Inc., which is owned by over 600 Kimley-Horn employees, none of which own 2% or more of the outstanding shares. Years in Business Under Present Business Name 56 Years of Experience Providing Required, Equivalent, or Related Services 56 Failures or Refusals to Complete a Contract Kimley-Horn has not failed or refused to complete a contract 502 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 4 Traffic Kimley-Horn offers complete traffic engineering services in-house. Kimley-Horn has completed thousands of traffic engineering and operations projects both locally and across the U.S., ranging from major area-wide signal systems involving hundreds of intersections to single intersection safety audits, designs, and analyses. Our traffic engineering staff includes specialists in the areas of: Signal timing plans Arterial coordination plans Signal timing evaluations (single or coordinated systems) Travel time and speed studies Signal design Signal communication troubleshooting and communication upgrades Determination of effective signal detection options at intersections Capital Improvement Projects (CIP) and the traffic engineering project components Signing/pavement marking studies Traffic calming policies, programs, and design Safety and operations studies and plans Traffic impact studies and third-party reviews Collision analyses and testimony Pedestrian safety programs Access management Parking studies and layout Circulation and corridor studies Intersection control evaluation and treatments General traffic engineering consultation Staff augmentation Traffic requests Traffic control Street Lighting Kimley-Horn offers unparalleled expertise in street lighting, intersection safety lighting, tunnel lighting, trail lighting, pedestrian scale lighting, sport field lighting, and monument illumination design. We have project experience in providing the following design services: Developing photometric plans using AGI32 Lighting Analysis software to meet client/agency lighting standards and/or Illumination Engineer Society of North America (IESNA) practices and guidelines. Coordinating with utilities to identify and finalize electrical service connections. Designing step-up and step-down lighting transformers to accommodate available electrical power sources. Designing special lighting circuitry for both photoelectric and time- of-day lighting on/off control. Designing lighting conductors and circuit breakers to comply with National Electric Codes (NEC) requirements. Designing vandal-resistant lighting in isolated locations. Modifying lighting standard foundation to accommodate underground obstruction. Utility coordination for service. Kimley-Horn has performed lighting analysis and design using IESNA design standards and the Federal Roadway Lighting Handbook standards to address street lighting and parking/area lighting across the country. When required or desired, Kimley-Horn has also designed lighting systems in accordance with Dark Sky ordinances and guidelines. LED lighting requires the use of software tools that can accommodate this technology’s differences from traditional lighting sources. Kimley-Horn uses the latest version of AGI32, which is capable of handling LED photometric calculations to lay out the preliminary design for pole locations and model the predicted lighting levels for the site. Environmental Kimley-Horn’s environmental services team provides complete environmental compliance services for public works projects, including roadway, pedestrian and bicycle, traffic, parks, transit, and site development projects. Our environmental specialists are well-versed in all aspects of the environmental process, from Phase I Environmental Site Assessments to California Environmental Quality Act (CEQA) and National Environmental Policy Act (NEPA) documentation and resource agency permitting. We are experienced in taking a project from concept to construction and are the ideal partners to provide environmental compliance services in support of design and construction engineering. Kimley-Horn produces environmental documents that are sensitive to the public’s concern for resource protection and community impacts as well as to the real-world issues associated with the cost and feasibility of implementing mitigation programs. Our team draws upon years of experience with public improvement projects to develop understandable documents and to assess project designs that minimize impacts to the natural environment and community. 503 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 5 Structural Kimley-Horn has completed hundreds of bridges across the U.S. including highway bridges, water crossings, railroad structures, and pedestrian walkways. Our multidisciplinary experience spans both roadway and bridge engineering, successfully integrating the full range of your project’s needs—from planning and surveying through design and construction administration. Our specialists have planned and designed hundreds of structures in California and they understand how structures need to be designed and built for California conditions. Our project experience includes bridge rehabilitation and replacement, retaining walls, drainage structures, environmental issues, pedestrians and multimodal structures, as well as incorporating or maintaining historical elements. Collectively, our engineers have been responsible for the design of over 700 bridges and inspection of more than 3,500 structures (bridges, grade separations, overhead crossings, etc.), many of which have also included hydraulic analyses. Kimley-Horn’s bridge design and inspection clients include state departments of transportation (DOTs), cities, counties, airport authorities, and private developers. Our experience with a variety of structural systems, including post-tensioned box girder, precast and conventional reinforced concrete, and steel beam and girder structures, allows us to accurately address a client’s project needs regarding scope, schedule, and budget. Landscape Architecture From the revitalization of a popular community park to the design and implementation of a downtown streetscape, we have successfully planned and implemented scores of landscape architecture projects. Kimley-Horn has a well-earned reputation for combining creative ideas, technical excellence, and client collaboration, resulting in dynamic projects that blend into their environments and become a part of the areas they inhabit. Our landscape architects and urban planners have a diverse range of experience, from corridor plans and downtown streetscape programs to parks and recreation planning. As metropolitan urban areas continue to grow, urban design, streetscape design, and landscape architecture have become integral components of roadway and transportation system designs and infrastructure improvements in general. Revitalizing commercial districts, controlling traffic flows, and providing recreational areas and pedestrian and bicycle facilities in increasingly congested areas are some of the solutions designed by our landscape architects and planners. Our full-service consulting includes feasibility studies, master planning, design, permitting, public participation and consensus building, and construction administration. Construction Support Beyond our normal design services including plans, specifications, and estimates (PS&E), Kimley- Horn routinely serves clients during construction phases of their project, providing bidding and construction support services to make sure our clients’ projects are successful. We can assist in preparing and distributing bid documents for the City, review contractor bids, prepare bid tabulation and contractor recommendations, respond to requests for information (RFI), review materials and required submittals, evaluate change orders, site inspection as it relates to design changes, prepare addendum, and attend construction meetings as needed. Although our aim is to prepare a plan set that can stand alone, we will respond to contractor requests for information and clarification in a timely manner. Our experience with construction support services has made our designs more cost-effective and practical and gives us the ability to problem-solve in the field during construction. Grant Writing We understand how valuable grant funding is to local agencies. Kimley-Horn has a proven track record of assisting our clients with winning grants for all types of projects. Nationwide, we have helped clients secure more than $850M in awards. Our success is based largely on the fact that we do our homework. We research and identify funds available through state and federal grant programs. From this, we understand the deadlines, application processes, and scoring criteria associated with grant programs. When designing projects, we organize our plans to meet the parameters of many grant programs, allowing them to be competitive for grant funding. We also utilize this understanding to develop strong, persuasive applications on our clients’ behalf. Furthermore, because we often work within the complex regulations tied to the local use of federal funding, we understand the processes involved to authorize funds. We have helped numerous agencies process authorization through Caltrans Local Assistance and FHWA. Our team is able to provide insight not only into the procedures required to gain funding, but also into maintaining it. 504 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 6 On-Call Experience The City of Hermosa Beach needs a consultant with the experience and commitment to deliver highly responsive service—Kimley-Horn has been doing just that for municipal clients since our founding more than 56 years ago. Kimley-Horn has an extensive history of completing as- needed, on-call projects successfully by quickly mobilizing and committing necessary resources, taking ownership of the project, maintaining the project schedule, obtaining team consensus, developing accurate construction cost estimates, and delivering quality technical submittals. The City can take advantage of our thorough understanding of the issues involved in on-call contracts from our lessons learned from on-call contracts with various cities, counties, and state DOTs. Southern California On-Call Contracts Caltrans (includes District 6 • District 7 • District 8 • District 11 • District 12) • City of Agoura Hills • City of Anaheim • City of Artesia • City of Burbank • City of Calexico • City of Carlsbad • City of Chino • City of Chino Hills • City of Chula Vista • City of Colton • City of Compton • City of Culver City • City of Diamond Bar • City of Downey • City of El Centro • City of Fontana • City of Fullerton • City of Glendale • City of Huntington Beach • City of Imperial Beach • City of Indian Wells • City of Industry • City of Irvine • City of La Mesa • City of Lancaster • City of Los Angeles • City of Malibu • City of Menifee • City of Moreno Valley • City of National City • City of Newport Beach • City of Palmdale • City of Palm Springs • City of Pasadena • City of Pico Rivera • City of Pomona • City of Poway • City of Rancho Cucamonga • City of Riverside • City of San Clemente • City of San Marcos • City of Santa Ana • City of Santa Clarita • City of Santa Monica • City of Simi Valley • City of Thousand Oaks • City of Vista • City of West Hollywood • County of Imperial • County of Kern • County of Los Angeles • City of Orange • County of Riverside • County of San Diego • County of Ventura • Los Angeles County Metropolitan Transportation Authority • Metropolitan Transportation System (MTS) • North County Transit District (NCTD) • Orange County Transportation Authority (OCTA) • San Diego Association of Governments (SANDAG) • San Diego Unified Port District • Western Riverside Council of Governments (WRCOG) 12 8 8 11 11 7 7 6 SAN BERNARDINO KERN RIVERSIDE SAN DIEGO IMPERIAL ORANGE LOS ANGELESVENTURA ••City On-Call Agency On-Call ••Caltrans District On-Call 505 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 7 Subconsultants For this on-call contract, we have partnered with Earth Mechanics, Inc. (EMI) and Wagner Engineering and Survey (WES) to provide geotechnical and survey engineering services, respectively. Kimley-Horn has a long-standing relationship with both companies with a strong track record of delivering projects together. Currently, EMI and WES are supporting Kimley-Horn on the City of Alhambra, 710 North Arterial and I-10 Interchange Improvement Concepts and the City of Los Angeles, Broadway-Manchester Active Transportation Equity Project. Earth Mechanic, Inc. (Geotechnical Engineering) Earth Mechanics, Inc. is a DBE/SBE geotechnical and earthquake engineering consulting company founded in February 1989. The firm specializes in major geotechnical site investigations and testing, materials, pavement engineering, seismic hazard and earthquake retrofit evaluations, and foundation design for projects related to transportation infrastructure including bridges, roadways, freeways, and tunnels. EMI has engaged in the geotechnical investigation, design, and construction support of numerous transportation projects in Los Angeles county. Additionally, EMI has provided geotechnical engineering services for more than a dozen task orders under three previous City of Los Angeles Bridge On-Call contracts since 2001. EARTH MECHANICS, INC. Primary Point of Contact Mike Kapuskar, P.E., G.E., Principal 17800 Newhope Street Suite B Fountain Valley, CA 92708 m.kapuskar@earthmech.com 714.751.3826 Business Entity Corporation Federal Employer I.D. Number 33-0342617 Firm Ownership EMI is not owned by another business organization or individual. Years in Business Under Present Business Name 33 Years of Experience Providing Required, Equivalent, or Related Services 33 Failures or Refusals to Complete a Contract EMI has not failed or refused to complete a contract. 506 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 8 Wagner Engineering & Survey (Survey and R/W Engineering) Wagner Engineering and Survey, Inc., a WBE/DBE/SBE/CBE Los Angeles firm founded in 1990, provides quality survey and mapping services in a cost-effective and ambitious manner. The firm possesses substantial surveying experience in transportation/institutional/commercial projects such as the Los Angeles World Airports, County and City of Los Angeles, Metro, OCTA, Ports of Long Beach and Los Angeles, the California State University system, Caltrans, many school districts, and numerous cities and counties throughout Southern California. WES prides itself in technology advances in providing complete “field-to-office” services in the aerial mapping and surveying processes. They are well known for the quality of their deliverables—detailed topographic surveys, vast swaths of aerial mapping and GPS horizontal and vertical control survey networks. WAGNER ENGINEERING AND SURVEY, INC. Primary Point of Contact Stephanie A. Wagner, President 17134 Devonshire Street Suite 200 Northridge, CA 91325 stephaniew@wesinc.org 818.892.6565 Business Entity Corporation Federal Employer I.D. Number 95-4306075 Firm Ownership WES is not owned by another business organization or individual. Years in Business Under Present Business Name 32 Years of Experience Providing Required, Equivalent, or Related Services 32 Failures or Refusals to Complete a Contract WES has not failed or refused to complete a contract. 507 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 9 3. ORGANIZATIONAL CHART Key Staff Kimley-Horn knows that when you choose a consulting firm, you are really choosing the people who will bring you technical experience, hands-on experience with similar projects, and a commitment to timely, first-rate deliverables and client service. That is why we’ve carefully considered the composition of our team, identifying only the most qualified personnel with recent, relevant project experience to work with you. Contract manager Justin Gatza, P.E. will be supported by principal-in-charge Robert D. Blume, P.E., who brings over 40 years of diversified experience managing a wide range of infrastructure projects. His seasoned perspective and vast experience provide a solid back-stop for the team, helping to ensure the proper performance and successful completion of any task under this contract. Nicole Dias, P.E. will be the civil lead under this contract. She has over 10 years of experience leading and supporting the design of multidisciplinary infrastructure projects, with a particular emphasis on street improvement, active transportation improvements, and feasibility studies. Nicole is currently supporting the City of Los Angeles, Broadway-Manchester Active Transportation Equity project. Sowmya Chandrasekhar, P.E., T.E., PTOE will be the traffic lead under this contract. She has over 14 years of experience as a transportation engineer managing numerous traffic engineering projects across Southern California for many clients, including on-calls for the cities of Malibu and Agoura Hills. Other key team members include Darren Adrian, P.E., Andrew Sanford, P.E.; Kim Avila, AICP, ENV SP; Gary Lai, PLA, LEED AP BD+C; Jason Melchor, P.E.; and Alyssa Phaneuf, P.E., who are highly qualified with proven track records of leading and supporting the various services under this contract and are available and well-equipped to assist the City. Resumes Bios for our key team members are included in Section 4 starting on page 11. 508 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 10 Organization Chart The organizational chart below delineates the roles and responsibilities of the proposed Kimley-Horn team and our proposed subconsultants. Subconsultants: 1. Earth Mechanics, Inc. 2. Wagner Engineering and Survey, Inc. Bold = Key Team/Task Manager QC/QA MANAGER Darren Adrian, P.E. CONTRACT MANAGER Justin Gatza, P.E. PRINCIPAL-IN-CHARGE Robert Blume, P.E. LANDSCAPE ARCHITECTURE Gary Lai, PLA, LEED AP BD+C Landscape Design Michael Madsen, PLA, CLIA, ASLA Kim Misek, ASLA Landscape Planning Randall Kopff, PLA, CLARB SURVEYING AND RIGHT-OF-WAY ENGINEERING Stephanie Wagner, P.E., PLS, LEED AP2 GEOTECHNICAL ENGINEERING Mike Kapuskar, P.E., G.E.1 TRAFFIC ENGINEERING Sowmya Chandrasekhar, P.E., T.E., PTOE Traffic Design Sri Chakravarthy, P.E., T.E. Zach McFann, P.E. Traffic Studies/Operations Rajat Parashar Matt Stewart, P.E. Intelligent Transportation Services Jean Fares, P.E. Traffic Calming Laura Forinash, P.E., T.E. ENVIRONMENTAL Kim Avila, AICP, ENV SP Environmental Planning Heidi Rous, CPP Jessie Fan, ENV SP STRUCTURAL Andrew Sanford, P.E. Brett Stroup, P.E. Joe Nunneley, P.E., S.E. Christine Herrick, P.E. GRANT SERVICES Alyssa Phaneuf, P.E. CIVIL ENGINEERING Nicole Dias, P.E. Roadway Engineering Yiota Georgalis, P.E. Brandon Friedman, P.E. Drainage and Stormwater Sam McWhorter, P.E. Lupita Astorga-Contreras, QSP, EIT Utility Engineering Michael Choi, P.E., LEED AP Taylor Thorig, P.E. Agency and Permit Coordination Eugene Huang, P.E. Active Transportation Naomi Willis, P.E. Safety Darry DePencier, AICP, GISP, RSP2 STREET AND PARK LIGHTING Jason Melchor, P.E. Kevin Aguigui, P.E., E.E., T.E., CSEP CONSTRUCTION SUPPORT SERVICES Nicole Dias, P.E. Sowmya Chandrasekhar, P.E., T.E., PTOE Jason Melchor, P.E. Kim Avila, AICP, ENV SP Andrew Sanford, P.E. Gary Lai, PLA, LEED AP BD+C 509 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 11 4. BIOS OF KEY STAFF On the following pages, we have included resumes of key staff that highlight their relevant experience on similar projects, areas of specialty, degrees, and relevant professional licenses and certifications. 510 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 12 Justin brings over 12 years of professional civil engineering experience leading and supporting the planning, design, and construction of numerous public works facilities throughout Southern California. His experience spans a wide range of areas, including roadway geometrics, pavement rehabilitation, complete streets and active transportation, traffic calming, pedestrian and bicycle safety and accessibility, water, sewer and storm drain replacements, stage construction and traffic control, traffic signing/striping, and construction support. Justin has prior experience working in the public sector as a project manager, which has given him a dual perspective on administrating and managing projects as well as the importance of council management, customer service and outreach, constructability, and traffic management. Justin also has extensive experience with Caltrans District 7, including encroachment permitting, federal funding administration through local assistance, and full design oversight related to the preparation of PSR- PDS, PA/ED, and PS&E documents. RELEVANT EXPERIENCE City of Alhambra, 710 North Arterial/I-10 Interchange Improvement Concepts, Alhambra, CA – Deputy Project Manager City of Camarillo, Pleasant Valley Road Bike Lanes PA&ED and PS&E, Camarillo, CA – QC/QA City of Los Angeles, Broadway-Manchester Active Transportation Equity Project, Los Angeles, CA – QC/QA City of Lancaster, On-Call Roadway and Structures; Traffic Engineering; and Drainage, Hydrology, and Hydraulic Engineering, Lancaster, CA – QC/QA City of Agoura Hills, Agoura Road Widening Project, Agoura Hills, CA – Project Engineer City of Camarillo, Santa Rosa Road Widening Camarillo, CA – Project Engineer City of Malibu, On-Call Traffic and Civil Engineering Services, Malibu, CA – Civil/Roadway Lead City of Torrance, Crenshaw Boulevard Rehabilitation (182nd Street to Redondo Beach Boulevard), I-147, Torrance, CA – Project Manager* City of Torrance, Sepulveda Boulevard Rehabilitation (Hawthorne Boulevard to Western Avenue), I-172, Torrance, CA – Project Manager* City of Torrance, Anza Avenue Rehabilitation (Sepulveda Boulevard to Del Amo Boulevard), I-144, Torrance, CA – Project Manager* City of Torrance, Residential Street Rehabilitation (Area A), I-94, Torrance, CA – Project Manager* City of Torrance, Downtown Torrance Active Transportation Improvements, I-135, Torrance, CA – Project Manager* City of Torrance, Torrance School Safety and Accessibility Program, I-188, Torrance, CA – Project Manager* City of Torrance, Del Amo 5 Relief Sewer (Hawthorne Boulevard), I-76, Torrance, CA – Project Manager* City of Torrance, Water Main Replacement (242nd Street, Hawthorne Boulevard, Crenshaw Boulevard), I-153, Torrance, CA – Project Manager* *Prior to joining Kimley-Horn PROFESSIONAL CREDENTIALS • Bachelor of Science, Civil Engineering, California State Polytechnic University, Pomona • Professional Engineer in California #83496 JUSTIN GATZA, P.E. Contract Manager 511 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 13 Robert has over 40 years of experience in the study, design, and construction of transportation facilities within the Western United States. He has experience in a wide range of public works projects including roadways, bridges, signals, lighting, light rail facilities, airports, and buildings. He has completed civil site design including grading, paving, utilities, drainage, water pollution control and treatment, ADA compliance, and environmental mitigation. He has managed multidisciplinary teams preparing studies, reports, and PS&E for a variety of projects ranging in size and complexity. RELEVANT EXPERIENCE City of Agoura Hills, Agoura Road Widening (Complete Streets), Agoura Hills, CA – Principal-in-Charge City of Los Angeles, Broadway-Manchester Active Transportation Equity Project, Los Angeles, CA – Project Manager City of Alhambra, 710 North Arterial and I-10 Interchange Improvements at I-10/Fremont Avenue, I-10/Atlantic Boulevard, and I-10/Garfield Avenue, Alhambra, CA – Project Manager City of Camarillo, Pleasant Valley Road Bike Lanes PA&ED and PS&E, Camarillo, CA – Project Manager City of Camarillo, Santa Rosa Road Widening Camarillo, CA – Project Manager City of Los Angeles, Bridge On-Call Program (North Spring Street and Laurel Canyon Tasks), Los Angeles, CA – Project Manager City of Los Angeles, Telfair Avenue Multi-Modal Bridge Over Pacoima Wash Preliminary Design and Environmental Documentation, Los Angeles, CA – Project Manager City of Ventura, Civil On-Call, Ventura, CA – Project Manager Golden State Gateway Coalition, I-5 HOV and Truck Lane Project from SR 14 to Parker Road, Santa Clarita, CA – Project Manager LA Metro, SR 138 (I-5 to SR 14) Project Approval & Environmental Documentation (PA&ED), North Los Angeles County, CA – Project Manager City of Los Angeles, Los Angeles Downtown Streetcar Independent Cost Estimate, Los Angeles, CA – Principal-in-Charge City of Los Angeles, SR 110 Operational Improvements Project, Los Angeles, CA – Project Manager City of Thousand Oaks, Rancho Road Sidewalks and Bike Lanes, Thousand Oaks, CA – Project Manager City of Thousand Oaks, U.S. 101/23 Interchange PS&E, Thousand Oaks, CA – Project Manager City of Lancaster, Avenue J/SR 14 (SR 138) Interchange PSR-PDS, PA&ED and PS&E, Lancaster, CA – Project Manager City of Lancaster, Avenue M Interchange Improvements PS&E, Lancaster, CA – Project Manager PROFESSIONAL CREDENTIALS • Bachelor of Science, Civil Engineering, California State University, Chico • Professional Engineer in California #39419 ROBERT D. BLUME, P.E. Principal-in-Charge 512 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 14 Darren has more than 32 years of civil engineering and project management experience. His specialized expertise lies in the planning, design, and management of roadways, streetscape/ complete streets, interchanges, at-grade intersections, roadway widenings, and rehabilitation projects. His strength encompasses coordinating with multiple stakeholders to maintain the vision and goals of a project while also implementing practical engineering solutions that are affordable. Darren is well-versed in local, state, and federal regulations and has worked on countless projects in Caltrans District 7, 8, and 12. RELEVANT EXPERIENCE Expo Metro Line Construction Authority, Design of Metro E Line (Expo) LRT Phase 2, Los Angeles, CA – Project Manager City of Jurupa Valley, Pedley Road and Jurupa Road Intersection Analysis, Jurupa Valley, CA – QC/QA Manager City of Jurupa Valley, Limonite Avenue Traffic Analysis Between Downey Street and Pedley Road, Jurupa Valley, CA – QC/QA Manager City of Beaumont, Pennsylvania Avenue Widening, Beaumont, CA – Project Manager SGVCOG, SR 60/Fullerton Road Interchange Modifications PA/ED and PS&E, Industry, CA – Project Manager City of Buena Park, Right-of-Way Engineering and PD-26 Coordination, Buena Park, CA – Project Manager City of Santa Ana, South Main Street Corridor Improvements, Santa Ana, CA – QC/QA Manager City of Santa Ana, Warner Ave Street and Storm Drain Improvements (Oak Street to Wright Street), Santa Ana, CA – Principal-in-Charge City of Santa Ana, Master On-Call Services, Santa Ana, CA – Contract Manager Orange County Transportation Authority (OCTA), 17th Street Grade Separation Project PA/ED, Santa Ana, CA – Project Manager County of Riverside, I-10 Banning Bypass PA/ED, Riverside County, CA – Project Manager County of Riverside, I-10/Pennsylvania Avenue Interchange PA/ED and PS&E, Beaumont, CA – Project Manager City of Corona, SR 91/McKinley Street Interchange Improvements PA/ED and PS&E, Corona, CA – Project Manager County of Riverside, I-215/Van Buren Boulevard PA/ED and PS&E, Riverside County, CA – Senior Engineer County of Riverside, Mission Boulevard Bridge Replacement PA/ED and PS&E, Riverside County, CA – Project Manager SANDAG, SR 76 Widening from Melrose Drive to South Mission Road PS&E, San Diego, CA – Project Engineer PROFESSIONAL CREDENTIALS • Bachelor of Science, Civil Engineering, California State Polytechnic University, Pomona • Professional Engineer in California #53031 and Utah #318105-2202 DARREN ADRIAN, P.E. QC/QA Manager 513 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 15 Nicole has been leading and supporting the design of multidisciplinary roadway and multimodal projects across Southern California for more than 10 years. She has worked on a wide range of projects, from local roadway improvements to major interchange projects, and from feasibility studies to final design and construction phase services. Her emphasis has been on street improvement design, multimodal improvement design, and feasibility studies. Nicole has also worked extensively with Caltrans District 7 and is very familiar with Caltrans processes and requirements. RELEVANT EXPERIENCE City of Los Angeles BOE, Broadway-Manchester Active Transportation Equity Project, Los Angeles, CA – Deputy Project Manager/Project Engineer City of Camarillo, Pleasant Valley Road Bike Lanes PA&ED and PS&E, Camarillo, CA – QC/QA City of Lancaster, On-Call Roadway and Structures, Traffic Engineering, and Drainage, Hydrology and Hydraulic Engineering, Lancaster, CA – Project Engineer City of Lancaster, Avenue M Interchange Improvements PS&E, Lancaster, CA – Deputy Project Manager City of Camarillo, Santa Rosa Road Widening Camarillo, CA – Project Engineer City of Los Angeles, Telfair Avenue Multi-Modal Bridge Over Pacoima Wash Preliminary Design and Environmental Documentation, Los Angeles, CA – Deputy Project Manager/Project Engineer City of Lancaster, Avenue L/SR 14 (SR 138) Interchange PA&ED, Lancaster, CA – Deputy Project Manager Caltrans District 7, US 101 Cahuenga Pass Improvement Project, Los Angeles, CA – Project Engineer City of Agoura Hills, Kanan Road/Agoura Road Intersection Signal Timing and Operational Improvements Project, Agoura Hills, CA – Project Engineer City of Malibu, Civic Center Way Improvements Project, Malibu, CA – Project Engineer LACMTA, SR 138 Project Approval & Environmental Documentation (PA&ED), North Los Angeles County, CA – Project Engineer PROFESSIONAL CREDENTIALS • Bachelor of Science, Civil Engineering, San Diego State University • Professional Engineer in California #86490 NICOLE DIAS, P.E. Civil Engineering 514 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 16 Sowmya has 15 years of professional experience as a transportation engineer, and is experienced in traffic signal designs, illumination designs, temporary/permanent traffic control plans, traffic control warrant analyses, corridor operational analyses, traffic impact analyses, parking studies, pedestrian studies, crash analyses, and innovative intersection improvements. Sowmya has provided support for the development of transportation simulation models, preparation of grant applications, and review of connected vehicle applications for agencies. RELEVANT EXPERIENCE City of Diamond Bar, On-Call Civil and Traffic Engineering Services, Diamond Bar, CA – Senior Project Engineer City of Buena Park, On-Call Transportation Engineering Services, Buena Park, CA – Project Manager* City of Los Angeles BOE, Broadway-Manchester Active Transportation Equity Project, Los Angeles, CA – Project Engineer City of Alhambra, 710 North Arterial and I-10 Interchange Improvements at I-10/Fremont Avenue, I-10/Atlantic Boulevard, and I-10/Garfield Avenue, Alhambra, CA – Project Engineer City of Lancaster, Multi-Year Traffic Engineering, Planning, and Related Professional Services, Lancaster, CA – Senior Project Engineer City of Malibu, On-Call Traffic and Civil Engineering Services, Malibu, CA – Project Engineer City of Agoura Hills, On-Call Traffic Engineering Services, Agoura Hills, CA – Project Engineer City of South Gate, As-Needed Engineering Services, South Gate, CA – Senior Project Engineer City of Malibu, Pacific Coast Highway Signal System Improvements Project, Malibu, CA – Senior Project Engineer City of Santa Monica, Traffic Management Center (TMC) Staffing Event Management, Santa Monica, CA – Project Engineer* City of Pasadena, Traffic Management Center (TMC) Staffing Special Events, Pasadena, CA – Project Engineer* LA Metro, North Hollywood to Pasadena BRT Planning and Environmental Study, Los Angeles/Pasadena, CA – Senior Project Engineer Orange County Transportation Authority, I-405 Design-Build Improvement Project, Orange County, CA – Project Engineer* City of Thousand Oaks, Thousand Oaks Boulevard Short Corridor Pedestrian Study, Thousand Oaks, CA – Project Manager* City of Santa Ana, South Main Street Corridor Improvements, Santa Ana, CA – QC/QA Manager *Prior to joining Kimley-Horn PROFESSIONAL CREDENTIALS • Master of Science, Civil Engineering, Missouri University of Science & Technology • Bachelor of Science, Civil Engineering, Visvesvaraya National Institute of Technology, India • Professional Engineer in California #83100 and Texas #109776 • Professional Traffic Engineer in California #2760 • Professional Traffic Operations Engineer #3323 SOWMYA CHANDRASEKHAR, P.E., T.E., PTOE Traffic Engineering 515 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 17 Jason has over 20 years of experience in the management and design of traffic engineering and transportation planning projects, working with clients in Los Angeles, Orange, Riverside, and San Diego counties. As a project manager and project engineer, he has been responsible for traffic signal design, signing and striping, traffic control, street lighting, signal interconnect, and intelligent transportation systems (ITS) improvements. His lighting design experience includes streetlight design and photometric analysis for improvement projects, for roadway illumination, conventional arterial lighting, safety and intersection illumination, aesthetic, and pedestrian lighting. RELEVANT EXPERIENCE City of Palm Springs, Palm Springs 9 Recreational Fields, LED Lighting Upgrades, Palm Springs, CA – Project Engineer NEC Vermont Avenue at Manchester Avenue Street Lighting Design, Los Angeles, CA – Project Manager City of Newport Beach, FY 17-18 Streetlight Improvement, Newport Beach, CA – Project Manager City of Newport Beach, East Coast Highway Traffic Signal Rehabilitation Design, Newport Beach, CA – Project Manager City of Industry, LED Street Lighting Analysis and Design, Industry, CA – Project Manager City of Santa Monica, Lincoln Avenue Neighborhood Corridor, Santa Monica, CA – Project Engineer City of Santa Monica, Expo Phase II LRT Lighting Analysis and Design, Santa Monica, CA – Traffic Design Lead Engineer City of Santa Ana, South Main Street Corridor Improvements, Santa Ana, CA – Project Engineer City of Corona, McKinley Street Grade Separation Traffic and Lighting Design, Corona, CA – Project Engineer City of Salinas, East Laurel Drive Pedestrian Improvements, Salinas, CA – Project Engineer Boeing Douglas Park, Long Beach, CA – Project Engineer Walden & Associates, Conant Avenue Street Lighting Design, Long Beach, CA – Project Engineer City of Folsom, Johnny Cash Multi-Use Trail Lighting Analysis and Design, Folsom, CA – Project Engineer City of Buena Park, Beach Boulevard Electrical Design, Buena Park, CA – Project Manager City of Santa Monica, Ocean Park Boulevard Complete Green Street Project, Santa Monica, CA – Project Engineer Caltrans District 7, Gerald Desmond Bridge Design-Build Project (I-710 ITS, Communications and Electrical Systems Design, Port of Long Beach, CA – Project Engineer City of Los Angeles, Off-Site Lighting Design and Photometric Analysis, Los Angeles, CA – Project Engineer PROFESSIONAL CREDENTIALS • Bachelor of Science, Civil Engineering -Specialization in Transportation, University of California, Irvine • Professional Engineer in California #65218 JASON MELCHOR, P.E. Street and Park Lighting 516 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 18 A certified planner since 1999, Kim has focused her 25+ years of experience on transportation infrastructure projects. She specializes in the management and preparation of complex environmental documents for multijurisdictional projects. Kim has prepared NEPA/CEQA documents for Caltrans Federal Highway Administration (FHWA), Federal Railroad Administration (FRA), and Federal Transit Administration (FTA) compliance. Her technical experience includes joint NEPA and CEQA documents, Caltrans/FHWA and FTA technical reports, Environmental Justice, Section 4(f) resources, socioeconomic topics including community impact analyses, and visual resource analysis. Kim’s work has spanned the highly litigious San Francisco downtown development arena as well as the high stakes environment of state and national infrastructure. Kim most recently managed the San Jose to Merced high speed rail, Metrolink’s SCORE program, and was Metro’s CEQA/NEPA Services contractor. RELEVANT EXPERIENCE LA Metro, CEQA/NEPA On-Call Environmental Support Services, Environmental Compliance and Sustainability Department, Los Angeles, CA – Contract Manager* Exposition Metro Line Construction Authority, Exposition Corridor Light Rail Transit Project Phase II EIR, Los Angeles, CA – Project Manager* Caltrans District 7 and City of Temple City, Rosemead Boulevard Safety Enhancement and Beautification Project CEQA/NEPA, Temple City, CA – Project Manager* City of Los Angeles Bureau of Engineering, Citywide Sidewalk Repair Program, Los Angeles, CA – Project Director* Metrolink, On-Call Professional Engineering Design Services, SCORE PMC Services, Los Angeles, CA – Project Director* Los Angeles World Airports, Entitlements and Environmental Planning, Los Angeles County, CA – Project Director* Metrolink, On-Call Professional Engineering Design Services, Tunnel 25 Safety and Security Enhancements and Track and Drainage Reconstruction, Los Angeles County, CA – Project Manager* Metrolink, On-Call Professional Engineering Design Services, Califia Culvert Replacement, San Clemente, CA – Project Director* California High-Speed Rail Authority, California High-Speed Rail, San Jose to Merced Section Project EIR/EIS, Santa Clara, San Benito, and Merced Counties, CA – Senior Advisor* San Francisco Bay Area Water Emergency Transportation Authority and Federal Transit Administration, Richmond Ferry Terminal Project IS/MND and CE/FONSI, Richmond, CA – Project Manager* San Francisco Bay Area Water Transit Authority and Federal Transit Administration, South San Francisco Ferry Terminal Project EIR/EA, San Francisco, CA – Project Manager* *Prior to joining Kimley-Horn PROFESSIONAL CREDENTIALS • Master of Arts, International and Public Affairs, Columbia University • Bachelor of Arts, Government, Harvard University • ND, Demographics, University of Edinburgh • American Institute of Certified Planners #015226 • Envision Sustainability Professional #36841 KIM AVILA, AICP, ENV SP Environmental 517 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 19 Andrew has a solid background in project management and structural design, leading the design of over 75 bridge projects, representing well over 100 individual bridges. He has served as a structural design manager on dozens of projects, including heading up the structural design team for some of Kimley-Horn’s most structurally focused projects. With more than 34 years of structural engineering experience, including six years as a Caltrans employee, Andrew’s depth of experience runs the gamut from bridge widenings, seismic retrofits, and bridge repairs to multi-structure interchanges and long aerial viaducts. In addition, he has led the design of numerous grade separations, underpasses, and overcrossings and is very familiar with coordinating with federal, state, and local agencies, including various Caltrans Districts. RELEVANT EXPERIENCE County of Los Angles, Oleander Avenue Bridge at Compton Creek, Los Angeles County, CA – Task Leader and Design Engineer City of Barstow, Yucca Avenue Bridge Retrofit Analysis, Barstow CA – Project Manager City of Barstow, North 1st Avenue Bridge Replacement PSR/PDS, PA&ED, and PS&E, Barstow, CA – Project Engineer City of Rialto, Frisbie Park Sewer Lift Station Design, Rialto, CA – Project Engineer City of Ontario, Ontario Ranch Road Bridge, Ontario, CA – Project Manager SBCTA, I-10/Mt. Vernon Avenue Interchange PA&ED/PS&E, San Bernardino County, CA – Project Engineer Caltrans District 11, Voigt Drive/I-5 North Coast Corridor (NCC) Improvements (PS&E), San Diego, CA – Task Manager County of San Diego, 13th Street Bridge over Santa Maria Creek, San Diego County, CA – Project Manager Caltrans, Local Highway Projects, San Diego County, CA – Structural Task Manager City of San Diego, Palm Avenue and I-805 Interchange Widening, San Diego, CA – Project Manager San Diego International Airport, On-Site Program Management, San Diego, CA – Project Engineer Southern California Regional Rail Authority/Metrolink, SCRRA, SCORE Program Phase 1, CA – Project Engineer UDOT, I-15; Southbound 12300 South to SR-201, Salt Lake City, UT – Project Engineer UDOT, SR-30; SR-23 to SR-252 Roadway Design, Logan, UT – Project Engineer UDOT, West Davis Corridor Design-Build, Syracuse, UT – Project Engineer PROFESSIONAL CREDENTIALS • Bachelor of Science, Civil Engineering, California State University • Professional Engineer in California #49671 ANDREW SANFORD, P.E. Structural 518 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 20 Alyssa has over 20 years of experience in the transportation industry. She has the unique ability to translate stakeholder needs into transportation solutions and has used this skill to write successful grant applications for her clients. She has won hundreds of millions of dollars through SB1, RAISE, INFRA, TIGER, CMIA, Prop 1B, and Metro Call for Projects funding programs, among others. She understands that the key to a successful grant application is a story backed by data-driven analysis. She is a specialist in transportation technology where she has planned and implemented projects for MTC, SACOG, and Caltrans Districts 3, 4, 5, 7, 10, 11, and 12. RELEVANT EXPERIENCE City of Malibu, Grant Application Assistance, Malibu, CA – Project Manager City of Santa Clarita Department of Energy, Grant Writing Services, Santa Clarita, CA – Project Manager City of Santa Clarita, Metro Call for Projects Grant Application Assistance, Santa Clarita, CA – Project Manager SBCAG, Senate Bill 1 Grant Services, Santa Barbara County, CA – Project Manager SANDAG, Advanced Transportation and Congestion Management Technologies Deployment Grant, San Diego, CA – Task Lead C/CAG, Smart Corridor Northern Cities TLSP, TFCA, & LPP Application Support, San Mateo County, CA – QC/QA Manager MTC, Data Integration of Work Zones Grant, San Francisco Bay Area, CA – QC/QA Manager SCAG, On-Call Services Regional Early Action Plan (REAP) Program, Los Angeles, CA – Project Manager SBCAG, South Coast ITS Implementation Plan, Santa Barbara County, CA – Deputy Project Manager City of Santa Clarita, Citywide Analysis of Pedestrian and Bicycle Collisions Systemic Safety Analysis Report Project, Santa Clarita, CA – QC/QA Manager PROFESSIONAL CREDENTIALS • Master of Science, Civil Engineering (Transportation), Georgia Institute of Technology • Master of City and Regional Planning, Georgia Institute of Technology • Bachelor of Science, Civil Engineering, University of California, Berkeley • Professional Engineer in California #63123 ALYSSA PHANEUF, P.E. Grant Services 519 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 21 Gary is a thought leader in sustainability, resiliency, and conservation with over 30 years of experience in landscape architectural design and planning. His interest in drawing and environmentalism as a child led him to a field that he describes as the “architecture of living things” with an immense potential to impact quality of life for future generations. In addition to his extensive experience in sustainable design and water issues, Gary has led award winning park, multi-family and transit projects throughout Southern California. His design and communication skills enable him to focus and maximize the creative energies of project collaborators toward innovative, yet practical solutions. Gary’s commitment to environmental advocacy is reflected in his teaching and speaking engagements, as well as is active involvement in the Los Angeles professional sustainability community. RELEVANT EXPERIENCE City of Hermosa Beach, Hermosa Beach Climate Change Adaptation and Resiliency Measure to Address Coastal Flooding, Hermosa Beach, CA – Principal-in-Charge* LA Metro, Willowbrook Rosa Parks Metro Station, Los Angeles, CA – Senior Landscape Architect City of Santa Monica, Santa Monica City Hall East, Santa Monica, CA – Landscape Principal-in-Charge* County of Los Angeles, Community Development Agency, Earvin “Magic” Johnson Park, Los Angeles County, CA – Principal-in-Charge* City of Pasadena, Pasadena Playhouse Park, Pasadena, CA – Landscape Architect/Community Facilitator* The California Institute of Technology, Resnick Sustainability Center, Pasadena, CA – Landscape Architect/Site Sustainability Consultant* LA Metro, Goldline Foothill Extension, Los Angeles County, CA – Landscape Architecture QC/QA Manager* City of Covina, Wingate Park, Covina, CA – Landscape Principal-in-Charge* Los Angeles County Department of Public Works, Los Angeles County Department of Public Works Headquarters Arboretum, Alhambra, CA – Landscape Principal-in-Charge* City of Hope, Water Use Evaluation and Turf Removal Plan, Duarte, CA – Primary Consultant* City of Hope, Duarte Outpatient Clinic, Graff Park, Duarte, CA – Landscape Principal-in-Charge* City of Hope, Pavilion Building, Duarte, CA – Landscape Principal-in-Charge* Los Angeles Unified School District, Reseda Charter High School, Los Angeles, CA – Landscape Principal-in-Charge* Kaiser Permanente, Kaiser Bernard J. Tyson School of Medicine, Pasadena, CA – Landscape Principal-in-Charge* City of North Las Vegas, Craig Ranch Regional Park, North Las Vegas, NV – Landscape Architect* Kingdom of Abu Dhabi, Cleveland Clinic Abu Dhabi, Abu Dhabi, UAE – Landscape Project Manager* *Prior to joining Kimley-Horn PROFESSIONAL CREDENTIALS • Bachelor of Science, Landscape Architecture, University of California, Davis • Professional Landscape Architect in California #4054 • LEED Building Design and Construction #0010222052 GARY LAI, PLA, LEED AP BD+C Landscape Architecture 520 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 22 With 34 years of experience, Mike’s responsibilities include project procurement and management, overseeing geotechnical investigations, laboratory testing, foundation analysis and design, report preparation, and construction support. His experience includes more than 300 bridge, rail, tunnel, port, roadway, channel, off-shore, and stormwater pollution management projects. He has worked with the City of Lancaster, County of Los Angeles, Caltrans District 7, and railroad agency procedures, design codes and review processes, as well as FHWA and AASHTO/LRFD codes. He has conducted research under NSF and NCEER grants on soil liquefaction, seismic response of pile foundations, seismic foundation stiffness, soil-structure interaction, and bridge abutment design. RELEVANT EXPERIENCE City of Lancaster, Avenue J/SR 14 (SR 138) Interchange PSR-PDS, PA&ED and PS&E, Lancaster, CA – Geotechnical Project Manager City of Lancaster, Health District Improvements, Lancaster, CA – Geotechnical Project Manager City of Los Angeles, Broadway-Manchester ATP Equity Project, Los Angeles, CA – Geotechnical Project Manager City of Lancaster, SR 138 Corridor Improvement Project, Los Angeles County, CA – Geotechnical Project Manager City of Los Angeles, Bridge Design On-Call, Los Angeles, CA – Geotechnical Project Manager City of La Canada Flintridge, SR 210 La Canada Flintridge Soundwalls Phases III and IV, La Canada Flintridge, CA – Geotechnical Project Manager City of Los Angeles, 6th Street Bridge Viaduct Replacement, Los Angeles, CA – Senior Project Engineer LAWA, Automated People Mover, Los Angeles, CA – Geotechnical Reviewer City of Glendale, Doran Street Grade Separation, Glendale, CA – Geotechnical Project Manager Orange Line Bus Rapid Transit, North Hollywood/Van Nuys, CA – Geotechnical Project Manager City of Los Angeles, Crenshaw/Los Angeles Airport Transit Corridor, Los Angeles, CA – Geotechnical Task Lead Port of Long Beach, Gerald Desmond Bridge Replacement Project, Long Beach, CA – Senior Project Engineer City of San Bernardino, West Valley Connector Corridor Bus Rapid Transit, San Bernardino, CA – Geotechnical Project Manager PROFESSIONAL CREDENTIALS • ED, Earthquake Engineering, University of Southern California • MS, Geotechnical Engineering, University of Southern California • European Engineer’s Diploma, Civil Engineering, University of Stuttgart, Germany • Professional Engineer in California #55717 • Professional Geotechnical Engineer in California #2654 MIKE KAPUSKAR, P.E., G.E. Geotechnical Project Manager 521 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 23 PROFESSIONAL CREDENTIALS • B.S., Civil Engineering, Nicholls State University • Professional Engineer in CA #46979 and LA #20270 • Licensed Land Surveyor in CA #5752 • Lifetime Instructor Credential, Engineering, Community College System • LEED Accredited Professional Stephanie is a well-known leader in the civil engineering and land surveying professions. She is the dedicated founder of her firm and has managed civil design and construction surveys for LAUSD, Caltrans, LA Metro, Alameda Corridor East, the City and County of Los Angeles, and numerous other municipalities. She has a diverse project and task management background with over 40 years of experience. She has led a civil design team for more than 30 years, and her knowledge in mapping and field survey formats, boundary establishments, datum compatibility, and design and construction methods is an invaluable asset. RELEVANT EXPERIENCE City of Los Angeles, Broadway-Manchester Active Transportation Equity Project, Los Angeles, CA – Principal Surveyor/Engineer City of Alhambra, 710 North Arterial and I-10 Interchange Improvements at I-10/Fremont Avenue, I-10/Atlantic Boulevard, and I-10/Garfield Avenue, Alhambra, CA – Principal Surveyor/Engineer City of Los Angeles, Downtown Streetcar Project, Los Angeles, CA – Principal Surveyor/Engineer City of Los Angeles, 6th Street Viaduct Construction Project, Los Angeles, CA – Principal Surveyor/Engineer City of Los Angeles, Ventura Boulevard Sidewalk Improvements, Studio City, CA – Principal Surveyor/Engineer City of Los Angeles, Sidewalk Repair Program, Los Angeles, CA – Principal Surveyor/Engineer City of Santa Monica, Ishihara (Buffer) Park, Santa Monica, CA – Principal Surveyor/Engineer City of Los Angeles, Mission Community Police Station, Mission Hills, CA – Principal Surveyor/Engineer STEPHANIE A. WAGNER P.E., PLS, LEED AP Survey and Right-of-Way Engineering 522 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 24 5. RELEVANT EXPERIENCE AND REFERENCES Recent Experience (Past Five Years) and References Pre-Qualified On-Call Bridge/Civil Engineering and Other Design and Support Services Contract, Los Angeles, CA Contracting Agency: City of Los Angeles Project Services: Kimley-Horn performed engineering services for the City of Los Angeles on the following Task Orders under an on-call contract to provide bridge and civil engineering, and other design support services to the city’s bridge, streets, and storm divisions. This previous experience gives us a strong understanding of the City’s processes and requirements and demonstrates our firm’s ability to deliver task orders on time and on budget. Projects under this on-call have included: Broadway-Manchester Active Transportation Equity Project (StreetsLA): Kimley-Horn is providing civil, traffic, and hydraulic design services to improve safety and quality of life for all corridor users by increasing the use of active modes of transportation, enhancing community spaces, increasing connectivity, reducing the heat island effect, improving air quality, and increasing stormwater capture and reuse along Manchester Avenue (from South Vermont Avenue to South Broadway) and South Broadway (from Manchester Avenue to Imperial Highway). The project will accomplish this by constructing Class IV cycle tracks, curb extensions, traffic signal upgrades, new HAWK Signals, new bus islands, street amenities, tree planting, and stormwater storage facilities. The project requires coordination between multiple agencies (multiple City of LA departments (LADOT, LASAN, BSL, LADWP), LA County, LA Metro, and Caltrans), and multiple grant funding source. Telfair Avenue Multimodal Bridge Over Pacoima Wash Preliminary Design and Environmental Documentation and PS&E: Kimley-Horn is currently providing preliminary design and environmental documentation and PS&E for the new Telfair Avenue Pedestrian/Bicycle Bridge over the Pacoima Wash for The Bridge Improvement Division. The new multimodal bridge will improve public safety and non-motorized accessibility and link neighborhoods currently separated by the Pacoima Wash in a disadvantaged community. The bridge will also provide pedestrian/ bicycle access to the future park planned at El Dorado Avenue. This Kimley-Horn team is currently completing final design for this project, including NEPA compliance, 408 permitting with the LA County Flood Control and USACOE. North Spring Street Bridge Widening and Rehabilitation: Kimley-Horn led a multidisciplinary team to provide construction engineering support to the City BOE during the widening of this multi-span concrete arch historic structure over the L.A. River. This team included civil and structures, geotechnical and materials, environmental monitoring, scheduling, and claims support to the City BOE staff for the duration of construction. Laurel Canyon Boulevard Bridge Widening over Tujunga Wash Design and Construction Support: Kimley-Horn led a multidiscipline team to provide design and construction engineering support to the City Bridge Improvement Division during the construction of this simple span concrete bridge over the Tujunga Wash. This team included civil and structures, geotechnical and materials, environmental monitoring, scheduling, and claims support to the City for the duration of construction. Project Years: 2019 - Ongoing Key Personnel: Robert D. Blume, Justin Gatza, Nicole Dias, Sowmya Chandrasekhar, Stephanie Wagner (WES), Mike Kapuskar (EMI) Contract Value: $10M Reference: Shirley Lau, Assistant Director of Street Services; e: Shirley.lau@lacity.org; p: 213.202.5591 523 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 25 On-Call Roadway and Structures; Traffic Engineering; and Drainage, Hydrology, and Hydraulic Engineering, Lancaster, CA Contracting Agency: City of Lancaster Project Services: Kimley-Horn has been providing on-call engineering services to the City of Lancaster for a wide variety of innovative corridor and complete street projects that include bicycle, pedestrian, interchange, transit, and roadway improvements along specific City corridors for over six years. In addition to the design projects referenced below, our support for the City also has included program and project management work for the implementation of funds for projects from the Measure R “Highway Equity” program, for which our team led by Robert D. Blume oversaw the allocation, management, expenditure, and reporting of Measure R funds for the City. For all of the following task orders, Kimley-Horn has provided roadway and civil design, traffic analysis and design, drainage/hydraulic design, R/W, utility relocation/coordination, agency permitting, and preparation of the construction documents for City and Caltrans facilities: Avenue J - Kimley-Horn provided preliminary engineering, environmental clearance, and completed final design services to improve the SR 14 (SR 138)/Avenue J interchange and improve complete streets elements and roadway operations for 10 blocks of Avenue J. This included improved bicycle and pedestrian facilities, median improvements, improved channelization, updated traffic signals, improved wayfinding, and landscaping. This project is currently under construction. Avenue M – Kimley-Horn is completing final design services to improve the SR 14 (SR 138)/Avenue M interchange and improve complete streets elements for 10 blocks of Avenue M including improved bicycle and pedestrian facilities, roundabouts, improved channelization, updated traffic signals, improved wayfinding, and landscaping. This project requires coordination between the City of Lancaster, Caltrans, LA County, the City of Palmdale, and LA Metro. Avenue L – Kimley-Horn prepared the PSR-PDS and PA&ED to improve the SR 14(SR 138)/Avenue L interchange and Avenue L improvements including proposed multimodal improvements (bicycle and pedestrian), traffic operations, and improved connectivity Health District – Kimley-Horn prepared a master plan of 15 streets and is completing the final design of the improvements, all of which included complete street elements. Pedestrian Gap Closures – The project includes multimodal improvements including improved bicycle and pedestrian facilities, bulb outs, improved wayfinding, and landscaping. The project received ATP federal funds and required close coordination with the City of Lancaster and Caltrans District 7 and adherence to Caltrans requirements. Construction was recently completed on this Citywide Pedestrian Gap Closure project, which included 36 separate locations. Project Years: 2014 - Ongoing Key Personnel: Robert D. Blume, Justin Gatza, Nicole Dias, Sowmya Chandrasekhar, Stephanie Wagner (WES), Mike Kapuskar (EMI) Contract Value: $9M Reference: Mike Livingston, Capital Manager Construction; e: mlivingston@cityoflancasterca.org; p: 661.723.6227 524 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 26 710 North Arterial and I-10 Interchange Improvements at Fremont Avenue, Atlantic Boulevard, and Garfield Avenue, Alhambra, CA Contracting Agency: City of Alhambra Project Services: Kimley-Horn is leading a team to develop initial concepts and complete project development of improvements to the I-710/I-10 freeway system to alleviate traffic congestion, reduce cut through traffic and impacts on the local community stemming from the five-mile gap on the I-710 freeway between the I-10 and SR 134/I-210 freeways. The team is currently completing Project Initiation Documents (PIDs) and working with Caltrans to identify feasible alternatives to scope the subsequence preliminary engineering and environmental studies for improvements in the corridors. The team is working with stakeholders including the City of Alhambra, LA Metro, Caltrans, adjacent cities, and the California State University, Los Angeles to develop improvements within the I-710/I-10 interchange area north of the I-10 to Valley Blvd and east of the I-710 through the City of Alhambra at the Fremont, Atlantic, and Garfield interchanges with the I-10. The project area stretches for over six miles of Interstate Freeway, connecting to several regional arterial roadways that are used to traverse the gap in the 710-freeway system. Project Years: 2020 - Ongoing Key Personnel: Robert D. Blume, Justin Gatza, Nicole Dias, Sowmya Chandrasekhar, Stephanie Wagner (WES), Mike Kapuskar (EMI) Contract Value: $2M Other Relevant Experience Pleasant Valley Road Bike Lanes PA&ED and PS&E, Camarillo, CA Contracting Agency: City of Camarillo Project Services: The City of Camarillo was awarded a grant to provide bicycle safety improvements along Pleasant Valley Road to improve safety and provide connectivity to the Las Posas Road Bike Lane project and extend connectivity to East 5th Street. The project will consist of new Class II Bike Lanes along an 8,700-foot-long section of Pleasant Valley Road between Las Posas Road and East 5th Street which will be accomplished with roadway widening. Kimley-Horn is assisting the City with the preparation of PS&E documents. Project Years: 2019 - Ongoing Key Personnel: Robert D. Blume, Justin Gatza, Nicole Dias Agency Project Manager: Thang Tran; e: ttran@cityofcamarillo.org; p: 805.388.5345 Contract Value: $455,000 Reference: Lucy Garcia, Assistant City Manager; e: lgarcia@cityofalhambra.org; p: 626.570.3257 525 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 27 Agoura Road Widening (Complete Streets), Agoura Hills, CA Contracting Agency: City of Agoura Hills Project Services: Kimley-Horn provided road widening, streetscape design, and traffic engineering services for the Agoura Road Widening and Complete Streets project. The project was designed to facilitate increased traffic from the new developments, improve traffic flow and safety, and implement improvements consistent with the Agoura Village Specific Plan and the guidelines of the 2007 California Complete Street Act (AB 1358). The Agoura Road project scope of work included the preservation of native oak trees; use of benches, accent paving, and lighting over the length of the roadway to provide continuity and unity; and modifications to storm drains and debris basins to promote green standards such as sub-surface bio-retention and infiltration. The 2.2-mile project included the widening of Agoura Road from two to four lanes; construction of landscape medians, sidewalks, and dedicated bike lanes in both directions; a pedestrian-only bridge; and undergrounding of electrical power lines. Project Years: 2010 - 2015 Key Personnel: Justin Gatza, Robert D. Blume Agency Project Manager: Charmaine Yambao, Associate Civil Engineer; e: cyambao@ci.agoura-hills.ca.us; p: 818.597.7360 Contract Value: $536,000 Santa Rosa Road Widening Project, Camarillo, CA Contracting Agency: City of Camarillo Project Services: Kimley-Horn provided engineering design services to widen the southbound Santa Rosa Road between Via Latina and San Rafael Way to provide four vehicle lanes and bike lanes. The project included retaining walls, sidewalks, curb and gutters, pavement, striping, signage, traffic control plans, and related work to add vehicle and bike lanes to Santa Rosa Road. Kimley-Horn was responsible for geotechnical investigations, surveying and mapping, R/W, utilities, public outreach, preliminary and final design, and environmental coordination and permitting. This project was federally funded and needed to comply with the Caltrans Local Assistance Procedures Manual. Project Years: 2010 - 2018 Key Personnel: Robert D. Blume, Justin Gatza, Nicole Dias Agency Project Manager: Thang Tran; e: ttran@cityofcamarillo.org; p: 805.388.5345 Contract Value: $450,000 526 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 28 6. PROJECT MANAGEMENT PLAN Understanding The City of Hermosa Beach is a well-known public agency in the South Bay due to its vibrant culture and landscape that organically draws in visitors looking to experience its beaches, downtown, and other community assets. The diversified land-use and social make-up of the community bring many different perspectives, challenges, and needs relative to public infrastructure. Kimley-Horn understands the social responsibility of the City’s Public Works Department and its commitment to providing a safe, clean, equitable, and healthy environment for its residents and visitors by implementing high-quality capital improvements projects, quality maintenance, responsive customer service, and accountability. Kimley-Horn is committed to working alongside the City to help it achieve its goals. It is our understanding that the City’s Public Works Department wishes to retain the services of a professional engineering firm that can provide a wide range of engineering design services to support them with the implementation of capital projects involving streets, pedestrian and bicyclist infrastructure, utilities, traffic signals, traffic signing and striping, and facility improvements. The City has a healthy and expanding Capital Improvement Program Budget that will require continuous support to assure its success, and Kimley-Horn is prepared and positioned to respond to the various needs of the City. Management Approach Our approach to on-call services is to provide a team of specialists that can be available to the City as project needs arise. Once the City identifies the project, Kimley-Horn will review the requirements and identify the necessary expertise. Contract manager, Justin Gatza, P.E., will coordinate with various team members and subconsultants to complete the proposed work plan. Kimley-Horn will propose a team with the experience and availability to complete the project. Focusing on the scope and assumptions to clarify the project elements required, we will confirm these elements with the City to make sure there is a comprehensive understanding of the project requirements. Justin will then lead the team in executing the work plan to completion. In executing our scope of services, we focus on the following items: Effective and Proactive Communication. Kick-off meetings held internally with the entire project team and externally with the client are a valuable way to get started on the right foot. Kimley-Horn’s clients expect a high level of responsiveness, communication, and quality. These high standards have been ingrained in Kimley-Horn’s staff through our continued service to clients that must adhere to demanding schedules, a strict quality assurance program, and open lines of communication. Our experience has shown that there really is no such thing as “over-communication.” Effective communication begins with listening to our client’s ideas and goals for each project. Making certain that our team and our client’s staff are on the same page throughout the course of the project will help avoid or mitigate potential problems and issues that may arise. To do this, we will: Keep you informed through progress meetings and progress reports »Meetings can be held in-person or virtually through teleconferencing/videoconferencing applications. Whether it is through virtual video meetings, calls, messages, and/or in-person meetings, we will not only be able to keep things moving on a project, but we will also be available to meet with City staff at a moment’s notice if something critical needs to be discussed. Provide you with regular conference calls to keep you aware of critical issues as they arise and assure your continued input throughout the process Encourage ongoing electronic communications among all members of the project team, including email and an Internet ShareFile site. This will allow team members convenient and fast access to information and serve as a tool to keep everyone up to speed with the progress of the project and upcoming meetings and activities 527 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 29 Schedule and Cost Control. As our client references will confirm, Kimley-Horn has an excellent record of completing projects on schedule and within budget. We have a sophisticated Management Information System (MIS)—including software such as the CostPoint Engineering Accounting system and Microsoft Power BI—that allows our project managers to monitor budgets closely. Using the Project Effort Reports generated twice monthly by our MIS, project managers gain a clear understanding of the project scope early in the process to develop a realistic, well thought-out work plan. Once the work plan is developed with the stakeholders, the project manager communicates to the project team the key milestones and submittal dates—including time for QC reviews—as well as the importance of maintaining the established schedule and budget. This communication, along with teamwork and organization, results in successful projects and satisfied clients. The best approach to keeping a project on schedule is to create a risk register whereby we: 1. Track each potential issue 2. Define the criticality of each potential issue 3. Identify the steps and dates for resolution of each potential issue This approach holds the team accountable and forms the basis for the sequence of steps each team member needs to take to reach resolution and keep the project moving forward. Internal Quality Control and Quality Assurance (QC/QA). Since our founding, Kimley-Horn has aggressively pursued a commitment to quality for every task, deliverable, and service provided by the firm. We see ourselves as an extension of client staff and place tremendous emphasis on maintaining high standards of quality from the inception of a task through completion. That’s why we’ve developed a quality control/quality assurance (QC/QA) manual that every contract manager and task manager is required to know and use. In addition, for every project, we assign a QC/QA manager will oversee the quality control process. For this contract, Darren Adrian, P.E. will leverage his 32+ years of experience delivering public works projects to provide quality control and assurance. They will work with the project team programmatically for adherence to the City’s preferred design, reporting, and communication standards. Our QC/QA program includes the review of project documents and supporting data— including documents and data provided by subconsultants—by our contract managers, task order managers, QC managers, and key personnel who direct individual tasks. Our QC/QA program includes, but is not limited to, the following procedures: The contract manager/task manager and QC manager will be thoroughly familiar with requirements and will have the authority to direct the project team An internal kick-off meeting will be held with key individuals, including necessary subconsultants, to clearly define the scope of services Project meetings and decisions will be documented by using a basis of design matrix Supporting calculations, text, or data used to develop a design plan or document will be signed and dated by the individual involved Team network review will be undertaken. Team network quality control is the day-to-day peer review that is undertaken by the project team. Technical documentation, analysis, and correspondence is reviewed by a team member other than the individual or subconsultant preparing the documents and analyses. ACHIEVED Through adequate planning, coordination, supervision, and technical direction CONTROLLED By assigning a manager to evaluate all work flow and procedures VERIFIED Through independent reviews by qualified staff SECURED Through careful surveillance of work activities by parties not involved in the initial efforts KIMLEY-HORN QUALITY CONTROL IS 528 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 30 Project Approach and Work Plan Kimley-Horn will tailor our approach to your scope of services according to the project task order needs and expectations of the City. From the beginning, we will gain a thorough understanding of your objectives and review available information. We will also visit the project site to understand issues and constraints. Once the project is identified, the applicable tasks will be described in detail to create the specific scope of services. Our team is comprised of several specialists who have extensive experience in all the technical facets that a typical public works project requires and are qualified to lead these projects as approved by the City. We will evaluate each project to determine staffing needs and work with the City to identify the professional best suited to lead each individual project based on relevant expertise and overall availability. The following elements encompass the services typically necessary to complete a capital improvement project: Surveys, Mapping, and R/W Engineering Support: Kimley-Horn has included WES on our team to provide survey and R/W engineering support to any individual project. This will include topographic mapping, R/W engineering, and miscellaneous field design surveys, as necessary to support design. Utility Coordination and Design: All roadway projects must establish base mapping prior to designing improvements. Base mapping includes the topographic mapping provided by the surveyor, but also incorporates as-built utility information into the project mapping. Utility information is obtained through an A-B-C process of retrieving data, confirming base mapping, and identifying potential conflicts and then resolving those conflicts with the utility owners during final design. Some utility owners will complete their own design, which must be further coordinated prior to construction. R/W Boundary and Coordination: The project surveyor will provide the existing boundary information that will be represented in the project base mapping. We will obtain preliminary title reports for parcels that the project will impact and identify and include all utility and legal encumbrances in final design decisions, as well as coordinate necessary R/W acquisition with the City and the affected property owner. We will obtain both permanent R/W and easements as well as temporary construction easements prior to construction and coordinate the R/W with the utility and drainage design to make sure that adequate R/W is available for the improvements. Traffic Data and Analysis: We will use traffic counts and forecast demand volumes to determine the required improvements. As part of the traffic assessment, we will obtain and review accident data to make sure we are considering and mitigating existing conditions that may be causing accidents, as they pertain to the proposed design. Roadway and Drainage Design: Our team will develop and coordinate preliminary and final roadway design with the City. We will utilize traffic data to coordinate the proposed improvements for the projects’ design year, existing R/W, utility coordination, and traffic analysis. Other related projects, as defined by the City, will be coordinated with the improvements for overall consistency. Drainage design will be incorporated once the roadway improvements are determined. We will determine and maintain existing drainage patterns with the proposed design. New drainage facilities will be coordinated with the City and County of Los Angeles master drainage plans and incorporated as necessary with the project design. Geotechnical Support: Our subconsultant, EMI, will provide geotechnical engineering services including materials investigations for pavement and foundation recommendations, as required. Environmental Document and Permitting Support: Our internal environmental team will provide environmental analysis and permitting support as the City deems necessary for individual projects. Bidding and Construction Support: Kimley-Horn will be available to support the City through the advertisement, award, and oversight of construction as desired by the City. This will include preparing addenda, responding to contractor requests for information (RFIs), and providing interpretation of the design. 529 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 31 7. REQUIRED FORMS We have provided the following forms in this section: Certification of Qualifications Non-Collusion Affidavit Compliance with Insurance Requirements Acknowledgement of Professional Services Agreement Covid Vaccination Certification 530 RFQ 23-001 City of Hermosa Beach Page 30 of 36 6.2 Required Forms 6.2.1 Certification of Qualifications RFQ #: _________ The undersigned hereby submits its statement of qualifications and agrees to be bound by the terms and conditions of this Request for Qualifications (RFQ). 1. Proposer declares and warrants that no elected or appointed official, officer or employee of the City has been or shall be compensated, directly or indirectly, in connection with this statement of qualifications or any work connected with this statement of qualifications. Should any agreement be approved in connection with this Request for Qualifications, Proposer declares and warrants that no elected or appointed official, officer or employee of the City, during the term of his/her service with the City shall have any direct interest in that agreement, or obtain any present, anticipated or future material benefit arising therefrom. 2. By submitting the response to this request, Proposer agrees, if selected to furnish services to the City in accordance with this RFQ. 3. Proposer has carefully reviewed its statement of qualifications and understands and agrees that the City is not responsible for any errors or omissions on the part of the Proposer and that the Proposer is responsible for them. 4. It is understood and agreed that the City reserves the right to accept or reject any or all statement of qualifications and to waive any informality or irregularity in any statement of qualifications received by the City. 5. The statement of qualifications response includes all of the commentary, figures and data required by the Request for Qualifications. 6. The statement of qualifications shall be valid for 90 days from the date of submittal. 7. Proposer acknowledges that the City may issue addendums related to this RFQ and that the proposer has reviewed the following addendums which have been issued: Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ 8. Proposer further acknowledges the provisions of any addendums issued have been incorporated into their statement of qualifications. 23-001 No. 1, January 10, 2023 531 RFQ 23-001 City of Hermosa Beach Page 31 of 36 Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ Robert D. Blume, P.E., Vice President, Kimley-Horn and Associates, Inc. 532 RFQ 23-001 City of Hermosa Beach Page 32 of 36 6.2.2 Non-Collusion Affidavit RFQ #: _________ The undersigned declares states and certifies that: 1.This statement of qualifications is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation. 2.This statement of qualifications is genuine and not collusive or sham. 3. I have not directly or indirectly induced or solicited any other Proposer to put in a false or sham statement of qualifications and I have not directly or indirectly colluded, conspired, connived, or agreed with any other Proposer or anyone else to put in a sham statement of qualifications or to refrain from submitting to this RFQ. 4. I have not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the rate schedule price or to fix any overhead, profit or cost element of the rate schedule price or to secure any advantage against the City of Hermosa Beach or of anyone interested in the proposed contract. 5.All statements contained in the statement of qualifications and related documents are true. 6. I have not directly or indirectly submitted the rate schedule price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, RFQ depository, or to any member or agent thereof, to effectuate a collusive or sham statement of qualifications. 7. I have not entered into any arrangement or agreement with any City of Hermosa Beach public officer in connection with this statement of qualifications . 8. I understand collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: 23-001 533 RFQ 23-001 City of Hermosa Beach Page 33 of 36 ____________________________________________ Robert D. Blume, P.E., Vice President, Kimley-Horn and Associates, Inc. 534 RFQ 23-001 City of Hermosa Beach Page 34 of 36 6.2.3 Compliance with Insurance Requirements RFQ #: _________ The selected consultant will be expected to comply with the City s insurance requirements contained within this RFQ. The undersigned declares states and certifies that: 1.Proposer agrees, acknowledges and is fully aware of the insurance requirements as specified in the Request for Qualifications. 2.If selected, proposer agrees to accept all conditions and requirements as contained therein. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-001 Robert D. Blume, P.E., Vice President, Kimley-Horn and Associates, Inc. 535 RFQ 23-001 City of Hermosa Beach Page 35 of 36 6.2.4 Acknowledgement of Professional Services Agreement RFQ #: _________ The selected consultant will be expected to comply with and sign the City s Professional Services Agreement. Proposers should identify and/or indicate any exceptions to the Sample Professional Services Agreement included in Section 6.2. The City Attorney or their designee retains the discretion to accept or reject proposed exceptions or modifications to the City s Professional Services Agreement. 1.Proposer agrees, acknowledges and is fully aware of the conditions specified in the City’s Sample Professional Services Agreement. 2.Proposer agrees to accept all conditions and requirements as contained therein with exceptions noted as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ________________________________________________ Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-001 Robert D. Blume, P.E., Vice President, Kimley-Horn and Associates, Inc. Kimley-Horn has no exceptions. 536 kimley-horn.com 660 S. Figueroa Street, Suite 2050, Los Angeles, CA 90017 213 261 4040 7.2.5 COVID Vaccination Certification February 1, 2023 Suja Lowenthal, City Manager City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 RE: Mandatory COVID-19 Vaccination for City of Hermosa Beach Consultants Dear Ms. Lowenthal: Per this letter, Kimley-Horn and Associates, Inc. certifies that all of its officers, agents, employees, subcontractors, representatives, and volunteers servicing the City of Hermosa Pedestrian Safety and Bus Stop Improvement Project Design Services, dated (TBD), are or will be fully vaccinated or covered by an approved medical or religious exemption prior to the implementation of the scope of work located within the above-referenced agreement. Respectfully, Kimley-Horn and Associates, Inc. Justin Gatza, P.E. Robert D. Blume, P.E. Project Manager Vice President 537 (RFQ No. 23-001) CIVIL ENGINEERING SERVICES Statement of Qualifications for On-Call City of Hermosa Beach GMOC96001.2023 39 8. RATE SCHEDULE Per the City’s Request for Qualifications, we have submitted our rate schedules through PlanetBids Portal as a separate file. 538 The entirety of this proposal, including text and images, is the property of Kimley-Horn and Associates, Inc., protected under U.S. copyright law. Copyright © 2023 Kimley-Horn and Associates, Inc. 660 South Figueroa Street, Suite 2050 | Los Angeles, CA 90017 www.kimley-horn.com JUSTIN GATZA justin.gatza@kimley-horn.com 213.328.6019 Contact 539 kimley-horn.com 660 South Figueroa Street, Suite 2050, Los Angeles, CA 90017 213-261-4040 BR00PUSTD.A.001 Kimley-Horn and Associates, Inc. ____________________________________ Hourly Labor Rate Schedule Classification Rate Analyst I $120 - $150 Analyst II $150 - $190 Professional $180 - $215 Senior Professional I $215 - $295 Senior Professional II $285 - $385 Senior Technical Support $150 - $270 Technical Support $95 - $155 Support Staff $80 - $135 Effective through March 31, 2024, and subject to annual escalation not exceeding the Consumer Price Index at the time of adjustment, starting April 1, 2024. Other Direct Costs: Outside Printing/Reproduction, Delivery Services/USPS, Misc. Field Equipment/Supplies, and Travel Expenses will be billed at actual cost. Mileage will be billed at the Federal Rate. Sub-Consultants will be billed per the Contract. Key Personnel Rate License Justin Gatza, Contract Manager/Sr. Professional I $240 P.E. No. 83496 Bob Blume, Principal-in-Charge/Sr. Professional II $385 P.E. No. 39419 Darren Adrian, Quality Control/Quality Assurance/Sr. Professional II $385 P.E. No. 53031 Andy Sanford, Sr. Professional II $330 P.E. No. 49671 Kim Avila, Sr. Professional II $330 AICP No. 015226 Jason Melchor, Sr. Professional II $285 P.E. No. 65218 Gary Lai, Sr. Professional II $285 PLA No. 4054 Alyssa Phaneuf, Sr. Professional II $285 P.E. No. 63123 Sowmya Chandrasekhar, Sr. Professional I $265 P.E. No. 83100 Nicole Dias, Sr. Professional I $240 P.E. No. 86490 540 17800 Newhope Street, Suite B, Fountain Valley, California 92708 Tel: (714) 751-3826 Fax: (714) 751-3928 EARTH MECHANICS, INC. FEE SCHEDULE (2023) LABOR CATEGORY FULLY BURDENED HOURLY RATE Principal/Senior Consultant $ 300.00 Principal Engineer/Geologist $ 300.00 Senior Engineer/Geologist $ 225.00 Senior Project Geologist $ 194.00 Project Engineer/Geologist $ 175.00 Senior Staff Engineer/Geologist $ 159.00 Staff Engineer/Geologist $ 133.00 Senior Technician $ 154.00 Technician* $ 77.00 Administrative Assistant* $ 129.00 * Non-exempt staff subject to overtime pay per California law. Combined Overhead Rate = 178.96% Profit = 10 % Annual Escalation = 5% 541 CIVIL ENGINEERS • SURVEYORS • RIGHT-OF-WAYS SBE • WBE • DBE • CERTIFIED 17135 DEVONSHIRE STREET • SUITE 2 00 • NORT H RIDGE • CA • 91 325 818.892.6565 • FAX 818.488 .9480 • mail@wesinc.org • www.wesinc.org FEE SCHEDULE January 20, 2023 RFQ No.: CITY OF HERMOSA BEACH - RFQ-DW-1264 RFQ Title: On-Call Civil Engineering Services PRIME CONSULTANT NAME: Kimley-Horn SUB-CONSULTANT NAME: Wagner Engineering & Survey, Inc. STAFF MEMBER CLASSIFICATION TITLE HOURLY RATE PROFESSIONAL & OFFICE Stephanie A. Wagner, PE, PLS Principal Engineer/Surveyor $308 Paul A. Wagner Senior Project Manager $287 Armando V. Abad, PLS Survey Manager $246 Kevin Warden Assistant Survey Manager $185 Mark Vinluan Project Surveyor $185 Diana Knezevic Right-of-Way Manager $190 Hugo Guardado Survey Technician III $154 Morteza Taheriborj ROW/Survey Technician II $133 ROW/Survey Technician I $118 FIELD SURVEY 3-Person Party $487 2-Person Party $343 1 Person Party / Robotics $236 NOTES: • Fee schedule is to be in effect from the date of contract execution and for a period of 12 months thereafter. Hourly rates will escalate 5% on the anniversary date of execution and every 12 months thereafter. • Normal survey crew equipment costs are included in the above rates. • Time over 8 hours per day or any time on a Saturday will be charged at 150% of above quoted rates. • Any time in excess of 8 hours on a Saturday, any time on a Sunday, or any time on a Union designated holiday will be charged at 200% of above quoted rates. • Time of survey crews will be charged from the time the crew arrives at the job site until the survey crew leaves the jobsite. • Our normal office procedure is to limit employee time charges to a maximum of 8 hours per day. No overtime charges to a client will accrue without specific authorization from client. • Survey Office Time is billed in 30 minutes increments. • Field Survey Time is based on a 4-hour minimum and 2-hour increments thereafter. OTHER DIRECT COSTS: ITEMS/EXPENSES Mileage – per mile/At current Fed. Rate Postage-Courier Service– each/At actual rate Travel/Per Diem – per day/$175.00 542 City of Hermosa Beach Staff Report City Hall 1315 Valley Drive Hermosa Beach, CA 90254 Honorable Mayor and Members of the Hermosa Beach City Council Adjourned Regular Meeting of December 17, 2019 AWARD OF PROFESSIONAL SERVICES AGREEMENTS TO PROVIDE ON-CALL CIVIL ENGINEERING SERVICES (Public Works Director Marnell Gibson) Recommended Action: Staff recommends that the City Council: 1.Award Professional Services Agreements to CWE,for an amount not to exceed $300,000,to provide on-call Civil Engineering services to the City of Hermosa Beach for three years with the option to extend for up to two additional one-year terms; 2.Award Professional Services Agreements to Onward Engineering,for an amount not to exceed $300,000,to provide on-call Civil Engineering services to the City of Hermosa Beach for three years with the option to extend for up to two additional one-year terms; 3.Award Professional Services Agreements to Quantum Quality Consulting Inc.,for an amount not to exceed $300,000,to provide on-call Civil Engineering services to the City of Hermosa Beach for three years with the option to extend for up to two additional one-year terms; and 4.Authorize the Mayor to execute and the City Clerk to attest the Professional Services Agreement(s) subject to approval by the City Attorney. Executive Summary: The City has traditionally relied on Request for Proposals (RFP)services to fulfill the Civil Engineering design needs of the City.In light of the City’s desire to be nimble and efficient in its business processes,staff recognized the opportunity to re-envision the City’s approach to the provision of these services.Staff from the Public Works Department collaborated on the development of a Request for Qualifications (RFQ)that meets the civil engineering service needs of the City and the community. A Request for Qualifications for On-Call Civil Engineering Services was issued on August 19,2019. As of the proposal deadline of September 17, 2019, a total of 14 proposals were received. Staff selected three firms after reviewing the 14 proposals and recommends that the City Council award a series of not-to-exceed contracts to three qualified professional consulting firms to provide on-call civil engineering services to the City over the next three years,with options to extend the File #:REPORT 19-0801,Version:1 City of Hermosa Beach Printed on 12/14/2019Page 1 of 6 powered by Legistar™543 File #:REPORT 19-0801,Version:1 on-call civil engineering services to the City over the next three years,with options to extend the contract length for up to two additional one-year terms. Background: The City has a longstanding practice of hiring consultants based on Request for Proposals to fulfill its civil engineering design needs.The RFP process consumes a significant amount of time as staff engages in the RFP initiation,bidding,evaluating,award,and execution process each time the City needs civil engineering services.Each RFP issued takes months to process,from drafting the RFP to execution of award.Given the aim toward implementation of business process improvements,staff seized the opportunity to re-envision the City’s approach to obtaining these services. A team from Public Works collaborated on the development of a Request for Qualifications (RFQ) that meet the needs of the City and the community.The RFQ approach,which includes a formal competitive bidding and advertisement process,provides the City with a list of pre-qualified professional consultants to serve on the “bench”for the coming three to five years without the need to go out for an RFP each time the service is needed.This approach improves efficiency and expedites commencement of work and project delivery. Discussion: RFQ 19-09 was issued on August 19,2019 seeking proposals from qualified individuals or firms to provide on-call civil engineering services to support the function and needs of the City’s Public Works Department (Attachment 1).In order to provide context of the City’s needs,the RFQ included key statistics about the City’s infrastructure.The RFQ also included the City’s goals and expectations for community engagement related to the City’s infrastructure.The requested services for this RFQ included, but were not limited to the following: 1. Prepare complete plans and specifications based on industry standards; 2.Conduct a complete environmental assessment for each project and prepare all documentation required to comply with the California Environmental Quality Act (CEQA); and 3.Provide all field survey and topographic work necessary to complete the design effort.Design level survey and base mapping of the project site shall be prepared by a California licensed Land Surveyor in accordance with the City guidelines and in AutoCAD Computer Aided Design and Drafting (CADD) format. On September 17,2019,a total of 14 proposals were received by the City.The complete list of firms that submitted proposals is provided in Table 1 below. Table 1 # Firm Title 1 Adams Streeter 2 CWE 3 HUITT~ZOLLARS 4 KCG 5 Kimley Horn 6 Michael Baker International 7 Mulholland 8 NV5 9 Onward Engineering 10 PSOMAS 11 Quantum Quality Consulting Inc. 12 SA Associate 13 TAIT 14 WGZE City of Hermosa Beach Printed on 12/14/2019Page 2 of 6 powered by Legistar™544 File #:REPORT 19-0801,Version:1 Table 1 # Firm Title 1 Adams Streeter 2 CWE 3 HUITT~ZOLLARS 4 KCG 5 Kimley Horn 6 Michael Baker International 7 Mulholland 8 NV5 9 Onward Engineering 10 PSOMAS 11 Quantum Quality Consulting Inc. 12 SA Associate 13 TAIT 14 WGZE Staff from the Public Works Department reviewed and evaluated each of the proposals based on the criteria established in the RFQ: ·Approach and Methods ·Relevant Experience & Expertise ·Timeframe and Costs ·Administration Based on staff’s review of the proposals,3 of the 14 firms were selected based on their overall approach and experience, and specific technical approach to each requested service. Based on the review of proposals,the reviewing panel recommends that City Council award a series of not-to-exceed contracts to a total of three firms.The proposals submitted by each of the recommended firms are provided in Attachment 2.The recommended firms are noted in Table 2 below. Table 2 # Firm Title 1 CWE 2 Onward Engineering 3 Quantum Quality Consulting Inc. City of Hermosa Beach Printed on 12/14/2019Page 3 of 6 powered by Legistar™545 File #:REPORT 19-0801,Version:1 Table 2 # Firm Title 1 CWE 2 Onward Engineering 3 Quantum Quality Consulting Inc. Some of the design projects these firms will work on include: ·CIP 190: Annual Street Improvements ·CIP 694: Parking Structure Lot C Assessment ·CIP 695: Parking Lot A Improvements General Plan Consistency: This report and associated recommendation have been evaluated for their consistency with the City’s General Plan. Relevant Policies are listed below: Mobility Element Goal 1.Complete Streets that serve the diverse functions of mobility commerce,recreation, and community engagement for all users whether they travel by walking,bicycling,transit,or driving. Policy: ·1.3 Monitor best practices.Consider applying the latest standards of best practices in the design,operation,and maintenance of the transportation network that is both attractive and functional. Parks and Open Space Element Goal 4.Direct and accessible routes and connections to parks,recreational facilities and open space are provided. Policy: ·4.2 Enhanced access points.Increase and enhance access to parks and open space, particularly across major thoroughfares,as well as access points to promote physical activity such as pedestrian- and bike-oriented access points. Infrastructure Element Goal 1. Infrastructure systems are functional, safe, and well maintained. Policies ·1.1 Infrastructure systems plan.Establish and adopt an integrated,holistic systems City of Hermosa Beach Printed on 12/14/2019Page 4 of 6 powered by Legistar™546 File #:REPORT 19-0801,Version:1 ·1.1 Infrastructure systems plan.Establish and adopt an integrated,holistic systems approach to guide infrastructure development, improvement, maintenance, and resilience. ·1.3 Right-of-way coordination.Ensure infrastructure maintenance and repair projects within the public right-of-way are coordinated with utilities and agencies to minimize additional roadway repaving or accelerated deterioration. Goal 2. Roadway infrastructure maintenance supports convenient, attractive, and complete streets and associated amenities. Policies ·2.1 Preventive street maintenance. Maintain streets, sidewalks and other public rights-of- way to provide a reliable network for circulation through a proactive preventive maintenance program. ·2.5 Active transportation dedications.Require new development and redevelopment projects to provide land or infrastructure necessary to accommodate active transportation, such as widened sidewalks,bike racks,and bus stops,in compliance with ADA accessibility standards. . Fiscal Impact: Each agreement would be a not-to-exceed contract amount of $300,000.Design costs are included in each CIP Project budget and would be determined as proposals for individual projects are received. In most cases,the design portion of a project does not exceed ten (10%)percent of the overall project cost. No additional funding is anticipated for these contracts. Attachments: 1.RFQ 19-09: On Call Civil Engineering Services 2.Proposals from Recommended Consultant Teams a.CWE b.Onward Engineering c.Quantum Quality Consulting Inc. 3.Fee Schedule a.CWE b.Onward Engineering c.Quantum Quality Consulting Inc. 4.Fee Schedule Table 5.Draft Agreements Respectfully Submitted by: Romany Basilyous, Associate Engineer Concur: Lucho Rodriguez, Deputy City Engineer Concur: Marnell Gibson, Public Works Director City of Hermosa Beach Printed on 12/14/2019Page 5 of 6 powered by Legistar™547 File #:REPORT 19-0801,Version:1 Noted for Fiscal Impact: Viki Copeland, Finance Director Legal Review: Mike Jenkins, City Attorney Approved: Suja Lowenthal, City Manager City of Hermosa Beach Printed on 12/14/2019Page 6 of 6 powered by Legistar™548 CONTRACT FOR PROFESSIONAL SERVICES TO PROVIDE ON-CALL CIVIL ENGINEERING SERVICES BETWEEN THE CITY OF HERMOSA BEACH AND KOA CORPORATION This AGREEMENT is entered into this 28 day of February 2023, by and between the CITY OF Hermosa Beach, a general law city a municipal corporation (“CITY”) and KOA Corporation, a California Corporation and wholly owned subsidiary of H.W. Lochner, Inc. (“CONSULTANT”). R E C I T A L S A. The City desires to obtain on-call civil engineering services for CIP and Non-CIP Projects. B. The City does not have the personnel able and/or available to perform the services required under this agreement and therefore, the City desires to contract for consulting services to accomplish this work. C. The Consultant warrants to the City that it has the qualifications, experience and facilities to perform properly and timely the services under this Agreement. D. The City desires to contract with the Consultant to perform the services as described in Exhibit A of this Agreement. NOW, THEREFORE, based on the foregoing recitals, the City and the Consultant agree as follows: 1 CONSIDERATION AND COMPENSATION As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, attached as EXHIBIT A. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement. As additional consideration, CITY agrees to pay CONSULTANT an amount not to exceed $1,000,000.00, for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. CITY OF HERMOSA BEACH 1315 Valley Drive, Hermosa Beach, CA, 90254 549 City of Hermosa Beach Page 2 of 12 No additional compensation shall be paid for any other expenses incurred, unless first approved by the City Manager or his/her designee. CONSULTANT shall submit to CITY, by not later than the 10th day of each month, its invoice for services itemizing the fees and costs incurred during the previous month. CITY shall pay CONSULTANT all uncontested amounts set forth in CONSULTANT’s invoice within 30 days after it is received. 2 SCOPE OF SERVICES. CONSULTANT will perform the services and activities set forth in the SCOPE OF SERVICE attached hereto as Exhibit A and incorporated herein by this reference. Except as herein otherwise expressly specified to be furnished by CITY, CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space, and facilities necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. 3 PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit an invoice to CITY which lists the reimbursable costs, the specific tasks performed, and, for work that includes deliverables, the percentage of the task completed during the billing period in accordance with the schedule of compensation incorporated in “Exhibit A.” 4 TIME OF PERFORMANCE. The services of the CONTRACTOR are to commence upon receipt of a notice to proceed from the CITY and shall continue until all authorized work is completed to the CITY’s reasonable satisfaction, in accordance with the schedule incorporated in “Exhibit A,” unless extended in writing by the CITY. 5 FAMILIARITY WITH WORK. By executing this Agreement, CONSULTANT represents that CONSULTANT has (a) thoroughly investigated and considered the scope of services to be performed; (b) carefully considered how the services should be performed; and (c) understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. 6 KEY PERSONNEL. CONSULTANT’s key person assigned to perform work under this Agreement is Giuseppe Canzonieri. CONSULTANT shall not assign another person to be in charge of the work contemplated by this Agreement without the prior written authorization of the City. 7 TERM OF AGREEMENT. The term of this Agreement shall commence upon execution by both parties and shall expire on February 28, 2028, unless earlier termination occurs under Section 11 of this Agreement, or this Agreement is extended in writing in advance by both parties. 8 CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum 550 City of Hermosa Beach Page 3 of 12 and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. 9 TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. 10 PERMITS AND LICENSES. CONTRACTOR will obtain and maintain during the term of this Agreement all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 11 TERMINATION. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination shall be in writing. CONSULTANT may terminate this Agreement. Notice will be in writing at least 30 days before the effective termination date. In the event of such termination, the CONTRACTOR shall cease services as of the date of termination, and all finished or unfinished documents, data, drawings, maps, and other materials prepared by CONSULTANT shall, at CITY’s option, become CITY’s property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. 12 INDEMNIFICATION. To the extent permitted by law, CONSULTANT shall indemnify, and hold harmless CITY, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation) of every nature to the extent caused by CONSULTANT's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this AGREEMENT. CONSULTANT shall promptly pay any final judgment rendered against CITY (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONSULTANT’s negligence, recklessness or willful misconduct. CONSULTANT shall reimburse the CITY its costs of defense, including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation to the extent such fees, costs and all other costs are determined by the court of competent jurisdiction to have been caused by the actual negligence, recklessness or willful misconduct of the Consultant. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The requirements as to the types and limits of insurance coverage to be maintained by CONSULTANT as required by Section 17, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and 551 City of Hermosa Beach Page 4 of 12 obligations otherwise assumed by CONSULTANT pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. 13 ASSIGNABILITY. This Agreement is for CONSULTANT’s professional services. CONSULTANT’s attempts to assign the benefits or burdens of this Agreement without CITY’s written approval are prohibited and will be null and void. 14 INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. 15 AUDIT OF RECORDS. CONSULTANT agrees that CITY, or designee, has the right to review, obtain, and copy all records pertaining to the performance of this Agreement. CONSULTANT agrees to provide CITY, or designee, with any relevant information requested and will permit CITY, or designee, access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this Agreement. CONSULTANT further agrees to maintain such records for a period of three (3) years following final payment under this Agreement. CONSULTANT will keep all books, records, accounts and documents pertaining to this Agreement separate from other activities unrelated to this Agreement. 16 CORRECTIVE MEASURES. CONSULTANT will promptly implement any corrective measures required by CITY regarding the requirements and obligations of this Agreement. CONSULTANT will be given a reasonable amount of time as determined by the City to implement said corrective measures. Failure of CONSULTANT to implement required corrective measures shall result in immediate termination of this Agreement. 17 INSURANCE REQUIREMENTS. A. The CONSULTANT, at the CONSULTANT’s own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies: 1. Workers Compensation Insurance as required by law. The Consultant shall require all subcontractors similarly to provide such compensation insurance for their respective employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the CITY at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of 552 City of Hermosa Beach Page 5 of 12 subrogation against the CITY, its officers, agents, employees, and volunteers for losses arising from work performed by the CONTRACTOR for City. 2. General Liability Coverage. The CONSULTANT shall maintain commercial general liability insurance in an amount of not less than two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. The CONSULTANT shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired, and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. 4. Professional Liability Coverage. The CONSULTANT shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors, or omissions which may arise from the CONSULTANT’S operations under this Agreement, whether such operations be by the CONSULTANT or by its employees, subcontractors, or sub-consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single-limit-per- occurrence basis. When coverage is provided on a “claims made basis,” CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. B. Endorsements. Each general liability, automobile liability and professional liability insurance policy shall be issued by a financially responsible insurance company or companies admitted and authorized to do business in the State of California, or which is approved in writing by City, and shall be endorsed as follows. CONSULTANT also agrees to require all contractors, and subcontractors to do likewise. 1. “The CITY, its elected or appointed officers, officials, employees, agents, and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONSULTANT, including materials, parts, or equipment furnished in connection with such work or operations.” 2. This policy shall be considered primary insurance as respects the CITY, its elected or appointed officers, officials, employees, agents, and volunteers. Any insurance maintained by the CITY, including any self-insured retention the CITY may have, shall be considered excess insurance only and shall not contribute with this policy. 553 City of Hermosa Beach Page 6 of 12 3. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 4. The insurer waives all rights of subrogation against the CITY, its elected or appointed officers, officials, employees, or agents. 5. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the CITY. C. CONSULTANT agrees to provide immediate notice to CITY of any claim or loss against Contractor arising out of the work performed under this agreement. CITY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve CITY. D. Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the CITY’s option, the CONSULTANT shall demonstrate financial capability for payment of such deductibles or self-insured retentions. E. The CONSULTANT shall provide certificates of insurance with original endorsements to the CITY as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the CITY on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the CITY at all times during the term of this Agreement. F. Failure on the part of the CONSULTANT to procure or maintain required insurance shall constitute a material breach of contract under which the CITY may terminate this Agreement pursuant to Section 11 above. G. The commercial general and automobile liability policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s behalf upon the Consultant’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. 18 USE OF OTHER CONSULTANTS. CONSULTANT must obtain CITY’s prior written approval to use any sub-consultants while performing any portion of this Agreement. Such approval must include approval of the proposed consultant and the terms of compensation. 554 City of Hermosa Beach Page 7 of 12 19 FINAL PAYMENT ACCEPTANCE CONSTITUTES RELEASE. The acceptance by the CONSULTANT of the final payment made under this Agreement shall operate as and be a release of the CITY from all claims and liabilities for compensation to the CONSULTANT for anything done, furnished or relating to the CONSULTANT’S work or services. Acceptance of payment shall be any negotiation of the CITY’S check or the failure to make a written extra compensation claim within ten (10) calendar days of the receipt of that check. However, approval or payment by the CITY shall not constitute, nor be deemed, a release of the responsibility and liability of the CONSULTANT, its employees, sub-consultants and agents for the accuracy and competency of the information provided and/or work performed; nor shall such approval or payment be deemed to be an assumption of such responsibility or liability by the CITY for any defect or error in the work prepared by the Consultant, its employees, sub-consultants and agents. 20 CORRECTIONS. In addition to the above indemnification obligations, the CONSULTANT shall correct, at its expense, all errors in the work which may be disclosed during the City’s review of the Consultant’s report or plans. Should the Consultant fail to make such correction in a reasonably timely manner, such correction shall be made by the CITY, and the cost thereof shall be charged to the CONSULTANT. In addition to all other available remedies, the City may deduct the cost of such correction from any retention amount held by the City or may withhold payment otherwise owed CONSULTANT under this Agreement up to the amount of the cost of correction. 21 NON-APPROPRIATION OF FUNDS. Payments to be made to CONSULTANT by CITY for services preformed within the current fiscal year are within the current fiscal budget and within an available, unexhausted fund. In the event that CITY does not appropriate sufficient funds for payment of CONSULTANT’S services beyond the current fiscal year, the Agreement shall cover payment for CONSULTANT’S services only to the conclusion of the last fiscal year in which CITY appropriates sufficient funds and shall automatically terminate at the conclusion of such fiscal year. 22 NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: CITY CONSULTANT City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 ATTN: Joe SanClemente KOA Corporation 1100 Corporate Center Drive, Suite 201 Monterey Park, CA 91754 ATTN: Giuseppe Canzonieri 555 City of Hermosa Beach Page 8 of 12 Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. Courtesy copies of notices may be sent via electronic mail, provided that the original notice is deposited in the U.S. mail or personally delivered as specified in this Section. A.SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT’s bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT’s bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. B.THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT’s or CITY’s obligations under this Agreement. C.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. D.ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. E.RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. F.AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment with signatures of all parties to this Agreement. CITY’s city manager, or designee, may execute any such amendment on behalf of CITY. 23 ACCEPTANCE OF FACSIMILE OR ELECTRONIC SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission or scanned and delivered 556 City of Hermosa Beach Page 9 of 12 via electronic mail. Such facsimile or electronic mail copies will be treated in all respects as having the same effect as an original signature. 24 FORCE MAJEURE. Should performance of this Agreement be impossible due to fire, flood, explosion, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties’ control, then the Agreement will immediately terminate without obligation of either party to the other. 25 TIME IS OF ESSENCE. Time is of the essence to comply with dates and schedules to be provided. 26 ATTORNEY’S FEES. The parties hereto acknowledge and agree that each will bear his or its own costs, expenses and attorneys' fees arising out of and/or connected with the negotiation, drafting and execution of the Agreement, and all matters arising out of or connected therewith except that, in the event any action is brought by any party hereto to enforce this Agreement, the prevailing party in such action shall be entitled to reasonable attorneys' fees and costs in addition to all other relief to which that party or those parties may be entitled. 27 STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public agency. 28 OWNERSHIP OF DOCUMENTS. It is understood and agreed that the City shall own all documents and other work product of the Consultant, except the Consultant’s notes and workpapers, which pertain to the work performed under this Agreement. The City shall have the sole right to use such materials in its discretion and without further compensation to the Consultant, but any re-use of such documents by the City on any other project without prior written consent of the Consultant shall be at the sole risk of the City. 29 USE OF LOGO. The CITY grants the CONSULTANT permission to use its name, logo and/or trademark in deliverables produced by the CONSULTANT on the behalf of the CITY, such as written reports, presentation slides, press releases, social media graphics, and other public outreach materials. The CITY’s prior review of artwork and written approval is required for any use of CITY logo. CITY will provide an electronic copy of the most current logo to the CONSULTANT for use in materials. The CONSULTANT will, in turn, only use the most current logo of the CITY. 30 DISCLOSURE REQUIRED. (City and Consultant initials required at one of the following paragraphs) 557 City of Hermosa Beach Page 10 of 12 By their respective initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is a “consultant” for the purposes of the California Political Reform Act because Consultant’s duties would require him or her to make one or more of the governmental decisions set forth in Fair Political Practices Commission Regulation 18700.3(a) or otherwise serves in a staff capacity for which disclosure would otherwise be required were Consultant employed by the City. Consultant hereby acknowledges his or her assuming-office, annual, and leaving-office financial reporting obligations under the California Political Reform Act and the City’s Conflict of Interest Code and agrees to comply with those obligations at his or her expense. Prior to consultant commencing services hereunder, the City’s Manager shall prepare and deliver to consultant a memorandum detailing the extent of Consultant’s disclosure obligations in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ OR By their initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is not a “consultant” for the purpose of the California Political Reform Act because Consultant’s duties and responsibilities are not within the scope of the definition of consultant in Fair Political Practice Commission Regulation 18700.3(a) and is otherwise not serving in staff capacity in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ 31 COMPLIANCE WITH COVID-19 VACCINATION POLICY. All CONSULTANT’S employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully vaccinated from COVID-19. CONSULTANT agrees to certify in writing to CITY that it complies with the foregoing. IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF HERMOSA BEACH CONSULTANT [MAYOR/CITY MANAGER]By:NAME/TITLE 558 City of Hermosa Beach Page 11 of 12 ATTEST: Myra Maravilla, City Clerk Taxpayer ID No. APPROVED AS TO FORM: Patrick Donegan, City Attorney 559 City of Hermosa Beach Page 12 of 12 Exhibit A On-Call Civil Engineering Scope of Services The selected Consultant shall assist the City’s Public Works Department in the preparation of the designs of Capital Improvement Projects (CIPs) and other as-needed work in support of the Department’s programs, plans, and services. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described below: The scope of work includes, but is not limited to, the following services: Design of various Capital Improvement Projects (CIPs) in support of the Public Works Department (i.e., plans, specifications, cost estimates, permits, supporting analysis, coordination, etc.) Structural inspection and design, including but not limited to the municipal pier (above and below water), parking structures, buildings, and retaining walls, etc. Design of roadway resurfacing projects including sidewalk improvements and curb ramps to current accessibility standards, pedestrian safety improvements, enhanced signage and markings, traffic signal modifications, etc. Utility infrastructure analysis and design (e.g., storm drains and sewer) Land Surveying (e.g., design level survey, right-of-way investigations, map/easement and legal description preparation, etc.) Geotechnical Engineering (e.g., soils report, slope stability, retaining walls, etc.) Electrical engineering for evaluation and design of street and park lighting, etc. Construction Support services including, but not limited to, attending construction meetings, responding to requests for information, inspection, reviewing contract submittals, and evaluating design changes during construction. Agency and Permit Coordination in support of the design and approval of City CIP projects and other maintenance needs (i.e., Caltrans coordination and permits, California Coastal Commission, Los Angeles County, etc.) Assist with development of engineering design standards, guidelines, and procedures in support of the Public Works Department. 560 RATE SCHEDULE FOR RFQ# 23-001ON-CALL CIVIL ENGINEERING SERVICESCITY OF HERMOSA BEACHFEBRUARY 1, 2023 561 2CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | KOA CORPORATION Professional Services 2023 -2027 Rates President/CEO 367$ Principal II 345$ Principal I 294$ Senior Engineer II 281$ Senior Engineer I 235$ Senior Associate Engineer II 183$ Senior Associate Engineer I 164$ Associate Engineer II 150$ Associate Engineer I 130$ Senior Designer II 170$ Senior Designer I 150$ Associate Designer II 131$ Associate Designer I 98$ Senior Planner II 281$ Senior Planner I 235$ Senior Associate Planner II 183$ Senior Associate Planner I 164$ Associate Planner II 150$ Associate Planner I 131$ Senior Construction Manager 215$ Construction Manager 198$ Senior Construction Inspector 158$ Construction Inspector 153$ Administrative Assistant II 111$ Administrative Assistant I 86$ Intern 72$ KOA Corporation 2023 - 2027 Hourly Billing Rates •Project reimbursable expenses are billed at cost.•Project expenses include: Non-commuter automobile mileage ($0.655 per mile) or current IRS rate, postage andspecial courier expenses, travel expenses, reproduction, subcontractor services and other direct project expenses asrequested by the client.•Telephone, equipment, and fax are included in the above hourly costs.•Direct expenses including blacklining, commercial CAD plotting, sub-consultant expense, issuance of speciallyendorsed insurance certificate, and direct costs are billed at cost plus 5% unless stated otherwise in the proposal. General Provisions: 562 3CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | KDM MERIDIAN 5H\QROGV$YHe6XLWH ,UYLQH&$ ZZZ.'00HULGLDQFRP KDM Meridian Fee Schedule (Rev. Ver. 230127_CSTM_Hermosa KOA P2301-12) Subconsultant to: KOA Corporation Rates for: City of Hermosa Beach On-Call Civil Engineering Services RFQ NO. 23-001 Issuing Agency: City of Hermosa Beach | Department of Public Works Subconsultant Discipline: Land Survey & Mapping Valid Period: 2023-2027 Professional Services Schedule Category Principal $248.00 Project Manager $232.00 Project Surveyor (Survey Map/Document Review Supervision) $215.00 Survey Technician (Survey Map/Document Review) $173.00 Clerical / Administration / Technical Aide $ 99.00 Expert Witness (4 Hour Minimum) $463.00 Survey Crew (1-person) (Prevailing Wage) $237.00 Survey Crew (2 persons) (Prevailing Wage) $364.00 Survey Crew (3 persons) (Prevailing Wage) $507.15 Reimbursables Schedule Category Rate Rental of Special Equipment or Special Supplies Cost + 5% Subconsultants Cost + 5% Agency Fees Actual Cost Airfare Cost + 5% Per Diem (Meals & Lodging) GSA Published Rates Miscellaneous Fee Schedule Terms Fee Schedule Terms and Conditions A minimum of 4 hours per day will be charged for survey crews. Over-time will be charged at 1.35 times the regular rate. Double-time will be charged at 1.75 times the regular rate. The above rates shall be charged portal to portal (time spent on project site plus travel time) excluding meal breaks. 563 4CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING Schedule of Fees 2022 - 2024 NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Personnel Rates: Per Hour Unless Otherwise Noted Engineering and Consulting Personnel Rate Equipment Usage (Daily Unless Otherwise Noted)Rate Senior Principal Advisor/Consultant 357.00$ Skidmore 42.00$ Principal Engineer/Geologist 252.00$ Torque Wrench, Small 15.75$ Metallurgical Engineer 367.50$ Torque Wrench, Large 26.25$ Registered Geotechnical Engineer 246.75$ Torque Multiplier 42.00$ Technical Advisor 241.50$ Air Meter 21.00$ Material Scientist, Welding/NDT Consultant 252.00$ Unit Weight Bucket 31.50$ Registered Geologist/Certified Engineering Geologist 246.75$ Field Concrete Scale 31.50$ Senior Engineer/Geologist 220.50$ Brass Mold 21.00$ Registered Civil Engineer 215.25$ Nuclear Gauge (Per Hour)10.50$ Roofing/Waterproofing Consultant 241.50$ Sand Cone Density Test Equipment 52.50$ Project Engineer/Manager 210.00$ Pull Test Equipment 63.00$ Quality Control Manager 199.50$ Concrete/Asphalt Coring Equipment 630.00$ Senior Staff Engineer/Geologist 194.25$ Pachometer 57.75$ Staff Engineer/Geologist 189.00$ Floor Flatness (Dipstick)52.50$ Quality Control Administrator 178.50$ Schmidt Hammer 31.50$ Metallurgical Technician 152.25$ Vapor Emission Test Kits 31.50$ CADD Operator/Draftsperson 138.60$ Relative Humidity Probe 63.00$ Office Support/Clerical 99.75$ UPV (Ultrasonic Pulse Velocity) Meter 367.50$ Field Supervisor 173.25$ Fireproofing Adhesion/Cohesion (Per Test)36.75$ Safety Supervisor 173.25$ A Scan Ultrasonic Equipment and Consumables 78.75$ Laboratory Manager 157.50$ Magnetic Particle Equipment and Consumables 42.00$ Laboratory Technician 131.25$ Liquid Penetrant Consumables 36.75$ Expert Witness Testimony 609.00$ Phased Array Ultrasonic Equipment (Per Hour)63.00$ Qualified SWPPP Developer 194.25$ Ground Penetrating Radar 315.00$ Qualified SWPPP Practitioner 178.50$ Impact Echo 367.50$ Vibration Engineer 220.50$ Ultrasonic Tomography 472.50$ Inertial Profiler (Per Hour)Quotation Project Dedicated Vehicle 126.00$ Field Inspection Personnel Rate Roller Compacted Concrete Vibrating Hammer/Tampling Plate 73.50$ Concrete/Reinforced Steel Inspector 131.25$ Half-cell Potential Equipment Set 367.50$ Prestressed/Post Tensioned Inspector 131.25$ Concrete Electrical Resistivity Meter 168.00$ Concrete ICC Inspector 131.25$ Field Hardness (Steel)105.00$ Drilled-In-Anchor Inspector 131.25$ Coating Thickness Gauge 105.00$ Gunite/Shotcrete Inspector 131.25$ Wood Curing Box (One-Time Fee/Per Box)630.00$ Masonry Inspector 131.25$ Temperature Control Curing Box (Per Month)472.50$ Structural Steel/Welding Inspector 131.25$ Temperature Matching Curing Box (Per Month)546.00$ AWS Certified Welding Inspector 131.25$ Fireproofing Inspector 131.25$ Lead Inspector 134.40$ Specimen Pick-Up Rate Firestop Special Inspector - IFC Premier 149.10$ Standard Sample: Concrete Cylinders (Each)29.40$ Firestop Special Inspector - IQP 196.35$ Standard Sample: Mortar/Grout Cubes and Cores, 29.40$ L.A. Deputy Grading Inspector 136.50$ Fireproofing, Rebar, and Epoxy Prisms (Each)-$ Asphalt Field and Plant Inspector/Technician 131.25$ Oversize Sample: Masonry Prisms, Shotcrete Panels, 78.75$ Pile Driving Inspector 131.25$ Flexural Beams (Each)-$ Soils Technician 131.25$ Technician for Specimen Pick-Up Not Listed Above 110.25$ Concrete Quality Control (ACI/Caltrans Technician)131.25$ (Per Hour, 2-Hour Minimum)-$ Wood Framing Inspector 131.25$ Technician for Specimen Pick-Up Before 5:00 a.m. 147.00$ Roofing/Waterproofing Inspector 138.60$ or After 5:00 p.m. Monday thru Friday, or All Day Saturday Public Works Inspector 149.10$ (Per Hour, 2-Hour Minimum Plus Mileage) Mechanical Inspector 157.50$ Electrical Inspector 157.50$ Plumbing Inspector 157.50$ Jobsite Trailer, Mobile or On-site Laboratory Rate Building Inspector 157.50$ Mobile laboratory for rapid strength concrete 577.50$ Vibration Monitoring Technician 152.25$ (per shift not exceeding 12 hours) Field Engineering Technician 131.25$ All others by quotation Shop Inspection Personnel Rate Concrete Tests (Field Made Specimens)Rate Structural Steel Fabrication Inspector 131.25$ 6" x 12" Cylinder: Compression Strength 42.00$ Batch Plant Quality Control Technician/Inspector 131.25$ (ASTM C39) Glue-Laminated Fabrication Inspector Quotation 4" x 8" Cylinder: Compression Strength 36.75$ Pre-Cast Concrete/Pipe Fabrication Inspector 125.00$ (ASTM C39) Density of Structural Lightweight Concrete 89.25$ Equilibrium or Oven Dry Method (ASTM C567) Nondestructive Testing Personnel Rate Core Compression including Trimming (ASTM C42)78.75$ NDE Ultrasonic Testing Technician 136.50$ 6" x 6" x 18" Flexural Beams Not Exceeding 105.00$ NDE Magnetic Particle Testing Technician 136.50$ Referenced Size (ASTM C78, C293 or CTM 523) NDE Dye Penetrant Testing Technician 136.50$ Splitting Tensile Strength (ASTM C496)99.75$ Combination NDE Technician/Welding Inspector 136.50$ Modulus of Elasticity Test (ASTM C469)288.75$ Radiographic Testing (crew of 2)367.50$ Rapid Chloride Permeability Test: Cylinders or 546.00$ NDE Engineer 231.00$ Cores (ASTM C1202) Density, Absorption, and Voids in Hardened 546.00$ Concrete (ASTM C642) Task Code 10115 10501 95362 95368 95369 70000 95315 10010 95321 10011 95324 10026 95318 10001 95309 10017 95312 60003 10013 95336 30000 95330 70003 95343 10003 95333 10009 95348 95319 10019 95351 90001 95300 70107 95303 10005 95341 10007 95342 10015 9533995103 95327 90005 95345 91010 91000 95349 91030 95306 20000 95307 98000 95347 30001 10103 10105 Task 10109 Code 10111 20102 95357Task 95364Code 9536710101 95372 95370 95371 95373 10117 20107 70109 75001 20109 70103 10113 20101 10201 10203 20103/ 10207 20104 10519 95360 10521 10523 50003 Task 70101 10107 60001 Task 10515 Code 30002 10122 10500 Task CodeCode 20202 10301 10309 20203 20201 10403 10305 10409 10020 20209 10325 10328 20205 20207 Task Code 20211 10405 80003 80006 Task Code 10401 95322 95323 1 564 5CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING Concrete Tests (Field Made Specimens), Continued Rate Physical and Chemical Analysis of Cement, Continued Rate Flexural Toughness (ASTM C1609, Formerly 840.00$ Physical Testing of Type K Cement, Mortar 708.75$ ASTM C1018)Expansion (ASTM C806) Flexural Toughness (ASTM C1550)525.00$ Partial Analysis or Specific Physical Tests Quotation Double Punch Strength of Fiber Reinforced Concrete 525.00$ Sulfates Resistance of Hydraulic 2,835.00$ Coefficient of Thermal Expansion of Concrete 630.00$ Cement (ASTM C1012), 6 months (CRD 39, AASHTO T336)Sulfates Resistance of Hydraulic 3,150.00$ Bulk Electrical Resistivity (ASTM C1876)126.00$ Cement (ASTM C1012), 12 months Concrete Specimen Preparation Rate Physical and Chemical Analysis of Fly Ash Rate Sawing of Specimens (Each)42.00$ Chemical Analysis of Fly Ash per 708.75$ Coring of Specimens in Lab (Each)42.00$ Standard Requirements (ASTM C618) Grinding of Concrete Below 6000 psi Strength (Each)63.00$ Physical Testing of Fly Ash per Standard Requirements 708.75$ Grinding of Concrete 6000 psi Strength and Above (Each)94.50$ (ASTM C618) Partial Analysis or Specific Physical Tests Quotation Laboratory Trial Batch: Concrete, Cement Chemical Analysis and Physical Testing of Fly Ash per 1,365.00$ and Mortar Rate Standard Requirements (ASTM C1618) Compression Test 4"x8" Cylinders Made and Tested in 52.50$ Laboratory (ASTM C192, C35)-$ Physical Testing of Chemical Admixtures for Compression Test 6"x12" Cylinders Made and Tested in 63.00$ Concrete Rate Laboratory (ASTM C192, C35)-$ Qualification of Admixture per ASTM C494 Quotation 6" x 6" x 18" Flexural Beams Made and Tested in 105.00$ Laboratory (ASTM C192, C78)-$ Splitting Tensile Strength Cylinders Made and Tested 120.75$ Soils and Aggregate Tests Rate in Laboratory (ASTM C192, C496)-$ Abrasion: LA Rattler (ASTM C131)210.00$ Modulus of Elasticity Test Cylinders Made and Tested in 299.25$ Abrasion: LA Rattler (ASTM C535)220.50$ Laboratory (ASTM C192, C469)-$ Atterberg Limits/Plasticity Index (ASTM D4318, CTM 204)168.00$ Density of Structural Lightweight Concrete Made in the 110.25$ California Bearing Ratio Excluding Maximum Density 577.50$ Laboratory, Equilibrium or Oven Dry Method (ASTM C567)-$ (ASTM D1883): Soil Bulk Electrical Resistivity (ASTM C1876)147.00$ California Bearing Ratio Excluding Maximum Density 682.50$ Laboratory Trial Batch (ASTM C192/Lab Procedure Performance)551.25$ (ASTM D1883): Cement-Treated Soil Concrete Mixture Design for Preconsruction Evaluation and 262.50$ Cement-Treated Soil/Base Mix Design: includes three trial 3,675.00$ Backup Data Development -$ cement contents with three unconfined compressive strength Drying Shrinkage Up to 28 Days: Three 3" x 3" or 525.00$ specimens per cement content 4" x 4" Bars, Five Readings up to 28 Dry Days -$ Chloride and Sulfate Content (CTM 417, CTM 422)183.75$ (ASTM C157)-$ Clay Lumps and Friable Particles (ASTM C142)210.00$ Additional Reading, Per Set of Three Bars 47.25$ Cleanness Value: 1" x #4 (CTM 227)183.75$ Storage over Ninety (90) Days, Per Set of 31.50$ Cleanness Value: 1.5" x .75" (CTM 227)288.75$ Three Bars, Per Month -$ Collapse Potential/Index (ASTM D5333)236.25$ Setting Time Up to 7 Hours (ASTM C403)189.00$ Compressive Strength of Molded Soil-Cement 110.25$ Bleeding (ASTM C232)157.50$ Cylinders (ASTM D1633) Concrete Restrained Expansion (ASTM C878)630.00$ Consolidation Test: Full Cycle (ASTM 2435, CTM 219)204.75$ Mix, Make and Test Mortar or Grout Specimens for 577.50$ Consolidation Test: Time Rate per Load Increment 47.25$ Compressive Strength: Set of 6 (ASTM C878)-$ (ASTM D2435, CTM 219) Non-Shrink Grout: Height Change after Final 577.50$ Corrosivity Series: Sulfate, CI, pH, Resistivity 257.25$ Set (ASTM C1090)-$ (CTM 643, 417, and 422) Non-Shrink Grout: Height Change at Early 840.00$ Crushed/Fractured Particles (ASTM D5821, CTM 205)183.75$ Age (ASTM C827)-$ Direct Shear Test: Remolded and/or Residual 257.25$ Cracking Resistance, Set of Three Rings, 5,775.00$ (ASTM D3080) Laboratory Trial Batching, Test Until Cracking or -$ Direct Shear Test: Undisturbed - Slow [CD] (ASTM D3080)236.25$ up to 28 Days (ASTM 1581)-$ Direct Shear Test: Undisturbed - Fast [CU] (ASTM D3080)204.75$ Evaluation of Pre-Packaged Masonry Mortars 1,207.50$ Durability Index: Per Method - A,B,C, or D 220.50$ (ASTM C270)-$ (ASTM D3744, CTM 229) Creep (ASTM C512) (One Age of Loading, 12 Months 8,400.00$ Expansion Index (ASTM D4829, UBC 18-2)178.50$ Duration of Testing)Fine Aggregate Angularity 199.50$ (ASTM C1252, CTM 234, AASHTO T304) Chemical Analysis and Petrographic Flat and Elongated Particle (ASTM D4791)252.00$ Examination of Concrete Rate Flat or Elongated Particle (ASTM D4791)220.50$ Chemical Analysis for Acid Soluble Chlorides 152.25$ Maximum Density: Methods A/B/C 199.50$ (ASTM C1152) (includes sample prep)(ASTM D1557, D698, CTM 216) Chemical Analysis for Water Soluble Chlorides 178.50$ Maximum Density: Check Point (ASTM D1557, D698)68.25$ (ASTM C1218) (includes sample prep)Maximum Density: AASHTO C [Modified] 204.75$ Chloride Diffusion Coefficient of Cementitious 2,730.00$ (AASHTO T-180) Mixtures by Bulk Diffusion (ASTM C1556)Maximum Index Density: Vibratory Table (ASTM D4253)362.25$ Petrographic Examination of Hardened Concrete, Level II Moisture Content (ASTM D2216, CTM 226)26.25$ (ASTM 856) (Comprehensive)Moisture and Density: Ring Sample (ASTM D2937)31.50$ Each, One Sample 2,520.00$ Moisture and Density: Shelby Tube Sample 42.00$ Each, Two or More Samples 2,205.00$ (ASTM D2937) Moisture-Density Relations of Soil-Cement 288.75$ Mixtures Premixed in the Field (ASTM D558) Physical and Chemical Analysis of Cement Rate Moisture-Density Relations of Soil-Cement Mixtures 367.50$ Physical Testing and Chemical Analysis of Portland 1,365.00$ Mixed in the Lab (ASTM D558) Cement per Standard Requirements (ASTM C150)Organic Impurities (ASTM C40, CTM 213)94.50$ Chemical Analysis of Portland Cement per 708.75$ Permeability (ASTM D5084)Quotation Standard Requirements (ASTM C150)Potential Reactivity: Chemical Method (ASTM C289 - 656.25$ Physical Testing of Portland Cement per 708.75$ Discontinued Method) Standard Requirements (ASTM C150)Potential Reactivity: Mortar Bar Expansion Method, 892.50$ 14-Day Exposure (ASTM C1260) 70336 Task 40007 Code Task 40012 40005 40009 Task Task Code 20151 20157 40006 20159 20160 30322 30201 70393 70396 30503 30505 30223 Task Code 70341 70340 70342 80194 80100 30230 30231 30233 70317 30234 70319 70321 Task 20265 30232 30207 30403 30209 30321 70309 80106 70337 30401 70343 80001 70394 80103 70339 30217 30219 80110 80111 Task Code 80140 70335 80126 30507 30508 70331 70333 30203 75004 30227 70315 30229 30211 20263 Code 30225 Code 80193 80129 Task Code 80195 30237 Task Code 30216 80123 70378 70325 70305 70311 70313 30205 Code 80143 80146 80147 70301 70303 80196 70304 70344 2 565 6CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING Soils and Aggregate Tests, Continued Rate Asphalt Concrete Tests, Continued Rate Potential Reactivity: Mortar Bar Expansion Method, 945.00$ Marshall Stability and Flow 6'' Specimen, Premixed, 241.50$ 28-Day Exposure (ASTM C1260) 3 briquettes (ASTM D5581) Potential Reactivity: Concrete Bar Expansion 2,835.00$ Moisture Content (CTM 370)89.25$ Method (ASTM C1293), 12 month Wet Track Abrasion Test (ASTM D3910)173.25$ Potential Reactivity: Concrete Bar Expansion 3,045.00$ Hveem Mix Design (Excluding Aggregate Quality Tests)5,460.00$ Method (ASTM C1293), 24 month Hveem Mix Design, with RAP (Excluding Aggregate 5,645.00$ Potential Reactivity of Aggregate Combination, non-standard 1,050.00$ Quality Tests, RAP Qualification) method; 14-Day Exposure, Mortar (after ASTM C1567)Hveem Mix Design, with Lime (Excluding Aggregate 6,300.00$ Potential Reactivity of Aggregate Combination, non-standard 1,102.50$ Quality Tests) method; 28-Day Exposure, Mortar (after ASTM C1567)Hveem Mix Design Caltrans Untreated Mix 6,510.00$ R-Value: Soil (ASTM 2844, CTM 301)462.00$ (Including Aggregate Quality Tests) R-Value: Aggregate Base (ASTM D2844, CTM 301)514.50$ Hveem Mix Design Caltrans Lime Treated Mix 7,560.00$ Sand Equivalent (ASTM D2419, CTM 217)131.25$ (Including Aggregate Quality Tests) Sieve #200 Wash Only (ASTM D1140, CTM 202)94.50$ Marshall Mix Design (Excluding Aggregate Quality Tests)5,460.00$ Sieve with Hydrometer: 3/4" Gravel to Clay (ASTM D422,262.50$ Marshall Mix Design with RAP (Excluding Aggregate 5,927.25$ D7928, CTM 203)Quality Tests) Sieve with Hydrometer: Sand to Clay (ASTM D422,252.00$ Marshall Mix Design with Lime (Excluding Aggregate 6,510.00$ D7928, CTM 203)Quality Tests) Sieve Analysis Including Wash (ASTM C136, CTM 202)157.50$ Open Grade Asphalt Concrete Mix Design 3,150.00$ Sieve Analysis Without Wash (ASTM C136, CTM 202)126.00$ (ASTM D7064, CTM 368) Sieve Analysis: Split Sieve (ASTM C136, CTM 202)252.00$ Superpave Mix Design (Excluding Aggregate Quality Tests)11,130.00$ Sieve Analysis Without Wash: With Cobbles 246.75$ Superpave Mix Design, with RAP 11,760.00$ (ASTM C136, CTM 202)(Excluding Aggregate Quality Tests) Soundness: Sodium or Magnesium Sulfate, 472.50$ Superpave Mix Design, with Rubber 11,760.00$ 5 Cycles (ASTM C88)(Excluding Aggregate Quality Tests) Specific Gravity and Absorption: Coarse 105.00$ Superpave Mix Design, with Additives 12,075.00$ (ASTM C127, CTM 206)(Excluding Aggregate Quality Tests) Specific Gravity and Absorption: Fine 173.25$ Effect of Moisture on Asphalt Paving Mixtures, Pre-Mixed 1,050.00$ (ASTM C128, CTM 207)(ASTM D4867, AASHTO T283) Swell/Settlement Potential: One Dimensional 157.50$ Hamburg Wheel Track Test, 20,000 passes, 4 briquettes 1,155.00$ (ASTM D4546)(AASHTO T324) Triaxial Quotation Raveling Test of Cold Mixed Emulsified Asphalt 210.00$ Unconfined Compression (ASTM D2166, CTM 221)199.50$ (ASTM D7196) Unit Weight Per Cubic Foot (ASTM C29, CTM 212)131.25$ Marshall Stability, wet set, 3 replicates (AASHTO T245)367.50$ Voids in Aggregate with Known Specific Gravity 131.25$ Marshall Stability, dry set, 3 replicates (AASHTO T245)315.00$ (ASTM C29, CTM 212)Cold Recycled Asphalt Mix Design: 2 gradings each, 11,025.00$ Lightweight Particles: Coarse, with Two Solutions (ASTM C123)430.50$ 3 emulsion content (Caltrans LP-8) Lightweight Particles: Fine, with One Solution (ASTM C123)215.25$ Brick Masonry Tests, ASTM C67 Rate Asphalt Concrete Tests Rate Modulus of Rupture: Flexural 99.75$ HMA Mixing and Preparation 131.25$ Compression Strength 63.00$ HMA Mixing and Preparation with Aggregate Treatment 183.75$ Absorption: 5 Hour or 24 Hour 68.25$ Bulk Specific Gravity of Compacted Sample or 57.75$ Absorption (Boil): 1, 2 or 5 Hours 99.75$ Core: SSD (ASTM D2726, CTM 308C)Initial Rate of Absorption 57.75$ Bulk Specific Gravity of Compacted Sample or 84.00$ Efflorescence 78.75$ Core: Parafin Coated (ASTM D1188 and CTM 308A)Cores: Compression 73.50$ Emulsion Residue, Evaporation (ASTM D244)168.00$ Shear Test on Brick Cores: 2 Faces 99.75$ Extraction: % Bitumen (ASTM D6307, CTM 382)168.00$ Extraction: % Bitumen and Gradation 225.75$ (ASTM D5444, D6307, CTM 202, 382)Concrete Block, ASTM C140 Rate Extraction: % Bitumen, Correction Factor 367.50$ Compression ` (ASTM D6307, CTM 382)Absorption/Moisture Content/Oven Dry Density 94.50$ Chemical Extraction: % Bitumen and Sieve Analysis 257.25$ Linear Shrinkage (ASTM C426)262.50$ (ASTM D2172 Method A or B, ASTM D5444)Web and Face Shell Measurements 52.50$ Lab Tested Maximum Density: Hveem, 3 briquettes 225.75$ Tension Test 168.00$ (ASTM D1561, D1188, CTM 304, 308)Core Compression 73.50$ Hveem Stabilometer Test, Premixed, 3 briquettes 225.75$ Shear Test of Masonry Cores: 2 Faces 99.75$ (ASTM D1560, D1561, CTM 304, 366)Efflorescence Tests 78.75$ Lab Tested Maximum Density: Marshall, 220.50$ 3 briquettes (ASTM D6926, D2726) Lab Tested Maximum Density: Marshall 225.75$ Masonry Prisms, ASTM C1314 Rate 6'' Specimen, 3 briquettes (ASTM D5581, D2726)Compression Test: Composite Masonry 199.50$ Lab Tested Maximum Density: Superpave Gyratory 84.00$ Prisms Up To 8" x 16"-$ Compacted Briquette, SSD, 1 briquette Compression Test: Composite Masonry 262.50$ (ASTM D6925, D2726)Prisms Larger Than 8" x 16"-$ Lab Tested Maximum Density: Superpave Gyratory 94.50$ Prism Cord Modulus of Elasticity 567.00$ Compacted Briquette, Parafin, 1 briquette Prism Cord Modulus of Elasticity with Transverse 698.25$ (ASTM D1188, D6925)Strain (for double-wythe specimen) Maximum Theoretical Specific Gravity [RICE] 168.00$ (ASTM D2041, CTM 309) Marshall Stability and Flow, Cored Sample, each 84.00$ Mortar and Grout Rate (ASTM D6927)Compression: 2" x 4" Mortar Cylinders (ASTM C780)57.75$ Marshall Stability and Flow, Premixed, 3 briquettes 241.50$ Compression: 3" x 3" x 6" Grout Prisms, 42.00$ (ASTM D6926, D6927)Includes Trimming (ASTM C1019)-$ Marshall Stability and Flow, Gyratory Compacted 241.50$ Compression: 2" Cubes (ASTM C109)57.75$ Specimen Pre-Mixed, 3 briquettes Compression: Cores Includes Trimming (ASTM C42)78.75$ (ASTM D5581, D6925) 70359 70391 70357 70355 70397 70392 70345 70351 70353 70398 Task Task Code Code 70349 70347 70399 20305 20307 20309 75031 30411 30412 75036 75030 75024 75027 30317 30319 70360 75114 20315 Task 75048 20323 Task 75042 75057 75115 70361 70363 70365 70367 75068 75067 70371 75111 75039 70373 Code 20303 75084 75087 75028 75033 20351 20353 20301 Code 75049 75051 Code 75070 75040 20311 Task Code 75032 20313 75083 20335 Task 75113 75109 70369 20329 20333 20339 Task 20347 Code 75050 75052 75069 75066 20341 20343 20346 75106 75099 75090 75005 20331 20321 20327 75093 75096 75075 75094 75095 20355 20357 75107 75063 3 566 7CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING Machining and Preparation of Tensile and Bend Masonry Specimen Preparation Rate Sample: Carbon Steel Rate Cutting of Cubes or Prisms 75.00$ Machinist: Initial Preparation from Mock-up, Etc. 110.25$ (Per Hour) Sawcut to Overall Width (Per 0.5" Thickness or 57.75$ Fireproofing Tests Rate Fraction Thereof) Oven Dry Density (ASTM E605)70.00$ Machine to Test Configuration: Milled Specimens 78.75$ Machine to Test Configuration: Turned Specimens 152.25$ (Per 0.5" Thickness or Fraction Thereof) Gunite and Shotcrete Tests Rate Prepare Subsize Specimens (Per 0.5" Thickness 99.75$ Core Compression Including Trimming (ASTM C42)75.00$ or Fraction Thereof) Compression: Cubes (Includes Saw Cutting)95.00$ Concrete Roof Fill: Gypsum, Vermiculite, Perlite,Charpy Impact Rate Lightweight Insulating Concrete, Etc.Rate Charpy Impact Ambient Temperature 95.00$ Compression Test (ASTM C495 and C472)65.00$ Charpy Impact Reduced Temperature 125.00$ Air Dry Density (ASTM C472)50.00$ Oven Dry Density (ASTM C495)75.00$ Machining of Charpy Samples: Carbon Steel Rate Cutting and Milling (Per 0.5" or Fraction Thereof) 85.00$ Reinforcing Steel, ASTM A615, A706 Rate Final Machining to Sample Configuration 95.00$ Tensile Test: # 11 or Smaller 65.00$ Bend Test: # 11 or Smaller 60.00$ Prestressing Wires and Tendons, Bend Test #14 or #18 375.00$ (ASTM A416)Rate Tensile Test: # 14 260.00$ Stress-Strain Analysis: Wire or Strands 200.00$ Tensile Test: # 18 360.00$ (Including Chart and Percent Offset) Tensile Test Only 145.00$ Reinforcing Steel - Welded or Coupled Tendons Quotation Specimens Rate Tensile Test: Welded/Coupled #11 and Smaller 75.00$ Polymer Matrix Composite Materials Tensile Test: Welded/Coupled #14 270.00$ (Fiberwrap)Rate Tensile Test: Welded/Coupled #18 395.00$ Tensile Strength – Set of 5 Specimens/batch/1,350.00$ Weld: Macroetch 90.00$ direction (ASTM D3039) Slippage Test - Caltrans (CTM 670)200.00$ Tensile Strength – Additional Specimens 250.00$ Tensile Test: Welded Hoops #11 and Smaller 150.00$ (ASTM D3039) Heating Chamber Time – Per 24 hr period 95.00$ Metal and Steel Testing Rate Calibration Services and Universal Machine Tensile Strength: Up to 100K Pounds (Each)70.00$ Usage Rate Tensile Strength: Up to 200K Pounds (Each)80.00$ Calibration/Verification Services Quotation Tensile Strength: Up to 300K Pounds (Each)100.00$ Universal Test Machine Usage (Per Hour)400.00$ Tensile Strength: Up to 400K Pounds (Each)150.00$ Tensile Strength: 400K to 600K Pounds (Each)360.00$ Ceramic Tile Testing Division Rate Tensile Strength: Stress-Strain Percent Offset 200.00$ Weld: Macroetch 90.00$ Weld: Fracture 45.00$ Bend Test 70.00$ Flattening Test 70.00$ Hardness Test (ASTM E18)80.00$ Cylic and Fatigue Testing Programs on Special Products/Parts Quotation Bolt: Axial Tensile Test (Up to 7/8" diameter)55.00$ Engineering and Technical supports/Design of Prototypes and Special Bolt: Wedge Tensile Test (Up to 7/8" diameter)70.00$ Test Set-Up Quotation Bolt: Axial Tensile Test (Greater than 7/8" 75.00$ Fastener/Coupling Full Testing Program Per New Regulations: Tension, up to 1" diameter)Tension/Bend, Shear, Double Shear, 8 Compressions Quotation Bolt: Wedge Tensile Test (Greater than 7/8" 95.00$ Fiberglass/Composite Materials Field Testing Program (ASTM D1143 up to 1" diameter)D1242, D2584, D4065, D4476, D4923, D7901, D7921, and D732)Quotation Bolt: Axial Tensile Test (Greater than 1" diameter)Quotation Field Testing of Structures and Structural Elements Quotation Bolt: Wedge Tensile Test (Greater than 1" diameter)Quotation In-Place Shear Testing Quotation Bolt: Proof Load Test (Up to 7/8")80.00$ Materials and/or Product Evaluation Per Specifications Quotation Bolt: Proof Load Test (Greater than 7/8" up to 1" diameter)100.00$ Structural Dynamic Testing and Durability Analysis Quotation Bolt: Proof Load Test (Greater than 1")Quotation Nut: Proof Load Test (Up to 7/8")60.00$ Nut: Proof Load Test (Greater than 7/8" up to 1" diameter)80.00$ Nut: Proof Load Test (Greater than 1")Quotation Chemical Testing of Metal and Steel Rate Steel Chemical Analysis 175.00$ Weight of Galvanized Coating (ASTM A90)80.00$ Epoxy Coating Thickness 90.00$ Task 20757 Task Code 20759 Code Task Code 20155 CodeTask 20521 20701 20621 Code 20755 Task 20523 20705 20623 Task 20703 20504 20505 Task Code Code 20780 20783 20401 20507 Code 20615 20361 20365 20501 20503 20525 20547 Task 20371 20373 20379 Code 20801 The Ceramic Tile Institute of America (CTIOA) and Twining worked together to advance and develop technology designed to enhance the quality of materials and workmanship in the ceramic tile industry. A separate schedule of fees for these services is available upon request. Task Task Code 20706 20803 20751 Task 20637 20638 20639 20636 20635 20531 20633 Task 20632 20617 20753 Code Task 80176 20619 80173 Task Code 20609 20707 Code 20601 20708 20603 20634 20630 Code 80170 20605 20640 20641 20545 20611 20631 20607 20529 20532 4 567 8CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING General Conditions NOTE: Field inspection work conditions are established by contract with Operating Engineers, Local 12. NOTE: A minimum of 24 hours notice is required for testing and inspection services. NOTE: For projects subject to a Project Labor Agreement (PLA), if terms/conditions of the PLA are more restrictive those terms/conditions will apply. NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Administrative Fees All administrative costs including report distribution and Twining ConstructionHive system are billed at the following percentage of the monthly invoice total: Note that hard copies of reports will be sent only to governing jurisdictions that mandate them. All other parties will receive reports electronically. The administrative fee above will receive reports electronically. The administrative fee above will be increased by 1% if additional hard copies of reports are requested. Minimum Charges (Inspection and Technician Personnel Only - Other Personnel Charged on Portal to Portal Basis) 2-Hour Minimum: Inspector arrives at jobsite, no work to perform. 4-Hour Minimum: 1 to 4 hours of inspection 8-Hour Minimum: Over 4 to 8 hours of inspection Regular Time (All Types of Inspection and also All Non-Exempt Employees) The first 8 hours worked Monday through Friday between 5:00 a.m. and 5:00 p.m. except as noted otherwise below. Time and One-Half (All Types of Inspection and also All Non-Exempt Employees) All shifts will be billed based on the time and date of their start. Any increment past 8 hours through 12 hours worked Monday through Friday and the first 12 hours on Saturday. Time and one-half will also be charged for the first four hours before 5:00 a.m. and after 5:00 p.m. Double Time (All Types of Inspection and also All Non-Exempt Employees) All shifts will be billed based on the time and date of their start. After the first 12 hours worked Monday through Saturday, all day Sunday, holidays. After the first four hours worked before 5:00 a.m. and after 5:00 p.m. Holidays are New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving, the day after Thanksgiving and Christmas Day. Meal Period When personnel are required by their duties to work more than five consecutive hours without a one-half hour uninterrupted meal period, one half hour at double time rate will be charged in addition to any applicable overtime for actual hours worked. Shift Differential (Applies to Regularly Scheduled Shifts Only) A $1.00 per hour shift differential premium will be charged for all inspection hours that fall outside of the 5:00 a.m. to 5:00 p.m. time period. Twining will require 48-hour notice along with the General Contractors approved shift letter prior to beginning a shift that will include hours falling outside this time period. Should this notice not be provided, all work performed on that shift will be billed at the applicable overtime or double time rate. If three shifts per day are required, the first shift will be billed at the standard rate. The second shift shall be billed in accordance with the previous paragraph. The third shift shall be billed at 8 hours for the first 6 1/2 hours worked and appropriate overtime or double time for all hours thereafter. Travel Time and Mileage For projects outside a 50-mile radius from the nearest Twining facility, $0.70 per excess mile to and from the project will be charged for inspectors and technicians. Other than small tools, whenever project related equipment is required to be transported to and from the project site, time and mileage for inspectors and field technicians will be billed on a portal to portal basis. For all projects, $0.70 per mile rate and applicable travel time will be charged portal to portal for engineers, consultants, supervisors, and laboratory technicians from the laboratory to the project site and return. For work locations located 100 miles or more from Twining, travel time will be charged at the relevant rate for inspectors and technicians in addition to a subsistence allowance. Weekend Sample Pick-Ups In order to be in strict conformance with testing standards, it may be required that weekend pick-ups be performed (e.g. concrete specimens cast on Friday must be picked up on weekend in order to be in conformance with ASTM C31 requiring specimens to be moved to their final curing location within 48 hours of casting.) Applicable charges for weekend work will apply when this is required. Should these charges not be authorized, Twining will not be liable for any negative consequences. Reimbursable Expenses Parking, air fare, car rental, food, lodging and project specific software/applications (e.g. PlanGrid, Procore, etc.) will be charged at cost plus 20% per processed invoice, unless provided by client. Project Specific Documents Costs presented assume that client will provide project specific documents (plans, specifications, submittals, RFIs, etc.) for all inspection personnel. Should project specific documents be provided electronically through a "for fee" service, the client will be responsible for providing access and paying any fees for the service. Project Site Facilities Prices quoted assume that initial curing facilities for test samples that comply with relevant test standards and project requirements are provided by others. In addition, prices quoted assume that work/desk space for inspection staff are provided by others. Additional costs will apply should Twining be required to provide such facilities. Subsistence Subsistence on remote jobs will be charged per quotation. Laboratory Testing Hours and Expedited Testing Please note that laboratory testing will be billed on an hourly basis for non-standard tests. If testing is required to be performed on Saturdays, Sundays, holidays, or before 5:30 a.m. or after 4:00 p.m. on weekdays, an additional hourly charge, at the applicable regular, overtime or doubletime rate, with a minimum of one hour will be applied for the laboratory technician. For rush testing a 50% surcharge in addition to the regular test rate will apply. Charges for Subcontracted Services Material sent to outside laboratory for testing: Material sent to outside fabricator or machine shop: Glu-Lam beam inspection: Other subcontractors: Project exclusive equipment purchase: Cost plus 20% Cost plus 20% Cost plus 20% 4% Cost plus 20% Cost plus 20% 5 568 9CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | TWINING General Conditions, Continued Limit of Liability Client agrees to limit Twining's aggregate liability to all entities for alleged or actual errors and omissions in the performance of its professional services under this agreement to $50,000.00 or the fees actually paid to Twining, whichever amount is greater. Higher limits may be available by quotation. Certified Payroll Certified payroll will be provided, upon request, at an additional charge of $150.00/month. Fee applies to every month that certified payroll must be submitted regardless of whether or not services were provided for any given month. Final Reports Required by Jurisdiction If a final report or affidavit is required, we must first review all inspection and testing reports and clear up any unresolved issues on these reports. These issues will typically require approval by the engineer or architect of record. This process can take several weeks or just a day, depending on the number and complexity of the issues. Cost for final reports will be billed hourly. Terms of Payment Fees charged are for professional and technical services and are due upon presentation. If not paid within 30 days from date of invoice, they are considered past due and the maximum legal finance charge will be added to the unpaid balance. In addition, should the client require that invoices be submitted through a web based or electronic system, the client will be responsible for all costs associated with the use of the system. A 3% fee will be applied for payments processed by credit card. All invoice errors or necessary corrections shall be brought to the attention of Twining within 15 days of receipt of invoice. Thereafter, customer acknowledges invoices are correct and valid. Twining reserves the right to terminate its services to a customer without notice if all invoices are not current. Upon such termination of services, the entire amount accrued for all services performed shall immediately become due and payable. Customer waives any and all claims against Twining, its subsidiaries, affiliates, servants and agents for termination of work on account of these terms. In the event of any litigation arising from or related to any agreement to provide services whether verbal or written, the prevailing party shall be entitled to recover from the non- prevailing party all reasonable costs incurred, including staff time, court costs, attorney's fees and all other related expenses in such litigation. Additionally, in the event of a non- adjudicative settlement of litigation between the parties or a resolution of dispute by arbitration, that same process shall determine the prevailing party. Hold Specimens All "hold" specimens are charged at the applicable test rate whether tested or not. Specimen Sampling and Disposal Twining samples materials used in construction in accordance with standard practices, methods, codes and relevant project requirements. Representativeness of sampling and same accuracy of testing are subject to the same probabilistic and precision limitations as governing standards, codes and project technical provisions. Should samples be provided by others Twining cannot warrant or guarantee that material is representative of material that is or will be used in actual construction of the project. Specimens will be discarded after testing unless Twining has been notified prior to testing that the customer wishes to retrieve the specimens or storage arrangements are made. Oversize Specimens An extra charge will be made when test specimens require more than one person to handle because of size or weight. Elevated Work Platforms In the event an elevated work platform is required to safely complete our inspections, the client must provide safe access, including a trained and certified operator, to Twining inspection and testing personnel. Should Twining be required to supply an elevated work platform, we will contract with a qualified vendor and the markups shown above will apply. 6 569 10CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | ULTRASYSTEMS STANDARD RATE SCHEDULE Effective January 2023 PROFESSIONAL STAFF Hourly Principal $185 Director $175 Senior Project Manager $165 Project Manager $160 Senior Principal Engineer $175 Senior Scientist/Engineer $165 Scientist/Engineer $150 Staff Scientist/Engineer $140 Senior Planner $125 Associate Planner $120 Planner/Environmental Analyst $110 Senior Biologist II $130 Senior Biologist I $125 Staff Biologist II $120 Staff Biologist I $110 Associate Biologist $100 Cultural Specialist $135 Archaeologist $120 Cultural Monitor $85 Senior GIS Analyst $110 GIS Technician $100 Word Processor $75 Intern $50 Building Services Field Management $145 ACM Air Monitor/Lead Inspector/Sampling $88 Note: ACM/LBP Removal quoted per job basis FIELD EQUIPMENT Daily Weekly Excavation Screen $5 $20 Field Supplies (shovels, health and safety, flagging, binoculars, etc.) $15 $60 Garmin GPS (non-Trimble) $5 $20 iPad Data Tablet $25 $100 Kestrel Anemometer (or equivalent) $5 $20 Photoionization detector (PID) or equivalent $100 $400 Quest SoundPro SP-DL-1–1/3 Sound Level Meter (or equivalent) $110 $440 RKI GX-2003 Multi-Gas Meter (or equivalent) $65 $260 Trimble Geo7x GPS Unit with Rangefinder (or equivalent) $120 $560 XRF Analyzer $95 $380 Consultant support (printing, reproduction and other direct expenses) will be billed at a rate of cost plus ten (10) percent. Automobile mileage will be charged at IRS standard rates. Travel time will be billed as indicated in the hourly rate schedule above. Invoices will be submitted monthly for work in progress and at completion of contract obligations, and are payable upon receipt. Fees not paid within thirty (30) days of invoice date may be assessed an interest charge of one and one-half (1.5) percent per month, from the date due (net 30). Attorney fees and court costs incurred for collection of delinquent accounts will be borne by the client. 570 11CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | CWE 2021 Rate Sheet Engineer/Scientist Rate/Hour Principal $309 Senior Project Manager $296 Project Manager $265 Technical Manager $239 Task Leader $215 Principal Engineer $201 Senior Engineer $184 Project Engineer $172 Staff Engineer $152 Assistant Engineer $115 Senior Environmental Scientist $183 Environmental Scientist $140 Environmental Analyst $103 Construction Services Construction Manager $206 Senior Construction Inspector $152 Construction Inspector $143 Field Survey Licensed Surveyor $197 3-Person Survey Crew $376 2-Person Survey Crew $307 Support Services Landscape Architect $196 GIS Specialist $141 Senior Engineering Technician $113 Engineering Technician $99 CADD Designer $94 Project Coordinator $131 Administrative Assistant $124 General Direct Expenses Cost + 10% Subcontract Services Cost + 10% Specialized Computer Applications (per hour) $15 Mileage Current IRS Rate Field Vehicle – Hourly $12/hour Field Vehicle – Daily $80/day Field Vehicle – Monthly $1,500/month B&W Photocopies (per page) $0.10 Color Photocopies (per page) $0.50 Rates will be adjusted annually based on the US Department of Labor, Bureau of Labor Statistics, Consumer Price Index for All Urban Consumers. Rates for field equipment, health and safety equipment, and graphical supplies presented upon request. Based on CWE maintaining General Liability Insurance for bodily injury and property damage with an aggregate limit of $2,000,000 per occurrence. In the event the client desires additional coverage, CWE will, upon the client's written request, obtain additional insurance and adjust the above billing rates accordingly. 571 12CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | MOFFAT & NICHOL RATE SCHEDULE FOR PROFESSIONAL SERVICES Effective February 1, 2022, Until Revised CLASSIFICATION HOURLY RATES PROFESSIONALS Supervisory Engineer/Scientist $ 306.00 Senior Engineer/Scientist $ 286.00 Engineer/Scientist III $ 271.00 Engineer/Scientist II $ 237.00 Engineer/Scientist I $ 213.00 Staff Engineer/Scientist $ 171.00 TECHNICIANS Senior Technician $ 231.00 Designer $ 218.00 CADD II $ 187.00 CADD I $ 139.00 CLERICAL Project Controls/Word Processing $ 139.00 General Clerical $ 109.00 SPECIAL Principal Engineer/Scientist $ 321.00 Deposition & Trial Testimony $ 574.00 REIMBURSABLE EXPENSES (Unless Otherwise Provided in Written Agreement) Subcontracts or Outside Services Cost +10% Reproductions -In House Mylar Plots (B/W) Color Plots Vellum Plots (B/W) Bond Plots (B/W) Drawing Reproduction Document Reproduction -Outside Reproduction Travel Company Auto Rental Vehicle Airfare Meals and Lodging $2.50/SF $4.50/SF $1.50/SF $1.00/SF Cost +10% $0.15/sheet Cost +10% Prevailing IRS Cost Cost Cost 572 13CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | FWCSE FICCADENTI WAGGONER and CASTLE Structural Engineers FEE SCHEDULE FOR PROFESSIONAL ENGINEERING SERVICES Personnel Hourly Billing Rates Principal $250.00 Senior Project Engineer $200.00 Senior Design Manager $180.00 Senior Designer $170.00 Project Engineer $170.00 Project Designer $160.00 Design Engineer $150.00 Designer $150.00 Clerical $65.00 Rates effective calendar year 2023 573 14CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | GRUEN ASSOCIATES Prime Firm: CLASSIFICATION Partner-in-Charge Senior Project Manager Project Manager Director of Planning Senior Planner Intermediate Planner Junior Planner Director of Design Senior Designer Intermediate Designer Junior Designer Director of Production Technical Manager/Job Captain Senior Architect Project Architect Senior Draftsman Intermediate Draftsman Junior Draftsman Director of Construction Admin Phase Services On Site Senior Construction Coordinator Senior Construction Coordinator Intermediate Construction Coordinator Junior Construction Coordinator Construction Administration File Clerk Senior Interior Designer Intermediate Interior Designer Junior Interior Designer Director of Landscape Architecture Senior Landscape Architect Intermediate Landscape Architect Junior Landscape Designer Director of BIM Senior BIM Technician Intermediate BIM Technician Junior BIM Technician QA/QC Manager Senior Administrative Assistant Intermediate Adminitrative Assistant Junior Adminitrative Assistant 135.00$ STANDARD HOURLY RATES Gruen Associates HOURLY RATE 365.00$ 275.00$ 250.00$ 235.00$ 200.00$ 160.00$ 230.00$ 320.00$ 175.00$ 150.00$ 120.00$ 306.00$ 230.00$ 200.00$ 180.00$ 190.00$ 145.00$ 125.00$ 110.00$ 280.00$ 160.00$ 140.00$ 105.00$ 95.00$ 170.00$ 150.00$ 125.00$ 225.00$ 135.00$ 125.00$ 85.00$ 70.00$ 230.00$ 220.00$ NA NA 245.00$ 165.00$ 574 15CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | MIG Labor Category / Title Hourly Billing Rate Vice President Senior Project Manager 155$ Project Manager 135$ Senior Project Associates I 100$ Senior Project Associates II 125$ Senior Project Associates III 140$ Project Manager II 145$ Project Manager 150$ Principal I 215$ Principal II 225$ Principal III 240$ Title: __Principal______________________________________________ Consultant Rates Consultant Verification Reviewed and Approved By Signature: _________________________________ Date: _01-27-22___ Print Name: __Esmeralda A. Garcia_______________________________ 575 16CITY OF HERMOSA BEACHRATE SCHEDULE FOR RFQ #23-001 ON -CALL CIVIL ENGINEERING SERVICES SECTION 3.2.8 | RATE SCHEDULE | AVANT-GARDE 807 S. Lemon Ave, Diamond Bar, CA 91789 tel: 909.895-7146 • fax: 909.859.3881 • www.agi.com.co HOURLY RATE SCHEDULE Effective through June 30, 2023 Rates are negotiable and can be modified to establish a fee for each assignment based on the specific project’s scope when such projects are identified by the City. Program Director .................................... $130 Program Manager .................................. $110 Senior Program Coordinator ................. $95 Program Coordinator ............................. $85 Program Assistant ................................... $75 The above fees will be increased each year July 1st automatically by no more than the percentage change of the Los Angeles-Long Beach-Anaheim California Consumer Price Index for All Urban Consumers (“CPI-U”) for the preceding twelve-month period as calculated for February by the US Department of Labor and published by the US Bureau of Labor Statistics. 576 CONTRACT FOR PROFESSIONAL SERVICES TO PROVIDE ON-CALL CIVIL ENGINEERING SERVICES BETWEEN THE CITY OF HERMOSA BEACH AND PSOMAS This AGREEMENT is entered into this 28 day of February 2023, by and between the CITY OF Hermosa Beach, a general law city a municipal corporation (“CITY”) and PSOMAS, a Corporation (“CONSULTANT”). R E C I T A L S A. The City desires to obtain on-call civil engineering services for CIP and Non-CIP Projects. B. The City does not have the personnel able and/or available to perform the services required under this agreement and therefore, the City desires to contract for consulting services to accomplish this work. C. The Consultant warrants to the City that it has the qualifications, experience and facilities to perform properly and timely the services under this Agreement. D. The City desires to contract with the Consultant to perform the services as described in Exhibit A of this Agreement. NOW, THEREFORE, based on the foregoing recitals, the City and the Consultant agree as follows: 1 CONSIDERATION AND COMPENSATION As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, attached as EXHIBIT A. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement. As additional consideration, CITY agrees to pay CONSULTANT a total amount not to exceed $1,000,000.00, for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. CITY OF HERMOSA BEACH 1315 Valley Drive, Hermosa Beach, CA, 90254 577 City of Hermosa Beach Page 2 of 12 No additional compensation shall be paid for any other expenses incurred, unless first approved by the City Manager or his/her designee. CONSULTANT shall submit to CITY, by not later than the 10th day of each month, its invoice for services itemizing the fees and costs incurred during the previous month. CITY shall pay CONSULTANT all uncontested amounts set forth in CONSULTANT’s invoice within 30 days after it is received. 2 SCOPE OF SERVICES. CONSULTANT will perform the services and activities set forth in the SCOPE OF SERVICE attached hereto as Exhibit A and incorporated herein by this reference. Except as herein otherwise expressly specified to be furnished by CITY, CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space, and facilities necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. 3 PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit an invoice to CITY which lists the reimbursable costs, the specific tasks performed, and, for work that includes deliverables, the percentage of the task completed during the billing period in accordance with the schedule of compensation incorporated in “Exhibit A.” 4 TIME OF PERFORMANCE. The services of the CONTRACTOR are to commence upon receipt of a notice to proceed from the CITY and shall continue until all authorized work is completed to the CITY’s reasonable satisfaction, in accordance with the schedule incorporated in “Exhibit A,” unless extended in writing by the CITY. 5 FAMILIARITY WITH WORK. By executing this Agreement, CONSULTANT represents that CONSULTANT has (a) thoroughly investigated and considered the scope of services to be performed; (b) carefully considered how the services should be performed; and (c) understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. 6 KEY PERSONNEL. CONSULTANT’s key person assigned to perform work under this Agreement is Arief Naftali. CONSULTANT shall not assign another person to be in charge of the work contemplated by this Agreement without the prior written authorization of the City. 7 TERM OF AGREEMENT. The term of this Agreement shall commence upon execution by both parties and shall expire on February 28, 2028, unless earlier termination occurs under Section 11 of this Agreement, or this Agreement is extended in writing in advance by both parties. 8 CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum 578 City of Hermosa Beach Page 3 of 12 and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. 9 TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. 10 PERMITS AND LICENSES. CONTRACTOR will obtain and maintain during the term of this Agreement all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 11 TERMINATION. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination shall be in writing. CONSULTANT may terminate this Agreement. Notice will be in writing at least 30 days before the effective termination date. In the event of such termination, the CONTRACTOR shall cease services as of the date of termination, and all finished or unfinished documents, data, drawings, maps, and other materials prepared by CONSULTANT shall, at CITY’s option, become CITY’s property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. 12 INDEMNIFICATION. To the extent permitted by law, CONSULTANT shall indemnify, and hold harmless CITY, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation) of every nature to the extent caused by CONSULTANT's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this AGREEMENT. CONSULTANT shall promptly pay any final judgment rendered against CITY (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONSULTANT’s negligence, recklessness or willful misconduct. CONSULTANT shall reimburse the CITY its costs of defense, including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation to the extent such fees, costs and all other costs are determined by the court of competent jurisdiction to have been caused by the actual negligence, recklessness or willful misconduct of the Consultant. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The requirements as to the types and limits of insurance coverage to be maintained by CONSULTANT as required by Section 17, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and 579 City of Hermosa Beach Page 4 of 12 obligations otherwise assumed by CONSULTANT pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. 13 ASSIGNABILITY. This Agreement is for CONSULTANT’s professional services. CONSULTANT’s attempts to assign the benefits or burdens of this Agreement without CITY’s written approval are prohibited and will be null and void. 14 INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. 15 AUDIT OF RECORDS. CONSULTANT agrees that CITY, or designee, has the right to review, obtain, and copy all records pertaining to the performance of this Agreement. CONSULTANT agrees to provide CITY, or designee, with any relevant information requested and will permit CITY, or designee, access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this Agreement. CONSULTANT further agrees to maintain such records for a period of three (3) years following final payment under this Agreement. CONSULTANT will keep all books, records, accounts and documents pertaining to this Agreement separate from other activities unrelated to this Agreement. 16 CORRECTIVE MEASURES. CONSULTANT will promptly implement any corrective measures required by CITY regarding the requirements and obligations of this Agreement. CONSULTANT will be given a reasonable amount of time as determined by the City to implement said corrective measures. Failure of CONSULTANT to implement required corrective measures shall result in immediate termination of this Agreement. 17 INSURANCE REQUIREMENTS. A. The CONSULTANT, at the CONSULTANT’s own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies: 1. Workers Compensation Insurance as required by law. The Consultant shall require all subcontractors similarly to provide such compensation insurance for their respective employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the CITY at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of 580 City of Hermosa Beach Page 5 of 12 subrogation against the CITY, its officers, agents, employees, and volunteers for losses arising from work performed by the CONTRACTOR for City. 2. General Liability Coverage. The CONSULTANT shall maintain commercial general liability insurance in an amount of not less than two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. The CONSULTANT shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired, and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. 4. Professional Liability Coverage. The CONSULTANT shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors, or omissions which may arise from the CONSULTANT’S operations under this Agreement, whether such operations be by the CONSULTANT or by its employees, subcontractors, or sub-consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single-limit-per- occurrence basis. When coverage is provided on a “claims made basis,” CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. B. Endorsements. Each general liability, automobile liability and professional liability insurance policy shall be issued by a financially responsible insurance company or companies admitted and authorized to do business in the State of California, or which is approved in writing by City, and shall be endorsed as follows. CONSULTANT also agrees to require all contractors, and subcontractors to do likewise. 1. “The CITY, its elected or appointed officers, officials, employees, agents, and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONSULTANT, including materials, parts, or equipment furnished in connection with such work or operations.” 2. This policy shall be considered primary insurance as respects the CITY, its elected or appointed officers, officials, employees, agents, and volunteers. Any insurance maintained by the CITY, including any self-insured retention the CITY may have, shall be considered excess insurance only and shall not contribute with this policy. 581 City of Hermosa Beach Page 6 of 12 3. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 4. The insurer waives all rights of subrogation against the CITY, its elected or appointed officers, officials, employees, or agents. 5. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the CITY. C. CONSULTANT agrees to provide immediate notice to CITY of any claim or loss against Contractor arising out of the work performed under this agreement. CITY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve CITY. D. Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the CITY’s option, the CONSULTANT shall demonstrate financial capability for payment of such deductibles or self-insured retentions. E. The CONSULTANT shall provide certificates of insurance with original endorsements to the CITY as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the CITY on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the CITY at all times during the term of this Agreement. F. Failure on the part of the CONSULTANT to procure or maintain required insurance shall constitute a material breach of contract under which the CITY may terminate this Agreement pursuant to Section 11 above. G. The commercial general and automobile liability policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s behalf upon the Consultant’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. 18 USE OF OTHER CONSULTANTS. CONSULTANT must obtain CITY’s prior written approval to use any sub-consultants while performing any portion of this Agreement. Such approval must include approval of the proposed consultant and the terms of compensation. 582 City of Hermosa Beach Page 7 of 12 19 FINAL PAYMENT ACCEPTANCE CONSTITUTES RELEASE. The acceptance by the CONSULTANT of the final payment made under this Agreement shall operate as and be a release of the CITY from all claims and liabilities for compensation to the CONSULTANT for anything done, furnished or relating to the CONSULTANT’S work or services. Acceptance of payment shall be any negotiation of the CITY’S check or the failure to make a written extra compensation claim within ten (10) calendar days of the receipt of that check. However, approval or payment by the CITY shall not constitute, nor be deemed, a release of the responsibility and liability of the CONSULTANT, its employees, sub-consultants and agents for the accuracy and competency of the information provided and/or work performed; nor shall such approval or payment be deemed to be an assumption of such responsibility or liability by the CITY for any defect or error in the work prepared by the Consultant, its employees, sub-consultants and agents. 20 CORRECTIONS. In addition to the above indemnification obligations, the CONSULTANT shall correct, at its expense, all errors in the work which may be disclosed during the City’s review of the Consultant’s report or plans. Should the Consultant fail to make such correction in a reasonably timely manner, such correction shall be made by the CITY, and the cost thereof shall be charged to the CONSULTANT. In addition to all other available remedies, the City may deduct the cost of such correction from any retention amount held by the City or may withhold payment otherwise owed CONSULTANT under this Agreement up to the amount of the cost of correction. 21 NON-APPROPRIATION OF FUNDS. Payments to be made to CONSULTANT by CITY for services preformed within the current fiscal year are within the current fiscal budget and within an available, unexhausted fund. In the event that CITY does not appropriate sufficient funds for payment of CONSULTANT’S services beyond the current fiscal year, the Agreement shall cover payment for CONSULTANT’S services only to the conclusion of the last fiscal year in which CITY appropriates sufficient funds and shall automatically terminate at the conclusion of such fiscal year. 22 NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: CITY CONSULTANT City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 ATTN: Joe SanClemente Psomas 555 South Flower Street, Suite 4300 Los Angeles, CA 90074 ATTN: Arief Naftali 583 City of Hermosa Beach Page 8 of 12 Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. Courtesy copies of notices may be sent via electronic mail, provided that the original notice is deposited in the U.S. mail or personally delivered as specified in this Section. A.SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT’s bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT’s bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. B.THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT’s or CITY’s obligations under this Agreement. C.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. D.ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. E.RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. F.AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment with signatures of all parties to this Agreement. CITY’s city manager, or designee, may execute any such amendment on behalf of CITY. 23 ACCEPTANCE OF FACSIMILE OR ELECTRONIC SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission or scanned and delivered 584 City of Hermosa Beach Page 9 of 12 via electronic mail. Such facsimile or electronic mail copies will be treated in all respects as having the same effect as an original signature. 24 FORCE MAJEURE. Should performance of this Agreement be impossible due to fire, flood, explosion, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties’ control, then the Agreement will immediately terminate without obligation of either party to the other. 25 TIME IS OF ESSENCE. Time is of the essence to comply with dates and schedules to be provided. 26 ATTORNEY’S FEES. The parties hereto acknowledge and agree that each will bear his or its own costs, expenses and attorneys' fees arising out of and/or connected with the negotiation, drafting and execution of the Agreement, and all matters arising out of or connected therewith except that, in the event any action is brought by any party hereto to enforce this Agreement, the prevailing party in such action shall be entitled to reasonable attorneys' fees and costs in addition to all other relief to which that party or those parties may be entitled. 27 STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public agency. 28 OWNERSHIP OF DOCUMENTS. It is understood and agreed that the City shall own all documents and other work product of the Consultant, except the Consultant’s notes and workpapers, which pertain to the work performed under this Agreement. The City shall have the sole right to use such materials in its discretion and without further compensation to the Consultant, but any re-use of such documents by the City on any other project without prior written consent of the Consultant shall be at the sole risk of the City. 29 USE OF LOGO. The CITY grants the CONSULTANT permission to use its name, logo and/or trademark in deliverables produced by the CONSULTANT on the behalf of the CITY, such as written reports, presentation slides, press releases, social media graphics, and other public outreach materials. The CITY’s prior review of artwork and written approval is required for any use of CITY logo. CITY will provide an electronic copy of the most current logo to the CONSULTANT for use in materials. The CONSULTANT will, in turn, only use the most current logo of the CITY. 30 DISCLOSURE REQUIRED. (City and Consultant initials required at one of the following paragraphs) 585 City of Hermosa Beach Page 10 of 12 By their respective initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is a “consultant” for the purposes of the California Political Reform Act because Consultant’s duties would require him or her to make one or more of the governmental decisions set forth in Fair Political Practices Commission Regulation 18700.3(a) or otherwise serves in a staff capacity for which disclosure would otherwise be required were Consultant employed by the City. Consultant hereby acknowledges his or her assuming-office, annual, and leaving-office financial reporting obligations under the California Political Reform Act and the City’s Conflict of Interest Code and agrees to comply with those obligations at his or her expense. Prior to consultant commencing services hereunder, the City’s Manager shall prepare and deliver to consultant a memorandum detailing the extent of Consultant’s disclosure obligations in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ OR By their initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is not a “consultant” for the purpose of the California Political Reform Act because Consultant’s duties and responsibilities are not within the scope of the definition of consultant in Fair Political Practice Commission Regulation 18700.3(a) and is otherwise not serving in staff capacity in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ 31 COMPLIANCE WITH COVID-19 VACCINATION POLICY. All CONSULTANT’S employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully vaccinated from COVID-19. CONSULTANT agrees to certify in writing to CITY that it complies with the foregoing. IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF HERMOSA BEACH CONSULTANT [MAYOR/CITY MANAGER]By:NAME/TITLE 586 City of Hermosa Beach Page 11 of 12 ATTEST: Myra Maravilla, City Clerk Taxpayer ID No. APPROVED AS TO FORM: Patrick Donegan, City Attorney 587 City of Hermosa Beach Page 12 of 12 Exhibit A On-Call Civil Engineering Scope of Services The selected Consultant shall assist the City’s Public Works Department in the preparation of the designs of Capital Improvement Projects (CIPs) and other as- needed work in support of the Department’s programs, plans, and services. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described below: The scope of work includes, but is not limited to, the following services: Design of various Capital Improvement Projects (CIPs) in support of the Public Works Department (i.e., plans, specifications, cost estimates, permits, supporting analysis, coordination, etc.) Structural inspection and design, including but not limited to the municipal pier (above and below water), parking structures, buildings, and retaining walls, etc. Design of roadway resurfacing projects including sidewalk improvements and curb ramps to current accessibility standards, pedestrian safety improvements, enhanced signage and markings, traffic signal modifications, etc. Utility infrastructure analysis and design (e.g., storm drains and sewer) Land Surveying (e.g., design level survey, right-of-way investigations, map/easement and legal description preparation, etc.) Geotechnical Engineering (e.g., soils report, slope stability, retaining walls, etc.) Electrical engineering for evaluation and design of street and park lighting, etc. Construction Support services including, but not limited to, attending construction meetings, responding to requests for information, inspection, reviewing contract submittals, and evaluating design changes during construction. Agency and Permit Coordination in support of the design and approval of City CIP projects and other maintenance needs (i.e., Caltrans coordination and permits, California Coastal Commission, Los Angeles County, etc.) Assist with development of engineering design standards, guidelines, and procedures in support of the Public Works Department. 588 1 Los Angeles and Valencia Service Areas IN-OFFICE SERVICES Effective from January 1, 2023 - December 31, 2023 Administrative/Project Assistant $ 95 - $125 Drafter/Design Drafter $125 - $160 Civil Engineering Designer/Engineer $115 - $150 Surveyor/Project Surveyor/GIS Specialist/Photogrammetrist $115 - $190 Planners/Assistant Planner/Expeditor/Senior Planner $115 - $185 Project Designer/Professional Engineer/Project Engineer $150 - $180 Sr. Project Engineer/Sr. Project Surveyor/Sr. GIS Specialist $180 - $220 Project Management $180 - $260 Principal/Director $235 - $335 SURVEY HOURLY RATES - FIELD SERVICES Effective from October 1, 2022 - September 30, 2023 One-Person Survey Party $240 Two-Person Survey Party $345 Three-Person Survey Party $440 Field Supervisor $180 Hourly rates for field survey parties include normal usage of field equipment and are fully equipped rates. Per Diem is calculated at current State Department of Transportation rates (or other appropriate Agency rate). SPECIAL EQUIPMENT AND OTHER COSTS Effective from October 1, 2022 - September 30, 2023 3D Laser Scanner (Static) $250 per day 3D Laser Scanner (Mobile Mapping System) $5,000 per day Standard computer and technology costs are incorporated into the hourly rates shown above. REIMBURSABLES Mileage at current IRS allowable rate and parking expenses incurred by office employees are charged at cost. Prints, plots, messenger service, subsistence, air travel, and other direct expenses will be charged at cost plus ten percent. The services of outside consultants will be charged at cost plus fifteen percent. The above schedule is for straight time. Overtime will be charged at 135 percent of the standard hourly rates. Sundays and holidays will be charged at 170 percent of the standard hourly rates. Rates by Psomas and its subconsultants are guaranteed within the timelines indicated. They will be subject to future rate increases at rates that are not-to-exceed Consumer Price Index for the preceding 12-month period, during the 5-year contract. 2023 Fee Schedule 589 2 2023-25 SCHEDULE OF CHARGES PACE-HERMOSA BEACH PROFESSIONAL SERVICES Document Preparation and Project Services $ 110.00/hour CAD/GIS Design Engineer $ 130.00/hour Staff Engineer or Geologist $ 170.00/hour Senior Staff Engineer or Geologist $ 190.00/hour Project Engineer or Geologist $ 210.00/hour Senior Engineer or Geologist $ 240.00/hour Associate Engineer or Geologist $ 260.00/hour Principal/Director $ 285.00/hour FIELD INSPECTION & TESTING SERVICES Staff Engineering Technician $ 110.00/hour* •Services provided under direct supervision of a Senior Engineering Technician Senior Engineering Technician $ 130.00/hour* •Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc. •Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. Registered Special Inspector (No 4-hour minimum) $ 130.00/hour* •Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. •Reinforced concrete, Post-Tension, Masonry, Welding, Bolting, Fireproofing Instrumentation Engineer $ 165.00/hour •Slope inclinometer and Piezometer monitoring •Manometer for floor-level surveys •Stormwater turbidity & pH meter •Groundwater monitoring - pressure transducer, datalogger, water chemistry meter, etc. •Pipeline video camera for drains, wells, etc. Engineering Seismological Technician (includes 3-channel seismograph) $ 165.00/hour •Blast vibration monitoring •Construction vibration & noise monitoring (pile driving, drilling, demolition, etc.) *Notes: (1) Rates include vehicle, nuclear density gauge, and equipment for testing, inspection, and sampling. (2) No 4-hour minimum charges apply, except for night work. (3) Overtime is charged at 1.5 times the base rate. Overtime is defined as time worked on the project in excess of 8 hours per day and all time on Saturdays, Sundays, and holidays. (4) Prevailing Wage projects, additional hourly surcharge for Field Personnel per CA Labor Code §1720, et seq. Add $ 35.00/hour LABORATORY TESTING SERVICES Laboratory Testing $ 140.00/hour (For special materials testing and laboratory costs on a per-test basis, see GMU’s Laboratory Fee Schedule) OTHER CHARGES Outside Services Cost Reimbursables & Reprographics Cost 590 3 591 4 engineering consultants | 34300 Gateway Drive, Suite 120, Palm Desert, CA 92211 rtmassociates.com | 760.340.9005 | MBE Certified Business Billing Rate Schedule* January 1, 2023 – December 31, 2023 Title / Category Rate per Hour Principal $282 Associate $230 Engineer $204 Designer $150 CAD/Revit Technician $120 Clerical $80 *Subject to review annually 592 5 MONUMENT RIGHT-OF-WAY 2023 HOURLY RATE SCHEDULE RRiigghhtt ooff WWaayy MMaannaaggeemmeenntt && IImmpplleemmeennttaattiioonn Program Manager / Principal $275.00 per hour Senior Project Manager / Sr. Utility Project Manager $200.00 per hour ROW Project Manager 2 / Utility Project Manager 2 BJ Swanner, ROW Project Manager 2 / Curtis Bibolet, SR/WA, R/W-AMC, Utility Project Manager 2, California Real Estate Salesperson, CA#02008725 $180.00 per hour ROW Project Manager 1 / Utility Project Manager 1 $150.00 per hour Utility Coordinator $115.00 per hour Senior Acquisition Agent / Senior Relocation Agent / Senior Analyst $135.00 per hour Acquisition Agent 2/ Relocation Agent 2 $115.00 per hour Acquisition Agent 1/ Relocation Agent 1 $105.00 per hour Senior Project Coordinator $115.00 per hour Project Coordinator $95.00 per hour Researcher $85.00 per hour Project Support / Administrative Professional Staff $80.00 per hour Project Support Specialist $70.00 per hour The above hourly rates are exclusive of local travel/mileage, photocopying, first class postage and overnight courier service . These expenses including out-of-pocket expenses such as pre-approved travel and lodging, outside exhibit preparation, requested overnight courier or registered and/or certified mail (return receipt requested) charges, and specialty reproduction (unless otherwise specified) are in addi tion to the contract amount and will be charged at cost plus ten percent (+10%) for administration, coordination, and handling. Subcontracted services, other than those listed above, will be invoiced at cost plus ten percent (+10%). 593 CONTRACT FOR PROFESSIONAL SERVICES TO PROVIDE ON-CALL CIVIL ENGINEERING SERVICES BETWEEN THE CITY OF HERMOSA BEACH AND JOHN M. CRUIKSHANK CONSULTANTS, INC This AGREEMENT is entered into this 28 day of February 2023, by and between the CITY OF Hermosa Beach, a general law city a municipal corporation (“CITY”) and John M. Cruikshank Consultants, Inc., a Corporation (“CONSULTANT”). R E C I T A L S A. The City desires to obtain on-call civil engineering services for CIP and Non-CIP Projects. B. The City does not have the personnel able and/or available to perform the services required under this agreement and therefore, the City desires to contract for consulting services to accomplish this work. C. The Consultant warrants to the City that it has the qualifications, experience and facilities to perform properly and timely the services under this Agreement. D. The City desires to contract with the Consultant to perform the services as described in Exhibit A of this Agreement. NOW, THEREFORE, based on the foregoing recitals, the City and the Consultant agree as follows: 1 CONSIDERATION AND COMPENSATION As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, attached as EXHIBIT A. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement. As additional consideration, CITY agrees to pay CONSULTANT a total amount not to exceed $1,000,000.00, for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. CITY OF HERMOSA BEACH 1315 Valley Drive, Hermosa Beach, CA, 90254 594 City of Hermosa Beach Page 2 of 12 No additional compensation shall be paid for any other expenses incurred, unless first approved by the City Manager or his/her designee. CONSULTANT shall submit to CITY, by not later than the 10th day of each month, its invoice for services itemizing the fees and costs incurred during the previous month. CITY shall pay CONSULTANT all uncontested amounts set forth in CONSULTANT’s invoice within 30 days after it is received. 2 SCOPE OF SERVICES. CONSULTANT will perform the services and activities set forth in the SCOPE OF SERVICE attached hereto as Exhibit A and incorporated herein by this reference. Except as herein otherwise expressly specified to be furnished by CITY, CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space, and facilities necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. 3 PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit an invoice to CITY which lists the reimbursable costs, the specific tasks performed, and, for work that includes deliverables, the percentage of the task completed during the billing period in accordance with the schedule of compensation incorporated in “Exhibit A.” 4 TIME OF PERFORMANCE. The services of the CONTRACTOR are to commence upon receipt of a notice to proceed from the CITY and shall continue until all authorized work is completed to the CITY’s reasonable satisfaction, in accordance with the schedule incorporated in “Exhibit A,” unless extended in writing by the CITY. 5 FAMILIARITY WITH WORK. By executing this Agreement, CONSULTANT represents that CONSULTANT has (a) thoroughly investigated and considered the scope of services to be performed; (b) carefully considered how the services should be performed; and (c) understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. 6 KEY PERSONNEL. CONSULTANT’s key person assigned to perform work under this Agreement is Khaled Abdo. CONSULTANT shall not assign another person to be in charge of the work contemplated by this Agreement without the prior written authorization of the City. 7 TERM OF AGREEMENT. The term of this Agreement shall commence upon execution by both parties and shall expire on February 28, 2028, unless earlier termination occurs under Section 11 of this Agreement, or this Agreement is extended in writing in advance by both parties. 8 CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum 595 City of Hermosa Beach Page 3 of 12 and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. 9 TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. 10 PERMITS AND LICENSES. CONTRACTOR will obtain and maintain during the term of this Agreement all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 11 TERMINATION. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination shall be in writing. CONSULTANT may terminate this Agreement. Notice will be in writing at least 30 days before the effective termination date. In the event of such termination, the CONTRACTOR shall cease services as of the date of termination, and all finished or unfinished documents, data, drawings, maps, and other materials prepared by CONSULTANT shall, at CITY’s option, become CITY’s property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. 12 INDEMNIFICATION. To the extent permitted by law, CONSULTANT shall indemnify, and hold harmless CITY, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation) of every nature to the extent caused by CONSULTANT's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this AGREEMENT. CONSULTANT shall promptly pay any final judgment rendered against CITY (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONSULTANT’s negligence, recklessness or willful misconduct. CONSULTANT shall reimburse the CITY its costs of defense, including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation to the extent such fees, costs and all other costs are determined by the court of competent jurisdiction to have been caused by the actual negligence, recklessness or willful misconduct of the Consultant. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The requirements as to the types and limits of insurance coverage to be maintained by CONSULTANT as required by Section 17, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and 596 City of Hermosa Beach Page 4 of 12 obligations otherwise assumed by CONSULTANT pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. 13 ASSIGNABILITY. This Agreement is for CONSULTANT’s professional services. CONSULTANT’s attempts to assign the benefits or burdens of this Agreement without CITY’s written approval are prohibited and will be null and void. 14 INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. 15 AUDIT OF RECORDS. CONSULTANT agrees that CITY, or designee, has the right to review, obtain, and copy all records pertaining to the performance of this Agreement. CONSULTANT agrees to provide CITY, or designee, with any relevant information requested and will permit CITY, or designee, access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this Agreement. CONSULTANT further agrees to maintain such records for a period of three (3) years following final payment under this Agreement. CONSULTANT will keep all books, records, accounts and documents pertaining to this Agreement separate from other activities unrelated to this Agreement. 16 CORRECTIVE MEASURES. CONSULTANT will promptly implement any corrective measures required by CITY regarding the requirements and obligations of this Agreement. CONSULTANT will be given a reasonable amount of time as determined by the City to implement said corrective measures. Failure of CONSULTANT to implement required corrective measures shall result in immediate termination of this Agreement. 17 INSURANCE REQUIREMENTS. A. The CONSULTANT, at the CONSULTANT’s own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies: 1. Workers Compensation Insurance as required by law. The Consultant shall require all subcontractors similarly to provide such compensation insurance for their respective employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the CITY at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of 597 City of Hermosa Beach Page 5 of 12 subrogation against the CITY, its officers, agents, employees, and volunteers for losses arising from work performed by the CONTRACTOR for City. 2. General Liability Coverage. The CONSULTANT shall maintain commercial general liability insurance in an amount of not less than two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. The CONSULTANT shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired, and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. 4. Professional Liability Coverage. The CONSULTANT shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors, or omissions which may arise from the CONSULTANT’S operations under this Agreement, whether such operations be by the CONSULTANT or by its employees, subcontractors, or sub-consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single-limit-per- occurrence basis. When coverage is provided on a “claims made basis,” CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. B. Endorsements. Each general liability, automobile liability and professional liability insurance policy shall be issued by a financially responsible insurance company or companies admitted and authorized to do business in the State of California, or which is approved in writing by City, and shall be endorsed as follows. CONSULTANT also agrees to require all contractors, and subcontractors to do likewise. 1. “The CITY, its elected or appointed officers, officials, employees, agents, and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONSULTANT, including materials, parts, or equipment furnished in connection with such work or operations.” 2. This policy shall be considered primary insurance as respects the CITY, its elected or appointed officers, officials, employees, agents, and volunteers. Any insurance maintained by the CITY, including any self-insured retention the CITY may have, shall be considered excess insurance only and shall not contribute with this policy. 598 City of Hermosa Beach Page 6 of 12 3. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 4. The insurer waives all rights of subrogation against the CITY, its elected or appointed officers, officials, employees, or agents. 5. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the CITY. C. CONSULTANT agrees to provide immediate notice to CITY of any claim or loss against Contractor arising out of the work performed under this agreement. CITY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve CITY. D. Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the CITY’s option, the CONSULTANT shall demonstrate financial capability for payment of such deductibles or self-insured retentions. E. The CONSULTANT shall provide certificates of insurance with original endorsements to the CITY as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the CITY on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the CITY at all times during the term of this Agreement. F. Failure on the part of the CONSULTANT to procure or maintain required insurance shall constitute a material breach of contract under which the CITY may terminate this Agreement pursuant to Section 11 above. G. The commercial general and automobile liability policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s behalf upon the Consultant’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. 18 USE OF OTHER CONSULTANTS. CONSULTANT must obtain CITY’s prior written approval to use any sub-consultants while performing any portion of this Agreement. Such approval must include approval of the proposed consultant and the terms of compensation. 599 City of Hermosa Beach Page 7 of 12 19 FINAL PAYMENT ACCEPTANCE CONSTITUTES RELEASE. The acceptance by the CONSULTANT of the final payment made under this Agreement shall operate as and be a release of the CITY from all claims and liabilities for compensation to the CONSULTANT for anything done, furnished or relating to the CONSULTANT’S work or services. Acceptance of payment shall be any negotiation of the CITY’S check or the failure to make a written extra compensation claim within ten (10) calendar days of the receipt of that check. However, approval or payment by the CITY shall not constitute, nor be deemed, a release of the responsibility and liability of the CONSULTANT, its employees, sub-consultants and agents for the accuracy and competency of the information provided and/or work performed; nor shall such approval or payment be deemed to be an assumption of such responsibility or liability by the CITY for any defect or error in the work prepared by the Consultant, its employees, sub-consultants and agents. 20 CORRECTIONS. In addition to the above indemnification obligations, the CONSULTANT shall correct, at its expense, all errors in the work which may be disclosed during the City’s review of the Consultant’s report or plans. Should the Consultant fail to make such correction in a reasonably timely manner, such correction shall be made by the CITY, and the cost thereof shall be charged to the CONSULTANT. In addition to all other available remedies, the City may deduct the cost of such correction from any retention amount held by the City or may withhold payment otherwise owed CONSULTANT under this Agreement up to the amount of the cost of correction. 21 NON-APPROPRIATION OF FUNDS. Payments to be made to CONSULTANT by CITY for services preformed within the current fiscal year are within the current fiscal budget and within an available, unexhausted fund. In the event that CITY does not appropriate sufficient funds for payment of CONSULTANT’S services beyond the current fiscal year, the Agreement shall cover payment for CONSULTANT’S services only to the conclusion of the last fiscal year in which CITY appropriates sufficient funds and shall automatically terminate at the conclusion of such fiscal year. 22 NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: CITY CONSULTANT City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 ATTN: Joe SanClemente John M. Cruikshank Consultants, Inc. 411 N. Harbor Blvd, Ste.201 San Pedro, CA 90731 ATTN: Khaled Abdo 600 City of Hermosa Beach Page 8 of 12 Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. Courtesy copies of notices may be sent via electronic mail, provided that the original notice is deposited in the U.S. mail or personally delivered as specified in this Section. A.SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT’s bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT’s bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. B.THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT’s or CITY’s obligations under this Agreement. C.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. D.ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. E.RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. F.AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment with signatures of all parties to this Agreement. CITY’s city manager, or designee, may execute any such amendment on behalf of CITY. 23 ACCEPTANCE OF FACSIMILE OR ELECTRONIC SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission or scanned and delivered 601 City of Hermosa Beach Page 9 of 12 via electronic mail. Such facsimile or electronic mail copies will be treated in all respects as having the same effect as an original signature. 24 FORCE MAJEURE. Should performance of this Agreement be impossible due to fire, flood, explosion, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties’ control, then the Agreement will immediately terminate without obligation of either party to the other. 25 TIME IS OF ESSENCE. Time is of the essence to comply with dates and schedules to be provided. 26 ATTORNEY’S FEES. The parties hereto acknowledge and agree that each will bear his or its own costs, expenses and attorneys' fees arising out of and/or connected with the negotiation, drafting and execution of the Agreement, and all matters arising out of or connected therewith except that, in the event any action is brought by any party hereto to enforce this Agreement, the prevailing party in such action shall be entitled to reasonable attorneys' fees and costs in addition to all other relief to which that party or those parties may be entitled. 27 STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public agency. 28 OWNERSHIP OF DOCUMENTS. It is understood and agreed that the City shall own all documents and other work product of the Consultant, except the Consultant’s notes and workpapers, which pertain to the work performed under this Agreement. The City shall have the sole right to use such materials in its discretion and without further compensation to the Consultant, but any re-use of such documents by the City on any other project without prior written consent of the Consultant shall be at the sole risk of the City. 29 USE OF LOGO. The CITY grants the CONSULTANT permission to use its name, logo and/or trademark in deliverables produced by the CONSULTANT on the behalf of the CITY, such as written reports, presentation slides, press releases, social media graphics, and other public outreach materials. The CITY’s prior review of artwork and written approval is required for any use of CITY logo. CITY will provide an electronic copy of the most current logo to the CONSULTANT for use in materials. The CONSULTANT will, in turn, only use the most current logo of the CITY. 30 DISCLOSURE REQUIRED. (City and Consultant initials required at one of the following paragraphs) 602 City of Hermosa Beach Page 10 of 12 By their respective initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is a “consultant” for the purposes of the California Political Reform Act because Consultant’s duties would require him or her to make one or more of the governmental decisions set forth in Fair Political Practices Commission Regulation 18700.3(a) or otherwise serves in a staff capacity for which disclosure would otherwise be required were Consultant employed by the City. Consultant hereby acknowledges his or her assuming-office, annual, and leaving-office financial reporting obligations under the California Political Reform Act and the City’s Conflict of Interest Code and agrees to comply with those obligations at his or her expense. Prior to consultant commencing services hereunder, the City’s Manager shall prepare and deliver to consultant a memorandum detailing the extent of Consultant’s disclosure obligations in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ OR By their initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is not a “consultant” for the purpose of the California Political Reform Act because Consultant’s duties and responsibilities are not within the scope of the definition of consultant in Fair Political Practice Commission Regulation 18700.3(a) and is otherwise not serving in staff capacity in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ 31 COMPLIANCE WITH COVID-19 VACCINATION POLICY. All CONSULTANT’S employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully vaccinated from COVID-19. CONSULTANT agrees to certify in writing to CITY that it complies with the foregoing. IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF HERMOSA BEACH CONSULTANT [MAYOR/CITY MANAGER]By:NAME/TITLE 603 City of Hermosa Beach Page 11 of 12 ATTEST: Myra Maravilla, City Clerk Taxpayer ID No. APPROVED AS TO FORM: Patrick Donegan, City Attorney 604 City of Hermosa Beach Page 12 of 12 Exhibit A On-Call Civil Engineering Scope of Services The Consultant shall assist the City’s Public Works Department in the preparation of the designs of Capital Improvement Projects (CIPs) and other as-needed work in support of the Department’s programs, plans, and services. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described below: The scope of work includes, but is not limited to, the following services: Design of various Capital Improvement Projects (CIPs) in support of the Public Works Department (i.e., plans, specifications, cost estimates, permits, supporting analysis, coordination, etc.) Structural inspection and design, including but not limited to the municipal pier (above and below water), parking structures, buildings, and retaining walls, etc. Design of roadway resurfacing projects including sidewalk improvements and curb ramps to current accessibility standards, pedestrian safety improvements, enhanced signage and markings, traffic signal modifications, etc. Utility infrastructure analysis and design (e.g., storm drains and sewer) Land Surveying (e.g., design level survey, right-of-way investigations, map/easement and legal description preparation, etc.) Geotechnical Engineering (e.g., soils report, slope stability, retaining walls, etc.) Electrical engineering for evaluation and design of street and park lighting, etc. Construction Support services including, but not limited to, attending construction meetings, responding to requests for information, inspection, reviewing contract submittals, and evaluating design changes during construction. Agency and Permit Coordination in support of the design and approval of City CIP projects and other maintenance needs (i.e., Caltrans coordination and permits, California Coastal Commission, Los Angeles County, etc.) Assist with development of engineering design standards, guidelines, and procedures in support of the Public Works Department. 605 28 RATE SCHEDULE 606 Corporate: 411 N. Harbor Boulevard, Suite 201, San Pedro, CA 90731 Los Angeles: T 310-241-6550 www.jmc-2.com Orange County: T 714-444-2422 ENGINEERING HOURLY RATE SCHEDULE Effective January 2023 EXPERT WITNESS $ 400.00 PRINCIPAL-IN-CHARGE $ 250.00 SENIOR PROJECT MANAGER $ 225.00 PROJECT MANAGER $ 210.00 PROJECT ENGINEER $ 195.00 ENGINEER III $ 180.00 ENGINEER II $ 165.00 ENGINEER I $ 150.00 PROJECT DRAFTER $ 165.00 DRAFTER/CAD OPERATOR $ 135.00 ADMINISTRATIVE/SECRETARY $ 100.00 Reimbursable Expenses Per Unit Charge In-house large format copy service $ 5/print In-house black and white plots $ 30/plot In-house color plots $ 60/plot Color Copies $ 0.65/page Outside printing/media services Cost + 15% Postage/delivery service (1) Cost + 15% Travel: Air Fare, Car Rental, Meals, Lodging Cost + 15% Company Vehicle Maximum allowed by IRS Notes: (1) Plans are sent out to clients via Overnight mail unless otherwise directed by Client. (2) Hourly rates will be updated on an annual basis throughout the duration of the project, and services will be billed at the hourly rates in place at the time the service is provided. 607 LRS Program Delivery, Inc. Rate Schedule Labor Category 2023 2024 2025 20252 2027 Executive / SME I $334.20 $350.91 $368.46 $386.88 $406.22 Executive / SME II $273.59 $287.27 $301.63 $316.71 $332.55 Program / Technical Director I $293.73 $308.42 $323.84 $340.03 $357.03 Program / Technical Director II $248.54 $260.97 $274.02 $287.72 $302.10 Manager / Senior Specialist I $238.88 $250.82 $263.37 $276.53 $290.36 Manager / Senior Specialist II $235.05 $246.80 $259.14 $272.10 $285.70 Manager / Senior Specialist III $214.61 $225.34 $236.61 $248.44 $260.86 Manager / Senior Specialist IV $194.28 $203.99 $214.19 $224.90 $236.15 Engineer / Specialist I $177.83 $186.72 $196.06 $205.86 $216.15 Engineer / Specialist II $149.33 $156.80 $164.64 $172.87 $181.51 Engineer / Specialist III *$126.79 $133.13 $139.79 $146.78 $154.11 Engineer / Specialist IV *$107.64 $113.02 $118.67 $124.61 $130.84 Clerical / Associate I *$98.65 $103.58 $108.76 $114.20 $119.91 Clerical / Associate II *$78.06 $81.96 $86.06 $90.36 $94.88 Clerical / Associate III *$75.00 $78.75 $82.69 $86.82 $91.16 Clerical / Associate IV *$53.98 $56.68 $59.51 $62.49 $65.61 608 Ninyo & Moore | City of Hermosa Beach | Proposal No. S04-03941 | January 31, 2023 CA15 Schedule of Fees Hourly Charges for Personnel Professional Staff Principal Engineer/Geologist/Environmental Scientist/Certified Industrial Hygienist .............................................. $ 220 Senior Engineer/Geologist/Environmental Scientist ............................................................................................... $ 210 Senior Project Engineer/Geologist/Environmental Scientist ................................................................................... $ 200 Project Engineer/Geologist/Environmental Scientist ............................................................................................... $ 195 Senior Staff Engineer/Geologist/Environmental Scientist ....................................................................................... $ 180 Staff Engineer/Geologist/Environmental Scientist................................................................................................... $ 165 GIS Analyst .............................................................................................................................................................. $ 145 Technical Illustrator/CAD Operator.......................................................................................................................... $ 120 Field Staff Certified Asbestos/Lead Technician ........................................................................................................................ $ 200 Field Operations Manager ....................................................................................................................................... $ 130 Nondestructive Examination Technician (UT, MT, LP) ........................................................................................... $ 125 Supervisory Technician ........................................................................................................................................... $ 120 Special Inspector (Concrete, Masonry, Structural Steel, Welding, and Fireproofing) ............................................ $ 115 Senior Technician .................................................................................................................................................... $ 115 Technician ................................................................................................................................................................ $ 110 Administrative Staff Information Specialist .............................................................................................................................................. $ 100 Geotechnical/Environmental/Laboratory Assistant ................................................................................................. $ 100 Data Processor ........................................................................................................................................................ $ 80 Other Charges Concrete Coring Equipment (includes technician) .............................................................................................. $ 190/hr Anchor Load Test Equipment (includes technician) ........................................................................................... $ 190/hr GPR Equipment ................................................................................................................................................... $ 180/hr Inclinometer ......................................................................................................................................................... $ 100/hr Hand Auger Equipment ....................................................................................................................................... $ 80/hr Rebar Locator (Pachometer) ............................................................................................................................... $ 25/hr Vapor Emission Kit .............................................................................................................................................. $ 65/kit Nuclear Density Gauge ....................................................................................................................................... $ 12/hr X-Ray Fluorescence ............................................................................................................................................ $ 70/hr PID/FID ................................................................................................................................................................ $ 25/hr Air Sampling Pump .............................................................................................................................................. $ 10/hr Field Vehicle ........................................................................................................................................................ $ 15/hr Expert Witness Testimony ................................................................................................................................... $ 450/hr Direct Expenses .................................................................................................................................... Cost plus 15 % Special equipment charges will be provided upon request. Notes For field and laboratory technicians and special inspectors, overtime rates at 1.5 times the regular rates will be charged for work performed in excess of 8 hours in one day Monday through Friday and all day on Saturday. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day, all day Sunday and on holidays. Field technician and special inspection hours are charged at a 4-hour minimum, and 8-hour minimum for hours exceeding 4 hours. Invoices are payable upon receipt. A service charge of 1.5 percent per month may be charged on accounts not paid within 30 days. Our rates will be adjusted in conjunction with the increase in the Prevailing Wage Determination during the life of the project, as applicable. The terms and conditions are included in Ninyo & Moore’s Work Authorization and Agreement form. 609 Ninyo & Moore | 2021 Laboratory Testing Schedule of Fees for Laboratory Testing SOILS CONCRETE Atterberg Limits, D 4318, CT 204 .............................................................. $ 170 Compression Tests, 6x12 Cylinder, C 39 ................................................... $ 35 California Bearing Ratio (CBR), D 1883 .................................................... $ 550 Concrete Mix Design Review, Job Spec ..................................................... $ 300 Chloride and Sulfate Content, CT 417 & CT 422 ..................................... $ 175 Concrete Mix Design, per Trial Batch, 6 cylinder, ACI ............................... $ 850 Consolidation, D 2435, CT 219 .................................................................. $ 300 Concrete Cores, Compression (excludes sampling), C 42 ....................... $ 120 Consolidation, Hydro-Collapse only, D 2435 ............................................ $ 150 Drying Shrinkage, C 157 .............................................................................. $ 400 Consolidation – Time Rate, D 2435, CT 219 ............................................ $ 200 Flexural Test, C 78 ....................................................................................... $ 85 Direct Shear – Remolded, D 3080 ............................................................ $ 350 Flexural Test, C 293 ..................................................................................... $ 85 Direct Shear – Undisturbed, D 3080 ......................................................... $ 300 Flexural Test, CT 523 ................................................................................... $ 95 Durability Index, CT 229 ............................................................................. $ 175 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI ................ $ 275 Expansion Index, D 4829, IBC 18-3 .......................................................... $ 190 Lightweight Concrete Fill, Compression, C 495 ......................................... $ 80 Expansion Potential (Method A), D 4546 .................................................. $ 170 Petrographic Analysis, C 856 ...................................................................... $ 2,000 Geofabric Tensile and Elongation Test, D 4632 ....................................... $ 200 Restrained Expansion of Shrinkage Compensation .................................. $ 450 Hydraulic Conductivity, D 5084 .................................................................. $ 350 Splitting Tensile Strength, C 496 ................................................................. $ 100 Hydrometer Analysis, D 6913, CT 203...................................................... $ 220 3x6 Grout, (CLSM), C 39 ............................................................................. $ 55 Moisture, Ash, & Organic Matter of Peat/Organic Soils ........................... $ 120 2x2x2 Non-Shrink Grout, C 109 ................................................................. $ 55 Moisture Only, D 2216, CT 226 ................................................................. $ 35 Moisture and Density, D 2937 ................................................................... $ 45 ASPHALT Permeability, CH, D 2434, CT 220 ............................................................ $ 300 Air Voids, T 269 ............................................................................................ $ 85 pH and Resistivity, CT 643......................................................................... $ 175 Asphalt Mix Design, Caltrans (incl. Aggregate Quality) ............................. $ 4,500 Proctor Density D1557, D 698, CT 216, AASHTO T-180 ........................ $ 220 Asphalt Mix Design Review, Job Spec ....................................................... $ 180 Proctor Density with Rock Correction D 1557 .......................................... $ 340 Dust Proportioning, CT LP-4 ........................................................................ $ 85 R-value, D 2844, CT 301 ........................................................................... $ 375 Extraction, % Asphalt, including Gradation, D 2172, CT 382 .................... $ 250 Sand Equivalent, D 2419, CT 217 ............................................................. $ 125 Extraction, % Asphalt without Gradation, D 2172, CT 382 ........................ $ 150 Sieve Analysis, D 6913, CT 202 ................................................................ $ 145 Film Stripping, CT 302.................................................................................. $ 120 Sieve Analysis, 200 Wash, D 1140, CT 202 ............................................. $ 100 Hveem Stability and Unit Weight D 1560, T 246, CT 366 ......................... $ 225 Specific Gravity, D 854 ............................................................................... $ 125 Marshall Stability, Flow and Unit Weight, T 245 ......................................... $ 240 Thermal Resistivity (ASTM 5334, IEEE 442) ............................................ $ 925 Maximum Theoretical Unit Weight, D 2041, CT 309 .................................. $ 150 Triaxial Shear, C.D, D 4767, T 297 ........................................................... $ 550 Moisture Content, CT 370 ............................................................................ $ 95 Triaxial Shear, C.U., w/pore pressure, D 4767, T 2297 per pt ................ $ 450 Moisture Susceptibility and Tensile Stress Ratio, T 238, CT 371 ............. $ 1,000 Triaxial Shear, C.U., w/o pore pressure, D 4767, T 2297 per pt ........................$ 350 Slurry Wet Track Abrasion, D 3910 ............................................................. $ 150 Triaxial Shear, U.U., D 2850 ...................................................................... $ 250 Superpave, Asphalt Mix Verification (incl. Aggregate Quality) .................. $ 4,900 Unconfined Compression, D 2166, T 208 ................................................. $ 180 Superpave, Gyratory Unit Wt., T 312 .......................................................... $ 100 Superpave, Hamburg Wheel, 20,000 passes, T 324 ................................. $ 1,000 MASONRY Unit Weight sample or core, D 2726, CT 308 ............................................. $ 100 Brick Absorption, 24-hour submersion, 5-hr boiling, 7-day, C 67 ............ $ 70 Voids in Mineral Aggregate, (VMA) CT LP-2 .............................................. $ 90 Brick Compression Test, C 67 ................................................................... $ 55 Voids filled with Asphalt, (VFA) CT LP-3 .................................................... $ 90 Brick Efflorescence, C 67 ........................................................................... $ 55 Wax Density, D 1188................................................................................... $ 140 Brick Modulus of Rupture, C 67 ................................................................. $ 50 Brick Moisture as received, C 67 ............................................................... $ 45 AGGREGATES Brick Saturation Coefficient, C 67 .............................................................. $ 60 Clay Lumps and Friable Particles, C 142.................................................... $ 180 Concrete Block Compression Test, 8x8x16, C 140 ................................. $ 70 Cleanness Value, CT 227 ............................................................................ $ 180 Concrete Block Conformance Package, C 90 .......................................... $ 500 Crushed Particles, CT 205 ........................................................................... $ 175 Concrete Block Linear Shrinkage, C 426 .................................................. $ 200 Durability, Coarse or Fine, CT 229 .............................................................. $ 205 Concrete Block Unit Weight and Absorption, C 140 ................................ $ 70 Fine Aggregate Angularity, ASTM C 1252, T 304, CT 234 ....................... $ 180 Cores, Compression or Shear Bond, CA Code ........................................ $ 70 Flat and Elongated Particle, D 4791............................................................ $ 220 Masonry Grout, 3x3x6 prism compression, C 39 ..................................... $ 45 Lightweight Particles, C 123 ........................................................................ $ 180 Masonry Mortar, 2x4 cylinder compression, C 109 .................................. $ 35 Los Angeles Abrasion, C 131 or C 535 ....................................................... $ 200 Masonry Prism, half size, compression, C 1019 ...................................... $ 120 Material Finer than No. 200 Sieve by Washing, C 117 .............................. $ 90 Masonry Prism, Full size, compression, C 1019 ...................................... $ 200 Organic Impurities, C 40 .............................................................................. $ 90 Potential Alkali Reactivity, Mortar Bar Method, Coarse, C 1260 ............... $ 1,250 REINFORCING AND STRUCTURAL STEEL Potential Alkali Reactivity, Mortar Bar Method, Fine, C 1260 .................... $ 950 Chemical Analysis, A 36, A 615................................................................. $ 135 Potential Reactivity of Aggregate (Chemical Method), C 289 ................... $ 475 Fireproofing Density Test, UBC 7-6........................................................... $ 90 Sand Equivalent, T 176, CT 217 ................................................................. $ 125 Hardness Test, Rockwell, A 370 ............................................................... $ 80 Sieve Analysis, Coarse Aggregate, T 27, C 136 ........................................ $ 120 High Strength Bolt, Nut & Washer Conformance, Sieve Analysis, Fine Aggregate (including wash), T 27, C 136................. $ 145 per assembly, A 325 ............................................................................. $ 150 Sodium Sulfate Soundness, C 88 ............................................................... $ 450 Mechanically Spliced Reinforcing Tensile Test, ACI ................................ $ 175 Specific Gravity and Absorption, Coarse, C 127, CT 206 ......................... $ 115 Pre-Stress Strand (7 wire), A 416 .............................................................. $ 170 Specific Gravity and Absorption, Fine, C 128, CT 207 .............................. $ 175 Reinforcing Tensile or Bend up to No. 11, A 615 & A 706...................... $ 75 Structural Steel Tensile Test: Up to 200,000 lbs., A 370 ......................... $ 90 ROOFING Welded Reinforcing Tensile Test: Up to No. 11 bars, ACI ....................... $ 80 Roofing Tile Absorption, (set of 5), C 67 ..................................................... $ 250 Roofing Tile Strength Test, (set of 5), C 67 ................................................ $ 250 Special preparation of standard test specimens will be charged at the technician’s hourly rate. Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. 610 T&M Surveying, Inc. Rate Sheet: Survey/Mapping: Hourly Rate Professional Land Surveyor $150.00 Project Surveyor $100.00 CADD Technician $ 90.00 2 Man Crew $200.00 3 Man Crew $260.00 Prevailing Wage 2 Man Crew $275.00 3 Man Crew $350.00 **Note: There is a 4-, 6-, and 8-hour minimum charge for field survey work 611 CONTRACT FOR PROFESSIONAL SERVICES TO PROVIDE ON-CALL CIVIL ENGINEERING SERVICES BETWEEN THE CITY OF HERMOSA BEACH AND MICHAEL BAKER INTERNATIONAL This AGREEMENT is entered into this 28 day of February 2023, by and between the CITY OF Hermosa Beach, a general law city a municipal corporation (“CITY”) and Michael Baker International, a Corporation (“CONSULTANT”). R E C I T A L S A. The City desires to obtain on-call civil engineering services for CIP and Non-CIP Projects. B. The City does not have the personnel able and/or available to perform the services required under this agreement and therefore, the City desires to contract for consulting services to accomplish this work. C. The Consultant warrants to the City that it has the qualifications, experience and facilities to perform properly and timely the services under this Agreement. D. The City desires to contract with the Consultant to perform the services as described in Exhibit A of this Agreement. NOW, THEREFORE, based on the foregoing recitals, the City and the Consultant agree as follows: 1 CONSIDERATION AND COMPENSATION As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, attached as EXHIBIT A. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement. As additional consideration, CITY agrees to pay CONSULTANT a total amount not-to- exceed $1,000,000.00, for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. CITY OF HERMOSA BEACH 1315 Valley Drive, Hermosa Beach, CA, 90254 612 City of Hermosa Beach Page 2 of 12 No additional compensation shall be paid for any other expenses incurred, unless first approved by the City Manager or his/her designee. CONSULTANT shall submit to CITY, by not later than the 10th day of each month, its invoice for services itemizing the fees and costs incurred during the previous month. CITY shall pay CONSULTANT all uncontested amounts set forth in CONSULTANT’s invoice within 30 days after it is received. 2 SCOPE OF SERVICES. CONSULTANT will perform the services and activities set forth in the SCOPE OF SERVICE attached hereto as Exhibit A and incorporated herein by this reference. Except as herein otherwise expressly specified to be furnished by CITY, CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space, and facilities necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. 3 PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit an invoice to CITY which lists the reimbursable costs, the specific tasks performed, and, for work that includes deliverables, the percentage of the task completed during the billing period in accordance with the schedule of compensation incorporated in “Exhibit A.” 4 TIME OF PERFORMANCE. The services of the CONTRACTOR are to commence upon receipt of a notice to proceed from the CITY and shall continue until all authorized work is completed to the CITY’s reasonable satisfaction, in accordance with the schedule incorporated in “Exhibit A,” unless extended in writing by the CITY. 5 FAMILIARITY WITH WORK. By executing this Agreement, CONSULTANT represents that CONSULTANT has (a) thoroughly investigated and considered the scope of services to be performed; (b) carefully considered how the services should be performed; and (c) understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. 6 KEY PERSONNEL. CONSULTANT’s key person assigned to perform work under this Agreement is Sarmad Farjo. CONSULTANT shall not assign another person to be in charge of the work contemplated by this Agreement without the prior written authorization of the City. 7 TERM OF AGREEMENT. The term of this Agreement shall commence upon execution by both parties and shall expire on February 28, 2028, unless earlier termination occurs under Section 11 of this Agreement, or this Agreement is extended in writing in advance by both parties. 8 CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum 613 City of Hermosa Beach Page 3 of 12 and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. 9 TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. 10 PERMITS AND LICENSES. CONTRACTOR will obtain and maintain during the term of this Agreement all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 11 TERMINATION. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination shall be in writing. CONSULTANT may terminate this Agreement. Notice will be in writing at least 30 days before the effective termination date. In the event of such termination, the CONTRACTOR shall cease services as of the date of termination, and all finished or unfinished documents, data, drawings, maps, and other materials prepared by CONSULTANT shall, at CITY’s option, become CITY’s property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. 12 INDEMNIFICATION. To the extent permitted by law, CONSULTANT shall indemnify, and hold harmless CITY, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation) of every nature to the extent caused by CONSULTANT's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this AGREEMENT. CONSULTANT shall promptly pay any final judgment rendered against CITY (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONSULTANT’s negligence, recklessness or willful misconduct. CONSULTANT shall reimburse the CITY its costs of defense, including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation to the extent such fees, costs and all other costs are determined by the court of competent jurisdiction to have been caused by the actual negligence, recklessness or willful misconduct of the Consultant. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The requirements as to the types and limits of insurance coverage to be maintained by CONSULTANT as required by Section 17, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and 614 City of Hermosa Beach Page 4 of 12 obligations otherwise assumed by CONSULTANT pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. 13 ASSIGNABILITY. This Agreement is for CONSULTANT’s professional services. CONSULTANT’s attempts to assign the benefits or burdens of this Agreement without CITY’s written approval are prohibited and will be null and void. 14 INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. 15 AUDIT OF RECORDS. CONSULTANT agrees that CITY, or designee, has the right to review, obtain, and copy all records pertaining to the performance of this Agreement. CONSULTANT agrees to provide CITY, or designee, with any relevant information requested and will permit CITY, or designee, access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this Agreement. CONSULTANT further agrees to maintain such records for a period of three (3) years following final payment under this Agreement. CONSULTANT will keep all books, records, accounts and documents pertaining to this Agreement separate from other activities unrelated to this Agreement. 16 CORRECTIVE MEASURES. CONSULTANT will promptly implement any corrective measures required by CITY regarding the requirements and obligations of this Agreement. CONSULTANT will be given a reasonable amount of time as determined by the City to implement said corrective measures. Failure of CONSULTANT to implement required corrective measures shall result in immediate termination of this Agreement. 17 INSURANCE REQUIREMENTS. A. The CONSULTANT, at the CONSULTANT’s own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies: 1. Workers Compensation Insurance as required by law. The Consultant shall require all subcontractors similarly to provide such compensation insurance for their respective employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the CITY at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of 615 City of Hermosa Beach Page 5 of 12 subrogation against the CITY, its officers, agents, employees, and volunteers for losses arising from work performed by the CONTRACTOR for City. 2. General Liability Coverage. The CONSULTANT shall maintain commercial general liability insurance in an amount of not less than two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. The CONSULTANT shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired, and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. 4. Professional Liability Coverage. The CONSULTANT shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors, or omissions which may arise from the CONSULTANT’S operations under this Agreement, whether such operations be by the CONSULTANT or by its employees, subcontractors, or sub-consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single-limit-per- occurrence basis. When coverage is provided on a “claims made basis,” CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. B. Endorsements. Each general liability, automobile liability and professional liability insurance policy shall be issued by a financially responsible insurance company or companies admitted and authorized to do business in the State of California, or which is approved in writing by City, and shall be endorsed as follows. CONSULTANT also agrees to require all contractors, and subcontractors to do likewise. 1. “The CITY, its elected or appointed officers, officials, employees, agents, and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONSULTANT, including materials, parts, or equipment furnished in connection with such work or operations.” 2. This policy shall be considered primary insurance as respects the CITY, its elected or appointed officers, officials, employees, agents, and volunteers. Any insurance maintained by the CITY, including any self-insured retention the CITY may have, shall be considered excess insurance only and shall not contribute with this policy. 616 City of Hermosa Beach Page 6 of 12 3. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 4. The insurer waives all rights of subrogation against the CITY, its elected or appointed officers, officials, employees, or agents. 5. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the CITY. C. CONSULTANT agrees to provide immediate notice to CITY of any claim or loss against Contractor arising out of the work performed under this agreement. CITY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve CITY. D. Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the CITY’s option, the CONSULTANT shall demonstrate financial capability for payment of such deductibles or self-insured retentions. E. The CONSULTANT shall provide certificates of insurance with original endorsements to the CITY as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the CITY on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the CITY at all times during the term of this Agreement. F. Failure on the part of the CONSULTANT to procure or maintain required insurance shall constitute a material breach of contract under which the CITY may terminate this Agreement pursuant to Section 11 above. G. The commercial general and automobile liability policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s behalf upon the Consultant’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. 18 USE OF OTHER CONSULTANTS. CONSULTANT must obtain CITY’s prior written approval to use any sub-consultants while performing any portion of this Agreement. Such approval must include approval of the proposed consultant and the terms of compensation. 617 City of Hermosa Beach Page 7 of 12 19 FINAL PAYMENT ACCEPTANCE CONSTITUTES RELEASE. The acceptance by the CONSULTANT of the final payment made under this Agreement shall operate as and be a release of the CITY from all claims and liabilities for compensation to the CONSULTANT for anything done, furnished or relating to the CONSULTANT’S work or services. Acceptance of payment shall be any negotiation of the CITY’S check or the failure to make a written extra compensation claim within ten (10) calendar days of the receipt of that check. However, approval or payment by the CITY shall not constitute, nor be deemed, a release of the responsibility and liability of the CONSULTANT, its employees, sub-consultants and agents for the accuracy and competency of the information provided and/or work performed; nor shall such approval or payment be deemed to be an assumption of such responsibility or liability by the CITY for any defect or error in the work prepared by the Consultant, its employees, sub-consultants and agents. 20 CORRECTIONS. In addition to the above indemnification obligations, the CONSULTANT shall correct, at its expense, all errors in the work which may be disclosed during the City’s review of the Consultant’s report or plans. Should the Consultant fail to make such correction in a reasonably timely manner, such correction shall be made by the CITY, and the cost thereof shall be charged to the CONSULTANT. In addition to all other available remedies, the City may deduct the cost of such correction from any retention amount held by the City or may withhold payment otherwise owed CONSULTANT under this Agreement up to the amount of the cost of correction. 21 NON-APPROPRIATION OF FUNDS. Payments to be made to CONSULTANT by CITY for services preformed within the current fiscal year are within the current fiscal budget and within an available, unexhausted fund. In the event that CITY does not appropriate sufficient funds for payment of CONSULTANT’S services beyond the current fiscal year, the Agreement shall cover payment for CONSULTANT’S services only to the conclusion of the last fiscal year in which CITY appropriates sufficient funds and shall automatically terminate at the conclusion of such fiscal year. 22 NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: CITY CONSULTANT City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 ATTN: Joe SanClemente Michael Baker International 5 Hutton Centre Drive, Suite 500 Santa Ana, CA 92707 ATTN: Sarmad Farjo 618 City of Hermosa Beach Page 8 of 12 Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. Courtesy copies of notices may be sent via electronic mail, provided that the original notice is deposited in the U.S. mail or personally delivered as specified in this Section. A.SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT’s bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT’s bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. B.THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT’s or CITY’s obligations under this Agreement. C.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. D.ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. E.RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. F.AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment with signatures of all parties to this Agreement. CITY’s city manager, or designee, may execute any such amendment on behalf of CITY. 23 ACCEPTANCE OF FACSIMILE OR ELECTRONIC SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission or scanned and delivered 619 City of Hermosa Beach Page 9 of 12 via electronic mail. Such facsimile or electronic mail copies will be treated in all respects as having the same effect as an original signature. 24 FORCE MAJEURE. Should performance of this Agreement be impossible due to fire, flood, explosion, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties’ control, then the Agreement will immediately terminate without obligation of either party to the other. 25 TIME IS OF ESSENCE. Time is of the essence to comply with dates and schedules to be provided. 26 ATTORNEY’S FEES. The parties hereto acknowledge and agree that each will bear his or its own costs, expenses and attorneys' fees arising out of and/or connected with the negotiation, drafting and execution of the Agreement, and all matters arising out of or connected therewith except that, in the event any action is brought by any party hereto to enforce this Agreement, the prevailing party in such action shall be entitled to reasonable attorneys' fees and costs in addition to all other relief to which that party or those parties may be entitled. 27 STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public agency. 28 OWNERSHIP OF DOCUMENTS. It is understood and agreed that the City shall own all documents and other work product of the Consultant, except the Consultant’s notes and workpapers, which pertain to the work performed under this Agreement. The City shall have the sole right to use such materials in its discretion and without further compensation to the Consultant, but any re-use of such documents by the City on any other project without prior written consent of the Consultant shall be at the sole risk of the City. 29 USE OF LOGO. The CITY grants the CONSULTANT permission to use its name, logo and/or trademark in deliverables produced by the CONSULTANT on the behalf of the CITY, such as written reports, presentation slides, press releases, social media graphics, and other public outreach materials. The CITY’s prior review of artwork and written approval is required for any use of CITY logo. CITY will provide an electronic copy of the most current logo to the CONSULTANT for use in materials. The CONSULTANT will, in turn, only use the most current logo of the CITY. 30 DISCLOSURE REQUIRED. (City and Consultant initials required at one of the following paragraphs) 620 City of Hermosa Beach Page 10 of 12 By their respective initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is a “consultant” for the purposes of the California Political Reform Act because Consultant’s duties would require him or her to make one or more of the governmental decisions set forth in Fair Political Practices Commission Regulation 18700.3(a) or otherwise serves in a staff capacity for which disclosure would otherwise be required were Consultant employed by the City. Consultant hereby acknowledges his or her assuming-office, annual, and leaving-office financial reporting obligations under the California Political Reform Act and the City’s Conflict of Interest Code and agrees to comply with those obligations at his or her expense. Prior to consultant commencing services hereunder, the City’s Manager shall prepare and deliver to consultant a memorandum detailing the extent of Consultant’s disclosure obligations in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ OR By their initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is not a “consultant” for the purpose of the California Political Reform Act because Consultant’s duties and responsibilities are not within the scope of the definition of consultant in Fair Political Practice Commission Regulation 18700.3(a) and is otherwise not serving in staff capacity in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ 31 COMPLIANCE WITH COVID-19 VACCINATION POLICY. All CONSULTANT’S employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully vaccinated from COVID-19. CONSULTANT agrees to certify in writing to CITY that it complies with the foregoing. IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF HERMOSA BEACH CONSULTANT [MAYOR/CITY MANAGER]By:NAME/TITLE 621 City of Hermosa Beach Page 11 of 12 ATTEST: Myra Maravilla, City Clerk Taxpayer ID No. APPROVED AS TO FORM: Patrick Donegan, City Attorney 622 City of Hermosa Beach Page 12 of 12 Exhibit A On-Call Civil Engineering Scope of Services The Consultant shall assist the City’s Public Works Department in the preparation of the designs of Capital Improvement Projects (CIPs) and other as-needed work in support of the Department’s programs, plans, and services. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described below: The scope of work includes, but is not limited to, the following services: Design of various Capital Improvement Projects (CIPs) in support of the Public Works Department (i.e., plans, specifications, cost estimates, permits, supporting analysis, coordination, etc.) Structural inspection and design, including but not limited to the municipal pier (above and below water), parking structures, buildings, and retaining walls, etc. Design of roadway resurfacing projects including sidewalk improvements and curb ramps to current accessibility standards, pedestrian safety improvements, enhanced signage and markings, traffic signal modifications, etc. Utility infrastructure analysis and design (e.g., storm drains and sewer) Land Surveying (e.g., design level survey, right-of-way investigations, map/easement and legal description preparation, etc.) Geotechnical Engineering (e.g., soils report, slope stability, retaining walls, etc.) Electrical engineering for evaluation and design of street and park lighting, etc. Construction Support services including, but not limited to, attending construction meetings, responding to requests for information, inspection, reviewing contract submittals, and evaluating design changes during construction. Agency and Permit Coordination in support of the design and approval of City CIP projects and other maintenance needs (i.e., Caltrans coordination and permits, California Coastal Commission, Los Angeles County, etc.) Assist with development of engineering design standards, guidelines, and procedures in support of the Public Works Department. 623 HOURLY RATE SCHEDULE* February 1, 2023, through December 31, 2023 OFFICE PERSONNEL $/ Hour Principal/QC Manager ....................................................................................................... $300.00 - $350.00 Senior Project Manager ..................................................................................................... $270.00 - $300.00 Project Manager/Technical Manager ................................................................................ $230.00 - $270.00 Senior Engineer ................................................................................................................. $195.00 - $230.00 Project Engineer ................................................................................................................ $165.00 - $195.00 Design Engineer ................................................................................................................. $150.00 - $165.00 Designer/Staff Engineer .................................................................................................... $125.00 - $150.00 Administrative Support ....................................................................................................... $95.00 - $125.00 Intern ..................................................................................................................................... $60.00 - $75.00 SURVEY PERSONNEL (Subject to Prevailing Wage) 2-Person Survey Crew ....................................................................................................... $305.00 - $335.00 1-Person Survey Crew ....................................................................................................... $190.00 - $220.00 Licensed Surveyor .............................................................................................................. $180.00 - $270.00 CONSTRUCTION MANAGEMENT PERSONNEL Principal Construction Manager ........................................................................................ $275.00 - $315.00 Construction Manager ....................................................................................................... $200.00 - $300.00 Senior Inspector ................................................................................................................ $150.00 - $190.00 Construction Inspector/Technician ................................................................................... $120.00 - $160.00 * The hourly rates shown above are subject to a five percent (5%) annual escalation commencing January 1, 2024, and annually thereafter based on the Consumer Price Index for the preceding 12-month period. Placement of individual staff within the rate ranges provided above are determined by skill level and years of experience. Blueprinting, reproduction, messenger service, and other project expenses will be charged at direct cost. Vehicle mileage will be charged as an additional cost at the IRS approved rate. Overtime will be billed in accordance with Fair Labor Standards Act (FLSA) requirements. 624 GROUP DELTA CONSULTANTS, INC. FEE SCHEDULE AND TERMS & CONDITIONS 2023 * CITY OF HERMOSA BEACH RFQ 23-001 HOURLY CHARGES FOR PERSONNEL (Engineer/Geologist/Scientist) PRINCIPAL $255 ASSOCIATE $230 SENIOR $210 PROJECT $190 SENIOR STAFF $175 STAFF $165 SENIOR PRINCIPAL $300 DESIGNER / ILLUSTRATOR / AUTOCAD $105 TECHNICAL / PROJECT SUPPORT / ADMIN $90 DRIVER /PICKUP & DELIVERY OF SAMPLES $95 TESTING & INSPECTION SERVICES PROJECT MANAGER $195 QUALITY CONTROL MANAGER $175 LABORATORY MANAGER $150 SENIOR ENVIRONMENTAL TECHNICIAN $145 ENVIRONMENTAL TECHNICIAN $110 TECHNICIAN / INSPECTOR - PREVAILING WAGE $135 TECHNICIAN / INSPECTOR – NON-PREVAILING WAGE $100 TECHNICIAN / LABORATORY TESTING $100 CHARGES FOR EQUIPMENT VEHICLE: FIELD VEHICLE $8/hour MILEAGE (PER CURRENT IRS RATES) $ 0.585/mile NUCLEAR DENSITY GAUGE $8/hour PHOTO IONIZATION DETECTOR $40/hour XRF DEVICE $110/day HAZARDOUS GAS SAFETY MONITOR $30/hour OTHER CHARGES Outside services will be charged at cost plus 15 percent (15%). Technician and support personnel time for work over eight (8) hours per day will be charged at 1.5 times the regular rates. Holidays, hours over twelve (12) per day, and all weekends hours will be charged at 2.0 times the regular rates. Prevailing wage hourly rates will be increased in accordance with the Department of Industrial Relations annual increases as they take effect. Fees for participation in deposition, arbitration, trial, etc., will be charged at an hourly rate of $500 per hour, 4-hour minimum, portal to portal. 625 LaBelle Marvin, Inc. PROFESSIONAL PAVEMENT ENGINEERING 2700 South Grand Avenue Santa Ana, CA 92705 PH 714-546-3468 Effective: January 1, 2023 - January 1, 2024 A. PROFESSIONAL ENGINEERING SERVICES $265.00/hr $195.00/hr $195.00/hr $170.00/hr $90.00/hr $425.00/hr $550.00/hr $195.00/hr $195.00/hr AutoCAD Designer $195.00/hr $200.00/hr GIS Specialist $190.00/hr $100.00/hr $150.00/hr $140.00/hr $195.00/hr $100.00/hr $150.00/hr $110.00/hr $165.00/hr $155.00/hr $205.00/hr B. TESTING EQUIPMENT $3,850.00/day $1,750.00/Half Day $3,850.00/day $1,750.00/Half Day $95.00/hr Nuclear Gauge Equipment $20.00/hr AC Coring (Disposables)$10.00/inch PCC Coring (Disposables)$14.00/inch Core Trimming - Per Cut $40.00cut Temporary Lane Closures - Local/Arterial $2,550.00/day $2,855.00/day Shadow Vehicle - Local/Arterial $1,850.00/day $2,105.00/day Traffic Control Truck (Minor Streets)$250.00/hr Task Std. Rate Special Rates Prevailing Wage Rates Prevailing Wage (OT) 7. TRAFFIC CONTROL 4. TECHNICIAN STAFF Field Technicians Laboratory Staff Field Technicians - Nuclear Gauge 5. TESTING EQUIPMENT FWD Deflection Testing Equipment Ground Penetrating Equipment Pavement Coring Equipment 6. EQUIPMENT SURCHARGES Expert Witness Deposition 3. SPECIALTY FWD Data Analyst Ground Penetrating Radar Specialist Profilograph Data Analyst Principal Engineer Project Engineer Project Manager Engineering Aide Report Preparation / Office Support 2. EXPERT WITNESS LABELLE MARVIN, INC. - 2023 SCHEDULE OF FEES 1. ENGINEERING STAFF Std. Rate Overtime Rate Prevailing Wage Rates Prevailing Wage (OT)Key Personnel 2023 SCHEDULE OF FEES File: 2023 LaBelle Marvin Inc Schedule of Fees_Inhouse with Codes.Page 1 of 4 Print Date: 1/3/2023...8:49 AM 626 C. LABORATORY TESTING Std. Rate ASTM CALTRANS Sieve Analysis, Coarse $100.00 C136 202-C Sieve Analysis, Fine (wash)$120.00 C136 202-C Specific Gravity, Bulk SSD, Coarse $110.00 C127 206 Specific Gravity, Fine $250.00 128 207 Absorption, Coarse $100.00 C127 206 Absorption, Fine $145.00 C128 207 Sand Equivalent (Ave. 3)$120.00 D2419 217 Durability Factor, Coarse or Fine $175.00 D3744 229 Cleanness Value $175.00 227 Los Angeles Rattler $365.00 C131 211 Unit Weight $110.00 C29 212 Plasticity Index $200.00 D424 204 Maximum Density and Optimum Moisture $230.00 D1557 216 R-Value $275.00 D2844 301 R-Value (Lime Treated)$365.00 R-Value (Supplier)$235.00 D2844 301 California Bearing Ratio (CBR)$550.00 D1883 California Bearing Ratio (CBR) - 1 Point $250.00 California Bearing Ratio (CBR) - Lime Treated $660.00 pH - Per Determination $130.00 C977 Retained Strength $495.00 pH – Eades & Grimm $500.00 Unconfined Compression $95.00 Muffle Oven/Organic Content $165.00 Sulfate Testing $275.00 Crushed Particle $150.00 205 Flat & Elongated Particle $240.00 D4791 Angularity $210.00 Moisture Content $45.00 D2216 226 Subgrade Density (Drive Tube)$110.00 D2937 8. SOILS, AGGREGATES AND AGGREGATE BASE File: 2023 LaBelle Marvin Inc Schedule of Fees_Inhouse with Codes.Page 2 of 4 Print Date: 1/3/2023...8:49 AM 627 C. LABORATORY TESTING (Continued) Std. Rate ASTM CALTRANS Emulsion, Cement or Lime Stabil. Inv.By Quote Investigation, Design, Spec. and QC By Quote Flexural Strength (Single Break)$115.00 523 Mix Design Reviews By Quote Slump Test (in Field)By Quote Asphalt Concrete Mix Design, Marshall Stability By Quote Hveem Stabilometer Method By Quote Gyratory Maximum Density $230.00 Stability Tests - Hveem (s-Value)$300.00 D1560_D1561 304_366 Stability Tests - Marshal Stability & Flow $330.00 Stability Tests - Moisture Vapor Susceptility $330.00 307 Stability Tests - Swell $210.00 305 Stability Tests - Combined Marshall and Retained Stability $440.00 Maximum Lab. Density - Marshall or Hveem $230.00 Maximum Lab. Density - (Rice Gravity) Max. Theoretical Unit W $145.00 D2041 Tensile Strength Ratio (TSR)$825.00 Tensile Strength Ratio (TSR) - Freeze/Thaw $880.00 Tensile Strength Ratio (TSR – CT 371)$1,950.00 Binder Content - Ignition Oven $270.00 382 pH – on Emulsion $130.00 Soundness $315.00 C88 Extraction, % Asphalt (Reflux) $270.00 D2172 Solvent Charge (Reflux)$90.00 for D2172* % Rubber $110.00 Extraction, % Asphalt Recovery (Abson Method)$400.00 D2172_D1856 Gradation of Extracted Aggregate $120.00 C136 202 Density and Thickness on Core Samples $65.00 D1188_D2726_D3549 308 Stripping (pre-mixed sample) $140.00 D1664 302 Permeability, VDOT $250.00 Cohesion $265.00 Compatibility $125.00 Drain Down $330.00 R.T.F.C $320.00 D2872 346 R.T.F.C. - w/ Loss on Heating $385.00 D2872 346 Absolute Viscosity @ 140F° (60C°), Poise $200.00 D2171 Haake Viscosity (Caltrans LP 11)$200.00 Kinematic Viscosity @ 275F° (135C°) or 140F° (60C°), cSt, $200.00 D2170 Penetration @ 77F° (25C°), 100g/5 sec $110.00 D5 Penetration After Treatment w/ Rejuvenating Agent $145.00 Ductility @ 77F° (25C°), cm.$300.00 D113 Flash Point, COC or Pensky-Martens $190.00 D92_D93 Softening Point $190.00 D36 Solubility in Trichloroethylene, %$220.00 D2042 Spot Test, AASHTO T 102 $165.00 Specific Gravity $145.00 D70 9. SOILS, AGGREGATES AND AGGREGATE BASE 10. PORTLAND CEMENT CONCRETE 11. ASPHALT CONCRETE 12. ASPHALT CEMENT File: 2023 LaBelle Marvin Inc Schedule of Fees_Inhouse with Codes.Page 3 of 4 Print Date: 1/3/2023...8:49 AM 628 C. LABORATORY TESTING (Continued) Std. Rate ASTM CALTRANS Viscosity SSF @ 77F° (25C°), sec.$195.00 D244 Viscosity SSF @ 122F° (50C°)$220.00 Settlement Five or Seven Day, %$485.00 D244 Demulsibility $145.00 D244 Particle Charge $175.00 D244 343 Sieve Test, %$125.00 D244 Cement Mixing Test $190.00 D244 Distillation and Percent Oil Determination $365.00 D402_D244 Residue by Evaporation Cook-Off or CA Method 330 $190.00 331 Wet Track Abrasion Test (WTAT) $135.00 D3910 Storage Stability, One Day $485.00 D244 Float Test $135.00 D139_D244 Cone Penetration $135.00 D243_D5 Solids Content by Muffle Oven Burn-Off AASHTO T 267 $165.00 Resiliency $120.00 Torsional Recovery $485.00 Elastic Recovery $110.00 Pavement Seal - Non Volatile Components $120.00 D. MISC. Per Diem By Quote Mileage $0.75/mi $250.00/hr Show-up time and no inspection performed or failure to cancel before 3:30 p.m. on the previous working day, two hours; one to four hours, four hour minimum; four to eight hours, eight hour minimum. Hourly charges will be on a portal to portal basis. First eight hours between 7:00 a.m. and 5:00 p.m. Monday through Friday. Over eight hours worked in one day (Monday through Friday), work before 7:00 a.m. and after 5:00 p.m., Sat and Sun., time and a half will be charged. Double time and a half will be charged for work performed on holidays. Special schedule nighttime field work between the hours of 6:00 p.m. and 6:00 a.m. will be subject to a 25% premium of the Regular Time hourly rate. Where location of work demands, a subsistence will be charged on a pre-arranged rate prior to commencement of inspection and/or testing service. Outside services and reimbursable expenses such as rental of special equipment, fabrication of special test apparatus Air fares and car rental will be charged at cost plus fifteen percent. Hourly, Daily, Weekly, or Monthly Nuclear Gauge surcharges apply Rates has been provided for your convenience. The cost of additional tests will be furnished upon request. A preparation charge will be added to all samples submitted to our laboratory that are not ready for testing. This preparation charge will be based on the actual time required at the Laboratory Technician's rate per hour. Engineering time and Office Support charges may apply. Mobilization 13. ASPHALT CEMENT 14. MOBILIZATION COSTS OUTSIDE SERVICES AND REIMBURSABLE EXPENSES *COMPACTION TESTING MATERIALS TESTING MINIMUM HOURLY CHARGES REGULAR HOURLY CHARGES OVERTIME HOURLY CHARGES SUBSISTENCE File: 2023 LaBelle Marvin Inc Schedule of Fees_Inhouse with Codes.Page 4 of 4 Print Date: 1/3/2023...8:49 AM 629 Counts Unlimited Inc. RATES – OTHER DIRECT COSTS (ODC) 2023-2026 Turning Movement Counts Standard Turning Movement Count 2 Hour AM / 2 Hour PM – One Person $160 2 Hour AM / 2 Hour PM – Two People $320 Classified Turning Movement Count 2 Hour AM / 2 Hour PM – One Person $180 2 Hour AM / 2 Hour PM – Two People $360 Pedestrian / Bicycle Counts (with turning movement count) $10 (upon request) 24 Hour Tube Counts Entering Volume Directional Volume Classification/Speed 2 lane roadway low volume 1 counter 2 lane roadway high volume 1 counter 4 lane roadway 2 counters 8 tubes 6 lane roadway 3 counters 12 tubes Radar Speed Surveys 1 Hour or 100 cars; whichever comes first Signal/Stop Warrants Parking lot accumulation/Fieldwork Intersection Diagrams / Signal Phasing GPS Travel Time Studies $50 per approach $100 per site $150 per site $175 per site $200 per site $300 per site $85 each $65 each $50 per hour $40 per intersection email for quote Mileage billed at current IRS rate of $0.65.5/mile (subject to change annually) Counts Unlimited, Inc. ▪ PO Box 1178 ▪ Corona, CA 92878 ▪ T 951 268 6268 ▪ F 951 268 6267 ▪ www.countsunlimited.com 630 14280 Euclid Ave Chino, CA 91710 1-888-90-BELOW www.cbelow.com Page 1 Service Cost Ground Penetrating Radar GPR | Certifi ed Supervising Technician.............................................................................................................. $ 195.00 per hour GPR | Trained Certifi ed Assistant Technician...................................................................................................... $ 175.00 per hour Travel Time | Mobilization technician plus equipment......................................................................................... $ 135.00 per hour Travel Time | Mobilization crew plus equipment.................................................................................................. $ 225.00 per hour Utility Locating - Electromagnetic Locator Locating | Certifi ed Supervising Technician.........................................................................................................$ 195.00 per hour Locating | Trained Certifi ed Assistant Technician................................................................................................ $ 175.00 per hour Travel Time | Mobilization technician plus equipment......................................................................................... $ 135.00 per hour Travel Time | Mobilization crew plus equipment.................................................................................................. $ 225.00 per hour Mapping Mapping | Supervising Tech................................................................................................................................ $ 230.00 per hour Drafting | In-house drafting in AutoCAD.............................................................................................................. $ 125.00 per hour Manhole Dip | Record depth from rim of manhole to invert of pipe..................................................................... $ 150.00 per hole Travel Time | Mobilization technician plus equipment......................................................................................... $ 135.00 per hour Travel Time | Mobilization crew plus equipment.................................................................................................. $ 225.00 per hour CCTV Pipe Inspection CCTV Robotic Camera Pipe Inspection | For lines greater than 8 inches, includes locating and video............. $ 385.00 per hour CCTV Push Camera Pipe Inspection | For lines smaller than 8 inches, includes locating and video................. $ 365.00 per hole CCTV Lateral Locating | Remote camera launch, includes locating and video for one lateral............................$ 50.00 per lateral. Water Jetting | Trailer mounted unit, jetting to clear blocked lines up to 8 inches in diameter............................ $ 450.00 per hour Water Jetting | Pipe cleaning utilizing vac-truck.................................................................................................. $ 585.00 per hour Travel Time | Mobilization technician plus equipment......................................................................................... $ 135.00 per hour Travel Time | Mobilization crew plus equipment..................................................................................................$ 225.00 per hour Potholing Standard Pothole 1’ x 1’ x 0’ - 5’ deep................................................................................................................. $ 625.00 per hole Pothole 1’ x 1’ x 5’-10’ deep................................................................................................................................ $ 675.00 per hole Pothole 1’ x 1’ x 10’ - 15’ deep............................................................................................................................. $ 885.00 per hole Pothole 1’ x 1’ x 15’ - 20’ deep............................................................................................................................. $ 1,250.00 per hole Pothole 1’ x 1’ x 20’ - 25’ deep............................................................................................................................ $ request quote Traffi c Control | Basic 0 - 25 MPH....................................................................................................................... $ 900.00 per day Traffi c Control | Standard 25 - 55 MPH............................................................................................................... $ 1250.00 per day Traffic Control | Extensive................................................................................................................................... $ 1,500.00 per day Traffic Control | Half day..|..25-55 MPH.............................................................................................................. $ 625.00 per day Traffi c Control Plans | Engineered Stamped Plans............................................................................................. $ 550.00 per page Flagman.............................................................................................................................................................. $ 175.00 per hour Potholing Hourly Crew | Includes surface breaking, sand backfill, and permanent cold patch repair................ $ 585.00 per hour Potholing Hourly Single Tech | Includes vac-truck, no surface breaking, backfill, or patching........................... $ 375.00 per hour Keyhole Coring | Includes utilibond..................................................................................................................... $ 250.00 per hole Vacuum Excavation Spoil Removal and Dump Fee | Removal of excavated spoils and dumping of material... $ 550.00 per trip Prevailing Wage 631 14280 Euclid Ave Chino, CA 91710 1-888-90-BELOW www.cbelow.com Page 2 Service Cost Potholing Continued Hot Patching | Standard 2’ x 2’ area.................................................................................................................... $ request quote Slurry Backfi ll.......................................................................................................................................................$ request quote Pothole Report | Drafting time to generate PDF.................................................................................................. $ 250.00 per report Travel Time | Mobilization technician plus equipment......................................................................................... $ 265.00 per hour Travel Time | Mobilization crew plus equipment.................................................................................................. $ 285.00 per hour Additional Fees Administration / Project Coordination.................................................................................................................. $ 95.00 per hour Per Diem | Per technician................................................................................................................................... $ 150.00 per day Permit Costs | 3rd party....................................................................................................................................... $ +10% markup C Below Terms & Conditions apply to all services. * 15% Overtime charges applies to all services for Saturday work and off hours 6:00 pm - 6:00 am * 20% Overtime charges applies to all services for Sunday work * All services will be billed within the 4 & 8 hour minimum Prevailing Wage 632 CONTRACT FOR PROFESSIONAL SERVICES TO PROVIDE ON-CALL CIVIL ENGINEERING SERVICES BETWEEN THE CITY OF HERMOSA BEACH AND KIMLEY-HORN & ASSOCIATES, INC This AGREEMENT is entered into this 28 day of February 2023, by and between the CITY OF Hermosa Beach, a general law city a municipal corporation (“CITY”) and Kimley-Horn & Associates, Inc., a Corporation (“CONSULTANT”). R E C I T A L S A. The City desires to obtain on-call civil engineering services for CIP and Non-CIP Projects. B. The City does not have the personnel able and/or available to perform the services required under this agreement and therefore, the City desires to contract for consulting services to accomplish this work. C. The Consultant warrants to the City that it has the qualifications, experience and facilities to perform properly and timely the services under this Agreement. D. The City desires to contract with the Consultant to perform the services as described in Exhibit A of this Agreement. NOW, THEREFORE, based on the foregoing recitals, the City and the Consultant agree as follows: 1 CONSIDERATION AND COMPENSATION As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, attached as EXHIBIT A. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement. As additional consideration, CITY agrees to pay CONSULTANT a total amount not to exceed $1,000,000.00, for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. CITY OF HERMOSA BEACH 1315 Valley Drive, Hermosa Beach, CA, 90254 633 City of Hermosa Beach Page 2 of 12 No additional compensation shall be paid for any other expenses incurred, unless first approved by the City Manager or his/her designee. CONSULTANT shall submit to CITY, by not later than the 10th day of each month, its invoice for services itemizing the fees and costs incurred during the previous month. CITY shall pay CONSULTANT all uncontested amounts set forth in CONSULTANT’s invoice within 30 days after it is received. 2 SCOPE OF SERVICES. CONSULTANT will perform the services and activities set forth in the SCOPE OF SERVICE attached hereto as Exhibit A and incorporated herein by this reference. Except as herein otherwise expressly specified to be furnished by CITY, CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space, and facilities necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. 3 PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit an invoice to CITY which lists the reimbursable costs, the specific tasks performed, and, for work that includes deliverables, the percentage of the task completed during the billing period in accordance with the schedule of compensation incorporated in “Exhibit A.” 4 TIME OF PERFORMANCE. The services of the CONTRACTOR are to commence upon receipt of a notice to proceed from the CITY and shall continue until all authorized work is completed to the CITY’s reasonable satisfaction, in accordance with the schedule incorporated in “Exhibit A,” unless extended in writing by the CITY. 5 FAMILIARITY WITH WORK. By executing this Agreement, CONSULTANT represents that CONSULTANT has (a) thoroughly investigated and considered the scope of services to be performed; (b) carefully considered how the services should be performed; and (c) understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. 6 KEY PERSONNEL. CONSULTANT’s key person assigned to perform work under this Agreement is Justin Gatza. CONSULTANT shall not assign another person to be in charge of the work contemplated by this Agreement without the prior written authorization of the City. 7 TERM OF AGREEMENT. The term of this Agreement shall commence upon execution by both parties and shall expire on February 28, 2028, unless earlier termination occurs under Section 11 of this Agreement, or this Agreement is extended in writing in advance by both parties. 8 CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum 634 City of Hermosa Beach Page 3 of 12 and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. 9 TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. 10 PERMITS AND LICENSES. CONTRACTOR will obtain and maintain during the term of this Agreement all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 11 TERMINATION. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination shall be in writing. CONSULTANT may terminate this Agreement. Notice will be in writing at least 30 days before the effective termination date. In the event of such termination, the CONTRACTOR shall cease services as of the date of termination, and all finished or unfinished documents, data, drawings, maps, and other materials prepared by CONSULTANT shall, at CITY’s option, become CITY’s property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. 12 INDEMNIFICATION. To the extent permitted by law, CONSULTANT shall indemnify, and hold harmless CITY, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation) of every nature to the extent caused by CONSULTANT's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this AGREEMENT. CONSULTANT shall promptly pay any final judgment rendered against CITY (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONSULTANT’s negligence, recklessness or willful misconduct. CONSULTANT shall reimburse the CITY its costs of defense, including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation to the extent such fees, costs and all other costs are determined by the court of competent jurisdiction to have been caused by the actual negligence, recklessness or willful misconduct of the Consultant. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The requirements as to the types and limits of insurance coverage to be maintained by CONSULTANT as required by Section 17, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and 635 City of Hermosa Beach Page 4 of 12 obligations otherwise assumed by CONSULTANT pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. 13 ASSIGNABILITY. This Agreement is for CONSULTANT’s professional services. CONSULTANT’s attempts to assign the benefits or burdens of this Agreement without CITY’s written approval are prohibited and will be null and void. 14 INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. 15 AUDIT OF RECORDS. CONSULTANT agrees that CITY, or designee, has the right to review, obtain, and copy all records pertaining to the performance of this Agreement. CONSULTANT agrees to provide CITY, or designee, with any relevant information requested and will permit CITY, or designee, access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this Agreement. CONSULTANT further agrees to maintain such records for a period of three (3) years following final payment under this Agreement. CONSULTANT will keep all books, records, accounts and documents pertaining to this Agreement separate from other activities unrelated to this Agreement. 16 CORRECTIVE MEASURES. CONSULTANT will promptly implement any corrective measures required by CITY regarding the requirements and obligations of this Agreement. CONSULTANT will be given a reasonable amount of time as determined by the City to implement said corrective measures. Failure of CONSULTANT to implement required corrective measures shall result in immediate termination of this Agreement. 17 INSURANCE REQUIREMENTS. A. The CONSULTANT, at the CONSULTANT’s own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies: 1. Workers Compensation Insurance as required by law. The Consultant shall require all subcontractors similarly to provide such compensation insurance for their respective employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the CITY at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of 636 City of Hermosa Beach Page 5 of 12 subrogation against the CITY, its officers, agents, employees, and volunteers for losses arising from work performed by the CONTRACTOR for City. 2. General Liability Coverage. The CONSULTANT shall maintain commercial general liability insurance in an amount of not less than two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. The CONSULTANT shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired, and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. 4. Professional Liability Coverage. The CONSULTANT shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors, or omissions which may arise from the CONSULTANT’S operations under this Agreement, whether such operations be by the CONSULTANT or by its employees, subcontractors, or sub-consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single-limit-per- occurrence basis. When coverage is provided on a “claims made basis,” CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. B. Endorsements. Each general liability, automobile liability and professional liability insurance policy shall be issued by a financially responsible insurance company or companies admitted and authorized to do business in the State of California, or which is approved in writing by City, and shall be endorsed as follows. CONSULTANT also agrees to require all contractors, and subcontractors to do likewise. 1. “The CITY, its elected or appointed officers, officials, employees, agents, and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONSULTANT, including materials, parts, or equipment furnished in connection with such work or operations.” 2. This policy shall be considered primary insurance as respects the CITY, its elected or appointed officers, officials, employees, agents, and volunteers. Any insurance maintained by the CITY, including any self-insured retention the CITY may have, shall be considered excess insurance only and shall not contribute with this policy. 637 City of Hermosa Beach Page 6 of 12 3. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 4. The insurer waives all rights of subrogation against the CITY, its elected or appointed officers, officials, employees, or agents. 5. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the CITY. C. CONSULTANT agrees to provide immediate notice to CITY of any claim or loss against Contractor arising out of the work performed under this agreement. CITY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve CITY. D. Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the CITY’s option, the CONSULTANT shall demonstrate financial capability for payment of such deductibles or self-insured retentions. E. The CONSULTANT shall provide certificates of insurance with original endorsements to the CITY as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the CITY on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the CITY at all times during the term of this Agreement. F. Failure on the part of the CONSULTANT to procure or maintain required insurance shall constitute a material breach of contract under which the CITY may terminate this Agreement pursuant to Section 11 above. G. The commercial general and automobile liability policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s behalf upon the Consultant’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. 18 USE OF OTHER CONSULTANTS. CONSULTANT must obtain CITY’s prior written approval to use any sub-consultants while performing any portion of this Agreement. Such approval must include approval of the proposed consultant and the terms of compensation. 638 City of Hermosa Beach Page 7 of 12 19 FINAL PAYMENT ACCEPTANCE CONSTITUTES RELEASE. The acceptance by the CONSULTANT of the final payment made under this Agreement shall operate as and be a release of the CITY from all claims and liabilities for compensation to the CONSULTANT for anything done, furnished or relating to the CONSULTANT’S work or services. Acceptance of payment shall be any negotiation of the CITY’S check or the failure to make a written extra compensation claim within ten (10) calendar days of the receipt of that check. However, approval or payment by the CITY shall not constitute, nor be deemed, a release of the responsibility and liability of the CONSULTANT, its employees, sub-consultants and agents for the accuracy and competency of the information provided and/or work performed; nor shall such approval or payment be deemed to be an assumption of such responsibility or liability by the CITY for any defect or error in the work prepared by the Consultant, its employees, sub-consultants and agents. 20 CORRECTIONS. In addition to the above indemnification obligations, the CONSULTANT shall correct, at its expense, all errors in the work which may be disclosed during the City’s review of the Consultant’s report or plans. Should the Consultant fail to make such correction in a reasonably timely manner, such correction shall be made by the CITY, and the cost thereof shall be charged to the CONSULTANT. In addition to all other available remedies, the City may deduct the cost of such correction from any retention amount held by the City or may withhold payment otherwise owed CONSULTANT under this Agreement up to the amount of the cost of correction. 21 NON-APPROPRIATION OF FUNDS. Payments to be made to CONSULTANT by CITY for services preformed within the current fiscal year are within the current fiscal budget and within an available, unexhausted fund. In the event that CITY does not appropriate sufficient funds for payment of CONSULTANT’S services beyond the current fiscal year, the Agreement shall cover payment for CONSULTANT’S services only to the conclusion of the last fiscal year in which CITY appropriates sufficient funds and shall automatically terminate at the conclusion of such fiscal year. 22 NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: CITY CONSULTANT City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 ATTN: Joe SanClemente Kimley-Horn & Associates, Inc. 660 South Figueroa Street, Suite 2050 Los Angeles, CA 90017 ATTN: Justin Gatza 639 City of Hermosa Beach Page 8 of 12 Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. Courtesy copies of notices may be sent via electronic mail, provided that the original notice is deposited in the U.S. mail or personally delivered as specified in this Section. A.SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT’s bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT’s bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. B.THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT’s or CITY’s obligations under this Agreement. C.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. D.ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. E.RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. F.AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment with signatures of all parties to this Agreement. CITY’s city manager, or designee, may execute any such amendment on behalf of CITY. 23 ACCEPTANCE OF FACSIMILE OR ELECTRONIC SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission or scanned and delivered 640 City of Hermosa Beach Page 9 of 12 via electronic mail. Such facsimile or electronic mail copies will be treated in all respects as having the same effect as an original signature. 24 FORCE MAJEURE. Should performance of this Agreement be impossible due to fire, flood, explosion, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties’ control, then the Agreement will immediately terminate without obligation of either party to the other. 25 TIME IS OF ESSENCE. Time is of the essence to comply with dates and schedules to be provided. 26 ATTORNEY’S FEES. The parties hereto acknowledge and agree that each will bear his or its own costs, expenses and attorneys' fees arising out of and/or connected with the negotiation, drafting and execution of the Agreement, and all matters arising out of or connected therewith except that, in the event any action is brought by any party hereto to enforce this Agreement, the prevailing party in such action shall be entitled to reasonable attorneys' fees and costs in addition to all other relief to which that party or those parties may be entitled. 27 STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public agency. 28 OWNERSHIP OF DOCUMENTS. It is understood and agreed that the City shall own all documents and other work product of the Consultant, except the Consultant’s notes and workpapers, which pertain to the work performed under this Agreement. The City shall have the sole right to use such materials in its discretion and without further compensation to the Consultant, but any re-use of such documents by the City on any other project without prior written consent of the Consultant shall be at the sole risk of the City. 29 USE OF LOGO. The CITY grants the CONSULTANT permission to use its name, logo and/or trademark in deliverables produced by the CONSULTANT on the behalf of the CITY, such as written reports, presentation slides, press releases, social media graphics, and other public outreach materials. The CITY’s prior review of artwork and written approval is required for any use of CITY logo. CITY will provide an electronic copy of the most current logo to the CONSULTANT for use in materials. The CONSULTANT will, in turn, only use the most current logo of the CITY. 30 DISCLOSURE REQUIRED. (City and Consultant initials required at one of the following paragraphs) 641 City of Hermosa Beach Page 10 of 12 By their respective initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is a “consultant” for the purposes of the California Political Reform Act because Consultant’s duties would require him or her to make one or more of the governmental decisions set forth in Fair Political Practices Commission Regulation 18700.3(a) or otherwise serves in a staff capacity for which disclosure would otherwise be required were Consultant employed by the City. Consultant hereby acknowledges his or her assuming-office, annual, and leaving-office financial reporting obligations under the California Political Reform Act and the City’s Conflict of Interest Code and agrees to comply with those obligations at his or her expense. Prior to consultant commencing services hereunder, the City’s Manager shall prepare and deliver to consultant a memorandum detailing the extent of Consultant’s disclosure obligations in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ OR By their initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is not a “consultant” for the purpose of the California Political Reform Act because Consultant’s duties and responsibilities are not within the scope of the definition of consultant in Fair Political Practice Commission Regulation 18700.3(a) and is otherwise not serving in staff capacity in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ 31 COMPLIANCE WITH COVID-19 VACCINATION POLICY. All CONSULTANT’S employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully vaccinated from COVID-19. CONSULTANT agrees to certify in writing to CITY that it complies with the foregoing. IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF HERMOSA BEACH CONSULTANT [MAYOR/CITY MANAGER]By:NAME/TITLE 642 City of Hermosa Beach Page 11 of 12 ATTEST: Myra Maravilla, City Clerk Taxpayer ID No. APPROVED AS TO FORM: Patrick Donegan, City Attorney 643 City of Hermosa Beach Page 12 of 12 Exhibit A On-Call Civil Engineering Scope of Services The Consultant shall assist the City’s Public Works Department in the preparation of the designs of Capital Improvement Projects (CIPs) and other as-needed work in support of the Department’s programs, plans, and services. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described below: The scope of work includes, but is not limited to, the following services: Design of various Capital Improvement Projects (CIPs) in support of the Public Works Department (i.e., plans, specifications, cost estimates, permits, supporting analysis, coordination, etc.) Structural inspection and design, including but not limited to the municipal pier (above and below water), parking structures, buildings, and retaining walls, etc. Design of roadway resurfacing projects including sidewalk improvements and curb ramps to current accessibility standards, pedestrian safety improvements, enhanced signage and markings, traffic signal modifications, etc. Utility infrastructure analysis and design (e.g., storm drains and sewer) Land Surveying (e.g., design level survey, right-of-way investigations, map/easement and legal description preparation, etc.) Geotechnical Engineering (e.g., soils report, slope stability, retaining walls, etc.) Electrical engineering for evaluation and design of street and park lighting, etc. Construction Support services including, but not limited to, attending construction meetings, responding to requests for information, inspection, reviewing contract submittals, and evaluating design changes during construction. Agency and Permit Coordination in support of the design and approval of City CIP projects and other maintenance needs (i.e., Caltrans coordination and permits, California Coastal Commission, Los Angeles County, etc.) Assist with development of engineering design standards, guidelines, and procedures in support of the Public Works Department. 644 kimley-horn.com 660 South Figueroa Street, Suite 2050, Los Angeles, CA 90017 213-261-4040 BR00PUSTD.A.001 Kimley-Horn and Associates, Inc. ____________________________________ Hourly Labor Rate Schedule Classification Rate Analyst I $120 - $150 Analyst II $150 - $190 Professional $180 - $215 Senior Professional I $215 - $295 Senior Professional II $285 - $385 Senior Technical Support $150 - $270 Technical Support $95 - $155 Support Staff $80 - $135 Effective through March 31, 2024, and subject to annual escalation not exceeding the Consumer Price Index at the time of adjustment, starting April 1, 2024. Other Direct Costs: Outside Printing/Reproduction, Delivery Services/USPS, Misc. Field Equipment/Supplies, and Travel Expenses will be billed at actual cost. Mileage will be billed at the Federal Rate. Sub-Consultants will be billed per the Contract. Key Personnel Rate License Justin Gatza, Contract Manager/Sr. Professional I $240 P.E. No. 83496 Bob Blume, Principal-in-Charge/Sr. Professional II $385 P.E. No. 39419 Darren Adrian, Quality Control/Quality Assurance/Sr. Professional II $385 P.E. No. 53031 Andy Sanford, Sr. Professional II $330 P.E. No. 49671 Kim Avila, Sr. Professional II $330 AICP No. 015226 Jason Melchor, Sr. Professional II $285 P.E. No. 65218 Gary Lai, Sr. Professional II $285 PLA No. 4054 Alyssa Phaneuf, Sr. Professional II $285 P.E. No. 63123 Sowmya Chandrasekhar, Sr. Professional I $265 P.E. No. 83100 Nicole Dias, Sr. Professional I $240 P.E. No. 86490 645 17800 Newhope Street, Suite B, Fountain Valley, California 92708 Tel: (714) 751-3826 Fax: (714) 751-3928 EARTH MECHANICS, INC. FEE SCHEDULE (2023) LABOR CATEGORY FULLY BURDENED HOURLY RATE Principal/Senior Consultant $ 300.00 Principal Engineer/Geologist $ 300.00 Senior Engineer/Geologist $ 225.00 Senior Project Geologist $ 194.00 Project Engineer/Geologist $ 175.00 Senior Staff Engineer/Geologist $ 159.00 Staff Engineer/Geologist $ 133.00 Senior Technician $ 154.00 Technician* $ 77.00 Administrative Assistant* $ 129.00 * Non-exempt staff subject to overtime pay per California law. Combined Overhead Rate = 178.96% Profit = 10 % Annual Escalation = 5% 646 CIVIL ENGINEERS • SURVEYORS • RIGHT-OF-WAYS SBE • WBE • DBE • CERTIFIED 17135 DEVONSHIRE STREET • SUITE 2 00 • NORT H RIDGE • CA • 91 325 818.892.6565 • FAX 818.488 .9480 • mail@wesinc.org • www.wesinc.org FEE SCHEDULE January 20, 2023 RFQ No.: CITY OF HERMOSA BEACH - RFQ-DW-1264 RFQ Title: On-Call Civil Engineering Services PRIME CONSULTANT NAME: Kimley-Horn SUB-CONSULTANT NAME: Wagner Engineering & Survey, Inc. STAFF MEMBER CLASSIFICATION TITLE HOURLY RATE PROFESSIONAL & OFFICE Stephanie A. Wagner, PE, PLS Principal Engineer/Surveyor $308 Paul A. Wagner Senior Project Manager $287 Armando V. Abad, PLS Survey Manager $246 Kevin Warden Assistant Survey Manager $185 Mark Vinluan Project Surveyor $185 Diana Knezevic Right-of-Way Manager $190 Hugo Guardado Survey Technician III $154 Morteza Taheriborj ROW/Survey Technician II $133 ROW/Survey Technician I $118 FIELD SURVEY 3-Person Party $487 2-Person Party $343 1 Person Party / Robotics $236 NOTES: • Fee schedule is to be in effect from the date of contract execution and for a period of 12 months thereafter. Hourly rates will escalate 5% on the anniversary date of execution and every 12 months thereafter. • Normal survey crew equipment costs are included in the above rates. • Time over 8 hours per day or any time on a Saturday will be charged at 150% of above quoted rates. • Any time in excess of 8 hours on a Saturday, any time on a Sunday, or any time on a Union designated holiday will be charged at 200% of above quoted rates. • Time of survey crews will be charged from the time the crew arrives at the job site until the survey crew leaves the jobsite. • Our normal office procedure is to limit employee time charges to a maximum of 8 hours per day. No overtime charges to a client will accrue without specific authorization from client. • Survey Office Time is billed in 30 minutes increments. • Field Survey Time is based on a 4-hour minimum and 2-hour increments thereafter. OTHER DIRECT COSTS: ITEMS/EXPENSES Mileage – per mile/At current Fed. Rate Postage-Courier Service– each/At actual rate Travel/Per Diem – per day/$175.00 647 City of Hermosa Beach Staff Report City Hall 1315 Valley Drive Hermosa Beach, CA 90254 Staff Report REPORT 23-0089 Honorable Mayor and Members of the Hermosa Beach City Council Special Meeting of February 27, 2023 AWARD OF PROFESSIONAL SERVICES AGREEMENTS FOR ON-CALL AMERICANS WITH DISABILITIES ACT (ADA) EXPERTISE SERVICES (Public Works Director Joe SanClemente) Recommended Action: Staff recommends City Council: 1.Award a contract for on-call ADA expertise services to Access Inc.at a not-to-exceed amount of $400,000 for a term of five years ending February 28,2028,with an option to allow the City Manager to extend up to one additional year (Attachment 5); 2.Award a contract for on-call ADA expertise services to Bureau Veritas at a not-to-exceed amount of $400,000 for a term of five years ending February 28,2028,with an option to allow the City Manager to extend up to one additional year (Attachment 6); and 3.Authorize the Mayor to execute and the City Clerk to attest the proposed agreements subject to approval by the City Attorney. Executive Summary: The City of Hermosa Beach employs third-party experts to assist with Americans with Disabilities Act (ADA)requirements and compliance.Following a competitive review process,staff recommends City Council award on-call ADA expertise services agreements to Access,Inc.and Bureau Veritas,each at a not-to-exceed amount of $400,000 and a term of five years ending February 28,2028.Staff also recommends approval of an option to allow the City Manager to extend up to one additional year. Background: The Public Works Department relies on the assistance of third-party professional services to assist with ADA requirements and compliance for City projects,City services,private developments,and commercial projects.ADA requirements and compliance involve inspecting curb ramps,sidewalks, structures,parking lots,etc.,implementing and improving the City’s grievance response procedures, and assisting the City with maintaining the City’s ADA Self-evaluation and Transition Plan,which outlines a number of accessibility priorities and needs.City Council approved the Self-evaluation and Transition Plan during its March 31,2022 ADA Study Session and directed staff to advance recommendations in the plan as funds are available in future budget cycles.The costs associated City of Hermosa Beach Printed on 2/23/2023Page 1 of 6 powered by Legistar™648 Staff Report REPORT 23-0089 recommendations in the plan as funds are available in future budget cycles.The costs associated with ADA expertise services are covered by Capital Improvement Program (CIP)project funds or the Public Works Administration Contract Services account. The City has a longstanding practice of hiring outside expertise based on Requests for Proposals (RFP)to augment finite staff resources.The RFP process consumes a significant amount of time as staff engages in the RFP initiation,bidding,evaluating,award,and execution process each time the City needs professional services.Each RFP issued takes months to process,from drafting the RFP to execution of award and is generally limited to a narrow scope of services.Given the aim toward implementation of business process improvements,staff seized the opportunity in 2019 to re-envision the City’s approach to obtaining routine services. A team from Public Works collaborated on the development of a Request for Qualifications (RFQ)to meet the needs of the City and the community.The RFQ approach,which includes a formal competitive advertisement process,provides the City with a list of pre-qualified professionals to serve on the “bench”for the coming five years without the need to go out for an RFP each time a routine service is needed.The updated approach improves efficiency and expedites commencement of work and project delivery. As the previous professional services agreement for ADA expertise services approached expiration, staff began the process to advertise and execute new agreements. Past Council Actions Meeting Date Description March 31, 2022 ADA Study Session and approval, and adoption of, the 2022 ADA Self-Evaluation and Transition Plan. Direction to staff to advance recommendations in the plan as funds are available in future budget cycles. Analysis: On January 12,2023,the City issued a Request for Qualifications (RFQ)23-002 (Attachment 1) inviting experienced and highly qualified firms to submit a proposal for Americans with Disabilities Act expertise services through a competitive process.The RFQ was advertised in the Easy Reader,on the City’s website,and on the City’s online bidding platform,Planet Bids.On February 1,2023,a total of seven proposals were received in response to the RFQ.The proposing firms are listed below in alphabetical order: ·Access Inc; ·ARCOR Inc; City of Hermosa Beach Printed on 2/23/2023Page 2 of 6 powered by Legistar™649 Staff Report REPORT 23-0089 ·Bureau Veritas; ·Collaborative Access Studios; ·Disability Access Specialists, Inc.; ·Partner Assessment Corporation; and ·Sally Swanson Architects, Inc. The proposals were evaluated in detail by a staff review panel based on the following weighted criteria: ·Approach and Methods (40 percent) o Demonstration of the team’s ability to be responsive to the City’s needs and provide a high level of customer service. o Evidence of the team’s ability to successfully deliver project tasks and deliverables within the identified project budget and minimize cost overruns. o Evidence of the team’s ability to work collaboratively with other members of a multi- disciplinary team in a complex and dynamic working environment. o Demonstration of the team’s commitment to accurate and superior work products and services as detailed in the project management project management plan. o A well thought-out and tailored approach to as-needed work that responds to the City’s particular issues and needs. o Incorporation of innovative and/or creative approaches for providing the services that will maximize efficient, cost-effective operations or increased performance capabilities. ·Relevant Experience and Expertise (40 percent) o The team’s ability to dedicate a strong contract manager,knowledge with the needs of a Public Works Department,that will serve as a single point of contact for the duration of the project. o Recent experience providing similar services for other jurisdictions. o Familiarity and experience with applicable industry standards and any relevant federal, state, or local requirements. o The depth and appropriateness of experience of individual members of the technical team as they relate to the specific technical tasks called for by the project. o The team’s experience and ability to clearly communicate technical concepts and terminology with the community. ·Administration (20 percent) o Billing rates and ability to comply with billing requirements. o The extent and nature of any proposed amendments to the Sample Professional City of Hermosa Beach Printed on 2/23/2023Page 3 of 6 powered by Legistar™650 Staff Report REPORT 23-0089 Services Agreement. Based on a comprehensive review of the Statements of Qualification,and following interviews with top ranked firms,staff recommends award of contract for on-call Americans with Disabilities Act (ADA)expertise services to Access Inc and Bureau Veritas (Attachment 2 and Attachment 3).The two specialist firms were ranked the highest according to the weighted selection criteria versus the other proposals received. The proposer rankings are as follows: Ranking Company 1 Access Inc 2 Bureau Veritas 3 Sally Swanson Architects, Inc 4 Collaborative Access Studios 5 Partner Assessment Corporation 6 ARCOR Inc, 7 Disability Access Specialists, Inc Access Inc.and Bureau Veritas exhibited the greatest understanding of the City’s needs and ability to provide timely assistance while ensuring the highest quality.Access,Inc.has provided the City with a wide range of ADA expertise services for the past several years and has provided exceptional services and has detailed knowledge of the City’s ADA process and needs.Access,Inc.’s experience includes completion of the City’s ADA Self-Evaluation and Transition Plan,completion of the Greenbelt Accessible Trail Feasibility Study,Beach Path accessibility evaluation,and assistance in managing the City’s Grievance Procedures.Bureau Veritas brings a strong background in ADA expertise services,having provided similar services for City of Tracy,San Bernardino County,City of Alameda,and City of El Segundo.Staff contacted references provided in the respective proposals and received positive comments about each firm’s work. If approved,on-call ADA expertise services would immediately begin with both firms.The City previously relied on one external primary ADA expert on a project-by-project basis.Staff recognized the need to have two ADA expertise teams,on an as-needed basis.Doing so improves timeliness and efficiency that meet the needs of the City and the community.The proposed contract for each firm includes a not-to-exceed amount of $400,000 and a term of five years ending February 28,2028, with an option to allow the City Manager to extend up to one additional year. ADA Self-Evaluation and Transition Plan Consistency Award of an as-needed ADA contract is consistent with the goals of the Council Approved 2022 ADA Self-Evaluation and Transition Plan as it allows staff the ability to advance the services and recommendations outlined in the plan. City of Hermosa Beach Printed on 2/23/2023Page 4 of 6 powered by Legistar™651 Staff Report REPORT 23-0089 General Plan Consistency: PLAN Hermosa,the City’s General Plan,was adopted by the City Council in August 2017.The award of contracts to provide on-call ADA expertise services to the City is key to the effective and efficient implementation of the Hermosa Beach community vision and supports several goals of the Mobility Element, and Parks and Open Space Element. Relevant Policies are listed below: Mobility Element Goal 3. Excellent customer service by the use of emerging technologies. Policies: ·3.1 Enhance public rights-of-way.Where right-of-way clearance allows,enhance public rights-of-way to improve connectivity for pedestrians,bicyclists,disabled persons,and public transit stops. ·3.2 Complete pedestrian network.Prioritize investment in designated priority sidewalks to ensure a complete network of sidewalks and pedestrian-friendly amenities that enhances pedestrian safety, access opportunities and connectivity to destinations. ·3.10 Require ADA Standards.Require that all public rights-of-way be designed per Americans with Disabilities Act (ADA)standards by incorporating crosswalks,curb ramps, pedestrian signals, and other components to provide ease of access for disabled persons. Parks and Open Space Element Goal 4.Direct and accessible routes and connections to parks,recreational facilities,and open space are provided. Policy: ·4.4 ADA accessible park access.Install ADA and universally accessible amenities and equipment so that all parks, beach, and trail networks are accessible to all persons. Goal 6. The coast and its recreational facilities are easily accessible from many locations and by multiple transportation modes. Policy: ·6.3 Safe and accessible connections.Ensure public access points provide safe and accessible connections to The Strand and shoreline,including access for persons with disabilities. Fiscal Impact: Funds for the on-call ADA expertise services are budgeted annually under the Public Works Administration Contract Services Account.The Fiscal Year 2022-23 Budget includes $120,000 for ADA expertise services.ADA expertise services may also be paid for with various Capital City of Hermosa Beach Printed on 2/23/2023Page 5 of 6 powered by Legistar™652 Staff Report REPORT 23-0089 ADA expertise services.ADA expertise services may also be paid for with various Capital Improvement Project (CIP)funds which involve ADA components.Staff does not anticipate the annual cost for either contract to exceed the budgeted amounts. Agreement Requests Total Request Amount FY 2022-2023 Budget Dept. Account #Total Contract Amount $800,000 Various CIPs XXX-8XXX-4201, Public Works Administration 001-4202-4201 $800,000 Attachments: 1. RFQ 23-002 2. Access, Inc. Proposal 3. Bureau Veritas Proposal 4. March 31, 2022, City Council Report 5. Proposed Agreement with Access Inc. 6. Proposed Agreement with Bureau Veritas 7. Link to March 31, 2022 City Council Staff Report Respectfully Submitted by: Jasmine Lopez, Assistant Engineer Concur:Andrew Nguyen, Associate Engineer Concur: Joe SanClemente, Public Works Director Noted for Fiscal Impact: Viki Copeland, Finance Director Legal Review: Patrick Donegan, City Attorney Approved: Suja Lowenthal, City Manager City of Hermosa Beach Printed on 2/23/2023Page 6 of 6 powered by Legistar™653 REQUEST FOR QUALIFICATIONS (RFQ) NO. 23-002 ON-CALL AMERICAN WITH DISABILITIES ACT (ADA) CONSULTING SERVICES IN THE CITY OF HERMOSA BEACH, CALIFORNIA CITY OF HERMOSA BEACH Department of Public Works 1315 Valley Drive Hermosa Beach, CA 90254 (310) 318-0210 654 RFQ 23-002 City of Hermosa Beach Page 2 of 35 RFQ NUMBER: RFQ# 23-002 RFQ TITLE: ON-CALL AMERICAN WITH DISABILITIES ACT (ADA) CONSULTING SERVICES REQUESTING DEPARTMENT: Public Works – Engineering Division RELEASE DATE: January 12, 2023 DUE DATE: Wednesday, February 1, 2023 @ 3:00 p.m. PST Notice is hereby given that the Department of Public Works of the City of Hermosa Beach will receive statements of qualification for: RFQ# 23-002, ON-CALL AMERICAN WITH DISABILITIES ACT (ADA) CONSULTING SERVICES Statements of qualification must be submitted as PDF via the PlanetBids Portal (pbsystem.planetbids.com/portal/51313/portal-home) and will be received until 3:00 p.m. PST, Wednesday, February 1, 2023. Statements of qualification will not be opened at that time but will be submitted to the Public Works Department for verification and compliance with specifications and subsequent recommendation to City Council for award of a contract or rejection of the responses, as deemed appropriate. The City reserves the right to make no award. Please direct any inquiries regarding this RFQ to Andrew Nguyen at anguyen@hermosabeach.gov. All questions regarding the content of the RFQ may be emailed to Andrew Nguyen referenced above or submitted on the PlanetBids Portal. Dated: January 12, 2023 www.hermosabeach.gov BEACH HERMOSA OF CITY 1315 Valley Drive, Hermosa Beach, CA, 90254 Phone: (310) 318-0210, FAX: (310) 937-5015 655 RFQ 23-002 City of Hermosa Beach Page 3 of 35 Table of Contents 1 Introduction .............................................................................................................................. 4 1.1 Invitation for Qualifications .............................................................................................. 4 1.2 RFQ Timeline ...................................................................................................................... 4 1.3 Submittal Procedures ........................................................................................................ 4 1.4 Contact .............................................................................................................................. 5 1.5 General RFQ Conditions ................................................................................................... 5 2. Scope of Services ................................................................................................................. 10 2.1 City Location and Characteristics ................................................................................. 10 2.2 Description ....................................................................................................................... 10 3. Submittal Instructions............................................................................................................ 12 3.1 Format .............................................................................................................................. 12 3.2 Content ............................................................................................................................. 12 3.2.1 Cover Letter .............................................................................................................. 13 3.2.2 Firm Profile ................................................................................................................. 13 3.2.3 Organizational Chart ............................................................................................... 14 3.2.4 Bios of Key Staff ......................................................................................................... 14 3.2.5 Relevant Experience and References ................................................................... 14 3.2.6 Project Management Plan ...................................................................................... 14 3.2.7 Required Forms ......................................................................................................... 14 3.2.8 Rate Schedule .......................................................................................................... 15 4. Evaluation and Selection ..................................................................................................... 15 4.1 Review Process ................................................................................................................ 16 5. Contract Expectations ......................................................................................................... 17 5.1 Contract Period ............................................................................................................... 17 5.2 Professional Services Agreement .................................................................................. 17 5.3 Standards of Work ........................................................................................................... 18 5.4 Invoicing and Payment .................................................................................................. 18 6.2 Required Forms ................................................................................................................ 30 6.2.1 Certification of Qualifications ................................................................................. 30 6.2.2 Non-Collusion Affidavit ............................................................................................ 32 6.2.3 Compliance with Insurance Requirements ........................................................... 33 6.2.4 Acknowledgement of Professional Services Agreement .................................... 34 6.2.5 COVID Vaccination Certification ........................................................................... 35 656 RFQ 23-002 City of Hermosa Beach Page 4 of 35 1 Introduction 1.1 Invitation for Qualifications The City of Hermosa Beach (“City”) is seeking Statements of Qualifications from qualified individuals or firms (“Consultant”) to provide on-call American with Disabilities Act (ADA) consulting services. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described in this request for qualifications (RFQ). The City intends to enter an agreement with up to two (2) qualified consultants (or teams of consultants) for the requested services in an amount not to exceed $400,000 each for a period of five years. The City anticipates a contract start date around March 2023. This RFQ does not require consultants to address any specific projects or task orders. As work is identified, the City will solicit proposals from one, or more, of the on-call firms. A task order will then be negotiated and executed between the City and the selected firm. 1.2 RFQ Timeline RFQ posted January 12, 2023 Deadline to submit written questions January 23, 2023 Posting of responses to questions January 25, 2023 Deadline to submit qualifications February 1, 2023 - 3 PM PST Interviews for selected firms if the City wishes to do so TBD Tentative award February 28, 2023 1.3 Submittal Procedures Respondents shall submit one copy of the statement of qualification and one copy of the rate schedule in PDF format (separate files) on the PlanetBids Portal. No responses will be accepted after the listed date and time. The format, content, and procedures for submitting a statements of qualification are provided in further detail within the RFQ (see Section 3). 657 RFQ 23-002 City of Hermosa Beach Page 5 of 35 1.4 Contact Please direct any inquiries regarding this RFQ to Andrew Nguyen at anguyen@hermosabeach.gov. All questions regarding the content of the RFQ shall be submitted directly on the PlanetBids Portal or may be emailed to George Hernandez referenced above. Responses to all questions will be posted on the PlanetBids portal. 1.5 General RFQ Conditions The following instructions and conditions apply to this RFQ: Pre-Contractual Expenses The City of Hermosa Beach shall not, in any event, be liable for any pre-contractual expenses incurred by any consultant. In addition, no consultant shall include any such expenses as part of the price proposed. Pre-contractual expenses are defined as expenses incurred by bidders in: • Preparing a statement of qualifications in response to this RFQ. • Submitting that response to the City of Hermosa Beach. • Negotiating with the City of Hermosa Beach any matter related to this RFQ, proposal, and/or contractual agreement. • Any other expenses incurred by the consultant prior to the date of an executed contract. Authority to Withdraw RFQ and/or Not Award Contract The City of Hermosa Beach reserves the right to withdraw this RFQ at any time for any reason without prior notice. Further, the City makes no representations that any agreement will be awarded to any consultant responding to this RFQ. The City expressly reserves the right to reject any and all responses to this RFQ without indicating any reasons for such rejection(s). The release of this RFQ does not obligate or compel the City to enter into a contract or agreement. Authority to Revise RFQ and Request Additional Information The City reserves the rights to amend the RFQ at any time, to determine the successful respondent(s), and to reject any or all responses or their components. Should it be necessary for the City to issue addendums to this RFQ during the advertisement period, the City will post addendums to the PlanetBids Portal. It is the responsibility of all prospective respondents to check PlanetBids regularly to see whether any addenda or supplemental materials have been issued. Statements of qualifications shall acknowledge that the consultant is aware of all addendums which have been issued 658 RFQ 23-002 City of Hermosa Beach Page 6 of 35 and has incorporated their provisions in their response by completing the Certification of Qualifications Form. The City reserves the right, to request additional information or clarifications from consultants where it may serve the City’s best interest. Other Conditions • ADDITIONAL SERVICES. The Scope of Work describes the minimum work to be accomplished. Upon final selection of the firm(s), the Scope of Work may be modified and refined during negotiations with the City. Any proposer that provides additional services can include those services in the statement of qualifications and list them as additional services. • AUTHORIZED SIGNATURES. Every statement of qualifications must be signed by the person or persons legally authorized to bind the consultant to a contract for the execution of the work. Upon request of the City, any agent submitting a statement of qualifications on behalf of a consultant shall provide a current power of attorney certifying the agent’s authority to bind the consultant. • AWARD OF QUALIFICATIONS. City reserves the right to negotiate final terms with the selected consultant, if any. Award may be made to the consultant offering the most advantageous statement of qualifications after consideration of all criteria. • COMPLIANCE WITH LAWS. All statement of qualifications shall comply with current federal, state, and other laws relative thereto. • CONFLICT OF INTEREST. By signing the Certification of Qualifications , the consultant declares and warrants that no elected or appointed official, officer or employee of the City has been or shall be compensated, directly or indirectly, in connection with this statement of qualifications or any work connected with this statement of qualifications. Should any agreement be approved in connection with this Request for Qualifications, consultant declares and warrants that no elected or appointed official, officer or employee of the City, during the term of his/her service with the City shall have any direct interest in that agreement, or obtain any present, anticipated or future material benefit arising therefrom. • DISQUALIFICATION OF PROPOSER. If there is reason to believe that collusion exists among the consultants, the City may refuse to consider statement of qualifications from participants in such collusion. No person, firm, or corporation under the same or different name, shall make, file, or be interested in more than one statement of qualifications for the same work unless alternate statement of qualifications are called for. Reasonable grounds for believing that any consultant is interested in more than one statement of qualifications for the same work will cause the rejection of all statement of qualifications for the work in which a consultant is interested. Consultants shall submit as part of their statement of qualifications documents the completed Non-Collusion Affidavit. 659 RFQ 23-002 City of Hermosa Beach Page 7 of 35 • EXAMINATION OF DOCUMENTS. It is the responsibility of the consultant to carefully and thoroughly examine and be familiar with these RFQ documents, general conditions, all forms, specifications, drawings, plans, and addendums (if any). Consultants shall satisfy themselves as to the character, quantity, and quality of work to be performed and materials, labor, supervision necessary to perform the work as specified by these documents. The failure or neglect of the consultant to examine documents shall in no way relieve the consultant from any obligations with respect to the solicitation for and subsequent contract that may be awarded. The submission of a statement of qualifications shall constitute an acknowledgment upon which the City may rely that the consultant has thoroughly examined and is familiar with the RFQ documents. The failure or neglect of a consultant to receive or examine any of the documents shall in no way relieve the consultant from any obligations with respect to the statement of qualifications. No claim will be allowed for additional compensation that is based upon a lack of knowledge of any solicitation document. • INTERPRETATION OF RFQ DOCUMENTS. City reserves the right to make corrections or clarifications of the information provided in this RFQ. If any person is in doubt as to the true meaning of any part of this RFQ documents, or finds discrepancies or omissions in the document, the person may submit to the City a written request for an interpretation or correction. Oral statement(s), interpretations or clarifications concerning meaning or intent of the contents of this RFQ by any person are unauthorized and invalid. Modifications to the RFQ, including, but not limited to the scope of work, can be made only by written addendum issued by the City. Proposers shall submit all questions in writing to the contact listed in the announcement or submitted on the PlanetBids Portal. Proposers may not contact any other staff members with questions. The requesting party is responsible for prompt delivery of any requests. When the City considers interpretations necessary, interpretations will be in the form of an addendum to the RFQ documents, and when issued, will be sent as promptly as is practical to all parties recorded by the City as having received RFQ documents. All such addenda shall become a part of the RFQ document. It is the responsibility of each consultant to ensure the City has their correct business name, mailing address and e-mail address on file through the PlanetBids online portal. Any prospective consultants who obtained a set of RFQ documents from the PlanetBids online portal are responsible for checking PlanetBids to verify if any subsequent Addendums were issued. • IRREGULARITIES. City reserves the right to waive non-material irregularities if such would be in the best interest of the City as determined by the City Manager. • NON-DISCRIMINATION. Consultant represents and warrants that it does not and will not discriminate against any employee or applicant for employment because of race, religion, gender, color, national origin, sexual orientation, ancestry, marital status, physical condition, pregnancy or pregnancy-related condition, political affiliation or opinion, age or medical condition. 660 RFQ 23-002 City of Hermosa Beach Page 8 of 35 • NON-EXCLUSIVE. Should the City make an award, the successful consultant will enter into a NON-EXCLUSIVE professional services agreement and the City reserves the right to enter into agreements with other firms. • OFFERS OF MORE THAN ONE PRICE. Consultants are NOT allowed to submit more than one rate schedule. • OWNERSHIP. All data, documents and other products used or developed during the RFQ process become the property of the City upon submission. All documents submitted in response to this RFQ shall become the property of the City and a matter of public record pursuant to Government Code sections 6250 et seq. Statement of qualifications should not be marked as confidential or proprietary, and City may refuse to consider a statement of qualifications so marked. All information contained within the statement of qualifications will become a matter of public record. It is the responsibility of each bidder to clearly identify any and all information contained within its statement of qualifications that it considers to be confidential and/or proprietary. To the extent that the City agrees with that designation, such information will be held in confidence whenever possible. All other information will be considered public. • PROFESSIONAL SERVICES AGREEMENT. Prior to awarding any work, the selected Consultant will be required to execute a professional services agreement (sample attached) with the City. Any proposed change to the agreement shall be identified in the response to the Request for Qualifications (RFQ) and shall be subject to the sole approval of the City. The City requires the Consultant to obtain and maintain a policy of professional liability and other insurance as indicated in the agreement. • NO PUBLIC OPENING/PUBLIC RECORDS ACT. Statement of qualifications shall be opened and its contents secured by City staff to prevent disclosure during the evaluative process and the process of negotiating with competing consultants. Adequate precautions shall be taken to treat each consultant fairly and to insure that information gleaned from competing statement of qualifications is not disclosed to other Consultants. Prices and other information concerning the statement of qualifications shall not be disclosed until a recommendation for award is made to the awarding authority. • PUBLIC RECORD. All statement of qualifications submitted in response to this RFQ will become the property of the City upon submittal and a matter of public record when the City selects a proposer for recommendation to the City Council for its consideration pursuant to applicable law. • REPRESENTATIONS. Consultant understands and acknowledges that the representations made in their submitted statement of qualifications are material and important, and will be relied on by the City in evaluation of the statement of qualifications . Consultant misrepresentation shall be treated as fraudulent concealment from the City of the facts relating to the statement of qualifications. 661 RFQ 23-002 City of Hermosa Beach Page 9 of 35 • SEVERABILITY. If any provisions or portion of any provision, of this Request for Qualifications are held invalid, illegal or unenforceable, they shall be severed from the Request for Qualifications and the remaining provisions shall be valid and enforceable. • SUBCONTRACTOR INFORMATION. If the statement of qualifications includes the use of sub consultants, consultant must identify specific sub consultants and the specific requirements of this RFQ for which each proposed sub consultant would perform services. All sub consultant for work services must follow all required provisions of the prime contract. • VALIDITY. Statement of qualifications must be valid for a period of 90 days from the due date. • WITHDRAWAL OF STATEMENT OF QUALIFICATIONS. Consultants’ authorized representative may withdraw statement of qualifications only by written request received by this RFQ contact personal before the Submittal Deadline. • BUSINESS LICENSE. The selected firm(s) must obtain a City of Hermosa Beach Business license and maintain a current certificate of insurance with the City for the duration of the Professional Service Agreement. 662 RFQ 23-002 City of Hermosa Beach Page 10 of 35 2. Scope of Services 2.1 City Location and Characteristics The City of Hermosa Beach is located within the southwestern coastal portion of Los Angeles County in what is commonly referred to locally as the “South Bay” area. The City is bounded on the north by the City of Manhattan Beach, on the south by the City of Redondo Beach, on the east by the City of Redondo Beach and the City of Manhattan Beach, and on the west by the Pacific Ocean. The City limits for Hermosa Beach encompass a relatively small land area, approximately 1.4 square miles. Hermosa Beach is thriving, and engaged community, with some 20,000 residents and naturally draws a high number of visitors to its beaches and downtown. Governed by a five-member City Council with members elected at large, Hermosa Beach operates under the council/city manager form of government as a general law city. Like the community, the Council is informed, educated, and engaged. The programs and services provided by the City are accomplished through eight City departments: City Clerk, City Manager, Community Development, Community Resources, Finance, Human Resources, Police, and Public Works. 2.2 Description The Public Works Department is responsible for engineering and oversight of the City's Capital Improvement Program (CIP), maintenance of City facilities and parks, public counter services including plan check and permit issuance, managing and maintaining the public right of way, grant management, storm drains and sewers, utility districts and utility coordination, and a wide variety of other programs and services. In the Fiscal Year 2022-2023 budget, the City Council approved a significant expansion of the Capital Improvement Program (CIP), which now includes 50 projects, with a $23 million dollar budget, covering a diverse range of needs from planning to design and construction. In 2022, the City Council also approved the City’s Americans with Disabilities Act (ADA) Self-Evaluation and Transition Plan, which outlines a number of accessibility priorities and needs. The City of Hermosa Beach (“City”) Public Works Department is seeking Statements of Qualification from qualified consultants, or team of consultants, (“Consultant”) to provide on-call ADA Consulting Services. The selected Consultant would assist the City’s Public Works Department in establishing a pro-active approach to implementing and improving the City’s Americans with Disabilities Act Grievance Procedure, work with the City’s ADA Coordinator as the City’s CASp specialist, evaluate and resolve ADA related issues and assist in achieving the goals identified by the City's ADA Self-Evaluation and Transition Plan and applicable documents and reports, review Capital Improvement and other project plans and provide solutions as needed as they relate to ADA requirements, and assist the Public Works Department in managing the day-to day ADA 663 RFQ 23-002 City of Hermosa Beach Page 11 of 35 compliance needs of the City and its residents. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described in this RFQ. The City intends to enter an agreement with up to two (2) qualified consultants (or teams of consultants) for the requested services in an amount not to exceed $400,000 each for a period of five years. The City anticipates a contract start date around March 2023. This RFQ does not require consultants to address any specific projects or task orders. As work is identified, the City will solicit proposals from one, or more, on-call firms. The designated Consultant(s) shall then provide a cost proposal, fee, and a schedule per each task order issued by the City. A task order will then be negotiated and executed between the City and the selected firm. Compensation will be based on a time and materials with a not-to-exceed limit agreed upon by both the Consultant and City before work begins. Please note that being selected for an as-needed contract does not guarantee that a Consultant will be requested to submit a task order or be assigned any work. The City reserves the right to retain other consulting firms in its sole discretion when the City believes there will be an economic or other significant advantage for doing so. 2.2 General Scope of Work The consulting firms must have a Certified Access Specialist (CASp) on staff at all times during the duration of the contract with the City. The scope of work includes, but is not limited to, the following services: Assist the City’s ADA Coordinator in implementing, and improving, the City’s Grievance Response Procedures. Review current and/or ongoing grievance complaints, coordinate responses to submitted questions, and provide an expert CASp written opinion on the legitimacy of the complaints. Conduct field inspections and provide detailed ADA reports of the area(s) and/or accessible element(s) when a grievance is found to have merit. During the inspection, Consultant shall identify all violations and include field measurements of each non-compliant element along with code references, sketches, and photo documentation in a comprehensive report. At the conclusion the ADA inspection, Consultant shall provide cost effective recommendations on the best way to correct the violations. Review the adopted ADA Self-Evaluation and Transition Plan and existing ADA assessment documents available at the City and assist with the implementation of solutions for items to be resolved. Assist the City with maintaining the Self- evaluation and Transition Plan. 664 RFQ 23-002 City of Hermosa Beach Page 12 of 35 Perform CASp ADA surveys for existing facilities, alteration projects, new projects, etc., including identification of all violations and include measurements of each non-compliant element along with code references, sketches, photo documentation, and cost effective recommendations in a comprehensive report. Be available to meet with City Staff or answer City Staff emails and inquiries, in a timely manner, pertaining to ADA related grievances, projects, and other relates as needed. Provide training for City team members regarding ADA compliance issues as needed. Other related as-needed work. 2.3 Relevant Plans, Policies, Programs, or Projects Proposers should review and consider the work already completed or underway in the development of approach, budget, and schedule. The following links are provided for your convenience: • Fiscal Year 2022-23 Capital Improvement Program, adopted 2022 • 2022 ADA Self-Evaluation and Transition Plan, adopted 2022 • PLAN Hermosa, the City’s Comprehensive General Plan and Local Coastal Program, adopted 2017 3. Submittal Instructions 3.1 Format Proposers shall submit one copy of the statement of qualifications and one copy of the rate schedule in PDF format on the PlanetBids Portal. 3.2 Content Statement of qualifications must be concise, but with sufficient detail to allow accurate evaluation and comparative analysis. Emphasis should be concentrated on conforming to the RFQ instructions, responding to the RFQ requirements, and on providing a complete and clear description of the offer. Statement of qualifications should include the sections as described in greater detail below. Do not include marketing brochures or other promotional material not connected with this RFQ. 665 RFQ 23-002 City of Hermosa Beach Page 13 of 35 3.2.1 Cover Letter Statement of qualifications must be accompanied by a short cover letter, signed by an individual authorized to bind the proposing entity to all commitments made in the submittal. An unsigned statement of qualifications is grounds for rejection. The cover letter should include: Brief introduction of the firm (or team of firms); Contact information for the person authorized to enter into an agreement with the City; Contact information for the contract manager that will serve as the day-to-day contact with the City. For this on-call contract, the City will expect a dedicated point person to manage all task orders; serve as the conduit of information between any task-specific project managers and sub-consultants; and ensure overall quality and responsiveness. Concise statement of understanding of the scope of work; and Acknowledgement of receipt of any addendums that were issued for this RFQ. 3.2.2 Firm Profile Proposers should provide a brief profile of the prime consultant and any sub-consultants. Information should include, but is not limited to the following information: • Official name, address, email, and telephone number of the consultant’s primary point of contact. • Type of business entity of consultant (corporation, company, joint venture, etc.). Please enclose a copy of the Joint Venture Agreement if entity is a joint venture. • Federal Employer I.D. Number. • Indication whether firm is totally or partially owned by another business organization (parent company) or individual. • Number of years consultant has been in business under the present business name. • Number of years of experience the consultant has had in providing required, equivalent, or related services. • Any failures or refusals to complete a contract, and explanation. 666 RFQ 23-002 City of Hermosa Beach Page 14 of 35 3.2.3 Organizational Chart Proposer shall include an organizational chart that reflects titles of key staff assigned to provide services under this statement of qualifications for the prime consultant and all subconsultants. The organizational chart should clearly identify names, titles, and professional licenses/certifications. It is the City s requirement to have the key personnel identified in the Organizational Chart remain with the individual project during its duration. After contract execution the Consultant should not substitute key personnel (contract manager and others listed by name in the statement of qualifications) or sub-consultants without prior written approval by the City. 3.2.4 Bios of Key Staff Proposer shall include bios of key staff identified in the organizational chart for the prime consultant and all subconsultants. The bios should indicate key relevant experience on similar projects, their areas of expertise, degrees, and any relevant professional licenses and certifications. 3.2.5 Relevant Experience and References Proposers shall highlight their experience providing similar on-call services for other municipal clients. References for at least three (3) similar projects within the last five (5) years is required. Please include the following information, at a minimum for other similar projects: • Name of contracting agency and department • Description of project or services provided • Year started and completed (if relevant) • Key Personnel Assigned • Name, email, and phone number for agency project manager • Contract Value 3.2.6 Project Management Plan In this section, proposers should detail their approach to responding to requests for as- needed work, ensuring clear communication between the Consultant’s Contract Manager and the City, and oversight of task orders to ensure schedule and budget adherence and quality assurance/quality control. 3.2.7 Required Forms Consultant shall review, acknowledge and submit the following forms: 667 RFQ 23-002 City of Hermosa Beach Page 15 of 35 • Certification of Qualifications. Consultant is required to sign and submit the Certification of Qualifications including acknowledgement that they have received and considered any addendums issued by the City of Hermosa Beach in connection with this RFQ. (See section 6.2.1) • Non-Collusion Affidavit. Consultant is required to sign and submit the Non- Collusion Affidavit. (See section 6.2.2) • Compliance with Insurance Requirements. Consultant shall demonstrate the willingness and ability to submit proof of the required insurance coverage as set forth in the Sample Professional Services Agreement. (See section 6.2.3) • Acknowledgement of Professional Services Agreement. Consultant shall demonstrate willingness and ability to comply with the City’s Sample Professional Services Agreement and/or indicate any exceptions to the Professional Services Agreement. (See section 6.2.4) • Covid Vaccination Certification. Consultant agrees to certify in writing to CITY that all employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully vaccinated from COVID-19. (See section 6.2.5) 3.2.8 Rate Schedule Rate schedules shall be submitted through PlanetBids Portal as a separate file, labeled “Rate Schedule” and indicate the firm’s name. The rate schedule shall detail hourly billable rates for key staff members (including their names, titles, and licenses) and other team member categories for various other services offered by the Consultant, and sub- consultants as appropriate. Proposer must also state if rates are guaranteed for the term of the agreement or will be subject to future rate increases. Any proposed requests to change the adopted rates annually shall not exceed the relevant Consumer Price Index for the preceding 12-month period. Rate schedule shall detail any other direct costs, intended to be charged to the City (e.g., travel, equipment, printing/materials). No mark ups will be allowed for direct or miscellaneous costs and sub-consultant work, however, an appropriate number of hours for sub-consultant oversight will be allowed. 4. Evaluation and Selection 668 RFQ 23-002 City of Hermosa Beach Page 16 of 35 4.1 Review Process The City will evaluate all statement of qualifications received in accordance with the evaluation criteria. The City shall not be obligated to accept the lowest fee schedule, but the City may make award(s) in the best interests of the City after all factors are considered, including, but not limited to, the demonstrated competence, experience and professional qualifications of the Proposer. Evaluation scores will not be released until after award, if one is made. Following the review of RFQs by the City’s team, the City may, if it chooses to do so, invite short-listed consultants to be interviewed by a panel of City staff, which may include non- city personnel at the City’s discretion. Discussions may, at the City's option, be conducted with the most qualified Proposer(s). Discussions may be for the purpose of clarification to assure full understanding of, and responsiveness to the solicitation requirements. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and written revision of statement of qualifications . In conducting discussions, the City will not disclose information derived from statement of qualifications submitted by competing Proposers. The City will verify references of short-listed consultants, which may include persons not listed as references, and this will help inform the City’s decisions. The City will select a consultant to negotiate for the performance of work. In negotiating the contract the City may request modifications to the proposed scope or to the technical team or other elements of the statement of qualifications . If negotiations fail, the City will commence negotiations with the next qualified candidate. Work will promptly commence following contract award and satisfaction of contract requirements. Task orders resulting from this contract will be negotiated and executed between the City and the selected firm. 4.2 Evaluation Criteria Statement of qualifications will be evaluated on the basis of their response to all provisions of this RFQ. The City of Hermosa Beach will use the following criteria in its evaluation of statement of qualifications, interviews may be required with selected consultants, or verification of references. The categories will be weighted approximately as follows. Approach and Methods (40%): • Demonstration of the team’s ability to be responsive to the City’s needs and provide a high level of customer service. • Evidence of the team’s ability to successfully deliver project tasks and deliverables, within the identified project budget and minimize cost overruns. 669 RFQ 23-002 City of Hermosa Beach Page 17 of 35 • Evidence of the team’s ability to work collaboratively with other members of a multi-disciplinary team in a complex and dynamic working environment. • Demonstration of the team’s commitment to accurate and superior work products and services as detailed in the project management plan. • A well thought-out and tailored approach to as-needed work that responds to the City’s particular issues and needs. • Incorporation of innovative and/or creative approaches for providing the services that will maximize efficient, cost-effective operations or increased performance capabilities. Relevant Experience & Expertise (40%): • The consultant team’s ability to dedicate a strong contract manager, knowledge with the needs of a Public Works Department, that will serve as a single point of contact for the duration of the project. • Recent experience providing similar services for other jurisdictions. • Familiarity and experience with applicable industry standards and any relevant federal, state, or local requirements. • The depth and appropriateness of experience of individual members of the technical team as they relate to the specific technical tasks called for by the project. • The team’s experience and ability to clearly communicate technical concepts and terminology with the community. Administration (20%): • Billing rates and ability to comply with billing requirements. • The extent and nature of any proposed amendments to the City’s Professional Services Agreement. 5. Contract Expectations 5.1 Contract Period The City anticipates the contract term would begin in March 2023. 5.2 Professional Services Agreement The selected consultant will be expected to comply with and sign the City’s Professional Services Agreement. Proposers should identify and/or indicate any exceptions to the 670 RFQ 23-002 City of Hermosa Beach Page 18 of 35 Sample Professional Services Agreement included in Section 6.1. The City Attorney or their designee retains the discretion to accept or reject proposed exceptions or modifications to the City’s Professional Services Agreement. 5.3 Standards of Work In case of conflicts, ambiguities, discrepancies, errors, or omissions, Consultant shall submit the matter to City for clarification. Any work affected by such conflicts, ambiguities, discrepancies, errors or omissions which is performed by Consultant prior to clarification by City shall be at Consultant's risk and expense. 5.4 Invoicing and Payment Each invoice shall contain a progress report describing the work completed during the billing period and shall also include cost information by task regarding: previous work billed to date, work billed during the reporting period, percent of task completed and amount remaining by task. Invoices are to be submitted monthly. The invoices shall reference the project title, and list charges by task, worker classification, hours, billing rate, and totals. Each invoice shall contain a progress report describing the work completed during the billing period and the following summary information: Contract Amount Total Prior Contract Billings Contract Work Performed this Period Total Contract Amount Performed To Date Contract Percent Complete Total Amount Remaining for the Contract 671 RFQ 23-002 City of Hermosa Beach Page 19 of 35 6. Attachments and Required Forms 6.1 Sample Professional Services Agreement CONTRACT FOR PROFESSIONAL SERVICES TO ________________________________________________________________ BETWEEN THE CITY OF HERMOSA BEACH AND ___________________________ This AGREEMENT is entered into this day of , 20XX, by and between the CITY OF Hermosa Beach, a general law city a municipal corporation (“CITY”) and _, a limited liability company (“CONSULTANT”). R E C I T A L S A. The City desires to __________________________________________. B. The City does not have the personnel able and/or available to perform the services required under this agreement and therefore, the City desires to contract for consulting services to accomplish this work. C. The Consultant warrants to the City that it has the qualifications, experience and facilities to perform properly and timely the services under this Agreement. D. The City desires to contract with the Consultant to perform the services as described in Exhibit A of this Agreement. NOW, THEREFORE, based on the foregoing recitals, the City and the Consultant agree as follows: CONSIDERATION AND COMPENSATION As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, attached as EXHIBIT A. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement. As additional consideration, CITY agrees to pay CONSULTANT a total of $ , for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. No additional compensation shall be paid for any other expenses incurred, unless first approved by the City Manager or his/her designee. CONSULTANT shall submit to CITY, by not later than the 10th day of each month, its invoice for services itemizing the fees and costs incurred during the previous 672 RFQ 23-002 City of Hermosa Beach Page 20 of 35 month. CITY shall pay CONSULTANT all uncontested amounts set forth in CONSULTANT’s invoice within 30 days after it is received. SCOPE OF SERVICES. CONSULTANT will perform the services and activities set forth in the SCOPE OF SERVICE attached hereto as Exhibit A and incorporated herein by this reference. Except as herein otherwise expressly specified to be furnished by CITY, CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space, and facilities necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit an invoice to CITY which lists the reimbursable costs, the specific tasks performed, and, for work that includes deliverables, the percentage of the task completed during the billing period in accordance with the schedule of compensation incorporated in “Exhibit A.” TIME OF PERFORMANCE. The services of the CONTRACTOR are to commence upon receipt of a notice to proceed from the CITY and shall continue until all authorized work is completed to the CITY’s reasonable satisfaction, in accordance with the schedule incorporated in “Exhibit A,” unless extended in writing by the CITY. FAMILIARITY WITH WORK. By executing this Agreement, CONSULTANT represents that CONSULTANT has (a) thoroughly investigated and considered the scope of services to be performed; (b) carefully considered how the services should be performed; and (c) understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. KEY PERSONNEL. CONSULTANT’s key person assigned to perform work under this Agreement is ________________. CONSULTANT shall not assign another person to be in charge of the work contemplated by this Agreement without the prior written authorization of the City. TERM OF AGREEMENT. The term of this Agreement shall commence upon execution by both parties and shall expire on __________, 20___, unless earlier termination occurs under Section 11 of this Agreement, or this Agreement is extended in writing in advance by both parties. CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. 673 RFQ 23-002 City of Hermosa Beach Page 21 of 35 TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. PERMITS AND LICENSES. CONTRACTOR will obtain and maintain during the term of this Agreement all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. TERMINATION. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination shall be in writing. CONSULTANT may terminate this Agreement. Notice will be in writing at least 30 days before the effective termination date. In the event of such termination, the CONTRACTOR shall cease services as of the date of termination, and all finished or unfinished documents, data, drawings, maps, and other materials prepared by CONSULTANT shall, at CITY’s option, become CITY’s property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. INDEMNIFICATION. To the extent permitted by law, CONSULTANT shall indemnify, and hold harmless CITY, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation) of every nature to the extent caused by CONSULTANT's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this AGREEMENT. CONSULTANT shall promptly pay any final judgment rendered against CITY (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONSULTANT’s negligence, recklessness or willful misconduct. CONSULTANT shall reimburse the CITY its costs of defense, including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation to the extent such fees, costs and all other costs are determined by the court of competent jurisdiction to have been caused by the actual negligence, recklessness or willful misconduct of the Consultant. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The requirements as to the types and limits of insurance coverage to be maintained by CONSULTANT as required by Section 17, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by CONSULTANT pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. 674 RFQ 23-002 City of Hermosa Beach Page 22 of 35 ASSIGNABILITY. This Agreement is for CONSULTANT’s professional services. CONSULTANT’s attempts to assign the benefits or burdens of this Agreement without CITY’s written approval are prohibited and will be null and void. INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. AUDIT OF RECORDS. CONSULTANT agrees that CITY, or designee, has the right to review, obtain, and copy all records pertaining to the performance of this Agreement. CONSULTANT agrees to provide CITY, or designee, with any relevant information requested and will permit CITY, or designee, access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this Agreement. CONSULTANT further agrees to maintain such records for a period of three (3) years following final payment under this Agreement. CONSULTANT will keep all books, records, accounts and documents pertaining to this Agreement separate from other activities unrelated to this Agreement. CORRECTIVE MEASURES. CONSULTANT will promptly implement any corrective measures required by CITY regarding the requirements and obligations of this Agreement. CONSULTANT will be given a reasonable amount of time as determined by the City to implement said corrective measures. Failure of CONSULTANT to implement required corrective measures shall result in immediate termination of this Agreement. INSURANCE REQUIREMENTS. A. The CONSULTANT, at the CONSULTANT’s own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies: 1. Workers Compensation Insurance as required by law. The Consultant shall require all subcontractors similarly to provide such compensation insurance for their respective employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the CITY at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against the CITY, its officers, agents, employees, and volunteers for losses arising from work performed by the CONTRACTOR for City. 2. General Liability Coverage. The CONSULTANT shall maintain commercial general liability insurance in an amount of not less than two million dollars 675 RFQ 23-002 City of Hermosa Beach Page 23 of 35 ($2,000,000) per occurrence for bodily injury, personal injury, and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. The CONSULTANT shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired, and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. 4. Professional Liability Coverage. The CONSULTANT shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors, or omissions which may arise from the CONSULTANT’S operations under this Agreement, whether such operations be by the CONSULTANT or by its employees, subcontractors, or sub-consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single-limit-per- occurrence basis. When coverage is provided on a “claims made basis,” CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. B. Endorsements. Each general liability, automobile liability and professional liability insurance policy shall be issued by a financially responsible insurance company or companies admitted and authorized to do business in the State of California, or which is approved in writing by City, and shall be endorsed as follows. CONSULTANT also agrees to require all contractors, and subcontractors to do likewise. 1. “The CITY, its elected or appointed officers, officials, employees, agents, and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONSULTANT, including materials, parts, or equipment furnished in connection with such work or operations.” 2. This policy shall be considered primary insurance as respects the CITY, its elected or appointed officers, officials, employees, agents, and volunteers. Any insurance maintained by the CITY, including any self-insured retention the CITY may have, shall be considered excess insurance only and shall not contribute with this policy. 3. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 676 RFQ 23-002 City of Hermosa Beach Page 24 of 35 4. The insurer waives all rights of subrogation against the CITY, its elected or appointed officers, officials, employees, or agents. 5. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the CITY. C. CONSULTANT agrees to provide immediate notice to CITY of any claim or loss against Contractor arising out of the work performed under this agreement. CITY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve CITY. D. Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the CITY’s option, the CONSULTANT shall demonstrate financial capability for payment of such deductibles or self-insured retentions. E. The CONSULTANT shall provide certificates of insurance with original endorsements to the CITY as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the CITY on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the CITY at all times during the term of this Agreement. F. Failure on the part of the CONSULTANT to procure or maintain required insurance shall constitute a material breach of contract under which the CITY may terminate this Agreement pursuant to Section 11 above. G. The commercial general and automobile liability policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s behalf upon the Consultant’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. USE OF OTHER CONSULTANTS. CONSULTANT must obtain CITY’s prior written approval to use any sub-consultants while performing any portion of this Agreement. Such approval must include approval of the proposed consultant and the terms of compensation. FINAL PAYMENT ACCEPTANCE CONSTITUTES RELEASE. The acceptance by the CONSULTANT of the final payment made under this Agreement shall operate as and be a release of the CITY from all claims and liabilities for compensation to the CONSULTANT for anything done, furnished or relating to the CONSULTANT’S work or 677 RFQ 23-002 City of Hermosa Beach Page 25 of 35 services. Acceptance of payment shall be any negotiation of the CITY’S check or the failure to make a written extra compensation claim within ten (10) calendar days of the receipt of that check. However, approval or payment by the CITY shall not constitute, nor be deemed, a release of the responsibility and liability of the CONSULTANT, its employees, sub-consultants and agents for the accuracy and competency of the information provided and/or work performed; nor shall such approval or payment be deemed to be an assumption of such responsibility or liability by the CITY for any defect or error in the work prepared by the Consultant, its employees, sub-consultants and agents. CORRECTIONS. In addition to the above indemnification obligations, the CONSULTANT shall correct, at its expense, all errors in the work which may be disclosed during the City’s review of the Consultant’s report or plans. Should the Consultant fail to make such correction in a reasonably timely manner, such correction shall be made by the CITY, and the cost thereof shall be charged to the CONSULTANT. In addition to all other available remedies, the City may deduct the cost of such correction from any retention amount held by the City or may withhold payment otherwise owed CONSULTANT under this Agreement up to the amount of the cost of correction. NON-APPROPRIATION OF FUNDS. Payments to be made to CONSULTANT by CITY for services preformed within the current fiscal year are within the current fiscal budget and within an available, unexhausted fund. In the event that CITY does not appropriate sufficient funds for payment of CONSULTANT’S services beyond the current fiscal year, the Agreement shall cover payment for CONSULTANT’S services only to the conclusion of the last fiscal year in which CITY appropriates sufficient funds and shall automatically terminate at the conclusion of such fiscal year. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: CITY CONSULTANT City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 ATTN: ATTN: Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in 678 RFQ 23-002 City of Hermosa Beach Page 26 of 35 the manner prescribed in this paragraph. Courtesy copies of notices may be sent via electronic mail, provided that the original notice is deposited in the U.S. mail or personally delivered as specified in this Section. A. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT’s bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT’s bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. B. THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT’s or CITY’s obligations under this Agreement. C. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. D. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. E. RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. F. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment with signatures of all parties to this Agreement. CITY’s city manager, or designee, may execute any such amendment on behalf of CITY. ACCEPTANCE OF FACSIMILE OR ELECTRONIC SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission or scanned and delivered via electronic mail. Such facsimile or electronic mail copies will be treated in all respects as having the same effect as an original signature. FORCE MAJEURE. Should performance of this Agreement be impossible due to fire, flood, explosion, war, embargo, government action, civil or military authority, the 679 RFQ 23-002 City of Hermosa Beach Page 27 of 35 natural elements, or other similar causes beyond the Parties’ control, then the Agreement will immediately terminate without obligation of either party to the other. TIME IS OF ESSENCE. Time is of the essence to comply with dates and schedules to be provided. ATTORNEY’S FEES. The parties hereto acknowledge and agree that each will bear his or its own costs, expenses and attorneys' fees arising out of and/or connected with the negotiation, drafting and execution of the Agreement, and all matters arising out of or connected therewith except that, in the event any action is brought by any party hereto to enforce this Agreement, the prevailing party in such action shall be entitled to reasonable attorneys' fees and costs in addition to all other relief to which that party or those parties may be entitled. STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public agency. OWNERSHIP OF DOCUMENTS. It is understood and agreed that the City shall own all documents and other work product of the Consultant, except the Consultant’s notes and workpapers, which pertain to the work performed under this Agreement. The City shall have the sole right to use such materials in its discretion and without further compensation to the Consultant, but any re-use of such documents by the City on any other project without prior written consent of the Consultant shall be at the sole risk of the City. USE OF LOGO. The CITY grants the CONSULTANT permission to use its name, logo and/or trademark in deliverables produced by the CONSULTANT on the behalf of the CITY, such as written reports, presentation slides, press releases, social media graphics, and other public outreach materials. The CITY’s prior review of artwork and written approval is required for any use of CITY logo. CITY will provide an electronic copy of the most current logo to the CONSULTANT for use in materials. The CONSULTANT will, in turn, only use the most current logo of the CITY. DISCLOSURE REQUIRED. (City and Consultant initials required at one of the following paragraphs) By their respective initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is a “consultant” for the purposes of the California Political Reform Act because Consultant’s duties would require him or her to make one or more of the governmental decisions set forth in Fair Political Practices Commission Regulation 18700.3(a) or otherwise serves in a staff capacity for which disclosure would otherwise be 680 RFQ 23-002 City of Hermosa Beach Page 28 of 35 required were Consultant employed by the City. Consultant hereby acknowledges his or her assuming-office, annual, and leaving-office financial reporting obligations under the California Political Reform Act and the City’s Conflict of Interest Code and agrees to comply with those obligations at his or her expense. Prior to consultant commencing services hereunder, the City’s Manager shall prepare and deliver to consultant a memorandum detailing the extent of Consultant’s disclosure obligations in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ OR By their initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is not a “consultant” for the purpose of the California Political Reform Act because Consultant’s duties and responsibilities are not within the scope of the definition of consultant in Fair Political Practice Commission Regulation 18700.3(a) and is otherwise not serving in staff capacity in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ COMPLIANCE WITH COVID-19 VACCINATION POLICY. All CONSULTANT’S employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully vaccinated from COVID-19. CONSULTANT agrees to certify in writing to CITY that it complies with the foregoing. IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF HERMOSA BEACH CONSULTANT [MAYOR/CITY MANAGER] By: NAME/TITLE ATTEST: Myra Maravilla, City Clerk Taxpayer ID No. 681 RFQ 23-002 City of Hermosa Beach Page 29 of 35 APPROVED AS TO FORM: Patrick Donegan, City Attorney 682 RFQ 23-002 City of Hermosa Beach Page 30 of 35 6.2 Required Forms 6.2.1 Certification of Qualifications RFQ #: _________ The undersigned hereby submits its statement of qualifications and agrees to be bound by the terms and conditions of this Request for Qualifications (RFQ). 1. Proposer declares and warrants that no elected or appointed official, officer or employee of the City has been or shall be compensated, directly or indirectly, in connection with this statement of qualifications or any work connected with this statement of qualifications. Should any agreement be approved in connection with this Request for Qualifications, Proposer declares and warrants that no elected or appointed official, officer or employee of the City, during the term of his/her service with the City shall have any direct interest in that agreement, or obtain any present, anticipated or future material benefit arising therefrom. 2. By submitting the response to this request, Proposer agrees, if selected to furnish services to the City in accordance with this RFQ. 3. Proposer has carefully reviewed its statement of qualifications and understands and agrees that the City is not responsible for any errors or omissions on the part of the Proposer and that the Proposer is responsible for them. 4. It is understood and agreed that the City reserves the right to accept or reject any or all statement of qualifications and to waive any informality or irregularity in any statement of qualifications received by the City. 5. The statement of qualifications response includes all of the commentary, figures and data required by the Request for Qualifications. 6. The statement of qualifications shall be valid for 90 days from the date of submittal. 7. Proposer acknowledges that the City may issue addendums related to this RFQ and that the proposer has reviewed the following addendums which have been issued: Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ 8. Proposer further acknowledges the provisions of any addendums issued have been incorporated into their statement of qualifications. 683 RFQ 23-002 City of Hermosa Beach Page 31 of 35 Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 684 RFQ 23-002 City of Hermosa Beach Page 32 of 35 6.2.2 Non-Collusion Affidavit RFQ #: _________ The undersigned declares states and certifies that: 1. This statement of qualifications is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation. 2. This statement of qualifications is genuine and not collusive or sham. 3. I have not directly or indirectly induced or solicited any other Proposer to put in a false or sham statement of qualifications and I have not directly or indirectly colluded, conspired, connived, or agreed with any other Proposer or anyone else to put in a sham statement of qualifications or to refrain from submitting to this RFQ. 4. I have not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the rate schedule price or to fix any overhead, profit or cost element of the rate schedule price or to secure any advantage against the City of Hermosa Beach or of anyone interested in the proposed contract. 5. All statements contained in the statement of qualifications and related documents are true. 6. I have not directly or indirectly submitted the rate schedule price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, RFQ depository, or to any member or agent thereof, to effectuate a collusive or sham statement of qualifications. 7. I have not entered into any arrangement or agreement with any City of Hermosa Beach public officer in connection with this statement of qualifications . 8. I understand collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 685 RFQ 23-002 City of Hermosa Beach Page 33 of 35 6.2.3 Compliance with Insurance Requirements RFQ #: _________ The selected consultant will be expected to comply with the City s insurance requirements contained within this RFQ. The undersigned declares states and certifies that: 1. Proposer agrees, acknowledges and is fully aware of the insurance requirements as specified in the Request for Qualifications. 2. If selected, proposer agrees to accept all conditions and requirements as contained therein. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 686 RFQ 23-002 City of Hermosa Beach Page 34 of 35 6.2.4 Acknowledgement of Professional Services Agreement RFQ #: _________ The selected consultant will be expected to comply with and sign the City s Professional Services Agreement. Proposers should identify and/or indicate any exceptions to the Sample Professional Services Agreement included in Section 6.2. The City Attorney or their designee retains the discretion to accept or reject proposed exceptions or modifications to the City s Professional Services Agreement. 1. Proposer agrees, acknowledges and is fully aware of the conditions specified in the City’s Sample Professional Services Agreement. 2. Proposer agrees to accept all conditions and requirements as contained therein with exceptions noted as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ________________________________________________ Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 687 RFQ 23-002 City of Hermosa Beach Page 35 of 35 6.2.5 COVID Vaccination Certification PLEASE PLACE LETTER ON OFFICIAL COMPANY LETTERHEAD (Insert Date) Suja Lowenthal, City Manager City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 RE: Mandatory COVID-19 Vaccination for City of Hermosa Beach Consultants Dear Ms. Lowenthal: Per this letter, (Insert Company Name) certifies that all of its officers, agents, employees, subcontractors, representatives and volunteers servicing the City of Hermosa Beach on-site within the City pursuant to the (Insert Agreement Title) dated (Insert Agreement Date), are or will be fully vaccinated or covered by an approved medical or religious exemption prior to the implementation of the scope of work located within the above referenced agreement. Respectfully, (Insert Name) (Insert Title) 688 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 1 SECTION 1 COVER LETTER January 31, 2023 P23-002 City of Hermosa Beach Public Works Department Administration & Engineering Division 1315 Valley Drive Hermosa Beach, CA 90254 Attention: Mr. Andrew Nguyen, Associate Engineer Subject: Proposal for On-Call American with Disabilities Act (ADA) Consulting Services, RFP Number: 23-002 In response to the City’s Request for Qualifications, dated January 12, 2023, Access Inc., is pleased to submit this proposal and related information for your review. This proposal is provided as a response to the above-referenced RFQ. Founded in 2019, Access Inc., provides personalized services to public agencies, architects, engineers, property management firms, and business owners. We assist our clients with navigating their way to compliance with the American Disabilities Act (ADA) and applicable standards such as Title 24 of the California Building Code (CBC) throughout California. Access Inc. is located in Newport Beach, Orange County, California. Matthew Steele, President and Principal Access Inspector, is our central point of contact and responsible for delivery of our teams’ and subcontractors’ services. He can be reached by cell phone, (562) 212-4535, or by email at msteele@adaexperts.net. Access understands the scope of work will consist of but not limited to: Assisting the City’s ADA coordinator with grievance complaints, conducting field inspections and provide detail reporting, assisting with the adopted ADA Self-Evaluation and Transition Plan, performing CASp accessibility surveys, meeting with City Staff and providing timely answers to emails and inquiries, and providing training for City Team members and other related as-needed work. As of January 31, 2023, there have been no addendums to the RFP posted to the PlanetBids Portal. We appreciate the opportunity to submit this proposal. If there are any questions or you need clarification, please contact us at (562) 212-4535. Respectfully Submitted, Access, Inc. Matthew D. Steele, CASp President/Principal Inspector Attachment(s): Statement of Qualifications for Access Inc. 689 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 2 SECTION 2 TABLE OF CONTENTS SECTION 1 COVER LETTER ______________________________________________________ 1 SECTION 2 TABLE OF CONTENTS _________________________________________________ 2 SECTION 3 FIRM PROFILE _______________________________________________________ 3 SECTION 4 ORGANIZATION CHART _______________________________________________ 4 SECTION 5 KEY STAFF __________________________________________________________ 5 SECTION 6 RELEVANT EXPERIENCE AND REFERENCES ________________________________ 7 SECTION 7 PROJECT MANAGEMENT PLAN _________________________________________ 9 SECTION 8 REQUIRED FORMS __________________________________________________ 11 SECTION 9 STATEMENT OF QUALIFICATIONS ______________________________________ 12 690 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 3 SECTION 3 FIRM PROFILE This proposal is being submitted by: Name: Access Inc. Entity: California S-Corporation FIN: 83-2914501 Address: 2901 West Coast Hwy., Suite 200, Newport Beach 92663 Contact: Matthew D. Steele Phone: (562) 212-4535 Email: msteele@adaexperts.net Founded in 2019, Access Inc., is a s-corporation located in Newport Beach, Orange County, California, with no other business organization or individual owning the firm. Access Inc. provides personalized service to public agencies, architects, engineers, property management firms, and business owners. We assist our clients with navigating their way to compliance with the American Disabilities Act (ADA) and applicable standards such as Title 24 of the California Building Code (CBC) throughout California. Access Inc. has been in business for 4 years. The president/principal, Mr. Steele has over 25 years of construction experience including 5 years as a Tradesman, 5 years as a Project Manager, and 15 years as a Construction Materials Inspector, Public Works Inspector and ADA Accessibility Consultant. He is currently a Certified Access Specialist (CASp), licensed in the State of California, and has held multiple professional licenses and certifications including the Certified Public Infrastructure Inspector (CPII). Our firm does not have any failure or refusals to complete a contract. We have no breach of contract or pending litigation and are in excellent standing with our clients. 691 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 4 SECTION 4 ORGANIZATION CHART 692 2901 West Coast Hwy, Suite 200, Newport Beach, CA 92663 (949) 270-2775 www.adaexperts.net CITY OF HERMOSA BEACH, DEPARTMENT OF PUBLIC WORKS Andrew Nguyen, Associate Engineer PROJECT MANAGER Matthew D. Steele, CASp CASp Inspection & Plan Review Services Matthew D. Steele, CASp John Battista, CASp ADA Self-Evaluation & Transition Plan Services Matthew D. Steele, CASp ADA Coordinator Services Matthew D. Steele, CASp John Battista, CASp 693 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 5 SECTION 5 KEY STAFF A brief summary of the qualifications and relevant experience of key personnel and staff are identified in the following resume briefs. MATTHEW STEELE, CASP PRESIDENT /PRINCIPAL ACCESS SPECIALIST Mr. Steele has over 25 years of construction experience including 5 years as a Tradesman, 5 years as a Project Manager, and 15 years as a Public Infrastructure Construction Inspector and ADA Accessibility Consultant. He is currently a Certified Access Specialist (CASp), licensed in the State of California, and has held multiple professional licenses and certifications including the Certified Public Infrastructure Inspector (CPII). Mr. Steele is currently an ADA Acc essibility Specialist, and Subject Matter Expert and has been an ADA Consultant on hundreds of legal cases & projects throughout California. He consults with various public municipalities including, but not limited to the Hermosa Beach, Manhattan Beach, San Diego, Placentia, Covina, San Juan Capistrano. Mr. Steele has expert level knowledge on the Americans with Disabilities Act (ADA) and Title 24 of the California Building Code (CBC) accessibility code requirements as well as other applicable code standards. Mr. Steele provides plan review services to Public Municipalities and Design Professionals. Mr. Steele has completed over 750 site accessibility surveys, both publicly and privately funded. He collaborates with attorneys and entities under litigation for access related violations and offers cost effective accessibility solutions for compliance and defense strategies to resolve litigation. PROFESSIONAL REGISTRATIONS Certified Access Specialist (CASp), CA License No. 0865 CERTIFICATES (Past or Present) Certified Access Specialist (CASp) Certified Public Infrastructure Inspector (CPII) National Institute for Certification in Engineering Technologies (NICET), Construction Materials Testing, Asphalt, Concrete and Soils, Levels I & II California Department of Transportation, Certifications – Caltest 125, 216, 231 and 375 JOHN BATTISTA , CASP ACCESS SPECIALIST Mr. Battista has over 40 years of construction experience including 10 years as a Tradesman, 10 years as a Construction Manager / Superintendent, and 20 years as a Building Inspector. He holds and maintains over 40 Professional Licenses including Public School & Hospital Inspector, Fire Inspector, Licensed General Building Contractor, Accessibility Inspector / Plans Examiner, and State Certified Access Specialist. Mr. Battista is an expert in Disabled Access and the Americans with Disabilities Act (ADA). Mr. Battista has served as the lead Inspector of Record on large and complex projects. He is an ADA Specialist, a Special Inspector, an Expert Witness, a Construction Forensic Investigator, and has been a Construction Consultant on numerous cases & projects throughout Southern California. Mr. Battista has consulted with various public municipalities including Los Angeles Unified School District (LAUSD), Ventura Unified School District (VUSD), Los Angeles Community College District (LACCD), Los Angeles Department of Building & Safety (LADBS), and the Los Angeles County Department of Public Works (LACDPW) providing Accessibility and Building Inspections on Schools, Colleges, Medical Facilities, and 694 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 6 Essential Service Buildings over the last 20 years. Mr. Battista has completed over 3000 accessibility surveys, both publicly and privately funded. He works with business owners and their attorneys who are being sued for access related violations providing accessibility solutions for compliance and defense strategies to resolve litigation. He has been called upon by large municipal jurisdictions to inspect their facilities and to provide letters of opinion on complicated Accessibility code issues. PROFESSIONAL REGISTRATIONS Certified Access Specialist (CASp), CA License No. 0592 CERTIFICATES (Past or Present) California Access Specialist (CASp) ADA Compliance Inspector (ACIA) International Code Council (ICC) Accessibility Inspector/Plans Examiner International Code Council (ICC) Master of Special Inspections International Code Council (ICC) Certified Building Office (CBO) Division of the State Architect (DSA) Class I DSA Project Inspector Office of Statewide Health Planning and Development (OSHPD) Class A Inspector of Record Contractors State License Board (CSLB) General Building Contractor 695 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 7 SECTION 6 RELEVANT EXPERIENCE AND REFERENCES Access, Inc, has worked on many projects with public agencies, architects, and engineers. A few of our projects include but not limited to: On-Call ADA Accessibility and CASp Services Client: City of Hermosa Beach, Department of Public Works Contract Value: $30,000 Agency PM: Mr. Lucho Rodriguez Phone: (310) 318-0210 Email: lrodriguez@hermosabeach.gov Project Manager: Matthew Steele Status: Completed in 2020 Service Provided: Provided a complete ADA accessibility evaluation for a Temporary Beach Path. Assisted the engineering team with the Downtown Lane Reconfiguration Project which included on-street accessible parking spaces. Additional services included working with the City’s ADA Coordinator and City Attorney with Public Grievance Requests. Hermosa Beach Greenbelt Accessible Trail Client: City of Hermosa Beach, Department of Public Works Contract Value: $10,000 Agency PM: Mr. Andrew Nguyen Phone: (310) 318-0210 Email: anguyen@hermosabeach.gov Project Manager: Matthew Steele Status: Completed in 2022 Service Provided: Provided a complete ADA accessibility evaluation and CASp report for an Accessible Trail along the Greenbelt. Worked with the City’s Engineering Team and Architecture Consultant in preparing a presentation for City Council. On-Call ADA Accessibility and CASp Services Client: City of Hermosa Beach, Department of Public Works Contract Value: $80,000 Agency PM: Mr. Lucho Rodriguez Phone: (310) 318-0210 Email: lrodriguez@hermosabeach.gov Project Manager: Matthew Steele Status: Completed in 2022 Service Provided: Provided on-call CASp services, assisted the City with completing the City’s Transition Plan and Grievance Procedures. On-call services included; plan reviews by a CASp, inspection of curb ramps, and park restrooms. 696 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 8 On-Call ADA Accessibility Inspection Services Client: City of Placentia, Department of Public Works Contract Value: $30,000 Agency PM: Ms. Kyra Tao Phone: (310) 318-0210 Email: ktao@placentia.org Project Manager: Matthew Steele Status: Completed in 2022 Service Provided: On-call services included; plan reviews by a CASp, assisted the City with the design of custom curb ramps based on the Standard Plans for Public Works Construction (SPPPWC), inspected multiple curb ramps throughout the City. CASp Inspection Services for Los Angeles County Parks Client: Stepping through Accessibility Contract Value: Cost varies from Park to Park Agency PM: Ms. Janis Kent Phone: (562) 426-9363 Email: janisk@SteppingThruAccessibility.com Project Manager: Matthew Steele Status: On-going Service Provided: Subcontract to the Client above, who is contracted directly with the County of Los Angeles Parks and Recreation. Access provides CASp Inspection Services for multiple County parks. As of this date the County Parks include; Obregon Park, Salazar Park and Bonelli Park. Elements inspected at these parks include but not limited to; parking lots, restrooms, paths of travel and all facilities open to the public. Facilities include but not limited to; Sport Courts and Ball Fields, Gymnasiums, Recreation Buildings, Classrooms, Beaches, Boat Launch and picnic areas. 697 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 9 SECTION 7 PROJECT MANAGEMENT PLAN Access, Inc. will furnish all personnel, transportation, materials, supplies, and equipment necessary to perform services. Our primary method of understanding the details of the project is fundamental, maintaining the City’s budget and schedule. Services include, but not limited to the following: 1. Review with the City’s ADA Coordinator in implementing and/or improving, the City’s Grievance Response Procedures. Also, review current and/or ongoing grievance complaints. 2. Provide ADA field surveys performed by a CASp for existing facilities, alteration projects, new projects and provide detailed ADA report of the area’s accessible elements and/or identify all violation. 3. Review the adopted ADA Self-Evaluation and Transition Plan and existing ADA assessment documents available at the City and assist with the implementation of solutions for items to be resolved. 4. Access representatives will be available for meetings with City Staff and prompt responses to staff emails. 5. Provide training for City team members regarding ADA compliance issues as needed. Access Inc. assist our clients in complying with applicable rules, regulations and accepted guidelines. Our experienced key personnel assists clients in conducting their business in an efficient and cost-effective manner, therefore achieving a competitive advantage in the industry. Our approach will include the following general steps: Task 1: Approach to Responding to Requests for as Needed Work: Access will provide personalized service and prompt responses to all City requests. Throughout the duration of the proposed contract, a project manager will be assigned to this project and will respond to questions, concerns, and/or City requests within 1 business day. Task 2: Ensuring clear communication between the Consultant’s Contract Manager and the City: Access will keep the City’s Project Manager informed of any major changes in the schedule and/or budget throughout the project period. Communication will either be via email, phone calls or video conferences to address the City’s specific issues by identifying issues and details of the projects. The project manager will allocate and oversee tasks within the overall project to our technical staff and subcontractors and communicate project status to the City. Task 3: Oversight of Task Orders to Ensure Schedule and Budget: Access will keep the City’s Project Manager informed of any major changes in the schedule and/or budget. On a weekly basis the Project Manager will review the project’s progress and budget. The progress of the project and budget will be kept in a spreadsheet and updated at the end of each week. 698 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 10 Task 4: Adherence and Quality Assurance/Quality Control: The Project Manager will review the records, reports, and associated documentation on a regular basis to ensure the projects are being completed as required, to ensure communication has been provided regarding the projects progress, budget and/or any issues that have arrived and ensure all documents are completed and submitted in a timely manner. 699 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 11 SECTION 8 REQUIRED FORMS • Acknowledgement of Professional Services Agreement • Certification of Qualifications • Compliance with Insurance Requirements • COVID Vaccination Certification • Non-Collusion Affidavit 700 Acknowledgement of Professional Services Agreement RFQ #: _________ The selected consultant will be expected to comply with and sign the City s Professional Services Agreement. Proposers should identify and/or indicate any exceptions to the Sample Professional Services Agreement included in Section 6.2. The City Attorney or their designee retains the discretion to accept or reject proposed exceptions or modifications to the City s Professional Services Agreement. 1. Proposer agrees, acknowledges and is fully aware of the conditions specified in the City’s Sample Professional Services Agreement. 2. Proposer agrees to accept all conditions and requirements as contained therein with exceptions noted as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ________________________________________________ Signature of Authorized Representative: ____________________________________ Printed Name and Title: ____________________________________________ 23-002 Matthew Steele, President 701 Certification of Qualifications RFQ #: _________ The undersigned hereby submits its statement of qualifications and agrees to be bound by the terms and conditions of this Request for Qualifications (RFQ). 1. Proposer declares and warrants that no elected or appointed official, officer or employee of the City has been or shall be compensated, directly or indirectly, in connection with this statement of qualifications or any work connected with this statement of qualifications. Should any agreement be approved in connection with this Request for Qualifications, Proposer declares and warrants that no elected or appointed official, officer or employee of the City, during the term of his/her service with the City shall have any direct interest in that agreement, or obtain any present, anticipated or future material benefit arising therefrom. 2. By submitting the response to this request, Proposer agrees, if selected to furnish services to the City in accordance with this RFQ. 3. Proposer has carefully reviewed its statement of qualifications and understands and agrees that the City is not responsible for any errors or omissions on the part of the Proposer and that the Proposer is responsible for them. 4. It is understood and agreed that the City reserves the right to accept or reject any or all statement of qualifications and to waive any informality or irregularity in any statement of qualifications received by the City. 5. The statement of qualifications response includes all of the commentary, figures and data required by the Request for Qualifications. 6. The statement of qualifications shall be valid for 90 days from the date of submittal. 7. Proposer acknowledges that the City may issue addendums related to this RFQ and that the proposer has reviewed the following addendums which have been issued: Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ 8. Proposer further acknowledges the provisions of any addendums issued have been incorporated into their statement of qualifications. Signature of Authorized Representative: ____________________________________ Printed Name and Title: ____________________________________________ 23-002 Matthew Steele, President 702 Compliance with Insurance Requirements RFQ #: _________ The selected consultant will be expected to comply with the City s insurance requirements contained within this RFQ. The undersigned declares states and certifies that: 1. Proposer agrees, acknowledges and is fully aware of the insurance requirements as specified in the Request for Qualifications. 2. If selected, proposer agrees to accept all conditions and requirements as contained therein. Signature of Authorized Representative: ____________________________________ Printed Name and Title: ____________________________________________ 23-002 Matthew Steele, President 703 2901 West Coast Hwy, Suite 200, Newport Beach, CA 92663 (562) 212-4535 www.adaexperts.net January 31, 2023 Suja Lowenthal, City Manager City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 RE: Mandatory COVID-19 Vaccination for City of Hermosa Beach Consultants Dear Ms. Lowenthal: Per this letter, Access Inc. certifies that all of its officers, agents, employees, subcontractors, representatives and volunteers servicing the City of Hermosa Beach on - site within the City pursuant to the On-Call American with Disabilities Act (ADA) Consulting Services dated January 12, 2023, are or will be fully vaccinated or covered by an approved medical or religious exemption prior to the implementation of the scope of work located within the above referenced agreement.. Respectfully, Matthew Steele President 704 Non-Collusion Affidavit RFQ #: _________ The undersigned declares states and certifies that: 1. This statement of qualifications is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation. 2. This statement of qualifications is genuine and not collusive or sham. 3. I have not directly or indirectly induced or solicited any other Proposer to put in a false or sham statement of qualifications and I have not directly or indirectly colluded, conspired, connived, or agreed with any other Proposer or anyone else to put in a sham statement of qualifications or to refrain from submitting to this RFQ. 4. I have not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the rate schedule price or to fix any overhead, profit or cost element of the rate schedule price or to secure any advantage against the City of Hermosa Beach or of anyone interested in the proposed contract. 5. All statements contained in the statement of qualifications and related documents are true. 6. I have not directly or indirectly submitted the rate schedule price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, RFQ depository, or to any member or agent thereof, to effectuate a collusive or sham statement of qualifications. 7. I have not entered into any arrangement or agreement with any City of Hermosa Beach public officer in connection with this statement of qualifications. 8. I understand collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. Signature of Authorized Representative: ____________________________________ Printed Name and Title: ____________________________________________ 23-002 Matthew Steele, President 705 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 12 SECTION 9 STATEMENT OF QUALIFICATIONS 706 Accessibility Compliance & Construction Evaluation Specialty Services 2901 West Coast Hwy, Suite 200, Newport Beach, CA 92663 (949) 270-2775 www.accessincusa.com STATEMENT OF QUALIFICATIONS 707 Access Inc., SOQ 2022 Statement of Qualifications •page 2 Contact Matthew D.Steele,CASp Principal Access Specialist CASp No.865 Access,Inc. 2901 West Coast Hwy,Suite 200 Newport Beach,CA 92663 Email:msteele@adaexperts.net Phone:(949)270-2775 Web:www.accessincusa.com Founded in 2019,Access Inc.,consults with public agencies, architects,engineers,developers,property managers,and business owners in evaluating existing site conditions,providing site inspections,developing project specifications requirements, and providing site inspections during construction of new facilities.We help our clients navigate their way through accessibility issues with both the Americans with Disabilities Act Standards (ADAS)and the California Building Codes (CBC) throughout California.Access is located in Newport Beach, Orange County,California.The complexity of these laws creates a greater need for interpretation and understanding,as well as for information on Accessibility throughout the built environment. Our personnel and contract professionals consist of architects, engineers,accessibility specialists and experienced technical support staff. Through the comprehensiveness of our team,we offer clients quick responses and innovative solutions to help them gain competitive advantage through the efficiency and effectiveness of our services. Company Overview 708 Access Inc., SOQ 2022 Statement of Qualifications •page 3 Access offers a wide range of Accessibility Compliance Services to aid Public Agencies,Architects,Building Owners,Developers and Property Managers in evaluating existing site conditions, developing project specifications for their projects and providing site inspections during construction of new facilities.Our aim is to provide clients with the information needed to successfully design and complete a proposed project.Our Accessibility Compliance Services include but may not be limited to: •CASp Services for Public Agencies •CASp Plan Review Services (Public & Private) •CASp Site Surveys •Pre-Lease and Pre-Sale Real Estate Purchase CASp Inspections •CASp Site Inspections During Construction •ADA Consulting •Expert Witness Testimony •Educational Services Accessibility Compliance Consulting Services Accessible Parking Layouts Diagonal Curb Ramp 709 Access Inc., SOQ 2022 Statement of Qualifications •page 4 Our team has expert knowledge on the Americans with Disabilities Act and its Accessibility Guidelines,Fair Housing, Section 504 of the Rehabilitation Act of 1973,California Building Code and its Standards as well as other state and federal accessibility laws and standards.A list of services is summarized below: On-Call CASp Inspection Services •CASp Site Surveys for New &Existing Facilities •CASp Inspections for Accessible Elements in the Public Right-of-Way •On-Street &Off-Street Parking Lot Studies Transition Plans •Assist with the Self-Evaluation Process •Assist in Developing &Maintaining a Transition Plan •Provide Facility CASp Inspection Reports •Evaluate Citywide Sidewalk &Curb Ramps •Public Park Assessments,including Beaches,Trails,etc. Staff Training on Accessibility Elements •ADA Coordinator Training •Provide classes for inspector and engineers on what to look for when designing and inspecting common accessible elements, including but not limited to: •Accessible Routes, Public Restrooms, Sidewalks, Curb Ramps, Crosswalks, Driveways and Accessible Parking Spaces •Provide classes on how to use popular ADA software programs CASp Services for Public Agencies Public Park Public Park Crosswalk w/Cut thru Island 710 Access Inc., SOQ 2022 Statement of Qualifications •page 5 If you are planning a new build,if you are designing a tenant improvement or having a project go out to bid,it is critical to have a plans review performed by a CASp Specialist prior to construction.Plan review before construction often reveals mistakes in designs.When these mistakes are identified by the contractor or city inspector after construction started it can be costly to fix and can delay construction schedules.Having your plans checked for ADA and California accessibility compliance before construction starts is the most cost-effective way to avoid costly alterations down the road.Our team can review individual elements or entire projects.We have saved our clients thousands of dollars with this simple service. CASp Plan Review Services 711 Access Inc., SOQ 2022 Statement of Qualifications •page 6 CASp Site Surveys The Americans with Disabilities Act (ADA)requires businesses to provide access to goods and services to individuals with disabilities on an equal basis with the general public.Access is a leader in providing State Certified Access Specialists (CASp)who perform inspections of our clients'facilities,both interior &exterior. Access Site Surveys includes but not limited to: •Site survey performed by a Certified Access Specialist (CASp) •Comprehensive report identifying any accessibility findings and/or violations,measurements of each non-compliant element along with code references,sketches,and photo documentation. •Provide cost-effective recommendations on the best way to correct violations. •An experienced professional who walks you through the results of your inspection and answer any questions that you may have. Our reports include cost effective solutions to correct the existing violations.We consult with our clients to help them create a schedule to correct the violations over time based on the business’s finances.Lastly,we provide our clients with a State- numbered “Disability Access Inspection Certification”.This certification will be: •“Meets Applicable Standards”if the site is found to be 100%in compliance with Federal &State guidelines. •“Inspected by a CASp”if accessibility barriers are found during the inspection. These notices will deter potential plaintiffs as it lets them know that the Owner understands accessibility laws and is taking steps toward achieving compliance. 712 Access Inc., SOQ 2022 Statement of Qualifications •page 7 Due diligence is an important step to take before making big decisions.A CASp inspection of the property that you are interested in purchasing or selling will help you determine if the facility is in accordance with Americans with Disabilities Act (ADA) and applicable State and Federal Standards . As per Senate Bill 1108,anyone selling or leasing a business or property must state whether the property has been inspected by a CASp or not. Access performs a site inspection and provides the client with a comprehensive report.The report will include any elements that need to be corrected prior to your lease,sale,or purchase.Don’t get blindsided with thousands of dollars of repairs for ADA compliance after the fact. Pre-Lease, Pre-Sale and Real Estate Purchases CASp Inspection 713 Access Inc., SOQ 2022 Statement of Qualifications •page 8 Just because the plans are compliant with ADA and California standards does not mean that the contractor performed the work correctly.Often Public Agencies,Developer’s,Contractor’s and Business Owners wait until the end of the project before having their project inspected by a CASp Specialist,only to find out that the project cannot receive final approval from the authority having jurisdiction because of non-compliant accessible features and elements. Our Team of CASp Specialists provide inspections for projects as construction progresses.Our CASp specialist make sure construction is in accordance with the approved plans. Discovering non-compliant issues while the project is in the rough stages avoids costly rework and delays after complete or when a project is nearing completion.Access offers affordable inspections at critical stages of projects CASp Construction Inspections 714 Access Inc., SOQ 2022 Statement of Qualifications •page 9 ADA Consulting The ADA is a law that mandates equal opportunity for individuals with disabilities and guarantees that they have the same opportunities as everyone else to include employment opportunities;purchase goods and services;and participate in state and local government programs and services.Access provides solutions to architects,engineers,developers and business owners in understanding and identify barriers on the interior and exterior of the property for people with disability. Once barriers are identified,property owners are required to develop a plan to fix them.With our extensive construction background,our team helps clients to create a Transition Plan with scheduling,and pricing for barrier removal.We advise our clients on the most cost-effective ways to correct violations/barriers. The ADA regulations state that all the non-compliant items don’t have to be corrected immediately and can be spread out over time as finances permit.We help our clients with a schedule & transition plan that fits their budget and their needs. 715 Access Inc., SOQ 2022 Statement of Qualifications •page 10 Access Team has expert level knowledge,educated and experienced to advise property owners,property managers, property tenants,disabled individuals,and attorneys in the field of Americans with Disabilities Act (ADA).We support our clients' efforts to become compliant with state and federal accessibility standards. Access provides clients with letters of opinion on accessibility laws and code issues to local building departments and in court proceedings.Clients have us in their corner during the whole legal process and we offer Defense Strategy and CASp Representation during litigation including Declarations,Depositions,Arbitrations, and Trial Testimony. Expert Witness Testimony 716 Access Inc., SOQ 2022 Statement of Qualifications •page 11 Accessibility laws and litigation trends are always changing. Ongoing education and guidance are essential for municipalities’and businesses’to understand how to maintain compliance with the ADA.Our Team offers seminars and workshops on the Federal &State Accessibility standards and guidelines for groups or individuals.Our seminars/workshops include but not limited to: •Teaching our clients how to make their buildings, properties and businesses more accessible. •Teaching the most common violations found in publicly and privately owned properties,buildings,and businesses. •Offering public accommodations and the most efficient ways to fix violations. •ADA Coordinator Training •Provide classes for inspector and engineers on what to look for when designing and inspecting common accessible elements,including but not limited to: •Accessible Routes,Public Restrooms,Sidewalks, Curb Ramps,Crosswalks,Driveways and Accessible Parking Spaces •Provide classes on how to use popular ADA software programs We also offer tutoring to help individuals pass the CASp and ICC Accessibility Inspector exams. Educational Services 717 Access Inc., SOQ 2022 Statement of Qualifications •page 12 City of Hermosa Beach Accessibility Beach Path Project Description The City of Hermosa Beach installed temporary beach paths to make it easier for those with limited mobility to get closer to the water.Mobi-mats were installed at Second Street and 22nd Street. Approximately 300-foot access path was installed at Second Street and approximately 275-foot access path was installed at 22nd Street. Access provided a complete ADA accessibility evaluation for a Temporary Beach Path for the City of Hermosa Beach. Selected Project Briefs Project Roles: Matthew Steele –PM Items Addressed: •Inspection of the existing beach path. •Inspection and recommendation for improvements and modifications. •Recommendation for Future beach paths. 718 Access Inc., SOQ 2022 Statement of Qualifications •page 13 Selected Project Briefs Project Roles: Matthew Steele –PM Items Addressed: •Inspection and recommendation for non-ADA compliant curb ramps and connection of the accessible pedestrian trail to the curb ramps. •Inspection and recommendation for improvements and modifications to the adjacent parking lot for additional ADA parking. •Inspection and recommendation for crossing from adjacent parking lot to the City’s Clark building Hermosa Beach Greenbelt Accessible Trail Project Description The City of Hermosa Beach is redesigning 1.7-mile portion of the Grennbelt to make it more ADA accessible.The City will be replacing woodchips with decomposed granite from Pier Avenue to 8th Street.The project also included reconstructing existing curb ramps to meet ADA standards, enhancements to a crosswalk connecting to the City’s Clark Building,and any necessary modifications to irrigation lines adjacent to the pathway. Access provided a complete ADA accessibility evaluation and CASp report for an Accessible Trail. Our staff worked with the City’s Engineering Staff and Architecture Consultant in preparing a presentation for City Council. 719 Access Inc., SOQ 2022 Statement of Qualifications •page 14 Selected Project Briefs Hermosa Beach Lane Reconfiguration Project Project Description The City of Hermosa Beach lane reconfiguration program will reconfigure Hermosa Avenue between 8th and 14th Streets and Pier Avenue between Hermosa Avenue and Valley Drive.The project involves closing one lane in each direction to facilitate more outdoor dining and retail areas,adding Class 2 bicycle lanes to those sections of the streets,and nine new Americans with Disability Act (ADA)accessible parking spaces,signage and pavement markings. Assisted the engineering team with the Downtown Lane Reconfiguration Project which included on- street accessible parking spaces. Project Roles: Matthew Steele –PM Items Addressed: •Review the Project Drawings. •Inspected the site in order to find ideal locations for on-street accessible parking. •Provided recommendations for Electric Vehicle Charging Stations (EVCS) 720 Access Inc., SOQ 2022 Statement of Qualifications •page 15 On-Call ADA Accessibility and CASp Services Access provided on-call CASp services,assisted the City of Hermosa Beach with completing the City’s Transition Plan and Grievance Procedures.On-call services included;evaluating ADA grievances and providing recommendations,plan reviews by a CASp,inspection of curb ramps,and construction projects including public park restrooms. Selected Project Briefs Project Roles: Matthew Steele –PM Items Addressed: •Provided an after the fact plan review of project drawings for 5 City parks.. •Provided on-call inspections services for parking lot design and curb ramps.. •Reviewed and assisted the City with ADA grievances. 721 Access Inc., SOQ 2022 Statement of Qualifications •page 16 On-Call ADA Accessibility Inspection Services Access On-call services for the City of Placentia included;plan reviews by a CASp,assisted the City with the design of custom curb ramps based on the Standard Plans for Public Works Construction (SPPPWC),inspected multiple curb ramps throughout the City. Selected Project Briefs Project Roles: Matthew Steele –PM Items Addressed: •Provided recommendations for new curb ramps. •Inspection and recommendations for non-ADA compliant curb ramps. •Review of plans and specifications for compliance with state and federal accessibility laws, standards, codes, and regulations. 722 Access Inc., SOQ 2022 Statement of Qualifications •page 17 CASp Inspection Services for Los Angeles County Parks Project Description Access is Subcontract to Stepping Through Accessibility,who is contracted directly with the County of Los Angeles Parks and Recreation.Access provides CASp Inspection Services for multiple County parks which include;Obregon Park,Salazar Park and Bonelli Park.Elements inspected at these parks include but not limited to;parking lots,restrooms,paths of travel and all facilities open to the public.Facilities include but not limited to;Sport Courts and Ball Fields,Gymnasiums,Recreation Buildings,Classrooms,Beaches,Boat Launch and picnic areas. Selected Project Briefs Salazar Park Project Roles: Matthew Steele –PM Items Addressed: •Inspection of park facility and amenities for compliance with state and federal accessibility laws, standards, codes, and regulations. •Complete checklist for non- compliance and advise the most cost-effective ways to correct violations/barriers. Obregon Park Bonelli Park 723 CITY OF HERMOSA BEACH RFQ NO. 23-002 ON-CALL AMERICAN WITH DISABILITIES ACT (ADA) CONSULTING SERVICES February 1, 2023 BUREAU VERITAS | ERIK PILLER 220 TECHNOLOGY DRIVE | IRVINE, CA 92618 P 800.733.0660 | ERIK.PILLER@BUREAUVERITAS.COM 724 PAGE 1. Cover Letter ......................................................................................................................................................1 2. Firm Profile .......................................................................................................................................................2 3. Organizational Chart ....................................................................................................................................3 4. Bios of Key Staff ..............................................................................................................................................4 5. Relevant Experience and References .....................................................................................................9 6. Project Management Plan .........................................................................................................................14 7. Required Forms .............................................................................................................................................15 8. Rate Schedule .................................................................................................................included separately TABLE OF CONTENTS SECTION 725 January 31, 2023 City of Hermosa Beach Attn: Andrew Nguyen 1315 Valley Drive Hermosa Beach, CA 90254 RE: RFQ# 23-002, ON-CALL AMERICAN WITH DISABILITIES ACT (ADA) CONSULTING SERVICES Dear Mr. Nguyen, Thank you for taking the time to review Bureau Veritas Technical Assessments, LLC’s (Bureau Veritas) qualifications in response to the City of Hermosa Beach’s RFP for On Call Americans with Disabilities Act (ADA) Consulting Services. The following proposal details our capability to execute this project. Proven Experience | Bureau Veritas has extensive experience providing ADA Assessments for City, County and State Government entities. We are licensed in the State of California and are familiar with all ADA and California codes and regulations. In addition to ADA Self-Evaluation and Transition Plan expertise - Bureau Veritas offers a full suite of services including ADA plan check, inspections, design, and turn-key project management for implementation. BVTA’s code compliance group has performed ADA and CASp plan check and inspections for hundreds of municipalities acting as augmented staff or third party consultants.. Highly Qualified Team | Bureau Veritas is an architecture and engineering firm focused solely on assessment and planning studies, with 800 professionals nationwide. We provide a national broad based Project Team of Accessibility Assessors with backgrounds in Architecture, Civil Engineering, Landscape Architecture, and Construction. ADA Experience | Our Assessment teams have performed similar services for clients including: We appreciate the opportunity to present our qualifications for these services and look forward to working with the City of Hermosa Beach. I am authorized to bind Bureau Veritas to all terms, conditions, and commitments made in this proposal. Please contact me at 800.733.0660, ext. 7292704 or erik.piller@bureauveritas.com to further discuss our qualifications. Sincerely, Erik Piller Senior Vice President • City of Industry, CA • City of Garden Grove, CA • City of Brea, CA • City of Orange, CA • City of Rancho Cucamonga, CA • San Bernardino County, CA • City of Pomona, CA • City of Montebello, CA • City of Alameda, CA • City of Tracy, CA • Hayward Recreation and Parks, CA • City of Napa, CA • Ambrose Parks and Recreation District, CA • Sonoma County, CA • Humboldt County, CA • Gavilan College, CA BUREAU VERITAS 220 TECHNOLOGY DRIVE | IRVINE, CA 92618 P 800.733.0660 | F 410.785.6220 | BVNA.COM 1. COVER LETTER 726 2 Name of Company: Tax ID: Regional Address: Primary Contact: Telephone: Email: Bureau Veritas Technical Assessments LLC 02-0655997 220 Technology Drive Irvine, CA 92618 Erik Piller Sr. Vice President (800) 733-0660, ext. 7292704 Erik.Piller@bureauveritas.com Company Information 2. FIRM PROFILE Profile Founded in 1986, Bureau Veritas Technical Assessments LLC (Bureau Veritas) is a professional service consulting firm providing comprehensive architectural, engineering, energy, and environmental solutions. Our team includes over 700 building professionals nationwide, including Certified ADA Specialists, Registered Architects, Professional Engineers, Certified Energy Managers, Environmental Professionals, Building Systems Consultants, and Code Compliance Experts. Annually, Bureau Veritas conducts thousands of assessments for Private, Industrial, Government, K-12 Education, and Higher Education Clients. Having successfully completed assessments of several million square feet of building space, Bureau Veritas has developed a proven and efficient methodology for the performance of field assessments, and data collection. Services •ADA Accessibility Compliance •Facility Condition Assessments •Space Analysis •Educational Adequacy •Capital Needs Assessments •Energy Studies •Capital Planning •Feasibility Studies •Project Management •Construction Monitoring •Plan and Document Review •Inventory, Barcoding and Tagging •Capital Planning Software •Preventive Maintenance What We Do 727 3 3. ORGANIZATIONAL CHART Erik Piller PROJECT EXECUTIVE Allyson Watts, CASp, RA Bryon Scott, ADAC QUALITY ASSURANCE MANAGER PROGRAM MANAGER ADA ASSESSMENT TEAM PROJECT ORGANIZATION CHART Michael Cunni SENIOR PROJECT MANAGER 728 4 PROJECT EXPERIENCE: City of Tracy, CA ADA Study and Transition Plan City of El Segundo, CA FCA & ADA Study and Transition Plan City of Rancho Cucamonga, CA ADA Assessment and Transition Plan Hayward Area Park & Recreation District, CA ADA Transition Plan, Facility Condition Assessment, and Energy Audit Ambrose Parks District, CA Facility Condition Assessment / ADA Transition Plan City of Brea, CA ADA Transition Plan of Facilities, Parks, and PROW of 175 Miles of Sidewalk City of Orange, CA Facility Condition Assessment & ADA Transition Plan City of Garden Grove, CA Facility Condition Assessment & ADA Transition Plan City of Alameda, CA ADA Study and Transition Plan ERIK PILLER Industry Experience Government K-12 Education Multi-Family Housing PROJECT EXECUTIVE Mr. Piller has 18 years of experience in client coordination of assessment, architectural- engineering, energy consulting, and construction phase services. He has been involved with projects of similar scope to the proposed project. As Project Executive, Mr. Piller is responsible for overseeing all contractual aspects of the project and will be available to meet with the client for the duration of the project on an as-needed basis. He will have primary responsibility for defining the scope of engagement, and will meet regularly with BVTA’s Program Manager and Assessment Team to assure that the client’s needs are being met, and that the project is adequately staffed, running smoothly, and on schedule. Higher Education Industrial Office YEARS OF EXPERIENCE: 18 Retail Hospitality 4. BIOS OF KEY STAFF 729 5 PROJECT EXPERIENCE: City of Tracy, CA ADA Assessments & Transition Plan City of Pomona, CA ADA Consulting City of El Segundo, CA ADA Assessments & Transition Plan City of Alameda, CA ADA Assessments & Transition Plan City of San Leandro, CA ADA Assessments City and County of San Francisco, CA Plan Review & ADA Compliance City of Santa Clara, CA ADA Inspections City of Albany, CA ADA Inspections California Dept. of General Services, CA ADA Inspections University of California, Riverside, CA ADA Assessments Yuba City Unified School District, CA ADA Assessment & Transition Plan Metro Park District of Tacoma, WA ADA Assessments & Transition Plan ALLYSON WATTS, CASP, RA Education MArch, Architecture, University of California Berkeley BArch, Architecture, Wellesley College ADA CONSULTANT Ms. Watts is a Registered Architect and Certified Access Specialist with over 30 years of industry experience. She has strong project management, quality assurance and leadership skills and extensive experience in the design and review of civic, educational, corporate and residential projects. Additionally, Ms. Watts is a certified LEED Green Associate as well as a Building Plans Examiner. Registration Certified Access Specialist | CASp-327 Registered Architect | CA | 27324 Building Plans Examiner YEARS OF EXPERIENCE: 30+ 730 6 PROJECT EXPERIENCE: City of Alameda, CA ADA Study and Transition Plan City of Tracy, CA ADA Study and Transition Plan City of Rancho Cucamonga, CA ADA Assessment and Transition Plan Hayward Area Recreation and Parks, CA ADA Transition Plan, FCA, & Energy Audit City of Garden Grove, CA ADA Assessment, Facility Condition Assessment City of Brea, CA FCA & ADA Transition Plan of Facilities, Parks University of Nevada, Reno, NV ADA Transition Plan Rockdale County, GA ADA Assessment City of Lexington, NC ADA Assessments & Transition Plan Town of Acton, MA ADA Assessment and Transition Plan City of Wilmington, DE ADA Assessment and Transition Plan BRYON SCOTT, ADAC Education & Certifications Bachelor of Science, Business Administration, University of Maryland College Park, MD ADA Coordinator (ADAC) ADA Coordinator Training Certification Program (ACTCP), University of Missouri QUALITY ASSURANCE MANAGER Mr. Scott is a Lead Project Manager with BVTA. He has 21 years of Construction Management and is a Certified ADA Coordinator, and uses this knowledge to identify ADA barriers, minimize litigation risk, improve customer accessibility, and enhance customer satisfaction. Mr. Scott is a regular speaker at ADA Coordinator’s meeting on Title II and Title III subjects. YEARS OF EXPERIENCE: 15 731 7 PROJECT EXPERIENCE: City of Alameda, CA ADA Assessment & Facility Condition Assessment City of Aliso Viejo, CA ADA Study and Transition Plan City of Tracy, CA ADA Study and Transition Plan City of El Segundo, CA FCA & ADA Study and Transition Plan City of Napa, CA FCA & ADA Study and Transition Plan City of Brea, CA FCA & ADA Study and Transition Plan City of Palmdale, CA FCA & ADA Study and Transition Plan Hayward Area Park & Recreation District, CA ADA Transition Plan, Facility Condition Assessment, and Energy Audit City of Rancho Cucamonga, CA ADA Assessment and Transition Plan City of Irving, TX ADA Study and Transition Plan City of Aspen, CO Facility Condition Assessment MICHAEL CUNNIFF SENIOR PROJECT MANAGER Mr. Cunniff is a Senior Project Manager with 22 years of experience. He conducts and leads teams for Facility Condition Assessments, ADA Assessments, and other related services. He supervises and trains junior ADA professionals, architects, and engineers in conducting facility assessments. He also supports program managers to coordinate proposals, train, and develop and review final deliverables to the client. YEARS OF EXPERIENCE: 22 Education Bachelor of Science, Architectural/Building Engineering Technology, New England Institute of Technology 732 8 PROJECT EXPERIENCE: City of Rancho Cucamonga, CA ADA Assessment and Transition Plan Cotswolds Apartments, CA ADA Assessment Kimco Shopping Centers, CA ADA Assessment Walgreens, CA ADA Assessment Spokane Regional Health District, WA ADA Assessment JUSTIN VANG, CASP ADA ASSESSOR / PROJECT MANAGER I Education Master of Science, Civil/Structural Engineering, California State University Bachelor of Science, Civil Engineering, University of California YEARS OF EXPERIENCE: 5 Certifications Certified Access Specialist | CA | CASp-845 PROJECT EXPERIENCE: City of Tracy, CA ADA Assessment & Transition Plan City of Pomona, CA ADA Consulting Hayward Area Rec. & Park District, CA ADA Transition Plan, FCA, and Energy Audit City of Napa, CA FCA, Inventory, ADA Transition Plan Washington Parks and Rec. Commission ADA Assessment & Transition Plan City of Redmond, WA ADA Assessment & Transition Plan Ben Franklin Transit, Richland, WA ADA Consulting BRIAN MANTERNACH, CASP ADA ASSESSOR / PROJECT MANAGER I Education Building Materials Management, Northeast Iowa Community College YEARS OF EXPERIENCE: 30+ Certifications Certified Access Specialist | CA #CASp-851 Accessibility Inspector/Plans Examiner | #8010569 733 9 CITY OF TRACY ADA ASSESSMENT AND TRANSITION PLAN Bureau Veritas under the management of CASp consultants performed comprehensive accessibility assessment and inventory of parks and their respective facilities. BVTA ensured compliance with applicable standards, regulations, and codes for accessibility. During the site visits we observed, documented, and photographed specific conditions and modifications of parks, restrooms, and components subject to federal, state, and local access requirements. BVTA established order of magnitude (pre-planning level) estimated costs for each barrier removal necessary to make facilities accessible. Our scope included maintaining an electronic database that the City can use to track barrier removals as each is completed. PROJECT PROFILE LOCATION Tracy, CA SERVICE ADA Assessment Transition Plan SIZE 206 Acres 71 Parks & Facilities FACILITY TYPE Parks Essential Facilities REFERENCE Kevin Jorgensen CBO, CFM, CASp, Chief Building Official City of Tracy 333 Civic Center Plaza Tracy, California 95376 (209) 831-6400-office (209) 831-6415-direct kevin.jorgensen@cityoftracy. org 5. RELEVANT EXPERIENCE AND REFERENCES 734 10 SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY SIDEWALK CONNECTIVITY PLAN & PROW ADA SURVEY PROJECT PROFILE Bureau Veritas Technical Assessments LLC (BVTA) was on a team lead by Fehr & Peers to provide San Bernardino County Transportation Authority a sidewalk connectivity plan subsidized by a Caltrans grant. The data collection was a sample of Public Right of Way (PROW) for 24 cities and the county. BVTA systematically surveyed the sidewalk and street crossing surface environment for compliance with state, local, and Federal accessibility standards. BVTA documented changes in level, horizontal openings, upheavals, and other pathway events that may have posed a barrier or potential hazard in the sidewalk and street crossing environment. All major impediments and obstructions were recorded. BVTA measured the grade and cross slope of each element of the curb ramp. The barriers of each curb ramp or the lack of a curb ramp was documented. BVTA captured deficiency data for transit stops, signalized intersections, and un-signalized intersections, including access to pedestrian pushbuttons and the condition and presence of crosswalk markings. The sidewalk data collected was integrated, along with various 3rd party data, into the pathVu data analytics platform and was processed to provide a characterization of a span of the sidewalk. Condition, grade, and curb ramp information were all combined to provide a comprehensive view of a walkability network to enable engineering firms and municipalities to prioritize and spec the sidewalk repairs and upgrades. LOCATION San Bernardino County, CA SERVICE Pedestrian Sidewalk Connectivity Plan Public Right of Way (PROW) ADA Survey SIZE 750 miles of Sidewalk 2,500 Curb Ramps REFERENCE Paul Herrmann, PE Fehr & Peers p.herrmann @fehrandpeers.com 735 11 CITY OF ALAMEDA ADA SELF-EVALUATION AND TRANSITON PLAN PROJECT PROFILE LOCATION Alameda, CA SERVICE ADA Self Evaluation Transition Plan ADA Plan Review Consulting SIZE 78 Facilities and Parks 516,019 SF 280 Miles of Sidewalk 2918 Curb Ramps FACILITY TYPE City Hall Essential Facilities Parks Fire Stations Libraries Recreational REFERENCE City of Alemeda Mike Billington 2263 Santa Clara Avenue Alameda, CA 94501 510-747-7947 mbillington@alamedaca.gov Bureau Veritas (BV) was awarded a contract to compile and implement a comprehensive Americans with Disabilities Act (ADA) Self-Evaluation and Transition Plan for City programs, facilities, parks, parking lots, streets, intersections and sidewalks. BV performed field investigations within the City right-of-way and of City facilities, evaluated City policies and programs, and prepared an ADA Transition Plan in order to: • Identify existing obstacles limiting accessibility • Describe steps that are to be taken to ensure that facilities within the public right of way are made accessible to all individuals • Specify a schedule for achieving compliance • Identify the official who will be responsible for implementation of the plan The ADA Transition Plan provide the basis for prioritizing, budgeting, implementing, and monitoring barrier removal. BV reviewed and evaluated the current City policies, programs (including recreation programs), and practices in order to identify issues which may be discriminatory to people with disabilities. BV’s ADA reports included cost estimates of remediation measures. 736 12 STATE OF CALIFORNIA - DEPT. OF GENERAL SERVICES CASP INSPECTIONS AND ADA CONSULTING PROJECT PROFILE HGA Architects awarded Bureau Veritas (BV) a contract for ADA consulting services for the State of California Department of General Services. BV provided Certified Access Specialist (CASp) review services for the Projects in conjunction with the State’s inspector general building construction contractor and coordinated with the State’s management and inspection personnel, local inspection authorities, and other parties directly involved with the construction. BV provided and maintained certified CASp personnel for the duration of the project to provide inspection on behalf of the State to verify the general building contractor performed work in accordance with current CBC and ADA requirements BV provided a final CASp review report documenting the extent to which the work accomplished and met the intent of the CBC and compliance with ADA. Locations: • Office Building 08 – 322,604 SF (18 Stories) - Sacramento • Office Building 09 - 309,942 SF (18 Stories) - Sacramento • Franchise Tax Board Campus – 3,887,815 SF (7 Buildings) – Statewide • North Group Buildings – 1,089,598 SF (7 Buildings) - Sacramento • Office & Building Grounds – 48,473 SF - Sacramento LOCATION State of CA SERVICE CASp Studies ADA Construction Progress Inspections SIZE 17 Buildings 5,658,432 SF FACILITY TYPE Administration (DGS) REFERENCE Robert Aydlett AIA, LEED AP HGA Architects (415) 814-6414 RAydlett@hga.com 737 13 CITY OF EL SEGUNDO FACILITY CONDITION ASSESSMENT AND ADA TRANSITION PLAN Bureau Veritas Technical Assessments LLC (BVTA)* was awarded a contract for citywide Facilities Condition Assessment (FCA) and ADA Transition Plan in order to provide the City with guidance on how to best operate, maintain, and upgrade the facilities in the short- and long-term. Our facility assessment services include life cycle analysis, equipment/ asset inventory, barcoding, and preventive maintenance plans. The data collected will be migrated to the City’s CMMS platform and used to formulate a capital plan. BVTA conducted site evaluations and documented the condition of existing facilities, perform non-destructive investigations of building, structural, architectural, ADA access, fire/life safety, MEP, energy, environmental, and roofing systems. We provided cost estimates to replace or replace building systems and generate a Facilities Condition Index (FCI) benchmark for each building. The City required an ADA Self-Evaluation and Transition Plan for all facilities. BVTA inspected the sites and provided a list of prioritized barrier improvements with an order of magnitude cost estimates. Part of our deliverable was a “live” transition plan utilizing our ADA AssetCALC™ database platform. PROJECT PROFILE LOCATION EL Segundo, CA SERVICE Facility Condition Assessment ADA Transition Plan SIZE 31 Facilities 262,367 SF FACILITY TYPE Parks City Hall Senior Center Community Center Maintenance Facility Water Division Fire & Police Stations REFERENCE Ken Berkman 350 Main Street El Segundo, CA 90245 (310) 524-2300 kberkman@elsegundo.org *Bureau Veritas Technical Assessments LLC was formerly known as EMG. 738 14 6. PROJECT MANAGEMENT PLAN Bureau Veritas will assign a licensed CASp to work as a consultant to the City’s ADA Coordinator and Consultant. Bureau Veritas has a national network of ADA specialists, working with ADA on a daily basis. BV’s ADA resources have a diverse background of ADA experiences and include Certified ADA Coordinators, CASp and ADA training specialist. While the team is diverse in their knowledge backgrounds, the team regularly communicates with the EEOC, US Access Board, DOJ, DOT and HUD to stay on top of the latest rulings and new approaches to compliance. Bureau Veritas’s capability goes beyond inspecting spaces and providing transition plans. Bureau Veritas has ICC and ANSI A117.1 certified plans reviewers, three Title II and one Title III Certified ADA coordinators, architectures familure with ADA design as well as CASp and PROWAG. Bureau Veritas Project Management team can mange any part of or the entire barrier remediation process. Bureau Veritas, will assign a primary CASp to the City of Hermosa Beach, and will be supported by all the Bureau Veritas ADA specialists. In the support role, Bureau Veritas will assist the ADA Coordinator in: • Implementing and managing and resolving issues related to any filed ADA grievance. • Complete any inspections of programs and/or facilities as needed. • Review the Transition plan, make suggestions on updates and help the City implement solutions to complete the Transition plan. • Using CASp inspectors, monitor inspect existing facilities, alteration and new constriction for compliance with the 2010 Standards for Accessible Design and CBC 11B building requirements. • Serve as the ADA technical specialist to other City programs and departments. • Provide ADA training as needed. • Other ADA related taks as needed. 739 15 7. REQUIRED FORMS RFQ 23-002 City of Hermosa Beach Page 30 of 35 6.2 Required Forms 6.2.1 Certification of Qualifications RFQ #: _________ The undersigned hereby submits its statement of qualifications and agrees to be bound by the terms and conditions of this Request for Qualifications (RFQ). 1. Proposer declares and warrants that no elected or appointed official, officer or employee of the City has been or shall be compensated, directly or indirectly, in connection with this statement of qualifications or any work connected with this statement of qualifications. Should any agreement be approved in connection with this Request for Qualifications, Proposer declares and warrants that no elected or appointed official, officer or employee of the City, during the term of his/her service with the City shall have any direct interest in that agreement, or obtain any present, anticipated or future material benefit arising therefrom. 2. By submitting the response to this request, Proposer agrees, if selected to furnish services to the City in accordance with this RFQ. 3. Proposer has carefully reviewed its statement of qualifications and understands and agrees that the City is not responsible for any errors or omissions on the part of the Proposer and that the Proposer is responsible for them. 4. It is understood and agreed that the City reserves the right to accept or reject any or all statement of qualifications and to waive any informality or irregularity in any statement of qualifications received by the City. 5. The statement of qualifications response includes all of the commentary, figures and data required by the Request for Qualifications. 6. The statement of qualifications shall be valid for 90 days from the date of submittal. 7. Proposer acknowledges that the City may issue addendums related to this RFQ and that the proposer has reviewed the following addendums which have been issued: Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ Addendum: _____________________________ 8. Proposer further acknowledges the provisions of any addendums issued have been incorporated into their statement of qualifications. 23-002 740 RFQ 23-002 City of Hermosa Beach Page 31 of 35 Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ Erik Piller, Senior Vice President 741 RFQ 23-002 City of Hermosa Beach Page 32 of 35 6.2.2 Non-Collusion Affidavit RFQ #: _________ The undersigned declares states and certifies that: 1.This statement of qualifications is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation. 2.This statement of qualifications is genuine and not collusive or sham. 3.I have not directly or indirectly induced or solicited any other Proposer to put in a false or sham statement of qualifications and I have not directly or indirectly colluded, conspired, connived, or agreed with any other Proposer or anyone else to put in a sham statement of qualifications or to refrain from submitting to this RFQ. 4.I have not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the rate schedule price or to fix any overhead, profit or cost element of the rate schedule price or to secure any advantage against the City of Hermosa Beach or of anyone interested in the proposed contract. 5.All statements contained in the statement of qualifications and related documents are true. 6.I have not directly or indirectly submitted the rate schedule price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, RFQ depository, or to any member or agent thereof, to effectuate a collusive or sham statement of qualifications. 7.I have not entered into any arrangement or agreement with any City of Hermosa Beach public officer in connection with this statement of qualifications . 8.I understand collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-002 Erik Piller, Senior Vice President 742 RFQ 23-002 City of Hermosa Beach Page 33 of 35 6.2.3 Compliance with Insurance Requirements RFQ #: _________ The selected consultant will be expected to comply with the City s insurance requirements contained within this RFQ. The undersigned declares states and certifies that: 1.Proposer agrees, acknowledges and is fully aware of the insurance requirements as specified in the Request for Qualifications. 2.If selected, proposer agrees to accept all conditions and requirements as contained therein. Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-002 Erik Piller, Senior Vice President 743 RFQ 23-002 City of Hermosa Beach Page 34 of 35 6.2.4 Acknowledgement of Professional Services Agreement RFQ #: _________ The selected consultant will be expected to comply with and sign the City s Professional Services Agreement. Proposers should identify and/or indicate any exceptions to the Sample Professional Services Agreement included in Section 6.2. The City Attorney or their designee retains the discretion to accept or reject proposed exceptions or modifications to the City s Professional Services Agreement. 1.Proposer agrees, acknowledges and is fully aware of the conditions specified in the City’s Sample Professional Services Agreement. 2.Proposer agrees to accept all conditions and requirements as contained therein with exceptions noted as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ________________________________________________ Signature of Authorized Representative: ____________________________________________ Printed Name and Title: ____________________________________________ 23-002 Erik Piller, Senior Vice President 744 January 31, 2023 Suja Lowenthal, City Manager City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 RE: Mandatory COVID-19 Vaccination for City of Hermosa Beach Consultants Dear Ms. Lowenthal: Per this letter, Bureau Veritas Technical Assessments LLC certifies that all of its officers, agents, employees, subcontractors, representatives and volunteers servicing the City of Hermosa Beach on-site within the City pursuant to the REQUEST FOR QUALIFICATIONS (RFQ) NO. 23-002 ON-CALL AMERICAN WITH DISABILITIES ACT (ADA) CONSULTING SERVICES dated January 12, 2023, are or will be fully vaccinated or covered by an approved medical or religious exemption prior to the implementation of the scope of work located within the above referenced agreement. Respectfully, Erik Piller Senior Vice President BUREAU VERITAS 220 TECHNOLOGY DRIVE | IRVINE, CA 92618 P 800.733.0660 | F 410.785.6220 | BVNA.COM 745 CONTRACT FOR PROFESSIONAL SERVICES TO PROVIDE ON-CALL AMERICANS WITH DISIBILITIES ACT (ADA) CONSULTING SERVICES BETWEEN THE CITY OF HERMOSA BEACH AND ACCESS INC, This AGREEMENT is entered into this 28th day of February 2023, by and between the CITY OF Hermosa Beach, a general law city a municipal corporation (“CITY”) and Access Inc, a corporation (“CONSULTANT”). R E C I T A L S A.The City desires to obtain on-call ADA consulting services. B.The City does not have the personnel able and/or available to perform the services required under this agreement and therefore, the City desires to contract for consulting services to accomplish this work. C.The Consultant warrants to the City that it has the qualifications, experience and facilities to perform properly and timely the services under this Agreement. D.The City desires to contract with the Consultant to perform the services as described in Exhibit A of this Agreement. NOW, THEREFORE, based on the foregoing recitals, the City and the Consultant agree as follows: CONSIDERATION AND COMPENSATION As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, attached as EXHIBIT A. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement. As additional consideration, CITY agrees to pay CONSULTANT a total amount not to exceed $400,000, for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. No additional compensation shall be paid for any other expenses incurred, unless first approved by the City Manager or his/her designee. CONSULTANT shall submit to CITY, by not later than the 10th day of each month, its invoice for services itemizing the fees and costs incurred during the previous month. CITY shall pay CONSULTANT all uncontested amounts set forth in CONSULTANT’s invoice within 30 days after it is received. SCOPE OF SERVICES. CONSULTANT will perform the services and activities set forth in the SCOPE OF SERVICE attached hereto as Exhibit A and incorporated herein by this reference. 746 City of Hermosa Beach Page 2 of 10 Except as herein otherwise expressly specified to be furnished by CITY, CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space, and facilities necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit an invoice to CITY which lists the reimbursable costs, the specific tasks performed, and, for work that includes deliverables, the percentage of the task completed during the billing period in accordance with the schedule of compensation incorporated in “Exhibit A.” TIME OF PERFORMANCE. The services of the CONSULTANT are to commence upon receipt of a notice to proceed from the CITY and shall continue until all authorized work is completed to the CITY’s reasonable satisfaction, in accordance with the schedule incorporated in “Exhibit A,” unless extended in writing by the CITY. FAMILIARITY WITH WORK. By executing this Agreement, CONSULTANT represents that CONSULTANT has (a) thoroughly investigated and considered the scope of services to be performed; (b) carefully considered how the services should be performed; and (c)understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. KEY PERSONNEL. CONSULTANT’s key person assigned to perform work under this Agreement is Matthew D. Steele. CONSULTANT shall not assign another person to be in charge of the work contemplated by this Agreement without the prior written authorization of the City. TERM OF AGREEMENT. The term of this Agreement shall commence upon execution by both parties and shall expire on February 28, 2028, unless earlier termination occurs under Section 11 of this Agreement, or this Agreement is extended in writing in advance by both parties. CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. PERMITS AND LICENSES. CONSULTANT will obtain and maintain during the term of this Agreement all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 747 City of Hermosa Beach Page 3 of 10 TERMINATION. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination shall be in writing. CONSULTANT may terminate this Agreement. Notice will be in writing at least 30 days before the effective termination date. In the event of such termination, the CONSULTANT shall cease services as of the date of termination, and all finished or unfinished documents, data, drawings, maps, and other materials prepared by CONSULTANT shall, at CITY’s option, become CITY’s property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. INDEMNIFICATION. To the extent permitted by law, CONSULTANT shall indemnify, and hold harmless CITY, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation) of every nature to the extent caused by CONSULTANT's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this AGREEMENT. CONSULTANT shall promptly pay any final judgment rendered against CITY (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONSULTANT’s negligence, recklessness or willful misconduct. CONSULTANT shall reimburse the CITY its costs of defense, including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation to the extent such fees, costs and all other costs are determined by the court of competent jurisdiction to have been caused by the actual negligence, recklessness or willful misconduct of the Consultant. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The requirements as to the types and limits of insurance coverage to be maintained by CONSULTANT as required by Section 17, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by CONSULTANT pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. ASSIGNABILITY. This Agreement is for CONSULTANT’s professional services. CONSULTANT’s attempts to assign the benefits or burdens of this Agreement without CITY’s written approval are prohibited and will be null and void. INDEPENDENT CONSULTANT. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, 748 City of Hermosa Beach Page 4 of 10 insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. AUDIT OF RECORDS. CONSULTANT agrees that CITY, or designee, has the right to review, obtain, and copy all records pertaining to the performance of this Agreement. CONSULTANT agrees to provide CITY, or designee, with any relevant information requested and will permit CITY, or designee, access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this Agreement. CONSULTANT further agrees to maintain such records for a period of three (3) years following final payment under this Agreement. CONSULTANT will keep all books, records, accounts and documents pertaining to this Agreement separate from other activities unrelated to this Agreement. CORRECTIVE MEASURES. CONSULTANT will promptly implement any corrective measures required by CITY regarding the requirements and obligations of this Agreement. CONSULTANT will be given a reasonable amount of time as determined by the City to implement said corrective measures. Failure of CONSULTANT to implement required corrective measures shall result in immediate termination of this Agreement. INSURANCE REQUIREMENTS. A.The CONSULTANT, at the CONSULTANT’s own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies: 1.Workers Compensation Insurance as required by law. The Consultant shall require all subcontractors similarly to provide such compensation insurance for their respective employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the CITY at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against the CITY, its officers, agents, employees, and volunteers for losses arising from work performed by the CONSULTANT for City. 2.General Liability Coverage. The CONSULTANT shall maintain commercial general liability insurance in an amount of not less than two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. 3.Automobile Liability Coverage. The CONSULTANT shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired, and 749 City of Hermosa Beach Page 5 of 10 non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. 4.Professional Liability Coverage. The CONSULTANT shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors, or omissions which may arise from the CONSULTANT’S operations under this Agreement, whether such operations be by the CONSULTANT or by its employees, subcontractors, or sub-consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single-limit-per- occurrence basis. When coverage is provided on a “claims made basis,” CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. B.Endorsements. Each general liability, automobile liability and professional liability insurance policy shall be issued by a financially responsible insurance company or companies admitted and authorized to do business in the State of California, or which is approved in writing by City, and shall be endorsed as follows. CONSULTANT also agrees to require all contractors, and subcontractors to do likewise. 1.“The CITY, its elected or appointed officers, officials, employees, agents, and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONSULTANT, including materials, parts, or equipment furnished in connection with such work or operations.” 2.This policy shall be considered primary insurance as respects the CITY, its elected or appointed officers, officials, employees, agents, and volunteers. Any insurance maintained by the CITY, including any self-insured retention the CITY may have, shall be considered excess insurance only and shall not contribute with this policy. 3.This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 4.The insurer waives all rights of subrogation against the CITY, its elected or appointed officers, officials, employees, or agents. 5.Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. 6.The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the CITY. 750 City of Hermosa Beach Page 6 of 10 C.CONSULTANT agrees to provide immediate notice to CITY of any claim or loss against CONSULTANT arising out of the work performed under this agreement. CITY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve CITY. D.Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the CITY’s option, the CONSULTANT shall demonstrate financial capability for payment of such deductibles or self-insured retentions. E.The CONSULTANT shall provide certificates of insurance with original endorsements to the CITY as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the CITY on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the CITY at all times during the term of this Agreement. F.Failure on the part of the CONSULTANT to procure or maintain required insurance shall constitute a material breach of contract under which the CITY may terminate this Agreement pursuant to Section 11 above. G.The commercial general and automobile liability policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s behalf upon the Consultant’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. USE OF OTHER CONSULTANTS. CONSULTANT must obtain CITY’s prior written approval to use any sub-consultants while performing any portion of this Agreement. Such approval must include approval of the proposed consultant and the terms of compensation. FINAL PAYMENT ACCEPTANCE CONSTITUTES RELEASE. The acceptance by the CONSULTANT of the final payment made under this Agreement shall operate as and be a release of the CITY from all claims and liabilities for compensation to the CONSULTANT for anything done, furnished or relating to the CONSULTANT’S work or services. Acceptance of payment shall be any negotiation of the CITY’S check or the failure to make a written extra compensation claim within ten (10) calendar days of the receipt of that check. However, approval or payment by the CITY shall not constitute, nor be deemed, a release of the responsibility and liability of the CONSULTANT, its employees, sub-consultants and agents for the accuracy and competency of the information provided and/or work performed; nor shall such approval or payment be deemed to be an assumption of such responsibility or liability 751 City of Hermosa Beach Page 7 of 10 by the CITY for any defect or error in the work prepared by the Consultant, its employees, sub-consultants and agents. CORRECTIONS. In addition to the above indemnification obligations, the CONSULTANT shall correct, at its expense, all errors in the work which may be disclosed during the City’s review of the Consultant’s report or plans. Should the Consultant fail to make such correction in a reasonably timely manner, such correction shall be made by the CITY, and the cost thereof shall be charged to the CONSULTANT. In addition to all other available remedies, the City may deduct the cost of such correction from any retention amount held by the City or may withhold payment otherwise owed CONSULTANT under this Agreement up to the amount of the cost of correction. NON-APPROPRIATION OF FUNDS. Payments to be made to CONSULTANT by CITY for services preformed within the current fiscal year are within the current fiscal budget and within an available, unexhausted fund. In the event that CITY does not appropriate sufficient funds for payment of CONSULTANT’S services beyond the current fiscal year, the Agreement shall cover payment for CONSULTANT’S services only to the conclusion of the last fiscal year in which CITY appropriates sufficient funds and shall automatically terminate at the conclusion of such fiscal year. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: CITY CONSULTANT City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 ATTN: Joe San Clemente Access Inc. 2901 West Coast Hwy., Suite 200 Newport Beach, CA 92663 ATTN: Matthew D. Steele Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. Courtesy copies of notices may be sent via electronic mail, provided that the original notice is deposited in the U.S. mail or personally delivered as specified in this Section. A.SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT’s bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that 752 City of Hermosa Beach Page 8 of 10 it has not paid nor has it agreed to pay any company or person, other than CONSULTANT’s bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. B.THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT’s or CITY’s obligations under this Agreement. C.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. D.ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. E.RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. F.AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment with signatures of all parties to this Agreement. CITY’s city manager, or designee, may execute any such amendment on behalf of CITY. ACCEPTANCE OF FACSIMILE OR ELECTRONIC SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission or scanned and delivered via electronic mail. Such facsimile or electronic mail copies will be treated in all respects as having the same effect as an original signature. FORCE MAJEURE. Should performance of this Agreement be impossible due to fire, flood, explosion, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties’ control, then the Agreement will immediately terminate without obligation of either party to the other. TIME IS OF ESSENCE. Time is of the essence to comply with dates and schedules to be provided. ATTORNEY’S FEES. The parties hereto acknowledge and agree that each will bear his or its own costs, expenses and attorneys' fees arising out of and/or connected with 753 City of Hermosa Beach Page 9 of 10 the negotiation, drafting and execution of the Agreement, and all matters arising out of or connected therewith except that, in the event any action is brought by any party hereto to enforce this Agreement, the prevailing party in such action shall be entitled to reasonable attorneys' fees and costs in addition to all other relief to which that party or those parties may be entitled. STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public agency. OWNERSHIP OF DOCUMENTS. It is understood and agreed that the City shall own all documents and other work product of the Consultant, except the Consultant’s notes and workpapers, which pertain to the work performed under this Agreement. The City shall have the sole right to use such materials in its discretion and without further compensation to the Consultant, but any re-use of such documents by the City on any other project without prior written consent of the Consultant shall be at the sole risk of the City. USE OF LOGO. The CITY grants the CONSULTANT permission to use its name, logo and/or trademark in deliverables produced by the CONSULTANT on the behalf of the CITY, such as written reports, presentation slides, press releases, social media graphics, and other public outreach materials. The CITY’s prior review of artwork and written approval is required for any use of CITY logo. CITY will provide an electronic copy of the most current logo to the CONSULTANT for use in materials. The CONSULTANT will, in turn, only use the most current logo of the CITY. DISCLOSURE REQUIRED. (City and Consultant initials required at the following paragraph) By their initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is not a “consultant” for the purpose of the California Political Reform Act because Consultant’s duties and responsibilities are not within the scope of the definition of consultant in Fair Political Practice Commission Regulation 18700.3(a) and is otherwise not serving in staff capacity in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ COMPLIANCE WITH COVID-19 VACCINATION POLICY. All CONSULTANT’S employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully 754 City of Hermosa Beach Page 10 of 10 vaccinated from COVID-19. CONSULTANT agrees to certify in writing to CITY that it complies with the foregoing. IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF HERMOSA BEACH CONSULTANT [Suja Lowenthal/CITY MANAGER] By: Matthew D. Steele/President ATTEST: Myra Maravilla, City Clerk Taxpayer ID No. APPROVED AS TO FORM: Patrick Donegan, City Attorney 755 RFQ 23-002 City of Hermosa Beach 2. Scope of Services 2.1 City Location and Characteristics The City of Hermosa Beach is located within the southwestern coastal portion of Los Angeles County in what is commonly referred to locally as the “South Bay” area. The City is bounded on the north by the City of Manhattan Beach, on the south by the City of Redondo Beach, on the east by the City of Redondo Beach and the City of Manhattan Beach, and on the west by the Pacific Ocean. The City limits for Hermosa Beach encompass a relatively small land area, approximately 1.4 square miles. Hermosa Beach is thriving, and engaged community, with some 20,000 residents and naturally draws a high number of visitors to its beaches and downtown. Governed by a five-member City Council with members elected at large, Hermosa Beach operates under the council/city manager form of government as a general law city. Like the community, the Council is informed, educated, and engaged. The programs and services provided by the City are accomplished through eight City departments: City Clerk, City Manager, Community Development, Community Resources, Finance, Human Resources, Police, and Public Works. 2.2 Description The Public Works Department is responsible for engineering and oversight of the City's Capital Improvement Program (CIP), maintenance of City facilities and parks, public counter services including plan check and permit issuance, managing and maintaining the public right of way, grant management, storm drains and sewers, utility districts and utility coordination, and a wide variety of other programs and services. In the Fiscal Year 2022-2023 budget, the City Council approved a significant expansion of the Capital Improvement Program (CIP), which now includes 50 projects, with a $23 million dollar budget, covering a diverse range of needs from planning to design and construction. In 2022, the City Council also approved the City’s Americans with Disabilities Act (ADA) Self-Evaluation and Transition Plan, which outlines a number of accessibility priorities and needs. The City of Hermosa Beach (“City”) Public Works Department is seeking Statements of Qualification from qualified consultants, or team of consultants, (“Consultant”) to provide on-call ADA Consulting Services. The selected Consultant would assist the City’s Public Works Department in establishing a pro-active approach to implementing and improving the City’s Americans with Disabilities Act Grievance Procedure, work with the City’s ADA Coordinator as the City’s CASp specialist, evaluate and resolve ADA related issues and assist in achieving the goals identified by the City's ADA Self-Evaluation and Transition Plan and applicable documents and reports, review Capital Improvement and other project plans and provide solutions as needed as they relate to ADA requirements, and assist the Public Works Department in managing the day-to day ADA EXHIBIT A 756 RFQ 23-002 City of Hermosa Beach compliance needs of the City and its residents. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described in this RFQ. The City intends to enter an agreement with up to two (2) qualified consultants (or teams of consultants) for the requested services in an amount not to exceed $400,000 each for a period of five years. The City anticipates a contract start date around March 2023. This RFQ does not require consultants to address any specific projects or task orders. As work is identified, the City will solicit proposals from one, or more, on-call firms. The designated Consultant(s) shall then provide a cost proposal, fee, and a schedule per each task order issued by the City. A task order will then be negotiated and executed between the City and the selected firm. Compensation will be based on a time and materials with a not-to-exceed limit agreed upon by both the Consultant and City before work begins. Please note that being selected for an as-needed contract does not guarantee that a Consultant will be requested to submit a task order or be assigned any work. The City reserves the right to retain other consulting firms in its sole discretion when the City believes there will be an economic or other significant advantage for doing so. 2.2 General Scope of Work The consulting firms must have a Certified Access Specialist (CASp) on staff at all times during the duration of the contract with the City. The scope of work includes, but is not limited to, the following services: Assist the City’s ADA Coordinator in implementing, and improving, the City’s Grievance Response Procedures. Review current and/or ongoing grievance complaints, coordinate responses to submitted questions, and provide an expert CASp written opinion on the legitimacy of the complaints. Conduct field inspections and provide detailed ADA reports of the area(s) and/or accessible element(s) when a grievance is found to have merit. During the inspection, Consultant shall identify all violations and include field measurements of each non-compliant element along with code references, sketches, and photo documentation in a comprehensive report. At the conclusion the ADA inspection, Consultant shall provide cost effective recommendations on the best way to correct the violations. Review the adopted ADA Self-Evaluation and Transition Plan and existing ADA assessment documents available at the City and assist with the implementation of solutions for items to be resolved. Assist the City with maintaining the Self- evaluation and Transition Plan. EXHIBIT A 757 RFQ 23-002 City of Hermosa Beach Perform CASp ADA surveys for existing facilities, alteration projects, new projects, etc., including identification of all violations and include measurements of each non-compliant element along with code references, sketches, photo documentation, and cost effective recommendations in a comprehensive report. Be available to meet with City Staff or answer City Staff emails and inquiries, in a timely manner, pertaining to ADA related grievances, projects, and other relates as needed. Provide training for City team members regarding ADA compliance issues as needed. Other related as-needed work. EXHIBIT A 758 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 1 SECTION 1 COVER LETTER January 31, 2023 P23-002 City of Hermosa Beach Public Works Department Administration & Engineering Division 1315 Valley Drive Hermosa Beach, CA 90254 Attention: Mr. Andrew Nguyen, Associate Engineer Subject: Proposal for On-Call American with Disabilities Act (ADA) Consulting Services, RFP Number: 23-002 In response to the City’s Request for Qualifications, dated January 12, 2023, Access Inc., is pleased to submit this proposal and related information for your review. This proposal is provided as a response to the above-referenced RFQ. Founded in 2019, Access Inc., provides personalized services to public agencies, architects, engineers, property management firms, and business owners. We assist our clients with navigating their way to compliance with the American Disabilities Act (ADA) and applicable standards such as Title 24 of the California Building Code (CBC) throughout California. Access Inc. is located in Newport Beach, Orange County, California. Matthew Steele, President and Principal Access Inspector, is our central point of contact and responsible for delivery of our teams’ and subcontractors’ services. He can be reached by cell phone, (562) 212-4535, or by email at msteele@adaexperts.net. Access understands the scope of work will consist of but not limited to: Assisting the City’s ADA coordinator with grievance complaints, conducting field inspections and provide detail reporting, assisting with the adopted ADA Self-Evaluation and Transition Plan, performing CASp accessibility surveys, meeting with City Staff and providing timely answers to emails and inquiries, and providing training for City Team members and other related as-needed work. As of January 31, 2023, there have been no addendums to the RFP posted to the PlanetBids Portal. We appreciate the opportunity to submit this proposal. If there are any questions or you need clarification, please contact us at (562) 212-4535. Respectfully Submitted, Access, Inc. Matthew D. Steele, CASp President/Principal Inspector Attachment(s): Statement of Qualifications for Access Inc. EXHIBIT A 759 2901 West Coast Hwy, Suite 200, Newport Beach, CA 92663 (949) 270-2775 www.adaexperts.net CITY OF HERMOSA BEACH, DEPARTMENT OF PUBLIC WORKS Andrew Nguyen, Associate Engineer PROJECT MANAGER Matthew D. Steele, CASp CASp Inspection & Plan Review Services Matthew D. Steele, CASp John Battista, CASp ADA Self-Evaluation & Transition Plan Services Matthew D. Steele, CASp ADA Coordinator Services Matthew D. Steele, CASp John Battista, CASp EXHIBIT A 760 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 9 SECTION 7 PROJECT MANAGEMENT PLAN Access, Inc. will furnish all personnel, transportation, materials, supplies, and equipment necessary to perform services. Our primary method of understanding the details of the project is fundamental, maintaining the City’s budget and schedule. Services include, but not limited to the following: 1.Review with the City’s ADA Coordinator in implementing and/or improving, the City’s Grievance Response Procedures. Also, review current and/or ongoing grievance complaints. 2.Provide ADA field surveys performed by a CASp for existing facilities, alteration projects, new projects and provide detailed ADA report of the area’s accessible elements and/or identify all violation. 3.Review the adopted ADA Self-Evaluation and Transition Plan and existing ADA assessment documents available at the City and assist with the implementation of solutions for items to be resolved. 4.Access representatives will be available for meetings with City Staff and prompt responses to staff emails. 5.Provide training for City team members regarding ADA compliance issues as needed. Access Inc. assist our clients in complying with applicable rules, regulations and accepted guidelines. Our experienced key personnel assists clients in conducting their business in an efficient and cost-effective manner, therefore achieving a competitive advantage in the industry. Our approach will include the following general steps: Task 1: Approach to Responding to Requests for as Needed Work: Access will provide personalized service and prompt responses to all City requests. Throughout the duration of the proposed contract, a project manager will be assigned to this project and will respond to questions, concerns, and/or City requests within 1 business day. Task 2: Ensuring clear communication between the Consultant’s Contract Manager and the City: Access will keep the City’s Project Manager informed of any major changes in the schedule and/or budget throughout the project period. Communication will either be via email, phone calls or video conferences to address the City’s specific issues by identifying issues and details of the projects. The project manager will allocate and oversee tasks within the overall project to our technical staff and subcontractors and communicate project status to the City. Task 3: Oversight of Task Orders to Ensure Schedule and Budget: Access will keep the City’s Project Manager informed of any major changes in the schedule and/or budget. On a weekly basis the Project Manager will review the project’s progress and budget. The progress of the project and budget will be kept in a spreadsheet and updated at the end of each week. EXHIBIT A 761 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 Page | 10 Task 4: Adherence and Quality Assurance/Quality Control: The Project Manager will review the records, reports, and associated documentation on a regular basis to ensure the projects are being completed as required, to ensure communication has been provided regarding the projects progress, budget and/or any issues that have arrived and ensure all documents are completed and submitted in a timely manner. EXHIBIT A 762 Request for Proposals On-Call American with Disabilities Act (ADA) Consulting Services RFP Number: 23-002 RATE SCHEDULE JANUARY 2023 FEE SCHEDULE General Fee Unit Principal Access Specialist $275 per hour Project Manager $275 per hour Certified Access Specialist (CASp) $250 per hour ADA Access Specialist (ICC) $195 per hour Office Services / Administration $85 per hour Expert Witness Drawing Review/Site Visit/Support Services* $290 per hour Forensic / Expert Witness (4-hr. min.) * $550 per hour Legal Testimony/Deposition** $550 per hour Travel $0.63 per mile Reimbursables (parking, travel, food, printing or binding, messenger, etc.) Cost + 15% lump sum -Rates are guaranteed for the term of the agreement. -Regular Hours: Monday - Friday 7:00am - 4:00pm -Field work will be billed on a time and materials basis unless otherwise quoted. -Payment due thirty (30) days of invoice, then Past Due with a finance charge of 1.5% per month (18% annual). * Fee assumes a $5,000 minimum including travel time from door to door and is invoiced in quarter hour increments + reimbursables ** Fee is invoiced in full hour increments -Reimbursable Expenses: If pre-approved by the City Project Manager, parking, air-fare, car rental, food and lodging, etc… to be billed at Cost (w/ no mark-up) 2901 West Coast Hwy, Suite 200 Newport Beach, CA 92663 (949) 270-2775 EXHIBIT A 763 CONTRACT FOR PROFESSIONAL SERVICES TO PROVIDE ON-CALL AMERICANS WITH DISIBILITIES ACT (ADA) CONSULTING SERVICES BETWEEN THE CITY OF HERMOSA BEACH AND BUREAU VERITAS, This AGREEMENT is entered into this 28th day of February 2023, by and between the CITY OF Hermosa Beach, a general law city a municipal corporation (“CITY”) and Bureau Veritas, a limited liability company (“CONSULTANT”). R E C I T A L S A.The City desires to obtain on-call ADA consulting services B.The City does not have the personnel able and/or available to perform the services required under this agreement and therefore, the City desires to contract for consulting services to accomplish this work. C.The Consultant warrants to the City that it has the qualifications, experience and facilities to perform properly and timely the services under this Agreement. D.The City desires to contract with the Consultant to perform the services as described in Exhibit A of this Agreement. NOW, THEREFORE, based on the foregoing recitals, the City and the Consultant agree as follows: CONSIDERATION AND COMPENSATION As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, attached as EXHIBIT A. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement. As additional consideration, CITY agrees to pay CONSULTANT a total amount not to exceed $400,000, for CONSULTANT’s services, unless otherwise specified by written amendment to this Agreement. No additional compensation shall be paid for any other expenses incurred, unless first approved by the City Manager or his/her designee. CONSULTANT shall submit to CITY, by not later than the 10th day of each month, its invoice for services itemizing the fees and costs incurred during the previous month. CITY shall pay CONSULTANT all uncontested amounts set forth in CONSULTANT’s invoice within 30 days after it is received. SCOPE OF SERVICES. CONSULTANT will perform the services and activities set forth in the SCOPE OF SERVICE attached hereto as Exhibit A and incorporated herein by this reference. 764 City of Hermosa Beach Page 2 of 10 Except as herein otherwise expressly specified to be furnished by CITY, CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space, and facilities necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit an invoice to CITY which lists the reimbursable costs, the specific tasks performed, and, for work that includes deliverables, the percentage of the task completed during the billing period in accordance with the schedule of compensation incorporated in “Exhibit A.” TIME OF PERFORMANCE. The services of the CONSULTANT are to commence upon receipt of a notice to proceed from the CITY and shall continue until all authorized work is completed to the CITY’s reasonable satisfaction, in accordance with the schedule incorporated in “Exhibit A,” unless extended in writing by the CITY. FAMILIARITY WITH WORK. By executing this Agreement, CONSULTANT represents that CONSULTANT has (a) thoroughly investigated and considered the scope of services to be performed; (b) carefully considered how the services should be performed; and (c) understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. KEY PERSONNEL. CONSULTANT’s key person assigned to perform work under this Agreement is Erik Piller. CONSULTANT shall not assign another person to be in charge of the work contemplated by this Agreement without the prior written authorization of the City. TERM OF AGREEMENT. The term of this Agreement shall commence upon execution by both parties and shall expire on February 28, 2028, unless earlier termination occurs under Section 11 of this Agreement, or this Agreement is extended in writing in advance by both parties. CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. PERMITS AND LICENSES. CONSULTANT will obtain and maintain during the term of this Agreement all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 765 City of Hermosa Beach Page 3 of 10 TERMINATION. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination shall be in writing. CONSULTANT may terminate this Agreement. Notice will be in writing at least 30 days before the effective termination date. In the event of such termination, the CONSULTANT shall cease services as of the date of termination, and all finished or unfinished documents, data, drawings, maps, and other materials prepared by CONSULTANT shall, at CITY’s option, become CITY’s property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. INDEMNIFICATION. To the extent permitted by law, CONSULTANT shall indemnify, and hold harmless CITY, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation) of every nature to the extent caused by CONSULTANT's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this AGREEMENT. CONSULTANT shall promptly pay any final judgment rendered against CITY (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONSULTANT’s negligence, recklessness or willful misconduct. CONSULTANT shall reimburse the CITY its costs of defense, including without limitation reasonable attorneys fees, expert fees and all other costs and fees of litigation to the extent such fees, costs and all other costs are determined by the court of competent jurisdiction to have been caused by the actual negligence, recklessness or willful misconduct of the Consultant. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The requirements as to the types and limits of insurance coverage to be maintained by CONSULTANT as required by Section 17, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by CONSULTANT pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. ASSIGNABILITY. This Agreement is for CONSULTANT’s professional services. CONSULTANT’s attempts to assign the benefits or burdens of this Agreement without CITY’s written approval are prohibited and will be null and void. INDEPENDENT CONSULTANT. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, 766 City of Hermosa Beach Page 4 of 10 insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. AUDIT OF RECORDS. CONSULTANT agrees that CITY, or designee, has the right to review, obtain, and copy all records pertaining to the performance of this Agreement. CONSULTANT agrees to provide CITY, or designee, with any relevant information requested and will permit CITY, or designee, access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this Agreement. CONSULTANT further agrees to maintain such records for a period of three (3) years following final payment under this Agreement. CONSULTANT will keep all books, records, accounts and documents pertaining to this Agreement separate from other activities unrelated to this Agreement. CORRECTIVE MEASURES. CONSULTANT will promptly implement any corrective measures required by CITY regarding the requirements and obligations of this Agreement. CONSULTANT will be given a reasonable amount of time as determined by the City to implement said corrective measures. Failure of CONSULTANT to implement required corrective measures shall result in immediate termination of this Agreement. INSURANCE REQUIREMENTS. A.The CONSULTANT, at the CONSULTANT’s own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies: 1.Workers Compensation Insurance as required by law. The Consultant shall require all subcontractors similarly to provide such compensation insurance for their respective employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the CITY at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against the CITY, its officers, agents, employees, and volunteers for losses arising from work performed by the CONSULTANT for City. 2.General Liability Coverage. The CONSULTANT shall maintain commercial general liability insurance in an amount of not less than two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. 3.Automobile Liability Coverage. The CONSULTANT shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired, and 767 City of Hermosa Beach Page 5 of 10 non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. 4.Professional Liability Coverage. The CONSULTANT shall maintain professional errors and omissions liability insurance for protection against claims alleging negligent acts, errors, or omissions which may arise from the CONSULTANT’S operations under this Agreement, whether such operations be by the CONSULTANT or by its employees, subcontractors, or sub-consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single-limit-per- occurrence basis. When coverage is provided on a “claims made basis,” CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. B.Endorsements. Each general liability, automobile liability and professional liability insurance policy shall be issued by a financially responsible insurance company or companies admitted and authorized to do business in the State of California, or which is approved in writing by City, and shall be endorsed as follows. CONSULTANT also agrees to require all contractors, and subcontractors to do likewise. 1.“The CITY, its elected or appointed officers, officials, employees, agents, and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONSULTANT, including materials, parts, or equipment furnished in connection with such work or operations.” 2.This policy shall be considered primary insurance as respects the CITY, its elected or appointed officers, officials, employees, agents, and volunteers. Any insurance maintained by the CITY, including any self-insured retention the CITY may have, shall be considered excess insurance only and shall not contribute with this policy. 3.This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 4.The insurer waives all rights of subrogation against the CITY, its elected or appointed officers, officials, employees, or agents. 5.Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. 6.The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the CITY. 768 City of Hermosa Beach Page 6 of 10 C.CONSULTANT agrees to provide immediate notice to CITY of any claim or loss against CONSULTANT arising out of the work performed under this agreement. CITY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve CITY. D.Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the CITY’s option, the CONSULTANT shall demonstrate financial capability for payment of such deductibles or self-insured retentions. E.The CONSULTANT shall provide certificates of insurance with original endorsements to the CITY as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the CITY on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the CITY at all times during the term of this Agreement. F.Failure on the part of the CONSULTANT to procure or maintain required insurance shall constitute a material breach of contract under which the CITY may terminate this Agreement pursuant to Section 11 above. G.The commercial general and automobile liability policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s behalf upon the Consultant’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. USE OF OTHER CONSULTANTS. CONSULTANT must obtain CITY’s prior written approval to use any sub-consultants while performing any portion of this Agreement. Such approval must include approval of the proposed consultant and the terms of compensation. FINAL PAYMENT ACCEPTANCE CONSTITUTES RELEASE. The acceptance by the CONSULTANT of the final payment made under this Agreement shall operate as and be a release of the CITY from all claims and liabilities for compensation to the CONSULTANT for anything done, furnished or relating to the CONSULTANT’S work or services. Acceptance of payment shall be any negotiation of the CITY’S check or the failure to make a written extra compensation claim within ten (10) calendar days of the receipt of that check. However, approval or payment by the CITY shall not constitute, nor be deemed, a release of the responsibility and liability of the CONSULTANT, its employees, sub-consultants and agents for the accuracy and competency of the information provided and/or work performed; nor shall such approval or payment be deemed to be an assumption of such responsibility or liability 769 City of Hermosa Beach Page 7 of 10 by the CITY for any defect or error in the work prepared by the Consultant, its employees, sub-consultants and agents. CORRECTIONS. In addition to the above indemnification obligations, the CONSULTANT shall correct, at its expense, all errors in the work which may be disclosed during the City’s review of the Consultant’s report or plans. Should the Consultant fail to make such correction in a reasonably timely manner, such correction shall be made by the CITY, and the cost thereof shall be charged to the CONSULTANT. In addition to all other available remedies, the City may deduct the cost of such correction from any retention amount held by the City or may withhold payment otherwise owed CONSULTANT under this Agreement up to the amount of the cost of correction. NON-APPROPRIATION OF FUNDS. Payments to be made to CONSULTANT by CITY for services preformed within the current fiscal year are within the current fiscal budget and within an available, unexhausted fund. In the event that CITY does not appropriate sufficient funds for payment of CONSULTANT’S services beyond the current fiscal year, the Agreement shall cover payment for CONSULTANT’S services only to the conclusion of the last fiscal year in which CITY appropriates sufficient funds and shall automatically terminate at the conclusion of such fiscal year. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: CITY CONSULTANT City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 ATTN: Joe San Clemente Bureau Veritas 220 Technology Dr., Irvine, CA 92618 ATTN: Erik Piller Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. Courtesy copies of notices may be sent via electronic mail, provided that the original notice is deposited in the U.S. mail or personally delivered as specified in this Section. A.SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT’s bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that 770 City of Hermosa Beach Page 8 of 10 it has not paid nor has it agreed to pay any company or person, other than CONSULTANT’s bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. B.THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT’s or CITY’s obligations under this Agreement. C.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. D.ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. E.RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. F.AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment with signatures of all parties to this Agreement. CITY’s city manager, or designee, may execute any such amendment on behalf of CITY. ACCEPTANCE OF FACSIMILE OR ELECTRONIC SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission or scanned and delivered via electronic mail. Such facsimile or electronic mail copies will be treated in all respects as having the same effect as an original signature. FORCE MAJEURE. Should performance of this Agreement be impossible due to fire, flood, explosion, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties’ control, then the Agreement will immediately terminate without obligation of either party to the other. TIME IS OF ESSENCE. Time is of the essence to comply with dates and schedules to be provided. ATTORNEY’S FEES. The parties hereto acknowledge and agree that each will bear his or its own costs, expenses and attorneys' fees arising out of and/or connected with 771 City of Hermosa Beach Page 9 of 10 the negotiation, drafting and execution of the Agreement, and all matters arising out of or connected therewith except that, in the event any action is brought by any party hereto to enforce this Agreement, the prevailing party in such action shall be entitled to reasonable attorneys' fees and costs in addition to all other relief to which that party or those parties may be entitled. STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public agency. OWNERSHIP OF DOCUMENTS. It is understood and agreed that the City shall own all documents and other work product of the Consultant, except the Consultant’s notes and workpapers, which pertain to the work performed under this Agreement. The City shall have the sole right to use such materials in its discretion and without further compensation to the Consultant, but any re-use of such documents by the City on any other project without prior written consent of the Consultant shall be at the sole risk of the City. USE OF LOGO. The CITY grants the CONSULTANT permission to use its name, logo and/or trademark in deliverables produced by the CONSULTANT on the behalf of the CITY, such as written reports, presentation slides, press releases, social media graphics, and other public outreach materials. The CITY’s prior review of artwork and written approval is required for any use of CITY logo. CITY will provide an electronic copy of the most current logo to the CONSULTANT for use in materials. The CONSULTANT will, in turn, only use the most current logo of the CITY. DISCLOSURE REQUIRED. (City and Consultant initials required at the following paragraph) By their initials next to this paragraph, City and Consultant hereby acknowledge that Consultant is not a “consultant” for the purpose of the California Political Reform Act because Consultant’s duties and responsibilities are not within the scope of the definition of consultant in Fair Political Practice Commission Regulation 18700.3(a) and is otherwise not serving in staff capacity in accordance with the City’s Conflict of Interest Code. City Initials ______ Consultant Initials ______ COMPLIANCE WITH COVID-19 VACCINATION POLICY. All CONSULTANT’S employees, agents, officers and subcontractors who will be physically present in the City and have contact with City officials and employees or with the public shall be fully 772 City of Hermosa Beach Page 10 of 10 vaccinated from COVID-19. CONSULTANT agrees to certify in writing to CITY that it complies with the foregoing. IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF HERMOSA BEACH CONSULTANT [Suja Lowenthal/CITY MANAGER] By: Erik Piller/Senior VicePresident ATTEST: Myra Maravilla, City Clerk Taxpayer ID No. APPROVED AS TO FORM: Patrick Donegan, City Attorney 773 RFQ 23-002 City of Hermosa Beach 2. Scope of Services 2.1 City Location and Characteristics The City of Hermosa Beach is located within the southwestern coastal portion of Los Angeles County in what is commonly referred to locally as the “South Bay” area. The City is bounded on the north by the City of Manhattan Beach, on the south by the City of Redondo Beach, on the east by the City of Redondo Beach and the City of Manhattan Beach, and on the west by the Pacific Ocean. The City limits for Hermosa Beach encompass a relatively small land area, approximately 1.4 square miles. Hermosa Beach is thriving, and engaged community, with some 20,000 residents and naturally draws a high number of visitors to its beaches and downtown. Governed by a five-member City Council with members elected at large, Hermosa Beach operates under the council/city manager form of government as a general law city. Like the community, the Council is informed, educated, and engaged. The programs and services provided by the City are accomplished through eight City departments: City Clerk, City Manager, Community Development, Community Resources, Finance, Human Resources, Police, and Public Works. 2.2 Description The Public Works Department is responsible for engineering and oversight of the City's Capital Improvement Program (CIP), maintenance of City facilities and parks, public counter services including plan check and permit issuance, managing and maintaining the public right of way, grant management, storm drains and sewers, utility districts and utility coordination, and a wide variety of other programs and services. In the Fiscal Year 2022-2023 budget, the City Council approved a significant expansion of the Capital Improvement Program (CIP), which now includes 50 projects, with a $23 million dollar budget, covering a diverse range of needs from planning to design and construction. In 2022, the City Council also approved the City’s Americans with Disabilities Act (ADA) Self-Evaluation and Transition Plan, which outlines a number of accessibility priorities and needs. The City of Hermosa Beach (“City”) Public Works Department is seeking Statements of Qualification from qualified consultants, or team of consultants, (“Consultant”) to provide on-call ADA Consulting Services. The selected Consultant would assist the City’s Public Works Department in establishing a pro-active approach to implementing and improving the City’s Americans with Disabilities Act Grievance Procedure, work with the City’s ADA Coordinator as the City’s CASp specialist, evaluate and resolve ADA related issues and assist in achieving the goals identified by the City's ADA Self-Evaluation and Transition Plan and applicable documents and reports, review Capital Improvement and other project plans and provide solutions as needed as they relate to ADA requirements, and assist the Public Works Department in managing the day-to day ADA EXHIBIT A 774 RFQ 23-002 City of Hermosa Beach compliance needs of the City and its residents. Consultants must have the expertise, experience, and demonstrate resources available to perform the work described in this RFQ. The City intends to enter an agreement with up to two (2) qualified consultants (or teams of consultants) for the requested services in an amount not to exceed $400,000 each for a period of five years. The City anticipates a contract start date around March 2023. This RFQ does not require consultants to address any specific projects or task orders. As work is identified, the City will solicit proposals from one, or more, on-call firms. The designated Consultant(s) shall then provide a cost proposal, fee, and a schedule per each task order issued by the City. A task order will then be negotiated and executed between the City and the selected firm. Compensation will be based on a time and materials with a not-to-exceed limit agreed upon by both the Consultant and City before work begins. Please note that being selected for an as-needed contract does not guarantee that a Consultant will be requested to submit a task order or be assigned any work. The City reserves the right to retain other consulting firms in its sole discretion when the City believes there will be an economic or other significant advantage for doing so. 2.2 General Scope of Work The consulting firms must have a Certified Access Specialist (CASp) on staff at all times during the duration of the contract with the City. The scope of work includes, but is not limited to, the following services: Assist the City’s ADA Coordinator in implementing, and improving, the City’s Grievance Response Procedures. Review current and/or ongoing grievance complaints, coordinate responses to submitted questions, and provide an expert CASp written opinion on the legitimacy of the complaints. Conduct field inspections and provide detailed ADA reports of the area(s) and/or accessible element(s) when a grievance is found to have merit. During the inspection, Consultant shall identify all violations and include field measurements of each non-compliant element along with code references, sketches, and photo documentation in a comprehensive report. At the conclusion the ADA inspection, Consultant shall provide cost effective recommendations on the best way to correct the violations. Review the adopted ADA Self-Evaluation and Transition Plan and existing ADA assessment documents available at the City and assist with the implementation of solutions for items to be resolved. Assist the City with maintaining the Self- evaluation and Transition Plan. EXHIBIT A 775 RFQ 23-002 City of Hermosa Beach Perform CASp ADA surveys for existing facilities, alteration projects, new projects, etc., including identification of all violations and include measurements of each non-compliant element along with code references, sketches, photo documentation, and cost effective recommendations in a comprehensive report. Be available to meet with City Staff or answer City Staff emails and inquiries, in a timely manner, pertaining to ADA related grievances, projects, and other relates as needed. Provide training for City team members regarding ADA compliance issues as needed. Other related as-needed work. EXHIBIT A 776 January 31, 2023 City of Hermosa Beach Attn: Andrew Nguyen 1315 Valley Drive Hermosa Beach, CA 90254 RE: RFQ# 23-002, ON-CALL AMERICAN WITH DISABILITIES ACT (ADA) CONSULTING SERVICES Dear Mr. Nguyen, Thank you for taking the time to review Bureau Veritas Technical Assessments, LLC’s (Bureau Veritas) qualifications in response to the City of Hermosa Beach’s RFP for On Call Americans with Disabilities Act (ADA) Consulting Services. The following proposal details our capability to execute this project. Proven Experience | Bureau Veritas has extensive experience providing ADA Assessments for City, County and State Government entities. We are licensed in the State of California and are familiar with all ADA and California codes and regulations. In addition to ADA Self-Evaluation and Transition Plan expertise - Bureau Veritas offers a full suite of services including ADA plan check, inspections, design, and turn-key project management for implementation. BVTA’s code compliance group has performed ADA and CASp plan check and inspections for hundreds of municipalities acting as augmented staff or third party consultants.. Highly Qualified Team | Bureau Veritas is an architecture and engineering firm focused solely on assessment and planning studies, with 800 professionals nationwide. We provide a national broad based Project Team of Accessibility Assessors with backgrounds in Architecture, Civil Engineering, Landscape Architecture, and Construction. ADA Experience | Our Assessment teams have performed similar services for clients including: We appreciate the opportunity to present our qualifications for these services and look forward to working with the City of Hermosa Beach. I am authorized to bind Bureau Veritas to all terms, conditions, and commitments made in this proposal. Please contact me at 800.733.0660, ext. 7292704 or erik.piller@bureauveritas.com to further discuss our qualifications. Sincerely, Erik Piller Senior Vice President •City of Industry, CA •City of Garden Grove, CA •City of Brea, CA •City of Orange, CA •City of Rancho Cucamonga, CA •San Bernardino County, CA •City of Pomona, CA •City of Montebello, CA •City of Alameda, CA •City of Tracy, CA •Hayward Recreation and Parks, CA •City of Napa, CA •Ambrose Parks and Recreation District, CA •Sonoma County, CA •Humboldt County, CA •Gavilan College, CA BUREAU VERITAS 220 TECHNOLOGY DRIVE | IRVINE, CA 92618 P 800.733.0660 | F 410.785.6220 | BVNA.COM 1. COVER LETTER EXHIBIT A 777 2 Name of Company: Tax ID: Regional Address: Primary Contact: Telephone: Email: Bureau Veritas Technical Assessments LLC 02-0655997 220 Technology Drive Irvine, CA 92618 Erik Piller Sr. Vice President (800) 733-0660, ext. 7292704 Erik.Piller@bureauveritas.com Company Information 2. FIRM PROFILE Profile Founded in 1986, Bureau Veritas Technical Assessments LLC (Bureau Veritas) is a professional service consulting firm providing comprehensive architectural, engineering, energy, and environmental solutions. Our team includes over 700 building professionals nationwide, including Certified ADA Specialists, Registered Architects, Professional Engineers, Certified Energy Managers, Environmental Professionals, Building Systems Consultants, and Code Compliance Experts. Annually, Bureau Veritas conducts thousands of assessments for Private, Industrial, Government, K-12 Education, and Higher Education Clients. Having successfully completed assessments of several million square feet of building space, Bureau Veritas has developed a proven and efficient methodology for the performance of field assessments, and data collection. Services •ADA Accessibility Compliance •Facility Condition Assessments •Space Analysis •Educational Adequacy •Capital Needs Assessments •Energy Studies •Capital Planning •Feasibility Studies •Project Management •Construction Monitoring •Plan and Document Review •Inventory, Barcoding and Tagging •Capital Planning Software •Preventive Maintenance What We Do EXHIBIT A 778 3 3. ORGANIZATIONAL CHART Erik Piller PROJECT EXECUTIVE Allyson Watts, CASp, RA Bryon Scott, ADAC QUALITY ASSURANCE MANAGER PROGRAM MANAGER ADA ASSESSMENT TEAM PROJECT ORGANIZATION CHART Michael Cunni SENIOR PROJECT MANAGER EXHIBIT A 779 The following fees include all costs associated with travel, lodging, car rental, food, tools, equipment, and all other miscellaneous expenses applicable to the work related to this project. BVTA guarantees the following rates for the term of the agreement. SERVICES FEE Consulting (CASp for 20 hours per week)$2,600.00/week or as-needed (T&E) HOURLY RATES Team Role Hourly Rate ($) Sr. ADA Program Manager $140.00 ADA Consultant (CASp)$130.00 Quality Control Manager $135.00 ADA Assessor / Project Manager I $120.00 Technical Reviewer $115.00 Administrative $80.00 BVTA will submit a monthly invoice inclusive of all services performed during that period. The per site fee will be established per the schedule of values provided at the program kick-off, and invoiced at the billing milestones stated below. Invoices will be payable within 30 days of receipt. Upon receipt of each monthly invoice, the amount due per billing milestone is fully collectible. Please forward payments to: Accounting Department, Bureau Veritas Technical Assessments LLC, PO Box 74007289, Chicago, IL 60674-7289 or contact BV-invoicing@BVNA.com to pay via credit card or to receive wiring instructions. Please ensure that BVTA Proposal # 143819.20P or invoice number is clearly identified on all payments and correspondence for proper credit. 8. RATE SCHEDULE EXHIBIT A 780 City of Hermosa Beach Staff Report City Hall 1315 Valley Drive Hermosa Beach, CA 90254 Staff Report REPORT 23-0100 Honorable Mayor and Members of the Hermosa Beach City Council Special Meeting of February 27, 2023 UPDATE AND DISCUSSION OF OPTIONS FOR PARKING LOT D IMPROVEMENTS (CIP 682) (Environmental Programs Manager Douglas Krauss) Recommended Action: Staff recommends City Council: 1.Receive an update on the Parking Lot D project and Conceptual Rendering (Attachment 1); and 2.Provide staff with feedback or direction on next steps, if so desired. Executive Summary: At its January 10,2023 meeting,City Council directed staff to return to Council with an update on the status of the Parking Lot D Improvement Project (CIP 682)to facilitate a discussion regarding the project and possible project alternatives. Background: The Parking Lot D Improvement Project was first conceived in 2017 to reconstruct Parking Lot D, located at the southwestern corner of Manhattan Avenue and 14th Street,as a demonstration project showcasing a range of environmentally sustainable design elements.The conceptual design elements include storm water infiltration,native vegetation,electric vehicle (EV)charging stations, and solar power generation to help power the lights and EV charging stations (Attachment 1). To date,the City has expended approximately $120,000 on design and grant application support and has conducted extensive community outreach and engagement at the project’s inception to help shape the scope and design.Staff anticipates it will take approximately $20,000 to complete the design and to prepare the bid package for advertisement. Construction estimates in 2021 for the current project was approximately $1,200,000,with $857,600 paid with outside funding and $342,000 with local funds.Staff applied for,and was successful in securing,$433,650 in grant funding from the Coastal Conservancy and $423,950 from the Safe Clean Water (SCW,formerly Measure W)regional funding program to complete construction of the project. The local funding includes $47,186 in CIP funds and $295,214 in Storm Drain Funds. Staff is currently reviewing the final plans and will begin development of specifications prior to City of Hermosa Beach Printed on 2/23/2023Page 1 of 5 powered by Legistar™781 Staff Report REPORT 23-0100 Staff is currently reviewing the final plans and will begin development of specifications prior to advertisement.It will take staff roughly several months to complete the remaining work amidst other competing project priorities.Staff has tentatively set a goal of advertisement and award of the contract to be able to begin construction in fall 2023.Construction is slated to be completed during the off-season to avoid additional impact to parking during the busier summer months. At its January 10,2023 meeting,Councilmember Saemann requested staff bring back an item to provide an update on the project and discuss possible strategies for amending the project. Specifically,it was proposed to add a second deck for additional parking at the site to maximize the parking benefits of the proposed project. This request was supported by Mayor Jackson. Past Council Actions Meeting Date Description March 27, 2018 City Council approved a resolution authorizing staff to submit a grant application to the California Climate Investments Urban Greening Program July 13, 2021 City Council approved a resolution authorizing acceptance of grant funding from the Coastal Conservancy January 10, 2023 Two Councilmembers supported returning to City Council with an item updating Council on the status of the Parking Lot D Improvement Project to facilitate a discussion regarding the project and possible project alternatives. Discussion: Should Council choose to pursue the multi-story parking concept,it would be timely to provide such direction.With limited number of properties under City ownership,it is reasonable to consider maximizing the potential of surface lots with concepts such as:designing parking areas exclusively below ground,allowing above ground levels to include mixed-use development;incorporating additional levels below and above ground to increase parking capacity;and assembling properties to concurrently develop through public-private partnerships. Following City Council’s direction to provide an update,staff discussed the possibility of a project amendment and conferred with the project engineer regarding logistics and costs for the proposed project amendment.Staff also consulted with the funding agencies to determine if extensions or amendments to the grants were feasible. The Coastal Conservancy funding is set expire in February of 2024,at which time construction of the project must be completed.Conservancy staff indicated that there may be a chance to extend the deadline to February of 2025.An extension would require an amendment to the current funding agreement,which is subject to approval by the Coastal Conservancy Board.Any substantial changes to the project would also require resubmittal to its board for approval.The amendment process can City of Hermosa Beach Printed on 2/23/2023Page 2 of 5 powered by Legistar™782 Staff Report REPORT 23-0100 take up to six months. Los Angeles County staff responsible for the administration of the Safe Clean Water (SCW)funding program indicated that the City has five years after the transfer of funds to expend the grant.The City’s funding is slated for two equal transfers,with the first fund transfer of $211,975 scheduled for Spring of 2023 and the second transfer with the remaining balance scheduled for 2024.Any change in scope,or request for additional funds,would require a separate application to the SCW Scoring Committee and eventual approval by the Los Angeles County Board of Supervisors.The scope change process can take up to one year.If the scope changes were not approved,and the City decided not to move forward with the current project,then any funds provided to the City in Spring 2023 would need to be returned. Both funding opportunities were targeted to support sustainability improvements and specifically storm water pollution prevention.Any revision to the project that deviates from this goal would jeopardize the project’s eligibility for this funding.Per the consultant,the additional level of parking would require a new design.Design and engineering services for a revised project could cost approximately $300,000 and take approximately six months.A Coastal Development Permit from the Coastal Commission would also be required.The current project design would result in 22 parking spaces, which is one more than in the current parking lot. It is unclear at this time the extent to which the sustainability improvements could be retained if the project were revised to include a second parking deck.A second deck structure would require footings that would impact the retention system making it less effective.It could also reduce the number of parking spaces on the first floor.The visual impacts of a larger structure with solar panel canopy on top,the operational impacts of vehicle circulation,and long-term operation and maintenance needs would also need further consideration and with input from the community.Staff estimates that the new deck could potentially allow up to 22 additional spaces maximum but would likely require the removal of two spaces on Manhattan Avenue to accommodate a new driveway.The consultant also provided a very rough construction cost estimate of at least $3,000,000,based in part on recent comparable projects bringing the combined estimated cost of approximately $3,600,000, including a 20 percent contingency. Should the Council find it timely to reconsider the original concept and design for Lot D in order to add additional uses and/or parking capacity,future design concepts need not abandon consideration of the sustainability elements in the current design.Considering the information provided by the project engineer and funding agencies,it is most likely that the City would need to cancel the current project,return the grant funding,and seek additional funding before design of a revised project could commence.Alternate sources of revenue could be explored,including leveraging the site along with other City-owned properties in a public-private partnership.The upcoming facilities needs assessment could additionally inform this consideration should the Council elect to move in this City of Hermosa Beach Printed on 2/23/2023Page 3 of 5 powered by Legistar™783 Staff Report REPORT 23-0100 direction. General Plan Consistency: This report and associated recommendations have been evaluated for their consistency with the City’s General Plan. Relevant Policies are listed below: Mobility Element Goal 4.A parking system that meets the parking needs and demand of residents,visitors,and employees in an efficient and cost-effective manner. Policy: 4.2 Encourage coastal access.Ensure parking facilities and costs of such facilities are not a barrier to beach access by the public Infrastructure Element Goal 5.The stormwater management system is safe,sanitary,and environmentally and fiscally sustainable. Policy: 5.7 Stormwater permits.Strictly implement,enforce,and monitor MS4 National Pollutant Discharge Elimination Systems (NPDES) Permit requirements through stormwater ordinances. Fiscal Impact: The City has secured $857,600 in grant funds from the two funding agencies for the currently proposed Parking Lot D project.The construction estimate provided by the consultant in 2021 was approximately $840,000 and ongoing maintenance is estimated at approximately $12,000 annually. Ongoing annual storm water monitoring costs are not yet known.The City has spent approximately $120,000 of its own funds to date for design and engineering. There is no funding source currently identified for the estimated $300,000 design and engineering services and estimated $3,600,000 construction cost of the proposed multi-story parking lot project. Attachments: 1.Parking Lot D Conceptual Rendering 2.Link to March 27, 2018 City Council Staff Report 3.Link to July 13, 2021 City Council Staff Report Respectfully Submitted by: Douglas Krauss, Environmental Programs Manager Concur: Joe SanClemente, Director of Public Works Noted for Fiscal Impact: Viki Copeland, Finance Director Legal Review: Pat Donegan, City Attorney City of Hermosa Beach Printed on 2/23/2023Page 4 of 5 powered by Legistar™784 Staff Report REPORT 23-0100 Approved: Suja Lowenthal, City Manager City of Hermosa Beach Printed on 2/23/2023Page 5 of 5 powered by Legistar™785 PERMEABLE CONCRETE PAVERS (TO MATCH PAVERS AT PIER AVE. & MANHATTAN AVE. CORNER PLAZA) BICYCLE RACKS WASTE RECEPTACLE TREE GRATE (OPTION)(TO MATCH PIER AVE. & MANHATTAN AVE. CORNER PLAZA) 14TH STREET PALM DRIVEDEMONSTRATION WATER SCUPPER MANHATTAN AVE.PARKING LOT D - PROPOSED DESIGN IMPROVEMENTS CITY OF HERMOSA BEACH PROPOSED LOCATION FOR RELOCATING EXISTING CACTUS (CEREUS PERUVIANUS) NOTE:INTERPRETIVE / INFORMATIONAL SIGNAGE LOCATION TO BE DETERMINED CONCRETE ‘PEBBLE’ SEATINGWITH DECORATIVE SKATE STOPS 786 PARKING LOT D - SUSTAINABILITY CITY OF HERMOSA BEACHSTORM WATER MITIGATION & FILTRATION SYSTEM PERMEABLE INTERLOCKING PARKING STALL PAVERS DEMONSTRATION BIOSWALE SMART PARKING, EV CHARGING STATION LOW WATER PLANTING & HIGH-EFFICIENCY IRRIGATION SOLAR MULTI-SPACE PAY STATION 787 PARKING LOT D - DESIGN SIMULATION CITY OF HERMOSA BEACH EXISTING CONDITIONS PROPOSED IMPROVEMENTS 788 Melaleuca leucadendra (quinq.) Cajeput Tree 20’-40’ H x 15’-25’ W TREES Melaleuca nesophila Pink Melaleuca 15’-30’ H x 15’-30’ W Prunus cerasifera ‘Newport’ Purple Leaf Plum 15’-20’ H x 15’-20’ W Pyrus kawakamii Evergreen Pear 15’-30’ H x 15’-30’ W Agave attenuata ‘Variegata’ Variegated Fox Tail Agave Agave vilmoriniana Octopus Agave SHRUBS & GROUNDCOVERS Limonium perezii Sea Lavender Aloe striata Coral Aloe Crassula capitella ‘Campfire’ Campfire Crassula Kalanchoe ‘Flap Jacks’ Paddle Plant Senecio vitalis Narrow Leaf Chalksticks Echeveria ‘Afterglow’ Afterglow Echeveria Carissa grand. ‘Green Carpet’ Green Carpet Natal Plum Dianella ‘Clarity Blue’ Clarity Blue Dianella PARKING LOT D - SEA COAST (ZONE 1) PLANT PALETTE CITY OF HERMOSA BEACH Muhlenbergia rigens Deer Grass Carex barbarae Santa Barbara Sedge BIOSWALE PLANTS Anemopsis californica Yerba Mansa Distichlis spicata Saltgrass Juncus patens Common Rush Mimulus cardinalis Scarlet Monkeyflower Sisyrinchium bellum Blue-eyed Grass Limonium californicum California Sea Lavender Muehlenbeckia complexa Wire Vine VINES Distictis buccinatoria Red Trumpet Vine Ficus pumila Creeping Fig Pittosporum crassifolium Seaside Pittosporum/Karo 15’-30’ H x 6’-15’ W 789