Loading...
Albert A. Webb-2018-02 2018 - 02 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made as of this 23 d day of January 2018 by and between the CITY OF GRAND TERRACE ("City")and Albert A. Webb Associates ("Consultant"). 1. CONSULTANT'S SERVICES. Consulant agrees to perform during the term of this Agreement on a non-exclusive and on-call basis, the tasks, obligations, and services set forth in the "Scope of Services" attached to and incorporated into this Agreement as Exhibit A (the "Services"). 2 TERM OF AGREEMENT. This Agreement shall be effective on the date above and the Agreement shall remain in effect for three years, with the option to extend the contract twice by one (1) year each,unless otherwise terminated pursuant to the provisions herein. 3. FAMILIARITY WITH WORK. By execution of this Agreement, Consultant warrants that (1) It has thoroughly investigated and considered the work to be performed, based on all available information. (2) It carefully considered how the work should be performed, and (3) It fully understands the difficulties and restrictions attending the performance of the work under this Agreement. (4) It has the professional and technical competency to perform the work and the production capacity to complete the work in a timely manner with respect to the schedule included in the scope of services. 4. PAYMENT FOR SERVICES. City shall pay for the services performed by Consultant pursuant to the terms of this Agreement, the compensation set forth in the "Schedule of Compensation' attached to and incorporated into this Agreement as Exhibit B.The fees for services shall not exceed the authorized amount of$40, 000 (Forty Thousand Dollars) annually as set forth in Attachment "B," unless the CITY has given specific advance approval in writing,and the Cost Proposal included in Attachment "A". 5. TIME FOR PERFORMANCE. Consultant shall not perform any work under this Agreement until (a)Consultant furnishes proof of insurance as required under Paragraph "8" of this Agreement. All services required by Consultant under this Agreement shall be completed on or before January 23,2021 unless extended by amendment. 6. DESIGNATED REPRESENTATIVE. Consultant hereby designates Reed Chilton, P.E., as the Consultant Representative, and said Representative shall Page 1 of 11 be responsible for job performance, neEptiations, contractual matters, and coordination with the City. Consuhant's professional services shall be actually performed by,or shall be immediately supervised by, the Consultant Representative. 7. HOLD HARMLESS; INDEMNIFICATION. Consultant hereby agrees to protect, indemnify and hold City and its employees, officers and servants free and harmless from any and all losses, claims, liens, demands and causes of action of every kind and character including, but not limited to, the amounts of judgment, interests, court costs, legal fees and other expenses incurred by the City arising in favor of any party, including claims, liens, debts, personal injuries, including employees of the City, death or damages to property (including property of the City) and without limitation by enumeration, all other claims or demands of every character occurring or to the extent arising directly out of the negligent acts,recklessness or willful misconduct of Consultant in the performance of its services under this Agreement. This provision is not intended to create any cause of action in favor of any third party against Consultant, or the City or to enlarge in any way the Consultant's liability but is intended solely to provide for indemnification of the City for liability for damages or injuries to third persons or property arising from Consultant's negligent performance hereunder. 8. INSURANCE. Consultant shall procure and maintain at all times during the term of this Agreement insurance as set forth in Exhibit "C" attached hereto. Proof of insurance shall consist of a Certificate of Insurance provided on IOS-CGL form No.CG 0001 H 85 or 88 executed by Consultant's insurer and in a form approved by, the City's City Attorney and City's Legal Counsel. 9. LICENSES, PERMITS,AND FEES. Consultant shall obtain a City of Grand Terrace Business License and any and all other permits and licenses required for the services to be performed under this Agreement. 10. INDEPENDENT CONTRACTOR STATUS. City and Consultant agree that Consultant, in performing the Services herein specified, shall act as an independent Contractor and shall have control of all work and the manner in which it is performed. Consultant shall be free to contract for similar services to be performed for other entities 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. Consultant shall be responsible to pay and hold City harmless from any and all payroll and other taxes and interest thereon and penalties, therefore, which may become due as a result of services performed hereunder. 11. ASSIGNMENT. This Agreement is for the specific services with Consultant as set forth herein. Any attempt by Consultant to assign the benefits or burdens of this Agreement without written approval of City is prohibited and shall be null and void;except that Consultant may assign payments due under this Agreement to a financial institution. Page 2 of 11 12 STANDARD. Consultant agrees that the services to be rendered pursuant to this Agreement shall be performed in accordance with the standards customarily provided by an experienced and competent professional organization rendering the same or similar services. Consultant shall re-perform any of said services, which are not in conformity with standards as determined by the City. 13. CONFIDENTIALITY.Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Consultant's covenant under this Section shall survive the termination of this Agreement. 14. RECORDS AND INSPECTIONS. Consultant shall maintain full and accurate records with respect to all services and matters covered under this Agreement. City shall have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcripts therefrom, and to inspect all program data, documents, proceedings and activities. Consultant shall maintain an up-to-date list of key personnel and telephone numbers for emergency contact after normal business hours. 15. OWNERSHIP OF CONSULTANT'S WORK PRODUCT. All reports, documents, all analysis, computations, plans, correspondence, data, information, computer media, including disks or other written material developed and/or gathered by Consultant in the performance of this Agreement shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Such Material shall not be the subject of a copyright application by Consultant. Any re-use by City of any such materials on any project other than the project for which they were prepared shall be at the sole risk of City unless City compensate Consultant for such use. Such work product shall be transmitted to City within ten (1 U)days after a written request therefore. Consultant may retain copies of such products. 16. NOTICES. All notices given or required to be given pursuant to this Agreement shall be in writing and may be given by personal delivery or by mail. Notice sent by mail shall be addressed as follows: City: G. Harold Duffey, City Manager City of Grand Terrace 22795 Barton Road Grand Terrace, Ca 92313 Consultant: Reed Chilton Albert A. Webb Associates 3788 McCray Street Rverside,CA MO Page 3 of 11 If the name of the principal representative designated to receive the notices, demands or communications, or the address of such person, is changed, written notice shall be given within five (5) working days of said changes 17. TAXPAYER IDENTIFICATION NUMBER. Consultant shall provide City with a complete Request for Taxpayer Identification Number and Certification, Form W-9, as issued by the Internal Revenue Service. 18. APPLICABLE LAWS,CODES AND REGULATIONS. Consultant shall perform all services described in accordance with all applicable laws, codes and regulations required by all authorities having jurisdiction over the Services. Consultant agrees to comply with prevailing wage requirements as specified in the California Labor Code, Sections 1770, et seq. 19. RIGHT TO UTILIZE OTHERS. City reserves the right to utilize others to perform work similar to the Services provided hereunder. 20. BENEFITS. Consultant will not be eligible for any paid benefits for federal ,social security, state workers' compensation, unemployment insurance, professional insurance, medical/dental,retirement PERS or fringe benefits offered by the City of Grand Terrace. 21. PERS ELIGIBILITY INDEMNITY. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System ("PERS") to be eligible for enrollment in PERS as an employee of the City,Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Notwithstanding any other agency,state or federal policy,rule, regulation, law or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and/or employee contributions for PERS benefits. 22. TRAVEL EXPENSES. Any reimbursement expenses must be pre-authorized and shall be based upon the approved rates of the San Bernardino County Auditor- Controller. 23. CONFLICT OF INTEREST. Consultant agrees that any conflict or potential conflict of interest shall be fully disclosed prior to execution of contract and Consultant shall comply with all applicable federal,state and county laws and regulations governing conflict of interest. Page 4 of 11 24. ECONOMIC INTEREST STATEMENT. Consultant hereby acknowledges that pursuant to Government Code Section 87300 and the Conflict of Interest Code adopted by City hereunder, Consultant is designated in said Conflict of Interest Code and is therefore required to file an Economic Interest Statement (Form 700) with the City Clerk,for each employee providing advise under this Agreement, prior to the commencement of work. 25. POLITICAL ACTIVITY/LOBBYING CERTIFICATION.Consultant may not conduct any activity, including any payment to any person, officer, or employee of any governmental agency or body or member of Congress in connection with the awarding of any federal contract, grant, ban, intended to influence legislation, administrative rulemaking or the election of candidates for public office during time compensated under the representation that such activity is being performed as a part of this Agreement. 25. NON-DISCRIMINATION. In the performance of this Agreement, Consultant shall not discriminate against any employee, subcontractor, or applicant for employment because of race,color, creed, religion, sex, marital status, national origin, ancestry, age physical or mental handicap, medical condition, or sexual orientation. Consultant will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed,religion, sex, marital status, national origin,ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 27. AUDIT OR EXAMINATION. Consultant shall keep all records of funds received from City and make them accessible for audit or examination for a period of three years after final payments are issued and other pending matters. 2B. MODIFICATION OF AGREEMENT. This Agreement may not be modified, nor may any of the terms, provisions or conditions be modified or waived or otherwise affected, except by a written amendment signed by all parties. 29. WAIVER. If at any time one party shall waive any term,provision or condition of this Agreement, either before or after any breach thereof, no party shall thereafter be deemed to have consented to any future failure of full performance hereunder. 30. COVENANTS AND CONDITIONS. Each term and each provision of this Agreement to be performed by Consultant shall be construed to be both a covenant and a condition. 31. RIGHT TO TERMINATE. City may terminate this Agreement at any time, with or without cause, in is sale di scretion,with thirty (30)days written notice. 32 EFFECT OF TERMINATION. Upon termination as stated in Paragraph 91" of this Agreement, City shall be liable to Consultant only for work performed by Consultant up to and including the date of termination of this Agreement, unless the termination is for cause, in which event Consultant need be compensated only to the extent required Page 5 of 11 by law. Consultant shall be entitled to payment for work satisfactorily completed to date,based on proration of the monthly fees set forth in Exhibit "B" attached hereto. Such payment will be subject to City's receipt of a close-out billing. 33. GOVERNING LAW.This Agreement shall be governed by and construed in accordance with laws of the State of California. In the event of litigation between the parties, venue in state trial courts shall he exclusively in the County of San Bernardino. In the event of litigation ina U.S.District Court,exclusive venue shall he inthe Central District of California. 34. LITIGATION FEES. Should litigation arise out of this Agreement for the performance thereof, the court shall award costs and expenses, including attorney's fees, to the prevailing party. In awarding attorney's fees, the court shall not be bound by any court fee schedule but shall award the full amount of costs, expenses and attorney's fees paid and/or incurred in good faith. "Prevailing Party" shall mean the party that obtains a favorable and final judgment or order from a court of law described in paragraph "33." This paragraph shall not apply and litigation fees shall not be awarded based on an order or otherwise final judgment that results from the parties' mutual settlement, arbitration, or mediation of the dispute. 35. SEVERABILITY.If any provision of this agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable,the remaining provisions nevertheless will continue in full force and effect without being impaired or invalidated in any way. 36. FORCE MA]EURE. The respective duties and obligations of the parties hereunder shall be suspended while and so long as performance hereto is prevented or impeded by strikes, disturbances, riots,fire, severe weather, government action, war acts, acts of God, or any other cause similar or dissimilar to the foregoing which are beyond the control of the party from whom the affected performance was due. 37. INTEGRATED AGREEMENT. This Agreement, together with Exhibits "A," "B" and "C" supersede any and all other agreements, either oral or in writing, between the parties with respect to the subject matter herein.Each party to this Agreement acknowledges that no representation by any party,which is not embodied herein,nor any other agreement; statement or promise not contained in this Agreement shall be valid and binding.Any modification of the Agreement shall be effective only if it is in writing and signed by all parties. Page 6 of 11 "CITY" Dated: s2- 7- /S> By: G ity rC Dated: "CONSULTANT" By: _ � �" Wallace Franz,P. Vice President Albert A.Webb Associates APPROVED AS TO FORM Richard L.Adams II City Attorney Page 7 of 11 EXHIBIT "A" Page 9 of 11 WEBB Eil SE fi FE Ili CMI iYif! LA +S I'FOPJSAL -10 PROV10E PROF SSIONAL ON-CALL CONSUI;>"IN S[TVICFES CONSTRUCTION MANAGEMENT SERVICES Prepared for lsl� c7ac�nw�r, q May 11, 2017 In u r 0 TABLE OF CONTENTS SECTION I. COVER LETTER .. ......... • SECTION 2. INTRODUCTION/INFORMATION ............................... 1 SECTION 3. METHODOLOGY. 3 O a SECTION 4. APPROACH TO COMMUNICATION .......................... 4 SECTION 5. QUALIFICATIONS...................................................... 5 SECTION 6. LABOR HOURS .....................................6................ 10 SECTION 7. SCHEDULE ............................................................. 13 Q SECTION 8. COMPENSATION/FEE SCHEDULE ......................... 14 SECTION 9. REFERENCES.... 15 a SECTION 10. INSURANCE.......................................................... 16 SECTION 11. CONFLICT OF INTEREST...................................... 17 O APPENDIX A. PROJECT TEAM RESUMES .................................Al APPENDIX B. EXAMPLE CM&I DOCUMENT .............................. 131 Q 0 SECTION 1. COVER LETTER 0 A L B E R T A. 0 A S S 0 C I A T E S 0 Corporate Headquarters May 11,2017 3788 McCray Street Riverside.CA 92506 0 T.951.6861070 Adreane Freeman, Public Works Department 0 City of Grand Terrace Palm Desert Office 22795 Barton Road 0 41-990 Cook St.,Bldg.1 -#801 B Grand Terrace, CA 923131-5295 Palm Desert,CA 92211 T 951.686 1070 RE:Request for Proposal - Construction Management Services Murrleta Office 0 41870 Kalmia Street#160 Dear Ms. Freeman' O Murriela,CA 92562 'T 951.686 1070 Albert A.Webb Associates(WEBB)is eager to ccllaborate with the City of Grand Terrace (City)to provide thorough Construction Management Services for the On-Call Consulting Services Contract. The City needs a consultant that has an established team who is not only strong in municipal engineering services, but also seeks creative solutions that reduce the overall costs to the City. For more than 70 years,WEBB has been providing clients with innovative cost effective solutions to their public infrastructure needs. Your projects will be no exception. 0 Differentiators In selecting the right consultant, the City should know what makes the WEBB Team the absolute right choice to serve your construction management services needs for this project.Reasons to select WEBB include: WEBB has qualified construction managers who are registered engineers and have Q experience with a large variety of public works and public utilities construction and maintenance projects • WEBB's Construction Managers follow a detailed list of project duties WEBB has extensive experience with multiple disciplines and utilizes best practices • WEBB has construction support and engineering staff to support the City as needed Additional Requirements • WEBB acknowledges receipt of Addenda No. 1 dated May 4,2017 • During the proposal evaluation period,please contact Wallace Franz(contact info below) You can be confident your project will be successfully completed in a timely'and professional manner. We look forward to the opportunity to continue working together. Sincerely, 0 `V v C) Wallacei� ;�;5 Vice President and Director of Construction Management&inspection Department Albert A.Webb Associates ®� 951.686.1070 1 wally.franz@webbassociates.com www,wetshassociates.com 0 SECTION 2. INTRODUCTION/INFORMATION FIRM PROFILE Albert A. Webb Associates (WEBB), a Corporation, has provided construction management and ' inspection, civil engineering services, and environmental compliance services for public and private sector clients for more than 72 years and recognizes the importance of being close to our clients. Our various office locations help us to continue to serve Inland Southern California and the thriving communities throughout the region. WEBB has been instrumental in the planning, design, and implementation of many of the region's critical infrastructure systems. To better serve our clients, WEBB established multiple service departments to provide in-house services and expertise to address the needs of cities, water and special districts, counties, regional agencies, municipal finance agencies, residential developers, commercial/industrial developers, and our partner firms within the industry. I WEBB offers a broad range of services to meet the objectives of our clients-from project development, planning and design through entitlement, funding, permitting, construction management, and on-going maintenance and operation. Our civil engineering and environmental compliance services are focused in the following areas of expertise: Construction Management Municipal Stormwater Traffic& Planning& &Inspection Engineering Engineering Transportation Environmental M M fx Municipal Land Development Land Survey Landscape Geographic information Finance &Mapping Architecture Systems FIRM SPECIFICS 1945 160 40 Founding Year Number of Employees Professional Licenses94 Corporate Headquarters. Palm Desert Office: Murrieta: 3788 McCray Street 41-990 Cook St., Bldg. 1-801 B 41870 Kalmia Street#160 Riverside, CA 92506 Palm Desert,CA 92211 Murrieta, CA 92562 951.686.1070 951.686.1070 951.686.1070 1 0 0 The following outlines services and projects our Construction Management and Inspection Department offers: a CONSTRUCTION MANAGEMENT & INSPECTION O 0 • Construction Management • Construction Inspection o • Construction Contract Administration • Resident Engineer Services • Design Constructability Review & Plan Checking • Bid Document Review ' • Program Management • Value Engineering • Public Financing Reimbursement Documentation • Cost Estimating D Preparation/Auditing • Permitting Assistance o • Coordination with Government& Regulatory Agencies • Operation & Maintenance Support • Construction Scheduling • Closeout Services • Construction Surveying 0 FACILITIES CONSTRUCTION MANAGEMENT& INSPECTION 0 © • State Highways, Roads, Traffic Signals, & Bridges • Reservoirs • Storm Drains • Wells • Flood Control Channels • Booster Stations • Detention/Retention Basins • Water Treatment Facilities • Sanitary Sewer Collection & Interceptor Pipelines • Recycled/Reclaimed Water Systems • Wastewater Treatment Plants& Lift Stations • Parks and Streetscapes • Water Distribution and Transmission Pipelines • Dry Utilities C,- CFD OVERSIGHT • CFD Funding &Acquisition Agreement O • Construction Administration & Management • Inspection • Facilities Engineer 0 0 O O 0 0 0 a SECTION 3. METHODOLOGY WEBB's philosophy of principal involvement in construction management ensures each project is managed by a highly experienced professional who is then further supported by a dedicated team of highly qualified staff. Our team approach can identify and mitigate potential problems before they occur. . 1 T GENERAL PROJECT APPROACH We believe the City's objectives and requirements are fundamental goals of all construction projects as outlined below. 1. Clearly establish the Meet with City Staff to discuss and clarify such that WEBB's project City's expectations approach is tailored to the City's needs. {Y periodic meetings with the contractor and other stakeholders to - 2. Maintain project schedule pro-actively address issues/concerns. Require a contractor "recovery schedule" as approp0ate. 3. Clearly establish the Change order management classifying reasons as outlined in our } City's expectations typical CMBI scope of serv[ces. r� 4. "Look aheads" to Experienced construction managers and inspectors with a special mitigate problems prior to focus on critical path items. ' them coming to fruition 5. Mitigate construction Be proactive to resolve situations that do arise. delays/downtime 6. Ensure good public Experienced construction managers who utilize a very professional relations are maintained manner and approach with all parties. throughout the entire contract process WEBB's methodology for construction management coupled with. our 7. Ensure overall project experience ensures needed documentation is provided to properly success manage the project and protect the City's interest. 3j 0 WEBB DIFFERENTIATORS O 1. Experienced staff who have long term working relationships. 0 0 2. Multifaceted departments (i.e., Municipal Engineering, CM&I, Survey, Environmental, etc.) within 0 one company("one stop shop")to provide project support. 0 3. Resources available as need arises - over 160 associates. O 0 4. A management approach that reduces time needed for City oversight. 0 5. Excellent construction management tools for scope, budget, and schedule control. 0 0 6. Implementation of lessons learned on public agency projects to minimize change orders. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 4 SECTION 4. APPROACH TO COMMUNICATION WEBB recognizes the absolute need for strong project management through communication, understanding of critical issues,schedule,and budget management.Communication and coordination between the construction management consultant and the City will be paramount to each project. To guarantee continuous and effective communication,WEBB's project manager will be assigned to each project to serve as the primary point-of-contact to the City and a principal-in-charge will be monitoring the process as a whole. Our project manager makes it a priority to attend meetings between the City and the project proponents during the project. This will ensure a constant and effective way of communication resulting in strong budget and schedule control. Ourapproach will be to appoint a senior level engineerto each project assigned who will be responsible for supporting the Project Manager(PM). Together as a team, the PM and senior engineer will work toward a work product delivery schedule with City Staff. Based on our staff, we are capable of taking on multiple projects by utilizing any of our staff. All of our principal/senior level staff has worked on public infrastructure engineering projects for both private and public sector clients and are therefore diversified in their skill-set and understand both perspectives. Communication is key for good project management. WEBB takes this very seriously and public infrastructure and traffic projects are dynamic by nature. Frequent meetings, conference calls, and emails will keep the WEBB Team in close contact with City Staff. WEBB will provide progress reports on an agreed-upon basis for each project. We typically utilize weekly email status reports but can modify this per the City's needs. When necessary, our team can facilitate public meetings with City Staff, residents, stakeholders, regulating agencies, etc. WEBB has been involved with many �. controversial projects and is well prepared to handle contentious public meetings if necessary. Our quality assurance begins with developing a close and continuous line of communication between WEBB and the City. Our past experience indicates that good communication is a critical element to project success. Under our project protocol, we keep an organized directory of all project-related communication, meeting minutes and action items, documents, images, data, and x plan sets, which allows us to respond quickly to requests. We will seek the input of operations and engineering staff throughout the project construction to ensure the project meets the needs of the City. r- WEBB's project managers will ensure that we are communicating important issues with the City as they arise. They will lead the project team throughout construction of these projects. WEBB has '. implemented, and the project manager Is responsible for, executing a quality assistance and quality control process to assure critical issues are reviewed and addressed with the City.WEBB has a proven V track record of success on City and similar projects as can be seen in Section 5: Qualifications. xr• I .:y 0 SECTION 5. QUALIFICATIONS 0 Our clients benefit from our team's approach to client service. WEBB's reputation for superior quality work, integrity, and long-standing client relationships is a direct result of our industry proven Q capabilities and experience. We provide complete and comprehensive service while assisting our clients reach their goals for each project. Our goal is to ensure we exceed the City's expectations with a vested interest in each project. We understand our work and actions impact the public's perception of the City. We are proud of the name WEBB as it has become synonymous with experience and customer service. At WEBB, our work ethic operates around one simple equation: 4 Associates + History + Innovation ; Dynamic Environment 0 WEBB has provided construction management services to agencies throughout Inland Southern o California since its inception. Clients include Jurupa Community Services District, Western Municipal Water District, City of Ontario, City of Fontana, Santa Ana Watershed Project Authority, Crestline/Lake 0 Arrowhead Water Agency, Crestline Village Water District, Riverside County Flood Control and Water- Conservation District, County of San Bernardino Special Districts Department, and the Riverside County Transportation Department,just to name a few. 0 0 Quality Assurance/Quality Control Q WEBB understands the construction phase of any project is one of the "last lines of defense" to O ensure a successful project.As such,the review of the contract package prior to the bidding process * is a foundational QA/QC step once the project is ready for construction. Once under construction, our QA/QC process involves two primary objectives: • Ensure compliance with the final contract documents O • Ensure proper documentation is prepared for an auditable trail of events An example of WEBB's Construction Management and Inspection Forms and Checklists are included in Appendix B for the City's reference. 0 0 0 0 0 0 0 0 0 C 0 0 Your assigned WEBB Team will consist of senior-level professionals who will perform the required tasks for this contract. By taking this hands-on approach, an experienced professional will always have in-depth and intimate knowledge of each project. This improves overall project management, } reduces the opportunity for costly mistakes and delays, and allows our staff to provide very effective and efficient service to the City. All work will be performed udder the direction of our registered civil engineers licensed in the State of California. Key personnel will be available to the extent proposed for the duration of the project and no project team members will be removed or replaced without prior written concurrence of the City. Resumes for all personnel are included in Appendix A. l AV CtTr C LEADERSHIP TEAM Principal-In-Charge Wallace Franz,PE Vice President and Construction Management 8 Inspection Department Director Project Manager Reed Chilton,PE c ins"'Uction Mairager-na t u Assistant Department Director and Construction Manager b WEBB'S CONSTRUCTION MANAGERS & INSPECTORS Construction Managers Construction Inspectors Brad Sackett,PE Slming Zhang,PE Ernesto Vergara Dan Littman Dennis Ryan Senior Engineer Senior Engineer Inspector Inspector Inspector Shane Bloomfield,PE Phil Lemom,CET Dante:Del.ao Ed Nylund Michael Gradiilas Senior Enginee- Construction Manager/ Inspector Inspector Inspector Inspector Charles Wilson Inspector k WEBB SUPPORT ---- Contract Administrators Technical Advisor AnnetteTrussell William T.Malone,PE,PMP Project Admin strator Vice President Jovonna Pierfax David Algrantl,PE Project Coordinator Chief Design Engineer 7 i. 0 a RELEVANT PROJECT EXPERIENCE 0 Knowledge, experience, and responsiveness are key elements of a strong team needed to exceed the City's goals and expectations for all projects.WEBB has put together a team of professionals that are experts in construction management and will deliver the required resources forthe City's project. Q This assembled team has a long history of working together, which increases communication and efficiency when managing projects.This team has provided construction management services for projects ranging from small replacement projects to major infrastructure improvements coordinating C) with various agencies throughout Inland Southern California. Perris Boulevard - Markham Street/Harley Knox City of Perris 0 95,200 LF of Roadway Widening •16,000 LF of Sidewalk Construction •Relocating 10 Traffic Signals 0 — •Installing 4,000 LF of RCP Storm Drain C •Coordination of Underground Electrical lines Assessment District Nos. 159& 161 & CFD No.88-4 County of Riverside (Murrieta/Temecula Area) •Construction Management Inspection •Change orders •Progress Estimates •LaMar Compliance(As Requested) •Mufti-Agency Coordination •Caltrans •$206M Improvements to the Districts Limonite Avenue Improvement Project County of Riverside ( •22,000 LF Beautification Project:Drainage,Landscape,and Street Improvements •16,00 LF of Landscape/Cobble Lined Median Swale with Underground Storm Drain Connections •Extensive Community Outreach •Formation of Lighting and Landscape Assessment District 0 Patricia A.Marrujo Park (CFD No.12) City of Fontana •CFD Contract Management Services 0 • Multi-use Community Park Including Basketball Courts,Tat-Lot Playground,Concession Stands,and Rest Room Facilities • Multl-use Area with Stadium Seating f` • Lighting,Landscape,and Irrigation 2013 Sewer Main Replacement Project Moreno Valley •Inspecting Sewer Main Lines,Sewer Service Laterals,Installation of Concrete Manholes,video, and Testing New Pipeline t •Abandoning Old Sewer and Manholes •Assuring Contractor is Complying with Contract Plans and Specifications •Coordination with Public and City Officials 8 FIRM WIDE PROJECT EXPERIENCE andlor Inspection Projects cm .2 AWN � . City of Fontana $125,000,000 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ i CFO No.2 Village of Heritage — T-- — _— City of Fontana ✓ J J ✓ ✓ ✓ ✓ 550,OOO,o00 Southridge YCege Phase III City of Fontana 515,000,000 ✓ ✓ ✓ ✓ ✓ ✓ + Hunter fudge Phase I City of Temecula Rancho California Road $4,800,000 ✓ ✓ ✓ ✓ J ✓ Interstate 15 Bridge Widening City of Lake Elsinore S4,40D,00(1 ✓ Co[NerAvenue Improvements Riverside County Transportation Dept.CFD 88-4 - -- - S20,000,000 ✓ ✓ ✓ ✓ ✓ ✓ *' ✓ Riverside County Transportation Dept.AD 159 $105,000.000 ✓ ✓ ✓ ✓ ✓ ✓ ✓ Riverside County Transportation Dept.AD 161 - S81,000,000 t ✓ ✓ ✓ ✓ ✓ ✓ Riverside County EDA -__ 53,200,OOD ✓ ✓ ✓ J -✓ - Limonite Avenue Beauti0caian _ City of Ontario RDA.Faulh Street il,Haven Avenue S7,700,000 ✓ ✓ ✓ ✓ City of Chino CFD No.2003-3 J~ {fhe Preserve} S50,000,000 ✓ J ✓ ✓ ✓ ✓ 3 ✓ J Jiiiupa Crr...munity,.cr,tiEa District 530.000,000 12010 Sewer Facilities Bond Financing # ✓ ✓ ✓ ✓ ✓ - City of Fontana CFD No.31(Shady Trails) szto o 000 *' ✓ ✓ ✓ ✓ ✓ ✓ 5 Canyon lake Property Owner Association Road Rehabilitation 512,000,000 Project ✓ � ✓ Coachella Valley Water District $5,000,000 Kohl Ranch Improvement Project ✓ i Riverside County EDA S7'300'000 Vamer/Monlerey Improvements ✓ ✓ Riverside County EDA Highway 79 Improvements S4,000,000 I ✓ ✓ ✓ ✓ Jurupa Community Services District CFD No.t Backbone Water&Sewer Facilities S40,OOfl,OflO ✓ ✓ Western Municipal Water District S17,600,000 ✓ Alessandro Pump Station Phases I&II Jurupa Community Services District- - — ✓ Eastvale Backbone Sewer&Water Improvements S80,1300,000 County e Flood Control&Water Conservation District S41,000,0000 ✓ ✓ `*� ✓ ✓ ✓ 0 SECTION 6. LABOR HOURS (VARIES ON PROJECT SIZEAND COMPLE7am 0 Typical Scope of Services Task 1. Pre-Bid Stage 0 1. Perform constructability review of project plans. 2. Field review the project area and generally assess existing conditions to develop an understanding of the issues that are:critical to the City's project and identify any special concerns. 3. Thorough review of project plans and specifications for possible errors and deficiencies with emphasis on "constructability"of the design based upon WEBB's construction expertise.The review will also verify compliance with applicable standards, regulations, and codes. 4. Obtain City approval of bid package including final plans, specifications, and cost estimates. 5. Verify funding sources and any required agreements are In place. 6. Confirm all R-O-W acquisition and required permits have been obtained. 7. In combination with the client's financial consultant, set up billing codes for future identification of reimbursable charges as identified in the infrastructure funding,acquisition,and reimbursement agreement. 0 a. Arrange for geotechnical services by a qualified consultant to be under contract to WEBB for testing 0 of soils, concrete and/or other materials required during the construction phase of the project. The (� geotechnical firm will provide daily reports and a final report summarizing testing results, and locations and results of any retests. Task 2. Bidding Stage 1. Advertise for bids through a local newspaper and several "trade papers." Newspaper advertisement shall occur for a minimum of ten consecutive days in a newspaper of general circulation. 2. The advertisements for bids shall comply with the Public Contract Code and will specifically state criteria with respect to scope of work, time and place for bid opening, bonding, insurance, contractor license requirements, non-collusion, nondiscrimination, and payment of prevailing wage. 3. The bid documents shall adhere to the requirements of the Cl* 4. During the bidding process,respond to calls from contractors and other interested parties and answerquestions if appropriate or solicit answers to the inquiries from some other party,such as the design consultants. 5. Maintain a list of all parties who have the improvement project's plans and specifications. o 6. Prepare Addenda: Any interpretation or correction of the proposed bid documents shall be made only O by written addendum.Addenda will be mailed, faxed, or delivered to all parties who have the original bid package and shall be added to bid packages yet to be distributed. WEBB will obtain written confirmation from all bid package holders that said addenda were received prior to the bid opening. WEBB will issue all addenda to bid documents in a timely manner. a 7. WEBB will require project bidders to provide written evidence that all addenda were received, reviewed, O and taken into account in their bid proposal. 8. Assist with Bid Opening: Bids must be submitted by contractors to the City at a designated location and time not later than the time stated in the advertisements for bids. 9. All bids will be tabulated by WEBB. 10. WEBB will be responsible to conduct due diligence activities to confirm lowest responsible bidder. O Activities shall Include, but not be limited to checking the bid for mathematical errors, reference check, Q review of previous experience, review of financial capability, etc. a 11. WEBB will provide proof of publication of the advertisement for bids and certify that all applicable public bid procedures have been followed. 12. WEBB will provide the City with a recommendation to award the contract to the"lowest responsible bidder." 0 10 Task 3.Construction Stage 1. Prior to commencement of work, WEBB will conduct a preconstruction meeting. A meeting agenda shall be prepared by WEBB.Attendees should include the contractor, design consultants,inspectors,affected agencies and utility companies,adjacent property owners,and/or businesses,and other interested parties as required. 2. WEBB will administer documentation and reporting system in conjunction with the client's financial consultant,which includes current costs against current budget information, construction change orders, progress payment procedures, daily construction documentation, force account forms, and other reports and forms as are deemed necessary by WEBB. 3. WEBB's inspectors will monitor the daily construction operations by.providing daily labor, equipment and material reports, extra work reports, and disputed work reports. 4. The inspector,with the assistance of the construction manager,shall monitor all construction for satisfactory performance. 5. WEBB will schedule ongoing weekly meetings.Attendees will include consultants,contractor,inspector(s), applicable utility companies, geotechnical/materials testing representative, as well as other interested parties. Meetings will consist of a review of contractor problems, scheduling, cost items, etc. Meeting notes shall document all "action items", responsible party to follow up on the action item, and a target completion date for the completion of the action item. WEBB will prepare and distribute meeting notes to all attendees. 6. Produce video and "still" photographic documentation of project site at the start of construction and throughout construction. 7. Monitor contractor's compliance with all federal, state, and local laws and regulations applicable to the work, including NPDES and SWPPP compliance. 8. WEBB will prepare Weekly Working Day Statements and send to the contractor. 9. WEBB will prepare and process Construction Change Orders (CCO's) as outlined in the following procedures: • The City will be notified of pending change orders • Scope of Work will be defined • Reason for change order will be defined • All change orders shall require the signature of the following parties: Contractor ±. Construction Manager Project Inspector , City • At the conclusion of the construction project,a Change Order Summary shall be provided to the City 10. Review the construction schedule prepared by the Contractor for compliance with the contract and monitor throughout construction. 11. Coordinate construction staking with WEBB's Survey Manager. 12. Review and verify contractor's monthly progress estimates and payments made therein and prepare progress payments. 13. Coordinate review of contractor's RFI (request for information). 14. Furnish periodic reports of progress of the project as required. Q 15. Coordinate the review and approval by others of shop drawings and other submissions from the contractor,record data received, maintain a file of the drawings and submissions,and check construction for compliance with approved documents. 16. Coordinate compaction and materials testing and review laboratory test reports. 1.7. Monitor the contractor's traffic control and safety provisions. 18. Coordinate daily full-time inspection services and prepare the daily construction inspection reports for the project work. Review construction inspector reports. » I � 19. Recommend to the City the stoppage of work or the requirement of special examination or testing whenever It is necessary or advisable to ensure work is carried out in accordance with the intent of the Q contract documents. 0 20. Cooperate with the City and contractor in dealings with the various local agencies that have Jurisdiction over the project and with the various utilities performing work in the project in order to facilitate completion of the work. ] 21. Maintain orderly project files for correspondence, reports of job conferences, shop drawings and other submittals, reproductions or original contract documents including all addenda, change orders and additional drawings issued subsequent to the award of contract, the City's interpretations of the contract documents, inspection reports, test reports, progress reports, and other project-related documents. Provide the City with copies of all correspondence to and from the contractor. 22. Monitor the contractor's record drawings. Task 4. Post Construction Stage 1. WEBB's inspector and the City's oversight inspector will prepare a list of incomplete or unsatisfactory items(punch list)and supply this list to the contractor. Following corrections and completion of the punch 0 list and contractor giving notice to the inspectors that the work Is ready for Inspection, the inspectors will 0 inspect the work for final compliance. 2. Perform final contract reconciliation including: • Letter recommending acceptance of the project Q . Final contract amount with percentage of change orders with brief explanation of each change order • Determination of fundable/non-fundable expenditures Coordinate approvals of any other affected agencies 0 3. The last change order to be prepared shall be a "balancing change order" that reconciles all quantity 0 adjustments and previous change orders. 4. WEBB will prepare and have a Notice of Completion (NOC) recorded. a 5. WEBB will provide copies of all contractor/subcontractor and material suppliers "unconditional" lien releases. 6. WEBB will provide an executed Conditional Release Form to the City. 0 7. WEBB will make a copy of and coordinate transfer of record drawings (as-builts)to the engineer who in p turn will provide revised mylars to the City. 0 0 C) 0 0 0 C 0 0 1 0 !2 SECTION 7. SCHEDULE In accordance with the City's RFP, WEBB's services will be available on an as-needed, on-call basis throughout the term of the agreement. 13 SECTION S. COMPENSATION/FEE SCHEDULE In accordance with the City's RFP, WEBB's services will be available on an as-needed, on-call basis throughout the term of the agreement. O Q Q Q Q Q Q Q Q Q �1 Q Q y� SECTION 9. REFERENCES The City will reap the benefits of our team's approach to client service. Client service is our number one goal.WEBB's reputation for superior quality work, integrity,and long-standing client relationships Is a direct result of our industry proven capabilities and experience. We are proud of the name WEBB as it has become synonymous with experience and customer service. We encourage the City to speak with your staff who have worked with our firm or to call upon our references to truly understand the commitment we all make to each of our clients and their projects. Contact Person Title/Agency Phone Number Tom Moody,Acting Gveral Manager City of Corona 951 279,3660 755 Corpoi:ation Yard Way,Corona,CA 92880 Fernando Cobos-Utilities Project Manager City of Ontario Utilities Department 009.395.2695 14251 S.Bon View Avenue,Dnlado,CA 9176) Todd Corbin,General Manager Jurupa Community Services District 951,685.7434 11201 Harrel Street,Jurupa Valley.CA 91752 Jell Sims,AGM/C00 Western Municipal Water District 951 571 7100 14205 Medulsn Parkway.Riverside,CA 92518 Arnold Rodrigtez,General Manager Santa Ana River Water Company 951 685.6591 10530 541h Street,Jurupa Valley,CA 91752 County of Riverside,transportation and Land Management Agency 951 955.1110 George Johrua i,Assistant CEO 4080 Lemon Street,141h Floor,Rivers de,CA 92501 Stuart McKibbin,Division Chief Watershed Protection County of Riverside Flood Control and Water Conservation i istuct 951 955,1273 1995 Markel Street,Riverside,CA 92506 0 C) 0 15 � 0 SECTION 10. INSURANCE Below is a sample certificate of liability insurance that will be provided to the City upon selection for services. ALSEAWE-01 NMITCHELL CERTIFICATE OF LIABILITY INSURANCE °"'3113t213#2o177 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIMATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERIS),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: N the coMcats holder Is an ADDITIONAL INSURED,the pDBcy(les)must hava ADDITIONAL INSURED provisions or be endorsed. U SUBROGATION IS WAIVED, subjed to the terms and co"ItIons of the policy,certain!ollcles may require an endorsement. A statement an this certiflcste does not confer r1 hts to the esrtilleale holder in lieu of such andarsamenl s PRODUCER License X p 5MG , Kristle KOehrer_ HUB International Insurance Services Inc. ara {MC FAx . 9s1 778.8558 Mo)P.0.Box 5345iRiverside,CA M17 Krlslle.Kashrer®hublp'IemaHonal.com enUREw enusnAftowuc s aeslpl;RAfTgV@leni,Prope�yrt Casual Compen afAmerica 25574 MUM mumut a.Ironshore Specialty Company 25445 Albert A.Webb Associates fgcs r 3788 McCray Street pisum a. Rlvefaide,CA 92506 E• INlIIRlR R COVERAGES FICATE NUMBER: REWS12N THIS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LIMD BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN ISSMECT70 ALL THE TERM5, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY NAVE BEEN REDUCED BY PAID CLAIMS. TrrE oFaIwRANCE POLICY NUMBER ua "MR FF um" A X CanNERCIALGENM"t. U" Fh&K f 1,000,000 U� X ac" X X 630545615929TiL17 02MI12017 0210112D18 I PORE, 100,000 X 50 Deductible 5,000 MED UP on. E aAov 1•000,000 mX9m, 66NE AGGREGATE 2,000,000POuCY j � LDC COUMP 2,000,000 A AUT OBOE UA119M IEa s«� GLE LIMB E 3 1,000.000 X AwAuro X X BA5456P92917CAG 02/01/2017 02MIMIS _yggeyjpr_prscn .}•r_ AH�U�r��OppSOKLY AUTGfED agOpD11Y,IWURY{p,truddenli_S .r 'AM ONLY UWRELLAwa GcwR Ocn,rwEuc f dtCE3S LMe CS.ADAS•MADE AGGREGATE 3 D!D RETEHnON3 A woroacaxtg sA"U.M X R ANY PROM TOMPA CUT WE YIN X UB4M8491718 OSH1112016 09101/2017 A 1,00O,OOD OrF E�UaER ExCtUGEp� Y M rA B d.catb4 untlw E L a'EM-!A E0k0VG 1.000,000 RA ppT 1,000,000 B Profess n ab. 001T53B03 0WON2016 08101U2M17 Dad$1 a M 2,900,000 DEeCRIPTTON Of OPERATIONS I LOCATIOM 1 Vl§=3 IACORD 1e1,Adcft"Romrfs ed*dW.,"syto.d.ched N m goce Is rrgm,rdl y CERTIFIC&M HOLDERC LLA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORM REPREUWAtIYE ACORD 25(2016103) 01988.2015 ACORD CORPORATION. All rights reserved. I The ACORD name and logo are registered marks of ACORD 16 SECTION 11. CONFLICT OF INTEREST WEBB does not have any financial, business, or other relationships with the City that may have an impact on the outcome of this contract or any resulting construction project. 411 0 41 40 ft APPENDIX A. PROJECT TEAM RESUMES O Q EDUCATION B5,Civil Engineering Q i California State Polytechnic University,Pomona AFFILIATIONS ., Wallace H. Franz, PE American Society of Civil Engineers Vice President American Water Works Association i American Public Works Association 0 Registered Civil Engineer C 26979(CA) Inland County Water Association O 0 Wallace Franz (Wally), Vice President and Director of Construction Management and Inspection for WEBB, has over 40 years of diverse experience within the civil engineering field. He began his career as a structural engineer with a large International design and construction company,then performed land development engineering for a small Inland Empire firm,and has spent the last 40 years working with WEBB as a project engineer, inspector, project manager, and o principal-in-charge of projects primarily focusing on water resources and construction management and inspection. Wally's attributes Include"hands on"involvement with projects under his purview,excellent personal relationship skills, 0 a low key approach to problem solving, and listening to client input and feedback to develop practical solutions to concerns and questions that may arise during the course of a project. As a principal with the firm, he has complete access to multiple facets of each of WEBB's department resources which avails to clients the entire firm's talents and capabilities to meet their needs over a vast array of disciplines. Wally has maintained relationships with multiple clients 0 since his tenure at WEBB and serves as district engineer to several agencies. O is A summary of his planning, design, construction, and firm-wide experience and responsibilities are 0 as follows: • Oversaw the construction, inspection, and construction management services for $200 million of improvements within Assessment Districts 159 and 161 for the County of Riverside, the largest assessment district projects In California. Responsibilities included coordinating construction activities with contractors, utility companies, and other public and private entities,and the inspection of roadway improvements,storm drains,sanitary sewers,water system improvements, landscape and irrigation systems,and traffic signals d • Oversaw various projects within the City of Fontana including three large municipal engineering projects, Village Q of Heritage, Southridge Village Phase III, and Hunters Ridge, totaling over$190 Million of improvements. The plan checking of record maps, street, sewer, and storm drain plans, and inspection of these facilities were the services provided for these major developments • Liaison with various parties including public works,planning,building and safety,RDA,the development community and public for the City of Fontana work • Facilities Engineer for the Village of Heritage,a$125 million public Infrastructure Community Facilities District(CDF). Responsibilities included review of plans and specifications, monitoring of public bidding and contract awards, d review of agency agreements,and oversight of all master developer construction management activities • Oversees CFD infrastructure projects for the$150 million "Preserve" development within the City of Chino which 0 includes the preparation of cost reimbursement packages 0 • Management of the audit of public financing reimbursement packages for several public agencies 0 Al EDUCATION Reed Chilton, PE, QSP Ms,Civil Engineering VIA + Construction Management and Inspection Brigham Young University Department Assistant Director BS,Civil Engineering Registered Civil Engineer C 83827(CA) Brigham Young University Reed Chilton, PE,is Assistant Director of the Construction Management and Inspection Department at WEBB. Reed has worked on a variety of private and public projects and has established a strong foundation in the engineering and construction management profession. His project experience includes sewer lines, drainage facilities, water lines, recycled water lines,wastewater treatment facilities,dry utilities, street improvements,street lighting,traffic signals,and landscaping.Specifically,his involvement with these projects includes preparation of specifications and bid documents, contract management and administration,permitting,submittal and RFl review and coordination,leading meetings,field Investigations. project documentation, review and approval of change orders and pay estimates, project close-out,and managing day-to-day needs for the Owner and Contractor. • Construction Manager for the$5.2 miltion Sky Country Trunk Sewer project for Jurupa Community Services District. The project includes over 8,000 LF of 8-Inch to 18-inch PVC and VCP pipe through Jurupa Valley including high traffic areas of Limonite Avenue.The pipe installation is 20Fr-30FT deep and includes open cut, no-dig VCP, and jack and bore methods • Contract Manager for approximately$15 million worth of CFO Backbone Infrastructure for the Chino Preserve with Lewis Operating Corp_with improvement projects consisting of sewer improvements,drainage facilities,water lines, recycled water lines,street improvements,street lighting,traffic signals,parks, and landscaping } , • Construction Manager of a $1.3 million Headworks upgrade for the City of Imperial. Improvements included headworks modifications, installation of fine screens, micro screens, splitter box, piping, shade structure, and electrical modifications • Oversiaht of engineering support services during the construction of the Western Riverside County Regional Wastewater Authority's$55 Million(14 MGD)Plant Expansion Project in Eastvale.This project includes improvements to the headworks,fine screens, grit chamber, primary clarifiers, bio-reactors,secondary clarifiers, equalization tank, h disc filters,chlorine contact basin, digesters,thickeners,centrifuges,and solar drying beds • Construction Manager of a$1.6 million off-site street improvement,traffic signal, and landscaping project in the City -. of Hemet �. • Oversight of Jurupa Community Services District(JCSD)development project inspectors who inspect all sewer and water improvements for JCSD • Construction Manager for a $9 million backbone water, recycled water, and dry utility infrastructure for Conestoga Residential Development Project in the County of Riverside. The project continues to grow with Reed as the Construction Manager including in-tract grading, sewer, storm drain, water, recycled water, dry utility, street, and traffic signal Improvements • Construction Manager of a$2.5 million off-site street improvement,traffic signal,and landscaping project in the City of Perris • Design Engineer to develop WOMP Plans and reports and Hydrology and Hydraulics reports for water quality basins ` and storm drain facilities for various residential,commercial.and industrial land development projects • Previous job experience includes Feld Engineer for the Riverside Regional Water Quality Control Plant.Responsible for the coordination,installation,and testing of over 40,000 LF of underground piping ranging in diameter from 1-inch to 72-inch.Pipe materials include ductile iron,PVC,RCP,stainless steel,and cast iron in gravity and pressurized systems A2 1 . Phillip J. Lemoine, CET d Construction Manager/Inspector 0 ". Phil Lemoine is a Construction Manager with WEBB's Public Works and Construction Services 0 Division. He was instrumental in providing construction management and inspection for Improvements of Assessment District Nos. 159 and 161 and CFD 88-4 for the County of Riverside 0 in the Murrieta/Temecula area. His responsibilities included on-site inspection and construction O management of five bridges in Assessment District Nos. 159, 161,and CFD 88-4 for the County of { Riverside. He also provided construction management services for the widening of the Rancho California Road bridge crossing over the 1-15 for the City of Temecula. Phil is also providing CFD contract management for The Preserve CFD a No.2003-3 for the City of Chino. William T. Malone, PE, PMP Regislered Civil Engineer 47569(CA) Vice President PMP No.1438761 0 William T. Malone (Bill), Vice President at WEBB, is a specialist in water and wastewater projects O ranging from planning and design to construction. Bill's experience Includes, but is not limited to major water transmission mains, water distribution mains, sewer trunk lines, sewer collection mains, water pump stations, water wells, sewer lift stations, major water turnout metering facilities, 0 sewer metering and monitoring stations, water storage reservoirs, and water and sewer system master plans. 0 Q Bill's planning and design responsibilities include hydraulic analysis of sewer and water systems, master facility plans, 0 engineering feasibility studies, preparation of design drawings and project specifications, preparation of construction, and project cost estimates.As a contract administrator and construction manager,Bill reviews bid proposals,contractor's submittal drawings, coordinates with clients, contractors, and inspectors regarding engineering decisions during construction, reviews and processes construction progress payments, and executes contract change orders. Due to Bill's extensive background in a variety of disciplines,he serves as the Director of our Municipal Engineering Department overseeing the firm's resources and focusing on developing strong teams of consultants to meet the needs of our clients. Dave Algranti, PE Registered Civil Engineer 26817(CA) Chief Design Engineer Dave Algranti,Chief Design Engineer at Albert A.Webb Associates(WEBB),has more than 40 years of experience in the planning, design,and construction of water resources projects.With such deep knowledge of water-related systems, he assists as technical advisor for all WEBB teams handling such projects for clients. Dave helped develop WEBB's quality management program, enabling him to coordinate and directly perform project quality control and assurance- making sure project 0 technical issues are recognized early and resolved efficiently by an expert In the firm. 0 He has provided design and supervisory services for a wide range of water systems projects that provide reliable 0 infrastructure to improve communities.These Include water storage reservoirs,major water pumping plants, surge and C) water hammer control equipment, water treatment plants,water wells,and water transmission mains. Clients also look 0 to Dave for his experience with pressure station and metering facilities, utility relocation projects for state freeway projects, Clean Water Grant sewer construction projects, Department of Water Resources and U.S. Department of Agriculture Rural Development-funded water and sewer system upgrade projects, and sewage lift stations and force mains. In addition, he is well-versed in all aspects of construction management- ensuring projects proceed smoothly, remain on-schedule,and stay within budget. A3 Shane Bloomfield, PE Regislered Civil Engineer 77435 tCA) Senior Engineer C:L 4 As a Senior Engineer in the Municipal Engineering Department at WEBB, Shane Bloomfield specializes in the design of public works projects consisting of major pumping plants, groundwater pumping wells, sewer collection system design, wet well rehabilitation, water distribution system design,wastewater treatment plant design,and hydraulic system modeling using various computer models. He has engineering design responsibilities for several projects for public works agency clients including the City of Ontario, City of Riverside, Jurupa Community Services District, Eastern Municipal Water District,and Crestline-lake Arrowhead Water Agency. Siming Zhangr PE RPg1siered Civil Engineer C 60156(CA) Senior Engineer Siming Zhang, a Senior Engineer at WEBB's Public Works Department, assists clients in managing and designing a wide array of public works projects including water storage reservoirs, water transmission pipelines and booster stations, major trunk sewer mains, sewer collection pipelines and sewer lift stations,and water booster stations. As a Project Manager who leads a team of engineers and designers, Siming has been a key advisor on many important matters that help determine the success of land developments, including master drainage plans, hydrology/hydraulic studies, and storm drain designs, as well as Conditional Letters of Map Revision (CLOMR) and Letters of Map Revision(LOMR). Clients depend on Siming's ability to fulfill a broad range of project goals,including assistance with engineering design, bidding,construction administration, coordination with local agencies,sewer and water master facility plans,feasibility studies, construction drawings and specifications, construction and project cost estimates, and coordination with government agencies to secure approvals and permits. Bradley Sackett, PE €eni tered Civil Enuuseer G 65862(CA) r�u Senior Engineer t` Bradley Sackett,a Client Leader and Project Manager at WEBB,specializes in assisting major public agencies with a wide variety of water resource projects. Clients seek his expertise with pumping facilities, water pipeline design, gravity sewer main design, water and sewer system master plans, hydraulic modeling analysis and sewer resource plans for Specific Plan Environmental Impact Reports(EIRs), among other projects. Brad has been instrumental in assisting both water districts and cities with in-house projects and also representing them . with their constituents as an on-site consultant. Throughout his career,he has been intimately involved in the design, , management and construction of projects for such clients as Eastern Municipal Water District,Western Municipal Water District, and Lake Arrowhead Community Services District. His detailed approach ensures each project integrates flawlessly into master plan requirements from concept through construction.Brad also has strong expertise in operations take-over and systems integration with a focus on cost-effective and efficient transitions. A4 0 0 California Dept.of Public Health 0 Ernesto Vergara Distribution Operator Grade 04/Grade T2 Certified Public Infrastructure Inspectors-CPI1 Construction Inspector NACE Internatronal CIP Level 1 Certified 20696 For more than 27 years, Ernesto Vergara has assisted with a variety of complex underground construction projects 0 including the installation of water, sewer and storm drain pipelines. Early in his career he worked as a construction laborer for a variety of companies in the San Diego area including Cameron Bros. Construction,TC Construction Co., 0 Cass Construction Co., and `f-resize Construction Co. He worked his way up from laborer, equipment operator, and t lead-man to foreman. Ernesto also ascended the ranks at Helix Water District,where he began his employment as a utility worker 21 years ago. 0 He advanced to the Surveying/Locating Department before being promoted to the Construction Inspection Department, where he has worked for 12 years. Dan DeLao Certified Competent Person for Trenching and Excavation California State Contractor's License(1987)(Class A and C-8,0563241) 0 Construction Inspector Vice President of the Board of Directors,Nuevo Water Company 0 Dan DeLao, a Construction Inspector in WEBB's Construction Management& Inspection Department, has more than 0 30 years of experience In the construction industry, assisting extensively with capital improvement projects as a field superintendent for Albert W.Davies Inc.and W.A.basic Construction Inc.Clients benefit from his expertise with difficult water and sewer projects including complex shoring systems, dewatering, bypassing, utility relocations, and traffic control. Dan has completed projects for many water and sewer agencies including Eastern Municipal Water District, Irvine Ranch Water District,Valley County Water District,Coachella Valley Water District,the City of San Diego,the City of Newport Beach,Orange County Sanitation District, Los Angeles County Sanitation District, Los Angeles Department r of Water and Power,and the Metropolitan Water District of Southern California. 0 Dan Littman AWS r 909061891 Cf 600 Welding CA StatenConl aoclarr#76277118 0 Construction Inspector Conrined Space Certification#CA 98983 0 Dan Littman,a Construction Inspector at WEBB,has worked for three decades as a welding contractor and Inspector for highly complex capital improvement projects Involving deep excavations,complex shoring,dewatering,utility relocations, 0 and street upgrades. He has assisted the Los Angeles Department of Water and Power(LADWP), Metropolitan Water District(MWD)and Irvine Ranch Water District(IRWD)on water and sewer projects that improve safety and reliability of 0 services for communities. California Water Resources Control Board 0 Water Treatment Operator-Grade 2-No.17150 Water Distribution Operator-Grade 3-No.4903 Ed N turd International Municipal Signal Association(IMSA) y Traffic Signal Senior Field Technician III -No 97687 Construction Inspector Fiber Optics Technician I-No.CS150603 Ed Nylund has 27 years experience in all aspects of public works inspection. He was responsible for management and inspection of public works projects such as water and sewer Improvements, storm drain improvements, dry utility construction and street improvements including grading, paving, sidewalk construction, traffic signals, street lighting, © stormwater pollution prevention, and landscaping to ensure compliance with specifications and approved plans. Ed is r. responsible for documenting construction progress, reviewing contractor change order requests, tabulating quantities, and coordination with utility agencies on site.Ed has extensive experience in coordinating work and resolving complaints 0 on public projects with citizens, business managers,neighboring cities,county,Caltrans,school district,transit agency, waste collection,postal service,and outside utility agencies. Ed has had direct experience in administering maintenance 0 contracts for traffic signals, street lighting, landscaping, building maintenance, and laboratory sampling/analysis. Ed Is also experienced in the Right-of-Way Encroachment Permit issuance process. 0 A5 a Charles Wilson Certified Landscape Irfigation Auditor-57152 Construction Inspector Coarhetla Valley Fugitive Dust Cantrul-CV11-07-4531 Charles Wilson, a Construction Inspector in WEBB's Construction Management and Inspection Department, has 18 years of experience specializing in on-site construction Inspection and observation. He has assisted with computer aided design(CAD)through final construction inspection.As a public works inspector,he conducted field inspections for capital improvement projects,development projects,grading permits and construction permits.He provided construction inspection services for city right-of-ways, public improvements, underground utilities, streets, sidewalks, driveways, and curbs and gutters.Charles also has experience inspecting water and sewer lines, storm drains, street and traffic lights, bridges, and other public works strictures and facilities to ensure compliance with municipal agency standard specifications,safety standards,codes,ordinances and regulatlons. t� American CunstrueUon Inspettois Association Registered Conslfuchrin Inspector,Division I Dennis Ryan Calrf,rnia Office of Emergency filanagement y i,erlified First fiesprinder-ilarnageAssessment Construction Inspector OSHA 3OHr Certificate Dennis Ryan,a Construction Inspector in WEBB's Construction Management and inspection Department,has more than 35 years of experience as an inspector,supervisor,construction administrator and project representative.He has assisted with water productlon, distribution, and treatment projects as well as numerous wastewater and other environmental projects in California and Virginia. His project expertise also includes reconstruction and rehabilitation of roadways, bridges and pump stations,as well as subway tunneling.Dennis is well-versed in DWR plans and specifications,Caltrans plans and specifications,standard specifications for public works construction,standard specifications for various local agencies,contract documents and water pollution control,and special provisions. Clients also benefit tram Dennis'deep knowledge of construction practices and procedure and his background conducting jobsite safety audits. He has worked with a variety of regulatory agencies including the Regional Water Quality Control Board, Hampton Roads Sanitation District, South Coast Air Quality Management District, Environmental Protection Agency,and U.S.Army Corps of Engineers.He uses his knowledge of several computer programs,including Word,Excel and Primavera Project Planner, to assist with projects. Dennis' strong communication skills, his extensive experience managing prime contractors and subcontractors, and his professional relationships with public agency inspectors and project engineers also enable him to help clients achieve their goals. I Michael Gradillas Con1lned Space Certification CGR Zrlle 8 Section 5156.5158 Construction Inspector CSSNIA Construclion Safety Training Michael Gradillas,a Construction Inspector in WEBB's Construction Management and Inspection Department,has more than 30 years of experience with many of the types of civil works projects WEBB handles,having started his career with Lake Arrowhead Community Services District (District) in 1984. His extensive public agency background with projects including water and sewer pipelines enables him to provide WEBB clients with effective, highly detailed management and inspection services. As an inspector for the District beginning in 1991, Michael completed water and sewer pipeline projects ranging from 6-Inch to 27-inches in diameter. He took on other challenging assignments such as four sewer treatment plant upgrade projects which included tertiary and recycled water treatment elements.He also retrofitted several water tanks and built 711 two, one-million gallon reservoirs, constructed several sewer pump stations and a recycled water pump station, and y. completed sewer rehab of thousands of feet of pipe also ranging from 6-inch to 27-inch. He also upgraded more than 1,000 manholes. A6� -' w APPENDIX B. EXAMPLE CM&f DOCUMENT 0 O A L B E R T A. L AV A S S O C I A T E S Project Status Report a Thur February 21,2014 Engineering District Project Designation: E22 Project Name. 870 PZ Wineville Transmission Plaeline(may 35241 1.Summary of work performed last period d • Submittals in progress • Contractor has mobilized • Potholing operations are complete Contractor has installed all of the RCP Storm Drain Piping and connected them to the well sites. Contractor awaiting permit from RCFCWCD to perform the final tie-in to the Day Creek Channel. 2. Budget Status/Extra Work Encountered None 3.Deliverable Schedule Status—Attached(variance/corrective action) Initial construction schedule submitted. No change in schedule at this time. 4.Forecast of activities during next period a • Continue processing submittals • Perform tie-in to Day Creek Channel • Resolve 4"gas line conflict at Cantu Galleano Ranch Rd.and Wineville Ave. S.Action Item Summary Action Items Follow Up Initial Date Target Completion Actual Completion Responsibilities Dale Date 1.4-inch Gas Une Conflict AAWA(Siming) 1/23/14 2/3/14 During potholing operations it was Identified that the gas line was not shown on the plans accurately and is in close I' proximity to the proposed waterline(3' +/-). The Contractor and AWWA(Siming)met to discuss the conflict on 1/23114. AAWA will investigate further and provide a solution. B1 EXHIBIT "B" SCHEDULE OF COMPENSATION I. AMOUNT OF COMPENSATION. For performing and completing all services pursuant to Exhibit"A" Scope of Services, is a total amount not to exceed $40,000 (FORTY THOUSAND Dollars) annually. II. BILLING. At the end of each calendar month in which services are performed or expenses are incurred under this Agreement, Consultant shall submit an invoice to the City at the following address: City of Grand Terrace 22795 Barton Road Grand Terrace, Ca 92313 The invoice submitted pursuant to this paragraph shall show the: 1) Purchase order number; 2) Project name/description; 3) Name and hours worked by each person who performed services during the billing period; 4) The title/classification under which they were billed; 6) The hourly rate of pay; 6) Actual out-of-pocket expenses incurred inthe performance of services; and, 7) Other such information as the City may reasonably require. Ill. METHOD OF PAYMENT.Paymentto Consultantforthe compensation specified in Section t above,shall be made after the Executive Director or designee determines that the billing submitted pursuant toSection1l, above, accurately reflects work satisfactorily performed.City shall pay Consultant within thirty(30) days there from. Page 9 of 11 ---- ------------------ - _ A L B E R T A. m ji w On:, & s s o C I-A-r-E-S- FEE SCHEDULE RATES CLASSIFICATION VHOUR EngineeUjProiect Managers/Planners/Scientists PrincipalU.......... ..................... .............~............................................................~..~.'--_~ Principal|................................. ............................................................................................... 220.00 SeniorIII ,-.�-..............~................... ................ ^.~,''-~'~~^-'---~~..~^'--^'~~' SeniorU................................................................... ............................................................_... Senior ~_.~,_,___`_.,,~.__`__,~. 180.00 - -- AssociateIII............................................................................................ ............ — ............ 170.00 AssodateM..............................................^`'-~~^ 255.00 AssociateI............................................. ............ ~~......................................... ........... _. AuslutantV...............................^.---~~~..-~~^^'^~'''--`'~~^---'---^^^~'-''-- 130.00 - AsslstwnrN..............................................................................................................................~ AssistantIII................~~~^~ ^~'--^~---'~^-^---'-~-''---------^^^~''~~^-- 10310 Assistant u..~. .- _'__~--'_~.....___~~^~-._..~_--~....~__' 88.00 Assistant ~...^.~~~^~.^~'~^'~---~~~'^^'~~^^~^^^-'---^~~^~-----^ 73.00 Survey Services 2-Persxn Survey Party.........................................................~..................................................... 220.00 z'Pe,mnn Survey Party..............................................................~............................................ .. 160.00 Inspection Services |nopectmr(Nmn^PrmvaUing WmQe)..,...._----.^^..--,`,,~.^^--_.--,.,.^.'^.~~----. 110.00 Inspector(Prevailing Wage)..................~...................--.............................~...................... 120.08 Administrative sqrvices ProjectCoxnGnw*,r.........................~. ........................................................................ '_',,�' AdministrativeAssim mntO/~~ ~~^^~~'''-`~--............ ~~^-''- ........................................ 80J00 Administrative Assistant||...............'`^`--```'`^`'~^^^^~`--~^^--``-'--`'^^^^-........~, 70.00 Administrative Assistant I-^'~-^^-^`--'-`.................................---^`^--'...................... 55l0 Other Direct ExpSnses IncidentalCharges................................_.,~.-,~,-~.^.^^ ...................................................... Cost+%5% Postage..................................................._,,,,._............................_,__.,.^.~^,~,_..^ ...,^ st Special Consu|tant - ____'_,~__~.___~_--__- 32S.00/Hour SubcontractedServices^^_~,_'.-,,',~...~,,'_,,~.~............................................................. Cost+15% Survey/Inspection Per Diem.....................-`'--'-~^'^^~^'-................................. .............._ 100.80/Dmy aumay/inmpm#ionVehic|e.. .............. 0.81/MUe K8i|mmge................. 0.72/M8m NOTE: All rates are subject to-change based on annual inflation and cost of living adjustments. 'm FINANCE CHARGE of Immper month(1owper year)will uw added m any unpaid amount commencing thirty o01 days from Invoke dote. * "echa"m's lien may befiledfo,any invoke remaining unpaid after thirty(30)days1rom invoice dote. SCH 38(07/01/2014) EXHIBIT "C" The Consultant shall maintain throughout the duration of the term of the Agreement, liability insurance covering the Consultant and, with the exception of Professional Liability Insurance, designating City and City including its elected or appointed officials, directors, officers, agents, employees, volunteers, or consultants, as additional insured against any and all claims resulting in injury or damage to persons or property (both real and personal)caused by any aspect of the Consultant's work, in amounts no less than the following and with such deductibles as are ordinary and reasonable in keeping with industry standards. It shall be stated, in the Additional Insured Endorsement, that the Consultant's insurance policies shall be primary as respects any claims related to or as the result of the Consultant's work. Any insurance, pooled coverage, or self-insurance maintained by the City and City, its elected or appointed officials, directors, officers, agents, employees, volunteers,or consultants shall be non-contributory. Professional Liability Insurance $1,000,000/$2,000,000 General Liability: a. General Aggregate $2,000,000 b. Products Comp/Op Aggregate $2,000,000 C. Personal & Advertising Injury $1,000,000 d. Each Occurrence $1,000,000 e. Fire Damage (any one fire) $ 50,000 f. Medical Expense(any one person) $ 5,000 Workers' Compensation: a. Workers' Compensation Statutory Limits b. EL Each Accident $1,000,000 C. EL Disease-Policy Limit $1,000,000 d. ELDiscase - Each Employee $IP00,000 Automobile Liability a. Any vehicle, combined single limit $I,000,000 The Consultant shall provide thirty(30)days advance notice to City in the event of material changes or cancellation of any coverage. Certificates of insurance and additional insured endorsements shall be furnished to City thirty (30) days prior to the effective date of this Agreement. Refusal to submit such certificates shall constitute a material breach of this Agreement entitling City to any and all remedies at law or in equity, including termination of this Agreement. If proof of insurance required under this Agreement is not delivered as required or if such insurance is canceled and not adequately replaced, City shall have the right but not the duty to obtain replacement Page 10 of 11 insurance and to charge the Consultant for any premium due for such coverage. City has the option to deduct any such premium from the sums due to the Consultant. Insurance is to be placed with insurers authorized and admitted to write insurance in California and with a current A.M. Besfs rating of A-:Vll or better. Acceptance of insurance from a carrier with a rating lower than A-:Vll is subject to approval by City 's Risk Manager. Consultant shall immediately advise City of any litigation that may affect these insurance policies. Page 11of11