Loading...
HomeMy WebLinkAboutFilippin Engineering Proposal for 5009.2024.CE MAY 2024 ON-CALL CONSULTANT LIST FOR CIVIL ENGINEERING DESIGN SERVICES REQUEST FOR QUALIFICATIONS 5009.2024.CE TABLE OF CONTENTS COVER LETTER .............................................................................................................................................. 1 1. SUBMITTAL FORMS ............................................................................................................................ 3 a. Acknowledgement ............................................................................................................................................. 3 b. Certificate of Insurance ...................................................................................................................................... 3 c. References ......................................................................................................................................................... 3 d. Statement of Past Disqualifications .................................................................................................................... 7 2. QUALIFICATIONS ................................................................................................................................. 8 a. Experience Serving Public Agencies .................................................................................................................... 9 b. Staff Experience ................................................................................................................................................ 14 c. Redundancy Of Staff ......................................................................................................................................... 17 d. Staff Resumes ................................................................................................................................................... 17 e. Proximity of Staff .............................................................................................................................................. 17 f. Project Disqualification Statement .................................................................................................................... 17 g. Billing Rates ...................................................................................................................................................... 18 h. Standard Services ............................................................................................................................................. 19 3. WORK PROGRAM ............................................................................................................................... 20 a. Approach .......................................................................................................................................................... 20 b. Services to be Provided by the City ................................................................................................................... 27 c. Additional Information ..................................................................................................................................... 28 Appendix A - Resumes ............................................................................................................................. Appendix B – Certificate of Insurance ........................................................................................... Appendix C – Workscope ........................................................................................................................ Appendix D – Constructability Review........................................................................................... FILIPPIN ENGINEERING CERTIFICATIONS SB Certification No. 1796291 (Certified Small Business) DBE Certification No. 42855 (Disadvantaged Business Enterprise) FE DUNS No. 06-179-1589 1 COVER LETTER May 2, 2024 W.O. 242701 Madeline Kacsinta, Engineer III City of San Luis Obispo – Public Works | 919 Palm Street | San Luis Obispo, CA 93401 SUBJECT: STATEMENT OF QUALIFICATIONS FOR ON-CALL CIVIL ENGINEERING DESIGN SERVICES SPECIFICATION NO. 5009.2024.CE Dear Madeline: Filippin Engineering, Inc. (FE) is pleased to submit our statement of qualifications for On-Call Civil Engineering Design Services for Specification No. 5009.2024.CE. FE is a well-established local certified Disadvantaged Business Enterprise (DBE) providing project management, civil engineering, and construction management services to our clients. FE primarily serves public agencies within Ventura, Santa Barbara, San Luis Obispo, and Los Angeles counties. Many of our staff have been providing these services to public agencies in these areas for over 35 years. As a result, the FE team is uniquely qualified to address technical challenges and impacts that City projects may encounter. FE has performed services on many similar projects and we believe we are in a unique position to offer the best value for the following reasons: Construction Engineering: FE specializes in projects with complex construction aspects, which is a result of our direct construction experience. This real-world experience, translating paper plans and design intent into construction, provides FE with knowledge and foresight in design that can only come with a robust understanding of construction engineering. We utilize this insight to develop high quality plans and specification packages to minimize potential impacts during construction. Our construction engineering background, with involvement in over 450 projects in the past 10 years along the Central Coast, has honed our complementary design services, specifically constructability reviews, construction cost estimating, and value engineering. In addition to providing these core strengths on our own design projects, these services can be provided as an effective independent analysis of designs developed by others. Our reviews are completed and presented in a professional and respectful manner, providing alternative ideas and methods for consideration, rather than providing criticism. City of San Luis Obispo Experience: The FE team has extensive and ongoing experience working with the City, from emergency storm damage projects, bridge replacement and paving projects, to utility projects, and is well versed in how the City operates. In addition, Lyle Nemeth, Ron Faria, and Doug Nelms previously worked for the City of San Luis Obispo as Public Works Inspectors, with a combined experience of over 50 years. Currently, FE is providing Civil Engineering Design services for the Laguna Lake Golf Course Emergency Repairs and the Nipomo Bridge over Stenner Emergency Repairs projects. FE is concurrently providing Construction Management and Inspection services for the Chorro Neighborhood Greenway Project and recently completed the Calle Joaquin Lift Station Project and Roadway Sealing 2022 Project. FE is familiar with City procedures and City staff, functioning as an extension of City staff, providing seamless integration to the City team. Local Team: The team available for assignment on these projects are located in our San Luis Obispo office, walking distance from the City of San Luis Obispo office. Our local team consists of Gino Filippin, P.E., (Principal in Charge); Lyle Nemeth, P.E., (Project Manager, Senior Engineer); Paul Henderson (Design Manager); and Raul Estrada, Jerry Missamore, Dean Johe, Ron Faria, Steve Bucknum, Tyler Kasunich, & Doug Nelms (Cost Estimating, Constructability, & Value Engineering). We believe the collaborative spirit and trust FE has developed with City staff on past projects is a testament to the working relationship FE is able to attain and we will continue to invest in this relationship. 2 Understanding of On-Call Contracts & Task Orders: Since its inception in 2010, FE has performed on-call civil engineering services within the Tri-Counties on a yearly basis, having 20 current on-call public agency contracts. Over 26% of our projects are awarded through On-Call contracts. FE understands that the City will establish a four-year on-call consultant list to solicit workscope and cost proposals on a per task basis. FE will provide a cost proposal for services for each design project, which includes a workplan, breakdown of hours, and be based on the fee schedule resulting from this RFQ. FE understands that each task order will be completed according to the terms of the awarded on-call contracts. We understand that the City will select the consultant that is the best fit for each project, and we look forward to the opportunity to show why FE is the best fit. Most importantly we look forward to being able to serve the City wherever a need may arise. Staff Redundancy: FE’s approach is adaptable, scalable and can bring a depth of resources to meet any need the City may have that arises for construction projects. Our proposed staff for each design project will be selected from our Local Team located at our San Luis Obispo office. Our staff live locally; consequently, we have a particularly vested interest in completing successful projects every time and in maintaining very satisfied clients. Additional resources will be provided by FE’s Regional Team located in our Goleta and Ventura offices if needed. Responsive Delivery: We maintain a consistent and deep pool of local, qualified, available professionals, creating a responsiveness and adaptability that will translate directly to the best available quality of service at the highest availabl e value to the City of San Luis Obispo. FE’s approach to Civil Engineering will follow City Standards and guidelines. Because we work primarily with local public clients, we realize balancing budgets, keeping internal agency staff utilized, and meeting other project goals is paramount. Our staff understands these constraints and can all function in multiple roles; we develop a variety of staffing solutions to fit your needs. Documentation Experience: The vast majority of projects we administer are public projects following LAPM and LAPG guidelines, and over 75% of our projects have state or federal funding sources. This means all staff are accustomed to the high documentation standards these projects require. Focused On Service: Our depth of project experience at the local level has also trained us not to lose sight of the legitimate needs and interests of the community and the local agency that we are working for. In contrast with massive projects or State-wide contracts, in which the details of the Civil Engineering service can easily be overshadowed by the sheer scale of the effort, our approach and our project experience is consistently focused on successful service to our clients. In fact, the continued livelihood of our firm and our staff in this region depends wholly on successfully constructed projects and completely satisfied clients that will continue to select us for future opportunities. Gino Filippin is the person authorized to represent Filippin Engineering with respect to all notices, negotiations, discussions, and other communications relating to this proposal and any negotiation relating to the contract. Gino’s contact information is provided below. FE takes no exceptions to the terms and conditions of the RFQ. Very truly yours, Gino Filippin, P.E. President (805) 729-0041 | gino@fecivil.com 354-D S. Fairview Ave., Goleta, CA 93117 Lyle Nemeth, P.E. Senior Engineer (805) 886-4355 | lyle@fecivil.com 994 Mill St, Suite 230, San Luis Obispo, CA 93401 3 1. SUBMITTAL FORMS A. ACKNOWLEDGEMENT The undersigned declares that she or he: » Has carefully examined Specification No. 5009.2024.CE » Is thoroughly familiar with its content » Is authorized to represent the proposing firm; and » Agrees to perform the work as set forth in the specification and this proposal. The undersigned further acknowledges that the proposal and all other material submitted in response to this RFQ may be subject to public disclosure as required by law. Firm Name and Address: Filippin Engineering 994 Mill Street, Suite 230 San Luis Obispo, CA 93401 Contact Name: Gino P. Filippin, P.E. Email: gino@fecivil.com Fax: N/A Phone: 805-729-0014 Signature of Authorized Representative: Date: May 2, 2024 B. CERTIFICATE OF INSURANCE X/AII or greater Insurance company’s A.M. Best Rating Certificate of insurance is attached as Appendix B – Certificate of Insurance at the end of this proposal. C. REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: 14 years The below contract references demonstrate FE’s ability to provide the services included with the scope of the specifications. X 4 Reference No. 1 Customer Name City of San Luis Obispo Contact Individual Wyatt Banker-Hix Telephone & Email 805-295-1609; wbanker@slocity.org Street Address 919 Palm Street City, State, Zip Code San Luis Obispo, CA 93401 San Luis Obispo, CA 93401 Date of Services 2023 - ongoing Contract Amount $10M (estimated cost for both projects listed below) Description of Services: Laguna Lake Golf Course Emergency Repairs – The winter storms of 2022 / 2023 caused significant damage along Prefumo Creek. FE is currently designing 3 phases of storm damage repair on Prefumo Creek at the San Luis Obispo Municipal Golf Course. Phase 1 is the replacement of a damaged wooden bridge with a City-owned, repurposed steel truss bridge. Phase 2 involves the repair of damaged creek banks and hydraulic structures upstream of the golf course. Phase 3 includes repair of damaged creek banks and hydraulic structures through the golf course, down to the Los Osos Valley Road Crossing. The design process allows for FEMA funding by following FEMA guidelines. The project is ongoing. Nipomo Street Bridge Emergency Repairs – The winter storms of 2022 / 2023 damaged the banks of Stenner Creek upstream and downstream of the 102-year-old concrete road bridge. Erosion near the bridge requires repair to mitigate further erosion and put the aging structure at further risk. Repair and replacement of hydraulic structures is required as part of the project. The project location is considered critical habitat for salmonids, which restricts the engineering solutions that will be accepted by permitting agencies. Through an extensive alternatives analysis FE and City developed an innovative hybrid design solution that should satisfy permitting agencies while minimizing the footprint of the stream bank repairs. The design process allows for FEMA funding by following FEMA guidelines. The project is ongoing. Project Outcome: These projects are currently in the design process. Reference No. 2 Customer Name City of San Luis Obispo Contact Individual Brian Nelson Telephone & Email 805-781-7113; bnelson@slocity.org Street Address 919 Palm Street City, State, Zip Code San Luis Obispo, CA 93401 Date of Services 2012 – 2019 Contract Amount $0.25M Description of Services: Meadowpark Pedestrian Bridge Replacement – FE completed engineering design services which included preparing plans and specifications for the replacement of two pedestrian bridges. The project consisted of the removal of existing wood bridges and their abutments, installation of prefabricated steel bridge with concrete deck and other appurtenance, and installation of as phalt and concrete pedestrian paths. Project Outcome: This project was completed and accepted, and all contract issues were resolved within the contract periods. 5 Reference No. 3 Customer Name County of Ventura Contact Individual Chris Hooke Telephone & Email (805) 654-2049; chris.hooke@ventura.org Street Address 800 South Victoria Ave City, State, Zip Code Ventura, CA 93009 Date of Services 2011 – 2019 Contract Amount $3M Description of Services: Pavement Resurfacing Countywide Phase 2 – FE performed pavement surface evaluation and development of repair and maintenance scope of various asphalt pavement and sidewalk sections for over 19 miles of roadway across the County that encompassed 5 separate projects. Project Outcome: This project was completed and accepted, and all contract issues were resolved within the contract periods. Reference No. 4 Customer Name City of Camarillo Contact Individual Lucia McGovern Telephone & Email (805) 388-5300 x 334; lmcgovern@cityofcamarillo.org Street Address 601 Carmen Drive City, State, Zip Code Camarillo, CA 93010 Date of Services 2010 – 2019 Contract Amount $0.25M Description of Services: Corridor Full Capture Strom Drain Inlet Trash Device – FE performed the design of the plans and specifications for this project which included the installation of a full capture connector pipe trash screens or other similar trash devices. This project was certified as “full trash capture” by the State Water Resources Control Board (SWRCB), in 129 storm drain inlets located within the City of Camarillo’s former Redevelopment Corridor Area (Camarillo Corridor). This project is part of the City’s Stormwater Trash Compliance project and assisted in meeting the requirements of the Municipal Stormwater National Pollutant Discharge Eliminat ion System (NPDES) Permit and the SWRCB Statewide Trash Amendment. Project Outcome: This project was completed and accepted, and all contract issues were resolved within the contract periods. 6 Reference No. 5 Customer Name City of Lompoc Contact Individual Shaun Ryan Telephone & Email 805-875-8701; S_RYAN@ci.lompoc.ca.us Street Address 601 East North Avenue City, State, Zip Code Lompoc, CA 93436 Date of Services 2023 - Current Contract Amount $1M (estimated construction cost) Description of Services: Water Main Replacement Projects for 2024-26 Fiscal Years – FE is currently providing Engineering Design services to prepare plans and specifications for the next three fiscal years of the City of Lompoc Water Main Replacement Projects. There are approximately forty-five (45) locations of 4” mains needing to be upgraded, most of which are approximately 570 linear feet (LF) per location. Project Outcome: These projects are currently under design. Reference No. 6 Customer Name City of San Luis Obispo Contact Individual Miguel Barcenas Telephone & Email 805-781-7507; MBarcena@slocity.org Street Address 879 Morro Street City, State, Zip Code San Luis Obispo, CA 93401 Date of Services 2012 – 2019 Contract Amount $1M Description of Services: Stafford/Kentucky Sewer Replacement – FE provided engineering design and CM services for the rehabilitation and replacement of existing sanitary sewer lines between Stafford Street and the intersection of Murray and Hathaway Streets. Work included UPR R coordination as well as the crossing of a significant arterial, California St. Rehabilitation of some existing lines was able to be accomplished using Cured-In-Place Pipe (CIPP) liner methods. Project Outcome: This project was completed and accepted, and all contract issues were resolved within the contract periods. 7 Reference No. 7 Customer Name Santa Ynez River Water Conservation District ID#1 Contact Individual Eric Tambini Telephone & Email (805) 688-6015; etambini@syrwd.com Street Address 3622 Sagunto Street City, State, Zip Code Santa Ynez, CA 93460 Date of Services 2010 – 2019 Contract Amount $0.5M Description of Services: Golden Inn Public Waterline Improvements – This project included engineering review and consultation for the District of new public waterline improvements associated with new development plans including a technical tie-in and extension of District services. FE’s participation in the development plan included critical coordination and oversight of tie-in sequence and details including drilling under Hwy 246, live hot taps into the existing main, flow-through line stop installation and bypass setup without disrupting active service. Project Outcome: This project was completed and accepted, and all contract issues were resolved within the contract periods. D. STATEMENT OF PAST DISQUALIFICATIONS Filippin Engineering or any of its officers or employees who have a proprietary interest in it, have never been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficult ies, project delays, or disputes regarding work or product quality. Do you have any disqualification as described in the above paragraph to declare? Yes X No If yes, explain the circumstances. Executed on May 2, 2024 at Goleta, CA under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. __________________________________ Signature of Authorized Consultant Representative 8 2. QUALIFICATIONS Filippin Engineering, Inc. (FE), is a well-established local certified Disadvantaged Business Enterprise (DBE) and certified Small Business (SB) comprising 26 full-time, permanent staff with decades of experience serving public agencies in the Tri -Counties. FE was formed in January 2010 to serve the specialized needs of our local public agency clients. FE specializes in construction management and inspection, program management, and civil engineering for public works capital improvement projects. Five of our FE staff are licensed Professional Civil Engineers; another five hold college degrees in engineering or construction (two of whom are working on their Professional Engineering Licenses); 14 are seasoned Senior Construction Inspectors with decades of public works inspection experience; and 11 have prior experience working as employees within public works departments. Most of our staff members have spent nearly their entire professional careers working on the Central Coast. FE’s deep construction experience makes us uniquely qualified to provide constructability review, cost estimating and value engineering either as an independent third party to o ther firms’ designs, or our own design packages. In 2010, Filippin Engineering, Inc., was registered as an S-Corporation in the state of California. The firm is employee owned. Gino Filippin, P.E., is the President and Kelly Wheeler, P.E., is the Vice President. We have recently opened ownership to additional employees. FE has performed full engineering design services for successful projects throughout Ventura, Santa Barbara, and San Luis Obispo counties. We are very proud of the work we have performed and the teamwork we have developed in doing so. FE s trives to partner with each agency that we serve as well as the design professionals, stakeholders, contractors, utility companies, and regulatory agencies we work with on every project. FE has a very successful record in managing public works projects and a reputation for building strong long -term relationships with our clients. As a result, FE has been selected to provide on-call civil engineering services for the City of San Luis Obispo, County of San Luis Obispo, California Polytechnic State University at San Luis Obispo, City of Arroyo Grande, City of Lompoc, City of Santa Maria, City of Oxnard, Santa Clarita Valley Water Agency, City of Goleta, Goleta Water District, University of California at Santa Barbara, City of Santa Barbara, City of Santa Barbara’s Water Resources, County of Santa Barbara, County of Ventura, City of Ventura, City of Thousand Oaks, City of Camarillo, City of Solvang, and City of Santa Paula, and others. Active on-call contracts are provided in Table 2.1 below. We understand the many challenges public agencies face in serving their constituents and we are dedicated to assisting those agencies find efficient, effective, and economical solutions to those challenges through innovat ive staffing approaches. Table 2.1 Active Engineering and Construction Management On-Calls Year Client 2018 City of San Luis Obispo 2019 City of San Luis Obispo 2020 City of Santa Barbara 2020 City of Solvang 2021 City of Arroyo Grande 2021 County of Santa Barbara - Flood Control 2022 City of Camarillo 2022 City of Ventura 2022 City of Simi Valley 2022 United Water Conservation District 2022 City of Goleta 2022 Cal Poly San Luis Obispo University 2023 City of Thousand Oaks 2023 County of San Luis Obispo – Emergency Projects 2023 City of Santa Paula 2023 City of Oxnard 2023 City of Santa Maria 2023 Ventura Regional Sanitation District 2023 County of San Luis Obispo 2024 City of Morro Bay 9 A. EXPERIENCE SERVING PUBLIC AGENCIES FE primarily serves public agencies, and our depth of project experience on the local level has also trained us not to lose sight of the legitimate needs and interests of the community and the local agency that we are working for . The vast majority of projects that FE executes, from smallest to largest, follows the documentation approach and design guidance of the LAPM as this approach provides the most comprehensive, complete, organized, and uniform documentation to satisfy both City and funding needs. The design projects will be no exception, and services will be executed in accordance with City Standards, Specifications, and guidelines; and Caltrans Standard Specifications and Plans. FE has assisted the City with construction management, construction inspection, feasibility studies, constructability reviews , and engineering design on over 25 public works projects in recent years, which gives FE a head-start on knowing what to expect in the performance of the City’s design projects. Previous projects completed for the City of San Luis Obispo in the past 10 years are provided in Table 2.2 below. Table 2.2 City of San Luis Obispo Projects – Past 10 Years Year Work Type Project Name 2013 CM On-Call Construction Management Services 2013 Design Rachel Street Sewer Replacement 2013 Design Stafford Kentucky Sewer Replacement 2013 CM Project Management Training 2013 Design 16" Waterline 2013 Design Plan Check Services 2014 CM Santa Rosa Sewer Line Replacement 2014 CM Calle Joaquin Lift Station and Siphon Constructability Review 2014 CM Utilities Plan Check Services 2014 CM Roadway Sealing 2014 Project 2015 CM On-Call Construction Management Services 2016 CM Margarita Lift Station Replacement 2016 Design Meadows Park Pedestrian Bridge 2017 CM Madonna-Los Osos Valley Road (LOVR) Rehabilitation 2018 CM On-Call Construction Management Services 2019 CMIT Stafford Taft Kentucky Sewer Replacement 2019 Design Civil Engineering Design Services - 4 year 2019 CMIT Disinfection Byproduct Reduction and Pipe Gallery Project 2019 CM Marsh Street Bridge Replacement 2020 CMIT Railroad Safety Trail - Taft to Pepper 2020 CMIT Roadway Sealing Project 2020 2020 CMIT Street and Sidewalk Maintenance 2019, Encroachment Permits 2020 CMIT Calle Joaquin Lift Station and Siphon 2022 Plan Check Miscellaneous Projects Plan Check 2022 CMIT Roadway Sealing 2022 and Cerro San Luis Greenway 2023 Design Laguna Lake Golf Course Emergency Repairs 2023 Design Nipomo Bridge Over Stenner Emergency 2023 In addition to our City of San Luis Obispo experience, our team has experience delivering a broad range of public works projects. FE staff has performed staff augmentation for various agencies, and various roles within those agencies. Sample scope and agencies that we have performed these services on include: » City of San Luis Obispo: On-call In-house Plan Check Services (Raul Estrada, Lyle Nemeth), On-call in-house Development Inspection Services (Dean Johe, Jerry Missamore, Ron Faria) » City of Arroyo Grande: Interim Capital Projects Manager (Paul Henderson), In-house Development Inspection Services (Dean Johe), In-house Project Management Services (Lyle Nemeth, Ron Faria) 10 » City of Ventura: In-house Project Manager (Zach Bryant) » City of Camarillo: In-house Project Manager (Kevin Connors) In addition, prior to FE, many of our staff members have held positions with local agencies, giving them firsthand knowledge of being a public works employee in various capacities. Staff members for this particular proposal and the agencies they have worked for include: » Gino Filippin, P.E. – former employee of City of Santa Barbara » Kevin Connors, P.E. – former employee of City of Santa Barbara and City of Camarillo » Kelly Wheeler, P.E. – former employee of City of Los Angeles Department of Water and Power » Lyle Nemeth, P.E. – former employee of City of San Luis Obispo and Cape May Utilities District » Dean Johe – former employee of City of Camarillo » Ron Faria – former employee of City of San Luis Obispo » Doug Nelms – former employee of City of San Luis Obispo PROJECT EXPERIENCE Our team’s extensive experience provides for real world technical and operational experience necessary to achieve our client’s goals and expectations. The projects below exemplify FE’s civil engineering design experience, including storm damage emergency projects, transportation & pavement management projects, and utility projects. PRADO ROAD BRIDGE REPLACEMENT FE is currently working with Wallace Group to complete 65%, 90% and 100% constructability reviews of the PS&E for the Prado Road Bridge Replacement project. The 65% constructability review has been completed and our comments have been provided to Wallace Group for review and incorporation into the 90% PS&E. Client Wallace Group - City of San Luis Obispo Contact Jorge Aguilar, 805 458-1996, jorgea@wallacegroup.us FE Staff Gino Filippin, P.E., QSD, Principal in Charge Lyle Nemeth, P.E., Senior Engineer, and Paul Henderson, Senior Engineer FE Services Constructability Review Project Cost $10M 2023 EMERGENCY REPAIRS Laguna Lake Golf Course Emergency Repairs – The winter storms of 2022 / 2023 caused significant damage along Prefumo Creek. FE is currently designing 3 phases of storm damage repair on Prefumo Creek at the San Luis Obispo Municipal Golf Course. Phase 1 is the replacement of a damaged wooden bridge with a City-owned, repurposed steel truss bridge. Phase 2 involves the repair of damaged creek banks and hydraulic structures upstream of the golf course. Phase 3 includes repair of damaged creek banks and hydraulic structures through the golf course, down to the Los Osos Valley Road Crossing. The design process allows for FEMA funding by following FEMA guidelines. The project is ongoing. Nipomo Street Bridge Emergency Repairs – The winter storms of 2022 / 2023 damaged the banks of Stenner Creek upstream and downstream of the 102-year-old concrete road bridge. Erosion near the bridge requires repair to mitigate further erosion and put the aging structure at further risk. Repair and replacement of hydraulic structures is required as part of the project. The project location is considered critical habitat for salmonids, which restricts the engineering solutions that will be accepted by permitting agencies. Through an extensive alternatives analysis FE and City developed an innovative hybrid design solution that should satisfy permitting agencies while minimizing the footprint of the stream bank repairs. The design process allows for FEMA funding by following FEMA guidelines. The project is ongoing. Client City of San Luis Obispo Contact Wyatt Banker-Hix, Supervising Civil Engineer, 805 -295-1609 FE Staff Gino Filippin, P.E., QSD, Principal in Charge, Paul Henderson, Senior Engineer, and Jerry Missamore, Assistant Construction Manager FE Services Civil Engineering Design Project Cost $10M 11 MEADOWPARK PEDESTRIAN BRIDGE REPLACEMENT FE completed engineering design services which included preparing plans and specification for the replacement of two pedestrian bridges. The project consisted of the removal of existing wood bridges and their abutments, installation of prefabricated steel bridge with concrete deck and other appurtenance, and installation of asphalt and concrete pedestrian paths. Client City of San Luis Obispo Contact Brian Nelson, City Engineer, PH (805) 781 – 7113 FE Staff Gino Filippin, P.E., QSD, Principal Engineer, and Kelly Wheeler, P.E., QSD, Principal Engineer FE Services Alternative Analysis, Feasibility Study and Design, Plan Preparation Project Cost $0.25M US 101/LOS OSOS VALLEY ROAD INTERCHANGE FE provided the 95% Constructability Review for the Los Osos Valley Road at US-101 Interchange Project. The proposed project will widen Los Osos Valley Road between the Calle Joaquin and South Higuera Street intersections, to correct operational deficiencies and improve safety. The widening will construct a separate US-101 overcrossing to carry two eastbound lanes, making LOVR a split profile to accommodate the westbound lanes on the existing overcrossing. The widening of LOVR will accommodate four 12-foot through-lanes, bike lanes, sidewalk with curb and gutter, and a median. Client City of San Luis Obispo Contact Peggy Mandelville, Principal Transportation Planner, PH (805) 781-7590 FE Staff Gino Filippin, P.E., QSD, Principal Engineer, and Kelly Wheeler, P.E., QSD, Principal Engineer FE Services Plan Check, Constructability Review Project Cost $18M CITY OF SANTA BARBARA LOCAL ROAD REHABILITATION 2006 This project included the design of a $1.3 million overlay of Hollister Avenue, between Fairview and Aero Camino Road, and Ch apala from Mission Street to Constance as part of the City of Santa Barbara Six Year Pavement Maintenance Program. This project was designed with a sketch-engineering approach and specified rubber-modified HMAC to minimize reflective cracking from underlying PCC pavement. Sketch Engineering was also utilized in this project to specify handicapped access ramp design at 13 locations. Client City of Santa Barbara Contact David Stubchaer, Supervising Civil Engineer FE Staff Kelly Wheeler, P.E., QSD, Principal Engineer FE Services Design, Permitting & Construction Management Project Cost $1M CITY OF OXNARD STREET RESURFACING PROJECTS 2005-2006 Engineering design services for the City's annual street maintenance program encompassing five separate neighborhoods. The design solutions included concrete improvement repairs, crack sealing, slurry sealing, overlays, and pulverization for streets throu ghout the City. Staff provided field reviews, recommendations for treatments, and final design documents (including plans, specifications, and cost estimates). Client City of Oxnard Contact Raymond Williams, PH (805) 385-7902 FE Staff Gino Filippin, P.E., QSD, Project Manager, Kelly Wheeler, P.E., QSD, Quality Control Manager and Desiree Partlow and Brad Starr, P.E. FE Services Design Engineering Project Cost $10M 12 CITY OF LANCASTER 2007-2008 STREET REHABILITATION PROJECT Engineering design services including field evaluation, concrete improvement replacement, presentation of rehabilitation method alternatives, and preparation of drawings and specifications for the rehabilitation of various streets throughout the City. Staff also prepared complete traffic control plans for all prosed work on the project. Sketch Engineering was utilized for efficient production of plans and cost estimates. Client City of Lancaster Contact Steven Carrillo, PH (661) 945-6861 FE Staff Gino Filippin, P.E., QSD, Project Engineer and Kelly Wheeler, P.E., QSD, Project Manager FE Services Design and Field Evaluations Project Cost $13M LOMPOC WATER MAIN REPLACEMENT FY 24-26 FE is currently providing Engineering Design services to prepare plans and specifications for the next three fiscal years of the City of Lompoc Water Main Replacement Projects. There are approximately forty-five (45) locations of 4” mains needing to be upgraded, most of which are approximately 570 linear feet (LF) per location. Client City of Lompoc Contact Shaun Ryan, Project Manager, PH (805) 875-8701 FE Staff Gino Filippin, P.E., QSD, Principal Engineer, Paul Henderson, Project Manager and Jerry Missamore, Chief Construction Inspector FE Services Engineering Design, Construction Management and Inspection Project Cost $0.5M LOMPOC WATER MAIN REPLACEMENT FY 18-19 The City of Lompoc Waterline and Valve Replacement Project, Ocean-Walnut Alley between “A” Street and “2nd” Street project consisted of the abandonment of an existing water main. Installation of 4,100 L.F. of new 6” PVC C900 by conventional trench and pave back. Client City of Lompoc Contact Eric Erland, Project Manager, PH (805) 781-7239 FE Staff Gino Filippin, P.E., QSD, Principal Engineer, Kelly Wheeler, P.E., QSD, Principal Engineer, Raul Estrada, Assistant Construction Manager, Bob Hyland, Senior Construction Inspector, and Rafael Medina, Senior Construction Inspector FE Services Engineering Design, Construction Management and Inspection Project Cost $1M 2016 WATERLINE AND VALVE REPLACEMENT The City of Lompoc Waterline Design and Valve Replacement Project consisted of the potholing of existing utilities, furnish and install temporary water services and bypass line; excavation and disposal of existing AC pipe; install new 6” PVC C900 pipe, furnish and install new valves, fittings, thrust blocks, fire hydrants, and services. Furnish and install new service meter and valve boxes. Remove and replace PCC improvements including driveways, cross-gutters, ADA ramps, sidewalk, curb, and curb & gutter. Furnish and construct hot mix asphalt trench paving and patching. Client City of Lompoc Contact Eric Erland, Project Manager, PH (805) 781-7239 FE Staff Gino Filippin, P.E., QSD, Resident Engineer, Kelly Wheeler, P.E., QSD, Resident Engineer, and Raul Estrada, Assistant Construction Manager, FE Services Engineering Design, Construction Management and Inspection Project Cost $1.0M 13 ZONE 3 INTERCONNECT PROJECT This project included construction of approximately 500 linear feet of directional drilling of 8-inch HDPE water pipe to cross Alamo Pintado Road and across a private property to connect to Zone 3 and increase existing pressure. Currently, the directional drilling component is being constructed while the remainder of the approximately 1,000 feet of 8-inch water line is being designed. The remainder of the project includes a bridge crossing with pipe hangers, a small pipe br idge across a drainage culvert, and work in the County right-of-way and across private property. FE completed design and construction management and inspection services. Client Santa Ynez River Water Conservation District, ID #1 Contact Eric Tambini, Assistant General Manager, PH (805) 688-6015 FE Staff Gino Filippin, P.E., QSD, Resident Engineer, Kelly Wheeler, P.E., QSD, Resident Engineer, Dr. Blaine Reeley, P.E., and Dean Johe, QSP, QSD, CPESC, Assistant Resident Engineer FE Services Engineering Design, Construction Management and Inspection Project Cost $0.25M OLIVE, NUMANCIA, STILL MEADOW, AND PONE STREET LATERAL REPLACEMENT FE completed the design and construction management and inspection of four separate water replacement projects bid in two packages. The projects consisted of replacement of 6” and 8” waterlines in the township of Santa Ynez, as well as a 16” CIP water main at 25-foot depths. Work predominantly was in County right-of-way, but also included portions of waterline across private easements. Construction materials utilized included PVC, ductile iron, and a welded steel sleeve used as a carrier pipe to cross underneath three existing 60” culverts. FE completed design and construction management and inspection services. Client Santa Ynez River Water Conservation District, ID #1 Contact Eric Tambini, Assistant General Manager, PH (805) 688-6015 FE Staff Gino Filippin, P.E., QSD, Resident Engineer, Kelly Wheeler, P.E., QSD, Resident Engineer, and Dean Johe, QSP, QSD, CPESC, Assistant Resident Engineer FE Services Engineering Design, Construction Management and Inspection Project Cost $0.5M STAFFORD AND KENTUCKY STREET SEWER LINE REPLACEMENT FE provided the design, construction management and inspection of this project which included the abandonment of a segment of existing 6” VCP municipal sanitary sewer line, including a segment underneath the Union Pacific Railroad (UPRR) right-of-way and replacement with new 8” HDPE pipe installed using conventional trench and backfill methods, with the segment beneath the UPRR right-out-way to be installed using jack and bore methods. Client City of San Luis Obispo Contact Jennifer Metz, Project Manager, PH (805) 781-7239 FE Staff Gino Filippin, P.E., QSD, Resident Engineer, Raul Estrada, Assistant Construction Manager, and Dean Johe, QSP, QSD, CPESC, Assistant Resident Engineer FE Services Engineering Design, Construction Management and Inspection Project Cost $1M SANTA ROSA SIPHON REPLACEMENT The project included an alternatives analysis/feasibility study, design and construction required for the replacement of the existing Santa Rosa sewer siphon that crosses Stenner Creek on Highway 1 within the City of San Luis Obispo. The project scope included plugging and abandonment of the existing 12-inch welded steel “inverted siphon” at the Stenner Creek Bridge, and a new double barrel “inverted siphon” constructed of two (2) 6-inch diameter HDPE barrels, encased in a 16-inch HDPE conduit. In addition to the construction of the replacement “inverted siphon”, a new cured-in-place pipe (CIPP) liner was installed approximately 550 linear feet of existing 12-inch sanitary sewer. Right-of-way encroachment permits were obtained from both the City of San Luis Obispo and Caltrans. Client City of San Luis Obispo Contact Jennifer Metz, Project Manager, PH (805) 781-7239 FE Staff Gino Filippin, P.E., QSD, Resident Engineer, Kelly Wheeler, P.E., QSD., Resident Engineer FE Services Engineering Design, Construction Management and Inspection Project Cost $0.5M 14 B. STAFF EXPERIENCE FE understands the many complexities and dynamics associated with public projects including the contractual procedures. We recognize and understand how to manage the delicate and potentially unpredictable relationships that can exist between project stakeholders, such as City Departments, City Council, neighborhood groups, Downtown concerns, public concerns, and regulatory agencies. We use our depth of experience, relationship management skills and our breadth of resources on each public project that we participate on. Very often, we share project details and situations amongst our staff in a two -way function: to share unique experiences that we encounter as well as to gain fresh ideas or perspectives on challenging topics. FE’s staff experience derives from the successful completion of complex Capital Improvement Projects, design through construction, including storm drain infrastructure, bridge maintenance, erosion control projects, emergency storm response projects, roadway construction and reconstruction design, sidewalk and curb ramp design, and parking lot maintenance projects. The experience and qualifications of our staff allow FE to establish a partnering relationship from the onset of the project. By embracing and fostering this philosophy, all team members (City, stakeholders, public) can feel comfortable bringing issues to the table at the earliest opportunity which is crucial in avoiding costly claims and delays during construction. Proactive problem identification is the first and most critical step in moving to a resolution and to completing a project on time and within b udget. FE’s staff provide strong team leadership and expertise from a wide variety of technical disciplines and are poised to meet any challenges with knowled ge, experience, and professionalism. The organization chart below outlines the structure of both our Local Team and our Regional Team. Our Local Team is based out of our downtown San Luis Obispo office, servicing all of SLO County. FE’s SLO office is a short walk to the City Public Works department at 919 Palm Street. Our Regional Team is based in Santa Barbara and Ventura Counties, who can be called on for support in the event that the City needs them in an emergency, or for other reasons. The FE team proposed for City of San Luis Obispo assignments has a long and distinguished history of effective project delivery as well as the technical and relational expertise to ensure a successful project. /ŝƚLJ ŽĨ ^ĂŶ >ƵŝƐ hďŝƐƉŽ tƌŽũĞĐƚ aĂŶĂŐĞƌ 55LdLhb> w9^hhw/9^ ;w9DLhb>Ϳ YĞůůLJ tŚĞĞůĞƌ͕ t ͘9͕͘ v^5 ͲtƌŝŶĐŝƉĂů 9ŶŐŝŶĞĞƌ YĞǀŝŶ /ŽŶŶŽƌƐ͕ t ͘9͕͘ v^5 ͲtƌŝŶĐŝƉĂů 9ŶŐŝŶĞĞƌ .ƌĂĚ ^ƚĂƌƌ͕ t ͘9͕͘ v^5 ͲtƌŝŶĐŝƉĂů 9ŶŐŝŶĞĞƌ twLb/Lt>ͲLbͲ/IwD9 DŝŶŽ CŝůŝƉƉŝŶ͕ t ͘9͕͘ v^5 tƌŝŶĐŝƉĂů 9ŶŐŝŶĞĞƌ 9bDLb99wLbD ;>h/>Ϳ >LJůĞ bĞŵĞƚŚ͕ t ͘9͕͘ v^5 ^ĞŶŝŽƌ 9ŶŐŝŶĞĞƌ tĂƵů IĞŶĚĞƌƐŽŶ͕ /t9ŶŐ 5ĞƐŝŐŶ aĂŶĂŐĞƌ WŽŚĚĞŶaĐbĂŵĂƌĂ /ŝǀŝů 5ĞƐŝŐŶĞƌ twhW9/d abD9w >LJůĞ bĞŵĞƚŚ͕ t ͘9͕͘ v^5 ^ĞŶŝŽƌ 9ŶŐŝŶĞĞƌ /h^d 9^dLadLbD͕ /hb^dwh/d.L>Ldz͕ Θ s>h9 9bDLb99wLbD;>h/>Ϳ wĂƵů 9ƐƚƌĂĚĂ ͲƐƐŽĐŝĂƚĞ /ŽŶƐƚƌƵĐƟŽŶ aĂŶĂŐĞƌ WĞƌƌLJ aŝƐƐĂŵŽƌĞ ƐƐŝƐƚĂŶƚ /ŽŶƐƚƌƵĐƟŽŶ aĂŶĂŐĞƌ 5ĞĂŶ WŽŚĞ /ŚŝĞĨ /ŽŶƐƚƌƵĐƟŽŶ LŶƐƉĞĐƚŽƌ wŽŶ CĂƌŝĂ ^ĞŶŝŽƌ /ŽŶƐƚƌƵĐƟŽŶ LŶƐƉĞĐƚŽƌ dLJůĞƌ YĂƐƵŶŝĐŚ ^ĞŶŝŽƌ /ŽŶƐƚƌƵĐƟŽŶ LŶƐƉĞĐƚŽƌ 5ŽƵŐ bĞůŵƐ ^ĞŶŝŽƌ /ŽŶƐƚƌƵĐƟŽŶ LŶƐƉĞĐƚŽƌ CL>LttLb 9bDLb99wLbD 15 Our proposed staff has considerable experience working with the City and its staff, which enables us to anticipate their expectations and to begin providing services without delay. Biographies and roles of key personnel are included below. PRINCIPAL-IN-CHARGE GINO FILIPPIN, P.E., QSD, PRINCIPAL ENGINEER OFFICE LOCATIONS: GOLETA & SAN LUIS OBISPO Mr. Filippin is a registered Civil Engineer with a Bachelor of Science in construction management from California Polytechnic State University, San Luis Obispo. He has experience in all aspects of construction management, including roles as Project Manager (PM), RE, and Engineer of Record for numerous public works capital improvement projects throughout the Central Coast. Gino has knowledge of Caltrans procedural matters , claims avoidance/resolution, and innovative solutions, as he closely monitors project documents for clarity, conformity, and consistency. Gino excels at communicating to both clients and contractors, consistently providing intelligent and well-thought-out solutions to complex project issues, and he has extensive experience coordinating with clients, contractors, consultants, private utilities, regulatory agencies, and the pub lic on large capital projects. As the Principal-In-Charge, Gino will have oversight of the On-Call and all design projects procured under the On- Call. Gino will be the City’s point of contact should issues arise that cannot be resolved at the project manager level. Gino is authorized to execute Task Orders and contract amendments with the City, as needed. PROJECT MANAGER LYLE NEMETH, P.E., QSD, SENIOR ENGINEER OFFICE LOCATION: SAN LUIS OBISPO Mr. Nemeth is a registered Civil Engineer with a Master of Science in civil and environmental engineering from California Polytechnic State University, San Luis Obispo. Before joining FE, he worked for the City of San Luis Obispo as a Public Works PM on capital improvement projects and Job Order Contracts that required engineering design and judgement. Also, Lyle contributed to City Standard Plan and Specification updates that brought clarification to items of contention. This experience has left him well versed in all facets of design with a focus on constructability and mitigating claims, including roles as a PM on public works projects that required oversight of company staff and coordination with agency, subconsultant, utility company, and per mitting agency personnel. As the Project Manager, Lyle will be the point person and work hand-in-hand with the City to select the best team for design project, provide written quotations, scopes of work, and estimates for each project, monitor budgets and communicate with the City to make adjustments as necessary, coordinate with City staff/departments, City hired consultants, and permitting agencies. ENGINEERING LYLE NEMETH, P.E. will fill a dual role as the project manager for the on-call for all task categories and as an Engineer. PAUL HENDERSON, CPENG, CCM, DESIGN MANAGER OFFICE LOCATION: SAN LUIS OBISPO Mr. Henderson has over 18 years of public and private work experience in the United States, Australia, and New Zealand. Paul has experience in all aspects of civil engineering projects, including roles as project manager, design manager, construction manager, and resident engineer. Paul’s project management and construction management experience includes a wide variety of multidisciplinary engineering projects , including roads and highways, bridges, pavements, storm drainage systems, utilities, seawalls, dams, mining, retaining walls, slide repairs, military training facilities and pavement rehabilitation. Paul has significant design and design management experience in storm and flood damage emergency projects for critical public infrastructure. Paul recently completed an interim role as the City of Arroyo Grande Capital Projects Manager, providing succ essful in-house management of the City’s CIP program and is currently delivering emergency repair design projects for the City of San Luis Obispo. 16 COST ESTIMATING, CONSTRUCTABILITY & VALUE ENGINEERING In addition to our engineering staff outlined above who will be complete constructability review and estimating throughout design, we will be utilizing our high-experienced construction inspection staff to provide independent constructability review and cost estimating. The field experience our inspection staff has brings an unparalleled expertise to the table when quantifying what it takes to go from paper and design intent to actual construction. Their perspective weeds out a number of RFIs and potential change orders prior to construction beginning. A number of our inspectors were previously City of San Luis Obispo staff members, who are intimately familiar with City Standard and unique local challenges, providing unparalleled experience during constructability review and value engineering. RAUL ESTRADA, ASSOCIATE CONSTRUCTION MANAGER OFFICE LOCATION: SAN LUIS OBISPO Mr. Estrada has significant construction management experience, working for both the public and private sectors, including roles as PM, Construction Manager, Assistant RE, Assistant and Lead Structures Representative, and Civil Inspector. Before joining FE, Raul completed a two-year highway improvement project for Caltrans District 5 Office of Structures Construction that involved the construction of seven new bridge structures; the widening of one bridge; and the construction of a mechanical structural earth wall, retaining walls, and a tie-back wall. Raul is currently serving as the City of San Luis Obispo on the North Chorro Neighborhood Greenway Project and recently completed the Calle Joaquin Lift Station and Siphon Project, 2022 Roadway Sealing Project, Marsh Street Bridge Replacement Project, and Railroad Safety Trail Project. JERRY MISSAMORE, QSP, QSD, CPESC, ASSISTANT CONSTRUCTION MANAGER OFFICE LOCATION: SAN LUIS OBISPO Mr. Missamore joined FE after having worked as General Superintendent for R. Burke Corporation for 25 years. He has a wide variety of experience on underground utility projects, structure projects, highway improvement projects, minor concrete construction, and earthwork and grading projects. Jerry has a solid background working on public works projects administered per Caltrans methods and procedures in accordance with the LAPM. Jerry excels at coordinating with both clients and contractors and is adept at communicating with the public on high-profile projects as the downtown San Luis Obispo 2022 Roadway Sealing Project and Marsh Street Bridge Replacement projects. DEAN JOHE, QSP, QSD, CPESC, CHIEF CONSTRUCTION INSPECTOR OFFICE LOCATION: SAN LUIS OBISPO Mr. Johe is a lifelong resident of California’s Central Coast and is a seasoned professional with over 30 years of construction industry experience. He has held field supervision positions with several of the nation’s largest general contractors, as well as a general superintendent position at Diablo Canyon Power Plant, where he supervised a staff of over 120. Dean also worked as a foreman for a local contractor and was responsible for project coordination, quality control, and supervision of construction activities on many public works projects. With FE, Dean performs inspection on a wide variety of projects, including annual street resurfacing projects, lift station construction, bridge construction, and flood control projects. RON FARIA, SENIOR CONSTRUCTION INSPECTOR OFFICE LOCATION: SAN LUIS OBISPO Mr. Faria is a long-time Central Coast resident and construction professional with experience working for the City of San Luis Obispo as a Public Works Inspector for over 30 years. Ron is a Certified Public Infrastructure Inspector and has worked in various capacities as an encroachment, capital improvement, residential and commercial tract, and erosion/sediment control inspector, leaving him well versed in all facets of constructability, construction management, and inspection. Example capital improvement projects that Ron has been involved in include Traffic Signal Modification at Foothill and Tassajara, Safe Routes to School projects, Sewer Main Replacement at Pismo and Woodbridge, Monterrey to San Luis Drive Sewer Replacement, Monterey Storm Drain Repairs, Prado Road Extension, and Marsh and Osos Traffic Signal Replacement. 17 TYLER KASUNICH, SENIOR CONSTRUCTION INSPECTOR OFFICE LOCATION: SAN LUIS OBISPO Mr. Kasunich has over 32 years of experience in construction observation and field inspection throughout California’s varied coast and foothills from Tuolumne to San Mateo County, through San Diego County. He has been certified and performed special inspections for soil compaction, asphalt sampling and testing, rock drilling, concrete inspection, erosion control monitoring, bridge retrofitting, pile driving, and many more construction operations. Prior to FE, Tyler served as GHD’s field construction observer to monitor general conformance of the construction operations and to coordinate special inspections for material inspection, sam pling, and testing in the field. He is familiar with the highly dynamic locations, seasonal weather, and environmental constraints affecting California’s Central Coast and provides creative management planning and precise, pragmatic, construction implementation and control. DOUG NELMS, SENIOR CONSTRUCTION INSPECTOR OFFICE LOCATION: SAN LUIS OBISPO Mr. Nelms is a long-time Central Coast resident and construction professional with over 2 decades of experience working for the City of San Luis Obispo as a public works inspector. Doug is a Certified Public Infrastructure Inspector where he has worked in various capacities as an Encroachment, Capital Improvement, Residential and Commercial tract, and Erosion/Sediment control Inspector, leaving him well versed in all facets of constructability, construction management, and inspection. Example relevant capi tal improvement projects that Doug has been involved in include Foothill Bridge at Stenner Creek, Bob Jones City -to-Sea Trail at Los Osos Valley Road, El Capitan Bridge, Meadow Park Pedestrian Bridges, Street Reconstruction and Resurfacing, and Improvement s to Water, Sewer and Storm Drains. C. REDUNDANCY OF STAFF FE maintains a consistent and deep pool of local, qualified, available professionals, creating a responsiveness and adaptability that will translate directly to the best available quality of service at the highest value to the City of San Luis Obispo. Once selected, our staff act as an extension of the City and are capable of functioning in multiple roles in order to deliver a successful project (i.e. a construction inspector providing internal constructability reviews). Our firm is a family and we constantly communicate the status of our projects with each other. This means that at a moment’s notice, anyone of our staff can be assigned to an ongoing project and take over that project without skipping a beat. In addition, a number of our SLO office staff have worked for the City in the past, which means there is also seamless integration into the City’s team. D. STAFF RESUMES Full resumes are attached in Appendix A - Resumes San Luis Obispo Office Staffing E. PROXIMITY OF STAFF The primary staffing for the On-Call projects will be selected from our Local Team, as detailed in Section 2b STAFF EXPERIENCE. This team is based out of our San Luis Obispo Office located 2 blocks from the City of San Luis Obispo Public Works Department and consists of three construction managers and five construction inspectors. F. PROJECT DISQUALIFICATION STATEMENT See Section 1d STATEMENT OF PAST DISQUALIFICATIONS. FE has never been removed from a project or disqualified from proposing on a project. 18 G. BILLING RATES Engineering Construction Management Engineering Technician 120.00$ Assistant Construction Manager $ 180.00 Senior Engineering Technician 135.00$ Associate Construction Manager $ 185.00 Senior Construction Manager $ 205.00 Junior Engineer 170.00$ Principal Construction Manager $ 225.00 Assistant Engineer 185.00$ Senior Construction Inspector (PW) $ 170.00 Associate Engineer 190.00$ Chief Inspector/Owner’s Rep (PW) $ 175.00 Senior Engineer 205.00$ (PW) Prevailing Wage Principal Engineer 225.00$ General Technical/Clerical Support 120.00$ Sub-Consultant Cost + 10% Office Engineer 130.00$ Reimbursable Expenses Cost + 10% Senior Program Manager 205.00$ Outside Consultant Cost + 10% EXHIBIT A FILIPPIN ENGINEERING, INC. BILLING RATES EFFECTIVE APRIL 1, 2024 to JUNE 30, 2025 Note 1: Reimbursable expenses include postage, shipping, outside plot and copy reproduction costs. Note 2: On prevailing wage assignments, overtime rates for construction inspection = 1.3 X regular rate. Double time rates = 1.5 X regular rates. Overtime will not be performed unless authorized in writing by the client. Overtime is incurred as defined on the prevailing wage determination for construction inspector. Note 3: Billing Rates subject to change for multiple year contracts in conjunction with labor increases, which will be calculated at an increase of proportionate percentage from Determination SC-23-63-2-22-1D for Building/Construction Inspector and Field Soils and Material Tester. To be submitted on an annual basis. 19 H. STANDARD SERVICES FE’s engineers, designers, construction technical staff and partners offer engineering design services for public works and u tilities infrastructure projects, including: » Emergency infrastructure repairs » Bridges (pedestrian and small road bridges) » Storm drainage & hydraulic structures » Slope repairs » Pavement rehabilitation » Pedestrian facilities » Utilities (Water and Wastewater) » Railroad interface projects The differentiator of FE from most firms is our specialty in projects with complex construction aspects. Our direct construction experience and relationships with contractors and other specialized construction professions affords FE with knowledge and foresight in design that can only come with our understanding of construction engineering. A significant portion of FE’s services are providing Construction Management and Inspection for public infrastructure project s. We develop plans and specification packages for the project types listed above, in addition our core strengths include indirect design services, which can be provided as an effective independent analysis of designs developed by others. Our reviews are completed and presented in a professional and respectful manner, providing alternative ideas and methods for consideration, rather t han providing criticism. These services include: Constructability Review - Reviewing plans and specifications to ensure projects can be bid and built in a cost effective manner. We check to ensure all Contract parts work in harmony, without conflict to mitigate Contract Changes and Claims during construction. Construction Cost Estimating - Developing accurate cost estimates to ensure the City budgets are sufficient, preventing lengthy and costly delays when bids come in higher than the budget. Value Engineering – Reviewing plans and specifications to consider alternative designs, materials, construction methods and products that provide a cost-effective change during the design phase. FE has excellent professional relationships with local geotechnical, environmental, testing, surveying and other engineering discipline firms, who we contract with frequently, all of whom contract frequently with the City. No matter the project scope, we will find the right partner to deliver City design projects. 20 3. WORK PROGRAM A. APPROACH Each project that FE will deliver under the Engineering On-Call will begin with coordination between FE Project Manager, and City staff. Each project will vary in scope and scale, and it is essential to establish strong lines of communication to determin e the City’s project goals and map out a mutually agreeable plan to achieve those objectives. The Gantt Chart provided below is a generalized schedule of the typical design process anticipated, which will be modified to suit each project. Primary elements of our approach to engineering design projects are detailed below. CLEAR UNDERSTANDING OF THE PROJECT AND ROLES FE approaches each project with a clear understanding of the context and the elements that will be critical to the City. We have the public infrastructure experience to provide suitable technical design and to represent the City’s interests at all times. As such, strict and consistent adherence with City Standard Details and Specifications will be critical for high quality bid documents that lead to a successful project during the construction phase. Further, FE’s experience with the departments and staf f at the City of San Luis Obispo informs our understanding of the specific expectations and procedures that will be desirable to the City. FE will coor dinate early and often with City staff throughout the multiple phases of design to ensure the project con tinues to move forward with the best interest of the City in mind. FE understands, and does not take lightly, the responsibility of functioning as an extension of C ity staff and will advocate for the City and the project. 21 PROJECT CONTROL AND DOCUMENTATION Establishing and maintaining effective procedures at the outset of a project is vital to efficient use of time and materials and the quality of the final bid package. FE sets the stage for success by establishing a clear and concise approach to every proje ct. This includes the project team members and roles, project scope of work, budget, and schedule. FE manages all projects using the Caltrans Local Assistance Procedures Manual (LAPM) and Local Assistance Program Guidelines (LAPG) system of document control and project administration. While City projects may not mandate that the Caltrans systems are utilized, use of consistent and thorough standard documentation and design practices will result in better quality of the design package, which leads to better oversight and complete documentation of the infrastructure installed. As a company, we emphasize the importance of implementing proper procedures on every project and we have developed a Corporate Quality Assurance Plan to document the company’s best business practices, better satisfy the requirements and expectations of our clients, and improve overall management of the company. FE believes the following characteristics indicate the quality of our product deliverables and our services: • Complete – Our deliverables will be accurate and thorough and include all relevant project details. • Consistent – Our project administration, products, and deliverables will be consistent with City standards and requirements and will comply with all applicable guidelines. • Clear – Correspondence and documentation will be clear and concise. Successful project management requires strong team leadership, expertise from a wide variety of technical disciplines, proact ive problem identification and resolutions, and effective execution and coordination of many work activities. FE is poised to execute these tasks with knowledge, experience, and professionalism. Recognition and understanding of the technicalities, attention to the organization of the details throughout the design, and emphasis on thorough planning/sequencing are critical aspects of a successful project. These processes not only keep the design on schedule, but also allow for budget forecasting and tracking. PRACTICAL HANDS-ON VALUE FE is in a unique position to offer a team with extensive experience and capabilities at a tremendous value. Our Team members can leverage the experience, knowledge, and skill sets that made them so successful at previous organizations. FE’s organization al structure creates a nimble, productive and efficient model to maximize the potential for success and value for the project without unnecessary costs. The FE Team has direct experience serving the City of San Luis Obispo and understands projects from all vantage points. Past project history from our staff includes roles as Contractor, City, and Engineering Consultant positions. This brings an additional level of understanding that will help simplify and clarify issues during construction and allow decisions to be made with the City’s best interest in mind. FE understands the full suite of Civil Engineering Design services may not be required on a given project. Lyle Nemeth, the Project Manager, will work closely with the City to define each project’s goals and objectives in order to provide an appropriate scope of work that matches the project constraints. Time, cost, and other factors must be considered for each project. Once the project goals and objectives have been determined, FE and the City’s Project Manager will decide on the best project staffing approach. We believe proper scoping, continual communication, and evaluation of results leads to the best project outcomes. Our Projec t Manager and staff selected for each assignment will constantly coordinate with City staff to make certain the scope our team is providing is effectively meeting expectations on each project. We believe that as we work together, the more we will refine and improve the process to provide the most value to the City. 22 For brevity, FE’s scope of work will include comprehensive civil engineering design services to support the successful completion of each project, delivering high quality, biddable, and constructable bid documents and technical reports, and to: » Effectively manage the design of the City’s CIP projects, including staying within budget. » Maintain open communication between consultant staff and City staff during all phases of the project. » Preserve the integrity of the design and concept of the project. » Ensure the project is designed to the highest quality in compliance with City Standards, meeting schedule requirements. » Minimize exposure to claims and litigation. FE acknowledges that we are capable of providing all of the services as outlined in RFQ and as attached in Appendix C – Workscope; however, these have not been restated below. The following details the general process that will be followed in the delivery of FE designed projects: ENGINEERING DESIGN PROCEDURES FE will work with the City to prepare a bid-ready and buildable set of plans, specifications, and estimate (PS&E), based on the agreed scope. The design process will include the collaboration of the FE team, necessary sub-consultants, City staff, and other permitting/utility Agencies as required. Plans will be developed using AutoCAD or AutoCAD Civil 3d and utilize Microsoft Teams for remote meetings and utilize Bluebeam for design collaboration (Bluebeam Projects and Bluebeam Sessions). Reports, memorandums, spreadsheets and calculations will all be developed in Microsoft Office products (Word, Excel, Project). Draft versions of non -drawing deliverables will be provided in their native file format and PDF for City review. Final deliverables will be provided in PDF format. FE’s design approach and deliverables are detailed below for Preliminary Design, 50% PS&E, 90% PS&E, 100% PS&E, bid phase, construction phase and the post-construction phase: PRELIMINARY DESIGN Project Initiation – Our staff attend and document an initial Scoping Meeting with the City to receive documentation and develop an understanding of the project, including design intent, schedule, design budget, construction budget, constraints, known issues, stakeholders, input provided by others, progress meeting frequency and other specific project details. Following the Scoping Meeting FE will develop a proposed scope and fee for City review. If needed FE will address City review comments and resubmit prior t o a Notice to Proceed from the City. Initial Data Acquisition – We will conduct a comprehensive review and evaluation of existing data relevant to the project. We consider this phase of the project to be extremely important, not only because it will form the basis for the development of design concepts required in the following tasks, but also because it can alert the project team to potential problems that may not have been evident in previously provided data. Additional data acquisition may be required in the form of topographic survey, biological & cultural assessments, geotechnical investigations, additional research, or public interviews. Coordination Meetings – We will attend and manage regular project status meetings with the City (and other participants as needed) to discuss project progress. We actively participate with our clients in making presentations to regulatory Agencies, public meetings, and others, when required. Site Visits – Our personnel will conduct site visits to become familiar with the surroundings and photo-document the critical features. Visiting the site gives the design team an opportunity to identify potential concerns that may not be apparent from a site map or archival data. We have found that conducting a thorough initial site visit and the resulting photo document ation identifies critical physical features while reducing the need for additional site visits. FE will also utilize UAV/drone equipment to capture video footage and imagery from an aerial vantage point. 23 Base Mapping – A digital base map for the project area will be developed, using AutoCAD software. The base map will incorporate all pertinent features and be continuously refined/updated throughout the project. The presence of all existing infrastructure will be identified and include sanitary sewers; water lines; natural gas lines; telephone lines; electric; CATV; etc., within the areas of the proposed improvements. This ensures that protection and/or relocation of existing infrastructure is provided within the design of the proposed improvements. Survey – Field surveys will be performed by a subconsultant, as required, to establish critical property corners and locations, periph eral buried utilities, easement lines, right-of-way boundaries, and other features critical to the proposed capital improvements and ultimate project completion. The results of all field surveys will be incorporated into the construction drawings and plans to be pre pared in conjunction with this project and submitted as part of the final project documentation. If additional easements are required, we will work with City staff to initiate the procurement process. FE has excellent professional relationships with many Professional Land Surveyors in the San Luis Obispo Region. Geotechnical Investigation – In order to determine the geotechnical conditions of the site for the purposes determining design parameters, a geotechnical investigation will be conducted by a subconsultant as required based on the scope of the project. Geotechnical investigations may include borings and samples taken for materials testing. Information gathered and preliminary conclusions and recommendations developed during the geotechnical analysis will be compiled into a preliminary geotechnical recommendation memorandum. FE has excellent professional relationships with many geotechnical engineering firms and laboratories in the San Luis Obispo Region. Utility Coordination – FE will coordinate with City Utilities departments and all utility Agencies as required for location and relocation of an existing facility. Early contact and location is a critical step to prevent later delays with utility coordination. Some utilities can take over 6 months to develop designs and relocations, FE has excellent relationships with utility company contacts to expedite the process. Utility location and potholing should be completed immediately prior to topographic survey to ensure accurate utility locations are captured in the survey. Agency Permitting – The City will obtain permits using City staff and other consultants. FE will support the City’s permitting efforts, providing required documentation and exhibits, etc. Depending on the project, we anticipate permits may be required from environmental and resource agencies and encroachment permits required from other agencies, such as Caltrans. The City will al so obtain right to enter private and commercial property. Design Alternatives/Feasibility Analysis Memorandum – In order to determine the best value for the City, a feasibility analysis and a number of alternatives will be analyzed through a systematic approach and recorded in an Alternatives Analysis Memorandum. Alternative Workshops will be held to determine appropriate alternatives and the preferred alternative. FE will facilitate the workshops, which will be attended by representatives of each technical discipline and the City. The workshops will draw on the knowledge and experience of the team to determine effective solutions. Criteria for comparing the alternatives will be developed for example technical performance, constructability, financial and environmental considerations. Objective scoring will determine the preferred alternative to progress to 50% design. This methodology will provide the City with robust and defendable documentation for funding authorities. 24 Basis of Design Report – Depending on the size and complexity of the project, following the findings of the Alternatives Analysis, a Basis of Design (BOD) report will be developed to document standards, design parameters, design decisions, stakeholder input and generally be a reference during design and record of the development of the design. The BOD will be updated at each design submittal stage i.e. 50%, 90% and 100%. We will ensure that all proposed improvements meet and/or exceed minimum applicable requirements for the City. The BOD, including forecast project costs, will be submitted to the City for review and comment. All comments will be incorporated into the subsequent design phases. Preliminary Design Deliverables – Investigation Reports and Memorandums (geotechnical, biological, cultural etc.) – Topographic Survey in .dwg and PDF – Base plan, including Survey and Utility Atlas content – Preliminary Design Exhibits – Specification Table of Contents – 50% PS&E The 50% Plans, Specifications and Estimate (PS&E) will develop the preliminary design to a point that identifies all of the project components and the design generally. The 50% PS&E package needs to have sufficient detail for incorporation into environmental reports, by others, for submission to permitting agencies, for the purpose of soliciting feedback and for use as exhibits in permit applications. For projects that require the full CEQA process, the 50% plans will be utilized for this purpose and will be developed knowing they will be used for agency and public review. A draft version of the 50% PS&E package will be submitted to the City for review. Following City review FE will incorporate City changes and submit the final 50% PS&E package. 50% Plans – FE will develop plans in accordance with the City’s drafting standards, including using a City -provided title block and utilizing City-preferred line types, text, blocks and other drawing features. The plans will be developed in AutoCAD or AutoCAD Civil 3d format (.dwg). FE’s internal drawing QA will ensure plans are submitted to the City in a professional and complete manner, requiring minimal comments from the City. 50% Specifications – The specifications will be developed to document the requirements of the design, utilizing the City Standard Specifications and Caltrans Standard Specifications. FE’s construction management background provides unparalleled background for specification development for the City. As CMs on City projects we understand potential ambiguities and how to avoid them by addressing them directly in the specification so the Contractor knows what is required and can account for them in their bid. Measurement and Payment clauses are a leading cause for Change Orders during construction and therefore are a key focus when we develop and review Contract Special Provisions. We provide specifications that are clear for Bidders to price, for the Contractor to build, and straightforward for Contractor and field inspection staff to measure and confirm compliance. 50% Construction Cost Estimate – FE will develop a detailed Construction Cost Estimate, based on the plans and specifications at the commensurate design phase. FE’s team of construction engineers and inspectors are well versed in construction cost estimates, noting our constant interaction with the bidding and construction phase of projects on the Central Coast. FE will use engineering judgement to utilize the best information available and with our Construction Management experience, we can draw on our recent projects to provide accurate historic prices (having been involved on over 450 projects on the Central Co ast in the past 10 years). We have found that historic prices can be utilized for bid-based estimating if the type of work and size of the job 25 are similar and were recently completed. The Caltrans Contract Cost Data web database is also a highly useful resource for historical construction unit rate price data. In cases where historical data is not available, or not appropriate for use in the proj ect, FE will develop unit prices calculated using actual labor, materials, and equipment costs, based on Department of Industrial Relations labor rates, quoted pricing for materials, Caltrans and other equipment rates and based on our significant construct ion experience. FE employs various construction cost estimating methods, with the most appropriate method selected depending on the complexity of the project and the design phase. FE will also make recommendation on contingency amounts for the project to ensure the City is using an appropriate project cost for approved budgets. 50% Estimate of Contract Working Days – FE will estimate the construction duration required to complete the work based on our construction experience. Activities that will be considered are working hours, traffic control and staging/phasing restrictions, long lead time items, permit restrictions (i.e. creek windows), and type of work being completed. We will develop a concept construction schedule in Gantt Chart format for the purpose of estimating working days, generally we utilize Microsoft Project for th is purpose. Providing an accurate estimate of working days is a key component of any public works construction project. If the Contract i nclude insufficient working days Contractor’s will include addition amounts in the bid to increase resources, or include liquidated damages in their bid. If the Contract includes excessive working days the Contractor may under resource the project, or temporarily move to other projects, leaving partially complete City projects with no Contractor onsite, which is difficult to explain to the disrupted community. The estimate of working days will be included in the construction cost estimate. 50% Constructability Review – Constructability review will be a continuous process throughout design, our designers and engineers are construction professionals, always considering construction of the project. Formally, after implementing the changes required in the preliminary design, a constructability review by FE’s construction managers and inspectors will be completed to confirm t hat the project can be bid and constructed. Construction Contract Change Orders often result from conflicting requirements in Contract parts. FE’s constructability review will ensure the construction contract documents work in harmony, and that agency and permit requirements are covered. Items such as bidding requirements, scheduling requirements, construction sequencing, and startup responsibilities should be clearly defined in the specifications. These items can result in significant claims if not clearl y resolved. We perform independent review on projects both that we design and that others design, providing value to the City and designer. A constructability review memorandum will be provided to the City for review. A comprehensive scope is provided in Appendix D – Constructability Review. 50% Design Deliverables All 50% design deliverables will be submitted in both draft and final formats. – 50% Plans in PDF format – 50% Specifications (may be table of contents on smaller basic projects) in Microsoft Word format – 50% Construction Cost Estimate in PDF and Microsoft Excel format – Updated BOD report in Microsoft Word Format – 50% Constructability Review Memorandum with document markups 90% PS&E 90% Plans – The 90% plans will build on the 50% PS&E, incorporating changes directed by the City, following engineering reviews and environmental and permitting reviews. Permitting agencies may require specific aspects to be incorporated into the projec t for their ‘buy-in’ prior to approval of permits. If such changes are required by an Agency the 90% plans will be submitted to said Agency when complete. 90% plans will also incorporate recommendations from the 50% constructability review, if directed by the City. 26 90% Specifications – The 90% Specifications will be a complete Specification set, including the City’s Invitation to Bidders, General Conditions of Contract and the FE developed Special Provisions, along with attachments, such as permits and other pertinent documentation. The 90% Specification Draft will be submitted to the City in Microsoft Word format with questions for the City, if any. 90% Construction Cost Estimate – Based on the 90% plans and specifications FE will update the 50% Construction Cost Estimate, which will be more detailed and in a Bid Schedule format using Specification Items and unit rate pricing. 90% Estimate of Contract Working Days – The Contract Working Days will again be analyzed and included with the 90% Construction Cost Estimate. 90% Constructability Review – Based on the 90% plans and specifications FE will complete a final Constructability Review, including a full review of the Invitation to Bidders, Contract General Conditions, Special Provisions and Plans to ensure the documents work in harmony, without conflicts between Contract parts. 90% Design Deliverables All 90% design deliverables will be submitted in both draft and final formats. – 90% Plans in PDF format – 90% Specifications in Microsoft Word format (Includes Invitation to Bidders, General Conditions and Special Provisions) – 90% Construction Cost Estimate in PDF and Microsoft Excel format – Updated BOD report in Microsoft Word Format – 90% Constructability Review Memorandum with document markups 100% PS&E 100% Plans – The 100% plans will build on the 90% PS&E, incorporating final review comments from the City. Only minor changes are anticipated from the 90% design. The 100% plans will be considered the final set, ready for bid. 100% Specifications – The 100% Specifications will incorporate the 90% review comments and be considered the final set, ready for bid. 100% Construction Cost Estimate – A final review of the project will be completed and the Construction Cost Estimate Updated, and considered the ‘Engineer’s Estimate’. The final review will consider the timing of the Bid, the construction market i.e. are Contractors busy, etc.. 100% Estimate of Contract Working Days – The Contract Working Days will again be analyzed and included with the 100% Construction Cost Estimate. 100% Constructability Review – A Constructability review of the 100% design will only be required if design changes are required following the City’s review of the 90% plans. We assume only very minor design changes and drafting edits will be required after 90% design. 100% Design Deliverables All 100% design deliverables will be submitted in both draft and final formats. – 100% Bid Package that incorporates the final PS&E, provided in PDF format. It is anticipated that the Bid Package can be used to advertise the Bid as a single document, but can be separated into parts if preferred by the City. – Updated BOD report in Microsoft Word Format 27 BID PHASE We will assist the City with solicitation for bids to construct the proposed improvements. We understand the City will be responsible for Bidding, FE will support the City. At the City’s direction we will prepare and issue addendums to the Bid documents in response to Bidder RFIs, as needed, and assist in the review and tabulation of bids. In addition, if requested, we will attend pre-bid conferences and provide technical assistance to the City and prospective bidders. We will provide input, as necessary, in formulating recommendations for contract award. Subsequent to notifying the successful bidder, we will ensure that all requisite documentation is submitted to the City by the Contractor. In the event the successful bidder requires the services of a subcontractor or supplier or finds it necessary to substitute materials and equipment for a specific phase of the project, we will determine the suitability and provide recommendations to the City. Bid Phase Deliverables – RFI responses, in the form of Bid Addendum CONSTRUCTION PHASE The FE Team will provide design support during construction for the City’s Construction Manager as follows: » RFI review and response (where possible responses will be provided within 2 working days) » Submittal review and response (where possible responses will be provided within 5 working days) » Designer support, including site visits, as needed Construction Phase Deliverables – RFI responses – Submittal review responses – Design input, if needed – Plan changes, if needed POST-CONSTRUCTION PHASE After construction work is complete, the FE Team will compile the as -built plans / record drawings and submit to the City. The as- built plans will be developed based on information provided by the City’s Construction Manager, including field changes, RFI responses, Change Orders and other documentation. If post-construction survey is required, the results of this will be included in the As-Built documents. Post-Construction Phase Deliverables – Record Drawings – Final BOD Report – Other documentation, if requested B. SERVICES TO BE PROVIDED BY THE CITY FE anticipates that the following services or data would be provided by the City: » Obtain the environmental document. » Pay all permit fees. » Obtain permits for creek-related work from regulatory agencies. » Complete staff reports for approval. » Advertise and award construction contracts. » Provide construction management. FE will coordinate early and often on these items as the project progresses in case the City decides to assign these items, or additional responsibilities, to FE. 28 C. ADDITIONAL INFORMATION We believe there are several additional reasons why the City of San Luis Obispo should select FE for Engineering Design Services. APPROPRIATE & PROFESSIONAL EXPERIENCE • FE’s team brings the specific technical experience and knowledge necessary to develop design packages, successfully navigate the permitting processes and deliver complete construction-ready bid documents • Our experience comes directly from managing engineering projects from planning and concept design though the completion of construction, including knowledge gained in the field. DEPTH OF STAFF • FE team has the depth of staff resources to ensure that qualified support is always available; our depth ensures that we can react to the City’s requests and remain adaptable to fluctuations in the project. • FE’s model and goal is to always maintain consistent staff on the assigned projects from start to finish, to ensure the highest quality and value available. UNDERSTANDING OF CITY PROJECTS AND ROLES • Based on recent project experience FE staff understand the roles, limitations, and expectations of the various project stakeholders for City of San Luis Obispo projects. • FE has intimate familiarity with the City Departments and the City staff, including their particular expectations. • We function as an extension of City staff and manage the work in the areas that will be important to the City’s long-term interests. CONSTRUCTION MANAGEMENT, COST ESTIMATING, & CONSTRUCTABILITY REVIEW • Our team can provide seamless integration into the construction phase of any design project we complete for the City. • Unparalleled construction experience provides accurate cost estimating. • Wide variety of disciplines and expertise delivers constructability reviews that provide value engineering in the design phase and mitigate contract changes, claims and delays in the construction phase. Appendix A - Resumes APPENDIX A RESUMES CIVIL ENGINEERING DESIGN SERVICES GINO FILIPPIN, P.E., QSD | PRINCIPAL ENGINEER Mr. Filippin has over 40 years of experience in all aspects of construction management, including roles as project manager, resident engineer, engineer of record, and project engineer for public works projects throughout the Central Coast. Mr. Filippin has extensive experience, knowledge of Caltrans procedural matters and claims avoidance/resolution and innovative solutions as he closely monitors project documents for clarity, conformity, and consistency. He excels at communicating to both clients and contractors, consistently providing intelligent and well thought out solutions to complex project issues, and he has extensive experience coordinating with clients, contractors, consultants, private utilities, regulatory agencies, and the public on large construction projects. Mr. Filippin will be a constant resource for the CMIT team on this project. RELEVANT PROJECT EXPERIENCE MARSH STREET BRIDGE REPLACMENT (City of San Luis Obispo) Fulfilled Resident Engineer duties on the Marsh Street Bridge for the City of San Luis Obispo. The replacement of the bridge consisted of removing and replacing a concrete bridge and roadway approaches; relocating domestic water facilities; constructing concrete channel walls utilizing rock slope protection and solder pile wall; micropile foundation on the abutments; planting landscape materials and irrigation systems; installing storm drainage facilities; installing streetlights; and protecting existing utilities. BRIDGE STREET BRIDGE REHABILITATION (City of Arroyo Grande) Fulfilled Resident Engineer duties on this Historic 2-span steel truss structure. A portion of the superstructure was preserved and used while the substructure was reconstructed using CIDH foundations. Work also included reconstruction of roadway approaches; relocating domestic water, gas, and sewer facilities; and installing storm drainage facilities. MATILIJA DAM ECOSYSTEM RESTORATION AND SANTA ANA BLVD. BRIDGE REPLACEMENT (County of Ventura) Resident Engineer for this $11.2M the Matilija Dam Ecosystem Restoration and Santa Ana Blvd Bridge Replacement project. Project work included the removal of the existing bridge and construction of the Santa Ana Boulevard Bridge over the Ventura River in Oak View, CA. Part of the project will be to remove the Matilija Dam to restore suitable habitat and improve water and sediment flows. This project included demo of an old bridge and construction of the new bridge with two large diameter CIDH piles, abutments, and roadways. Project also included improvement of sidewalks, channel embankment work, rock riprap, removal and relocation of numerous utilities, chain link fencing and gates, rock walls, ornamental gates, retaining walls, storm drains and landscape and mitigation plantings. TANK FARM ROAD/BROAD STREET INTERSECTION (City of San Luis Obispo) Provided Resident Engineering responsibilities on this project included the reconstruction and widening of one of the most active and heaviest used intersections in the City of San Luis Obispo. The widening project included phased construction of new pavement sections, replaced signal light poles and upgraded video detection systems, altered lane assignments and turning patterns, and a final micro-surfacing and re-striping finish, performed during night work. ATP CYCLE 3 FUNDED PEDESTRIAN IMPROVEMENTS (City of Guadalupe) Resident Engineer for the construction of sidewalks and ADA curb ramps on Guadalupe Street (Highway 1) and curb ramps at the intersection of Obispo Street and 10th Street. The work included bulbouts, sidewalks, curb ramps, crosswalks, striping and markings, signs, rapid flashing beacons, and other pedestrian facilities, traffic control and stormwater pollution control programs. MEADOWPARK BRIDGE REPLACEMENT (City of San Luis Obispo) Filippin Engineering provided engineering design services to the City of San Luis Obispo by preparing plans and specification for the replacement of two pedestrian bridges at Meadow Park. REGISTRATION • Registered Civil Engineer No. 57254 • CalOES SAP Evaluator EDUCATION • Bachelor of Bachelor of Bachelor of Bachelor of Construction Construction Construction Construction ManagementManagementManagementManagement,,,, Polytechnic State University, San Luis Obispo, 1994 AWARDS • APWA Ventura County Chapter – Springville Drive Interchange – 2012 Best Project of the Year for Transportation • ASCE and APWA Ventura County Chapter – Donlon Road Realignment – 2016 Project of the year for Transportation • APWA Central Coast Chapter- 2018 Professional of the Year AREAS OF EXPERTISE • Construction Law for Contractors, Architects and Engineers – Price, Postel & Parma LLP • FAA Seminar on AIP, ACIP, Planning, Engineering, Certification and Airport Compliance • Special District Administration – Special Districts Institute • American Red Cross, Certified in Adult & Child First Aid/CPR/AED GINO FILIPPIN, P.E., QSD | PRINCIPAL ENGINEER MEASURE K-14 STREET REHABILITATION PROJECT (City of Grover Beach) Resident Engineer providing construction management and inspection on this $6.3M project which provided pavement rehabilitation and repair, concrete curb, gutter, cross gutter and sidewalk work; accessibility improvements; water utility piping improvement, sewer piping improvements, service upgrades, and fire hydrant installations and relocations; and utility valve box and sewer manhole improvements. 2020 WATERLINE AND VALVE REPLACEMENT (City of Lompoc) Filippin Engineering provided Construction Management and Inspection for the 2020 Water Line Replacement Project. Work included the potholing of existing utilities; furnishing and installing temporary water services and bypass line; pavement saw cutting, removal and disposal; structure excavation; disposal of structure excavation (including AC pipe to be handled as hazardous asbestos material); trench shoring, sheeting, and bracing; furnish and install polyvinyl chloride C900 or ductile iron pipe waterline; furnish and install valves, fittings, thrust blocks, tracer wire, water services, fire hydrants, meter boxes and yokes; trench bedding and backfill; hydrostatic and sterilization testing; coordination, removal and replacement of existing utility vaults; removal & disposal of existing concrete, furnish and construct PCC improvements; furnish and construct hot mix asphalt trench paving and patching; clean-up and related work as required, to complete the work as specified by the Plans, Standard Specifications, City Standard Requirements, and these Special Provisions. 2018-19 WATER MAIN REPLACEMENT (City of Lompoc) Provided Resident Engineer responsibilities for the construction management and inspection for the City of Lompoc Waterline and Valve Replacement Project, Ocean-Walnut Alley between “A” Street and “2nd” Street project consisted of the abandonment of an existing water main. Installation of 4,100 L.F. of new 6” PVC C900 by conventional trench and pave back. Included: Pothole existing utilities; furnish and install temporary water services and bypass line; pavement saw cutting, removal and disposal; structure excavation; disposal of structure excavation (including AC pipe to be handled as hazardous asbestos material; trench shoring, sheeting, and bracing; furnish and install polyvinyl chloride (P.V.C.) C900 or ductile iron pipe (D.I.P.) waterline; furnish and install valves, fittings, thrust blocks, tracer wire, water services, fire hydrants, meter boxes and yokes; trench bedding and backfill; hydrostatic and sterilization testing; coordination, removal and replacement of existing utility vaults; removal & disposal of existing concrete, furnish and construct PCC improvements; furnish and construct hot mix asphalt trench paving and patching. WEST MAIN STREET WATER LINE (City of Guadalupe) Resident Engineer for the City of Guadalupe’s West Main Street project which involved the trenching, backfill, and compaction, installation of approximately 1,050 feet of 8-inch and 12-inch municipal water main in a public street with fittings and valves, hydrant and water service improvements, asphalt and concrete surface for construction, pavement marking application with retroreflective markers, and traffic control. FY 19A AND B WATERLINE REPLACEMENT (City of Santa Barbara) Provided Resident Engineer services for this $7.6 million project which consisted of installing 1,022 LF of 6 to 12-inch ductile iron, installing 29,657 LF of 6 to 12-inch PVC water main lines, reconnecting 600 water services and installing 36 fire hydrants, tying in existing watermains to new watermains and coordinating with the City water department for Bac-T and low chlorine testing, and GPS services for the main, T’s and new valves. MARGARITA LIFT STATION (City of San Luis Obispo) Project Manager/Resident Engineer involved in the design and construction of the Margarita Lift Station. The existing station were to stay active and uninterrupted through the construction of a completely new station including new pumps, drywell, electrical and controls gear, as well as associated site piping and fittings. FE worked in conjunction with another engineering design firm to complete the design feasibility and thorough concept design development. 2018 PIPELINE REHABILITATION PROJECT (Goleta Sanitary District) Resident Engineer for this $1.1M project rehabilitation of approximately 460 linear feet of 6-inch diameter sanitary sewer, 10,192 linear feet of 8-inch diameter sanitary sewer, rehabilitation of 228 services with a “Top Hat” lateral seals, rehabilitation of 43 manholes, removal of 4 sewer clean outs to be replaced with 4 sewer manholes, maintaining and diverting sewage flows, pipeline cleaning, CCTV inspection and video recording, traffic control and ancillary work as herein specified and as shown on the Drawings. The method of rehabilitation to be used shall be cured in place pipe lining. LAGUNA LIFT STATION REPLACEMENT (City of San Luis Obispo) Project Manager for construction of a 75-horsepower pumping station and associated piping, manifold, precast wet well and submersible pumps connecting to 16” force main. Project included demolition and abandonment of the existing pumps, new site hardscape, planting and irrigation. TANK FARM GRAVITY SEWER, FORCE MAIN, AND LIFT STATION (City of San Luis Obispo) Responsibilities include overall project management for this $9.3M, involving construction of a new pump station, 0.75 mile force main, 1.25 mile gravity sewer along a route that covers City, County and Caltrans right-of-ways. LYLE NEMETH, P.E., QSD, CPII | SENIOR ENGINEER PROJECT MANAGER Mr. Nemeth is a registered Civil Engineer with a Master of Science in Civil and Environmental Engineering from California Polytechnic State University, San Luis Obispo. Before joining FE, he worked for the City of San Luis Obispo as a Public Works Inspector and Project Manager on capital improvement projects, encroachment permits, residential and commercial tracts, and erosion/sediment control inspections. Lyle is well versed in all facets of design, constructability, construction management, and inspection, including roles as a Resident Engineer and Project Manager. Lyle is adept at documentation and contract administration and is knowledgeable of, and able to apply, the pertinent standards, specifications, and project specific requirements for local, state, and federally funded projects. RELEVANT PROJECT EXPERIENCE SANTA LUCIA ROAD BRIDGE REPLACEMENT PROJECT (City of Atascadero) Resident Engineer for the installation of a new $3.6M, 73-foot-long and 36-foot-wide, single-span, cast-in-place, post-tensioned concrete slab bridge. The project also included construction and removal of a temporary one-lane bridge with reversing traffic control adjacent to the existing structure; construction of new abutments and 20 24-inch cast-in-drilled-hole (CIDH) concrete pile foundations and an 88-feet long retaining wall; improvements to the channel bottom and slope embankment; 875 total feet of roadway approach improvements on Santa Lucia Road and Llano Road (including roadway and approach conforms, driveways, and guardrail); construction of a new stormwater drainage system to meet stormwater post-construction requirements; and utility relocations (water, gas, telecommunications, and power). VIA AVENUE BRIDGE REPLACEMENT PROJECT (City of Atascadero) Resident Engineer for the installation of a new $3.2M, 74-foot-long and 50-foot-wide, single-span, cast-in- place, post-tensioned concrete slab bridge. The project also included construction of new abutments and 30 24-inch CIDH concrete pile foundations; improvements to the channel bottom and slope embankment; 350 total feet of roadway approach improvements on Via Avenue (including roadway and approach conforms, driveways, sidewalk, curb and gutter, and guardrail); construction of a new stormwater drainage system to meet stormwater post-construction requirements; and utility relocations (water, gas, and telecommunications). MARSH STREET BRIDGE REPLACMENT (City of San Luis Obispo) Project Manager for the City of San Luis Obispo who oversaw a construction management firm that provided construction management and inspection services for a new $4.3M, 48-feet-long and 69-feet-wide, single-span, cast-in-place concrete slab with no approach slabs. The project also included construction of new abutments and eighty 8-inch micropile foundations, a 17-feet long retaining wall, and a 40-feet long soldier pile wall, improvements to the channel bottom and slope embankment, 390 feet of roadway approach improvements on Marsh Street (including roadway and approach conforms, driveways, sidewalk, curb and gutter, parking lanes, and bike lanes), construction of a new stormwater drainage system to meet stormwater post-construction requirements, and utility relocations (water, wastewater, gas, and telecommunications). CRESTON ROAD BRIDGE EMERGENCY REPAIR (County of San Luis Obispo) Provided Construction Management and Inspection for the Creston Road Bridge Emergency Repair Project, which consisted of the structural reinforcement of the undermined abutment footings and collapsing bridge deck. The project included structurally stabilizing the bridge through the installation of a falsework system using W14x120 beams; reinforcing the 75 feet of undermined abutments and wingwalls by underpinning (excavation to the competent Paso Robles Formation, drill/dowel/epoxy into existing footing, and adding additional reinforcement); re-grading the channel bottom and slope embankments to preexisting conditions after the storm damage; and a total of 75 feet of eastern and western roadway approach improvements, including roadway and approach conforms and guardrail. This emergency project was necessary because of damage from the significant rain events in early-2023, so the entire project was completed at force account, tracked, and documented according to Federal Emergency Management Agency (FEMA) reimbursement requirements. REGISTRATION • California Registered Civil Engineer No. 90919 • New Jersey Registered Civil Engineer No. 24GE05663700 EDUCATION • Master of ScienceMaster of ScienceMaster of ScienceMaster of Science Civil and EnvironmentCivil and EnvironmentCivil and EnvironmentCivil and Environmentalalalal Engineering, Engineering, Engineering, Engineering, with Distinction California Polytechnic State University San Luis Obispo, CA., 2016 • Bachelor of ScienceBachelor of ScienceBachelor of ScienceBachelor of Science Civil EngineeringCivil EngineeringCivil EngineeringCivil Engineering,,,, with Honors - Cum Laude California Polytechnic State University San Luis Obispo, CA., 2015 AREAS OF EXPERTISE • Certified QSD, QSP in California – Certificate No. 27507 • Certified Public Infrastructure Inspector • American Red Cross, Certified in Adult & Child First Aid/CPR/AED LYLE NEMETH, P.E., QSD, CPII | SENIOR ENGINEER PROJECT MANAGER STORM REPAIRS AT SAN SIMEON CREEK (County of San Luis Obispo) Provided Construction Management and Inspection services for storm repairs on San Simeon Creek Road. Work included roadway excavation, installation of 1-4 ton rock slope protection and embankment material, and repaving off the entire road along the limits of damage. FE coordinated with the County’s biologist and paleontological subconsultants throughout the duration of the project to ensure all environmental, biological, and cultural measures were met. SAN MARCOS ROAD EMERGENCY REPAIR AND STABILIZATION (City of Atascadero) Provided Construction Management and Inspection services for this emergency slope repair project which included the installation of a 160’ soldier pile wall and reconstruction of San Marcos Road at the location of a landslide. LIFT STATION #13 & FORCE MAIN REPLACEMENT (City of Atascadero) Provided Construction Management and Inspection services for the construction of a new lift station, demolition of the majority of operations equipment at the existing lift station site, replacement & upsizing of approximately 2 miles of sewer force main on a new alignment, and repaving of approximately one mile of roadway on Santa Cruz Road & Traffic Way. The lift station portion of the project included the installation of pumps, controls, alarm systems, wet-wells, wet-well linings, flow meter, and back-up power generator. OAK PARK BOULEVARD ECR STORM DRAIN IMPROVEMENT (City of Arroyo Grande) Provided Construction Management services for the Oak Park Boulevard ECR Storm Drain Improvement project which included the removing and replacing of an existing drainage inlet, installing a new manhole, concrete junction boxes, and a new HDPE pipe within the City and Caltrans right-of way. Work also included connecting to an existing box culvert within the Highway 101 right-of-way; restoring landscaping; providing traffic control, stormwater control and compliance with the Caltrans permit. DISINFECTION BYPRODUCT REDUCTION AND WTP PIPE GALLERY IMPROVEMENTS (City of San Luis Obispo) Project Manager for the City of San Luis Obispo who oversaw a construction management firm that provided construction management and inspection services. Provided direction and oversight for the $1.8M modifications at two potable water storage tanks and the installation of mixers, aerators, and ventilators to effectively reduce disinfection byproducts in order to improve water quality and meet regulatory requirements. The project also included replacement of corroded pipe within the pipe gallery at the San Luis Obispo Water Treatment Plant as well as the replacement of a sections of effluent line and additional valving to provide a means for improved maintenance flexibility within the pipe gallery. 24" HIGHLAND DRIVE WATERMAIN REPLACEMENT (City of San Luis Obispo) Project Manager for the City of San Luis Obispo that provided field design and inspection services for the replacement of a leaking 24" ductile iron water main with new ductile iron pipe and flexible expansion joint fittings This project also included installing temporary bypass piping which allowed the City Water Department to pump water from a high pressure zone to a low pressure zone to extend the shutdown window. The location of the leak was on the primary water distribution main from the San Luis Obispo Water Treatment Plant and it was determined that the work needed to be completed in a 16 hour shut down window. The project was completed successfully during a 12-hour night shutdown. CALLE JOAQUIN LIFT STATION REPLACEMENT (City of San Luis Obispo) Project Manager for the City of San Luis Obispo who oversaw a construction management firm that provided construction management and inspection services. Provided direction and oversight for the construction of a new 6-inch and 12-inch gravity sewers, 10-inch sewer forcemain, San Luis Obispo Creek crossing consisting of a 6-inch double-barrel inverted siphon by horizontal directional drilling methods, 30-inch jack and bore under US-101, duplex pumping station with wet well and immersible pumps, and associated piping and manhole improvements, and removal, demolition, and abandonment of the existing lift station, equipment, piping and appurtenances. Additional work included the construction of a 16-inch jack and bore under two box culverts. ELM STREET PARK PLAYGROUND (City of Arroyo Grande) Provided Construction Management services for the installation of new playground equipment which included rough grading, concrete footings for the equipment, and final installation of the of the pour-in- place surfacing. ISLAY HILL PARK REHABILITATION (City of San Luis Obispo) Project Manager and Inspector for the City of San Luis Obispo for the installation of new playground equipment (rough grading, subsurface drainage, concrete footings for the equipment, and final installation of the surface wood chips), new ADA compliant curb ramps and sidewalks leading to the playground from the parking lot, and final paving. PAUL HENDERSON, CPENG, CCM | DESIGN MANAGER Mr. Henderson joined has over 18 years of public and private work experience in the United States, Australia, and New Zealand. Paul’s experience in all aspects of civil engineering projects, including roles as Project Manager, Design Manager, Construction Manager, and Resident Engineer. Paul’s’ extensive public works experience includes the design and construction of bridges, roadways, roundabouts, utilities, water storage structures, shoreline protection, living shorelines, marine and coastal structures and emergency works for critical public infrastructure. Well-versed in construction administration and civil engineering design, Paul has served as design manager, construction manager, inspector, and cost estimator during all phases for projects in communities throughout the California. Paul is very familiar with the requirements of local, state, and federal agencies as they relate to engineering design and construction projects. PROGRAM MANAGEMENT EXPERIENCE CITY OF ARROYO GRANDE CAPITAL IMPROVEMENT PROJECTS MANAGER (City of Arroyo Grande) From late 2022 through early 2024 Paul served as the City’s CIP Manager, managing Capital Improvements budgets and program for projects including: storm damage repair, bridges, streets, paving, ADA upgrades, buildings, utilities and a variety of other City projects. Paul managed engineering & environmental consultants and contractors to deliver projects on schedule and withing the City’s approved budgets. Paul also serves as Construction Manager during the construction phase of the CIP projects. BRIDGE REPLACEMENT PROGRAM, QLD, AUSTRALIA (Somerset Regional Council) Project Manager and Construction Manager for the Somerset Regional Council bridge replacement program (3 years). Paul’s role included the management of the delivery of new concrete bridges from concept design through to the completion of construction. Under Paul’s management, 25 bridges were designed and 11 bridges were constructed. Paul’s hands-on approach during construction delivery included the construction management, special inspections, quality verification, and resolution of contractual queries and disputes. Paul was on site, providing guidance and inspections, for all project milestones. Many of the bridges required piling in challenging geotechnical and conditions, and all bridges were constructed in and over waterways. Funding requirements meant project timeframes needed to be strictly adhered to, for risk of funding being withdrawn. Thorough understanding of project / program management, solid procurement process, and bridge construction techniques enabled the multi-bridge program to be completed on time and on budget. UTILITIES EXPERIENCE OAK PARK BOULEVARD ECR STORM DRAIN IMPROVEMENT (City of Arroyo Grande) Associate Construction Manager for the Oak Park Boulevard ECR Storm Drain Improvement project which included the removing and replacing of an existing drainage inlet, installing a new manhole, concrete junction boxes, and a new HDPE pipe within the City and Caltrans right-of way. Work also included connecting to an existing box culvert within the Highway 101 right-of-way; restoring landscaping; providing traffic control, stormwater control and compliance with the Caltrans permit. MILAGRA CREEK OUTFALL REPAIR PROJECT (City of Pacifica) Pacifica experiences significant coastal bluff erosion: in one case, the bluff has retreated significantly from the 80-inch pipe outlet to the Pacific Ocean, leaving the end sections of the pipe in a failed state. The project involved installing micropiles from within the pipe to support the concrete pipe sections as the bluff continues to recede. The work was performed within a restricted space and in less-than-ideal conditions. Possesses piling and deep foundation construction experience, which provided the City with confidence that the project will be constructed as designed. Paul worked with the contractor and the City to overcome a number of challenges, including significant delays related to the COVID-19 global pandemic. REGISTRATION • Registered Professional Engineer Queensland (RPEQ), Queensland, Australia • Chartered Professional Engineer (CPEng) Australia • Certified Construction Manager (CCM), United States EDUCATION • Bachelor of Bachelor of Bachelor of Bachelor of Engineering Engineering Engineering Engineering (Hons)(Hons)(Hons)(Hons) Civil and Environmental Civil and Environmental Civil and Environmental Civil and Environmental USQ, Queensland, Australia, 2012 • Bachelor of Bachelor of Bachelor of Bachelor of Engineering Engineering Engineering Engineering TechnologyTechnologyTechnologyTechnology USQ, Queensland, Australia, 2010 • Diploma in Civil Diploma in Civil Diploma in Civil Diploma in Civil Engineering Engineering Engineering Engineering Otago Polytechnic, Dunedin, New Zealand, 2003 AREAS OF EXPERTISE • Civil Engineering • Emergency Projects • Project Management • Construction Management • Construction Engineering PAUL HENDERSON, CPENG, CCM | DESIGN MANAGER EMERGENCY PROJECTS EXPERIENCE BEACH BOULEVARD SEAWALL EMERGENCY REPAIRS (City of Pacifica) Through the winter of 2020/2021 The City of Pacifica experienced several large wave events that caused damage to the City’s municipal fishing pier abutment, putting the structure critically at risk and undermining the adjoining Beach Boulevard Roadway. Paul supported the City with inspection of the damage, immediate mitigating repairs and a permanent repair solution. Paul was onsite working with the Contractor and City to make the area safe and mitigate further damage. Wave action caused a blow-hole to develop which was blowing aggregate and rock backfill 50 ft in the air. The repair included construction of a formed concrete ‘plug’ to stop the blow-hole, then slurry backfill was utilized to fill voids and backfill the large hole in the roadway, which was approximately 40 ft deep. Construction conditions were challenging with large overtopping waves at the seawall limiting shifts and causing safety issues. CARDIFF BEACH LIVING SHORELINE (City of Encinitas) Paul supported the construction management team on this innovative coastal resiliency project involving beach trenching, placement of rock revetment in the trenching, and grading new dunes over the rock revetment. This project protects California’s Highway 101 infrastructure which is threatened with anticipated sea level rise. Provided assistance with constructability review, review of design amendments during construction, and general contract administration support (i.e., review of change orders, schedule, RFIs, and submittals.) 400 ESPLANADE AVENUE SHORELINE PROTECTION (City of Pacifica) Served as Construction Engineer for the repair of the existing failed rock revetment along the coastal bluff at 400 Esplanade Avenue in Pacifica. The project included regrading the existing, washed-out access ramp, removing debris from infrastructure that has eroded along the bluff, cutting the native Franciscan Complex Greenstone rock formation to create a key pursuant to the engineering design, and placement of filter fabric followed by large and small rip rap. Because the project was funded with California Governor's Office of Emergency Services (Cal OES) funds, Paul provided construction management and project documentation services. The project was constructed within the tidal and surf zones. Paul worked with the contractor to develop a protective berm to ensure the project was completed without delay before adverse winter ocean conditions arrived. NDRRA FLOOD RECOVERY, QLD, AUSTRALIA (Somerset Regional Council) Provided management of the Somerset Regional Council Flood Recovery Works Program, including management of multi-discipline design teams, bidding, bid assessment, contract administration, and delivery of more than $40 million of infrastructure, including nine new bridges. Of the total flood recovery program cost, approximately 75% would be considered pavement related. Pavement engineering in this flood recovery program includes identification of mode of failure, selection, and design of various types of road pavement for reconstruction and rehabilitation. TRANSPORTATION PROJECT EXPERIENCE SR 49/108 ROUNDABOUT PROJECT (Tribe of Mi Wuk Indians, Chicken Ranch Casino) Project Manager and Resident Engineer for $5M Tribe funded roundabout project on state highway that included design and construction of a new roundabout as a safety improvement. Paul’s dual role as overall project manager for the design team and construction manager during the design phase provided the Tribe and Caltrans an efficient approach to delivery of this important safety improvement project. The roundabout construction project includes complex phasing to allow minimum disruption to highway users and the construction of a large resort project ($300M), that uses the same intersection that the roundabout is being constructed in as the primary delivery access location. The project is located in Jamestown on a 2-lane conventional highway and includes bulk earthworks, storm drainage, utilities, HMA paving, curb & gutter, concrete median and splitter islands, lighting, flashing beacons and other typical new highway project aspects. PILLAR POINT LIVING SHORELINE (San Mateo County Harbor District) Through the design phase Paul provided constructability review, value engineering, and design support for the Pillar Point West Trail shoreline restoration. The project involved reconstruction of the failed shoreline trail with an engineered rock revetment and construction of the new living dune shoreline, and construction into the intertidal zone and the adjacent wetland system, which is environmentally sensitive. Following the design phase Paul supported the SMCH with contractor procurement through pre-qualification and bidding. As the construction manager Paul managed the team of inspectors, surveyors and materials testers to support the SMCHD in delivering this landmark project on time and on budget. The project is a success story for future living shoreline projects. PACIFIC MOTORWAY UPGRADE B (Queensland Department of Transport and Main Roads, Australia) On this large and complex design-build highway interchange project Paul lead construction staging and temporary works design and modelling for the Pacific Motorway Upgrade (PMU), including Daisy Hill and Paradise Road Interchange upgrades. PMU-B was used as an example of the new “benchmark” for temporary traffic design in Queensland, Australia. Temporary works design involved major interchange design for multiple construction stages and options of the project. RAUL ESTRADA, CPII | ASSOCIATE CONSTRUCTION MANAGER Mr. Estrada has over 15 years of civil and construction management experience in both private and public sectors including contract work for Caltrans Districts 5 and 7. Raul has worked on a variety of projects ranging from roadway, utilities, flood control and bridge projects. He is familiar with managing and administering projects per the Caltrans methods and procedures, in accordance with the Local Assistance Procedures Manual. Raul is universally skilled and can function in multiple roles including Project Manager, Structure Representative, and Inspector. RELEVANT PROJECT EXPERIENCE ROADWAY SEALING PROJECT 2022 (City of San Luis Obispo) Construction Management for slurry seal laydown, striping, pavement markings and signage to areas within the City of San Luis Obispo. The project consisted of roadway sealing, AC Digouts, ADA improvement, installing speed humps, concrete bike mediums and other traffic safety delineators with the intent of enhancing safety and multi-modal transportation. NORTH CHORRO NEIGHBORHOOD GREENWAY (City of San Luis Obispo) Provided Assistant Construction Manager responsibilities for the City of San Luis Obispo project which consists of providing a route that prioritizes bicycle and pedestrian travel between the Foothill Boulevard and North Chorro neighborhoods to downtown San Luis Obispo. This project includes pedestrian transportation improvements (construction of 45 curb ramps, 375 feet of retaining walls, sidewalks, crosswalks, pedestrian lighting, and rectangular rapid flashing beacons); bicycle transportation improvements (construction of 530 feet of Class I bike path, protected bikeways, bikeway striping and pavement markings, and guide signage); roadway improvements (full-depth reconstruction, digout repairs, type II slurry seal, and pavement delineation and signage); storm drainage and sewer improvements (construction of new storm drain systems, catch basins, manholes, an energy dissipation structure, and bioretention areas, and installation of a new sewer main, laterals, and manholes); and landscape improvements. MARSH STREET BRIDGE REPLACEMENT (City of San Luis Obispo) Construction Manager $4.3M bridge replacement project that included removing and replacing a concrete bridge and roadway approaches, relocating domestic water facilities, constructing concrete channel walls utilizing rock slope protection and solder pile wall, micropile foundation on the abutments, planting landscape materials and irrigation systems, installing storm drainage facilities, installing street lights, and protecting existing utilities. BRIDGE STREET BRIDGE REPLACEMENT (City of Arroyo Grande) Assistant Construction Manager on a $5.8M historic 2-span steel truss structure. A portion of the super structure was preserved and used while the sub-structure was reconstructed using CIDH foundations. Work also included the reconstruction of roadway approaches, relocating existing utilities, installing streetlights, and associated civil improvements. CALLE JOAQUIN LIFT STATION AND SIPHON PROJECT (City of San Luis Obispo) Assistant Resident Engineer on a $6M project that includes construction of a new 6” and 12” gravity sewer, 10” sewer forcemain, San Luis Obispo Creek crossing consisting of a 6” double-barrel inverted siphon by horizontal directional drilling methods, 30” jack and bore under US-101, duplex pumping station with wet well and immersible pumps and associated piping, manhole improvements and removal, demolition and abandonment of the existing lift station, equipment, piping and appurtenances. Additive work included construction of a 16-inch jack and bore under two box culverts. OAK PARK BOULEVARD ECR STORM DRAIN IMPROVEMENT (City of Arroyo Grande) Construction Inspection for the Oak Park Boulevard ECR Storm Drain Improvement project which included the removing and replacing of an existing drainage inlet, installing a new manhole, concrete junction boxes, and a new HDPE pipe within the City and Caltrans right-of way. Work also included connecting to an existing box culvert within the Highway 101 right-of-way; restoring landscaping; providing traffic control, stormwater control and compliance with the Caltrans permit. STAFFORD- KENTUCKY STREET SEWER LINE REPLACEMENT (City of San Luis Obispo) Assistant Resident Engineer for this project which consisted of the abandonment of a segment of existing 6” VCP municipal sanitary sewer line, including a segment underneath the Union Pacific Railroad (UPRR) right-of-way. The abandoned segment will be replaced with new 8” HDPE pipe installed EDUCATION • Bachelor of ScienceBachelor of ScienceBachelor of ScienceBachelor of Science Civil Engineering Civil Engineering Civil Engineering Civil Engineering Cal Poly San Luis Obispo, California, 2007 AREAS OF EXPERTISE • Bilingual English/Spanish • Certified Public Works Inspector • Caltrans Resident Engineer Academy • Certified in Asphalt Inspection • Governor’s Office of Emergency Services (OES) • APWA Seminar in Construction Inspection • Skilled Assistant Structures Representative • Structural Calculations • Project Construction Records Accounting Procedures/Reports RAUL ESTRADA, CPII | ASSOCIATE CONSTRUCTION MANAGER using conventional trench and backfill methods, with the segment beneath the UPRR right-of-way to be installed using jack and bore methods. Other work will include the replacement of an existing 6” VCP segment of sanitary sewer with new 8” HDPE pipe using pipe bursting methods. In addition, there will be installation of new cure-in-place pipe within multiple segments of existing 6” VCP gravity sewer main and manhole rehabilitation. SANTA ROSA SIPHON (City of San Luis Obispo) Inspection of a new double barrel siphon installed by Horizontal Directional Drilling methods. Which also consisted of identifying the most appropriate replacement alternative for an existing siphon in Caltrans right- of-way that had recently undergone emergency repairs. Inspection of installation of new gravity fed sewer, sewer laterals, new manhole construction, trenching and paving. NORTH RENA SEWER RELOCATION (City of Arroyo Grande) Inspection of the abandonment of an existing sewer main. Installation of 380 L.F. of new 8” PVC SDR35 gravity sewer main, installation of new manholes, and connections of sewer laterals. As well as the construction of new concrete sidewalk, driveway, and spandrel. AC trench pavement removal and replacement. LOWER MISSION CREEK REACHES 2B-2, AND REACH 3 (Santa Barbara County Flood Control & Water Conservation District) Assistant Construction Manager on multiple sections of the Lower Mission Creek Improvements projects that in total were about $10M. The project included removal of existing drainage and parking lot improvements, channel excavation, disposal of contaminated soil and groundwater, construction of a reinforced concrete weir structure and by-pass channel, construction of approximately 200 L.F. of CIDH Secant Pile wall system with architectural treatment, installation of Rock Slope Protection, fabrication and installation of by-pass channel metal debris rack, installation of fencing and railing, construction of new drainage facilities and parting lot improvement and Native Plant Restoration. SANTA MARIA AIRPORT DITCH (Santa Barbara County Flood Control & Water Conservation District) Fulfilled Assistant Resident Engineer responsibilities on this $1.1M project consisted of providing water pollution control; traffic control; earthwork; installation of approximately 2275 linear feet of 60” diameter polypropylene (HP) storm drain; construction of minor cast-in-place reinforced concrete structures; installation of manholes and drop inlets and a transition structure; installed of Tied Concrete Block Mat (TCBM); construction of a 16’x12.5’ high ditch; protection of existing facilities and utilities. NORTH AVENUE STORM DRAIN (Santa Barbara County Flood Control & Water Conservation District) Assistant Resident Engineer of this project which included Traffic Control for Cal Trans and the City of Lompoc. Inspection of construction of 2- 21’ drop inlets, 1-10’ drop inlet, and 1-7’ drop inlet. Inspection of placement of 30-inch HDPE and 15-inch HDPE storm drain. Inspection of placement of handicap ramp placement, sidewalk placement and curb and gutter, and vertical curb placement. Inspection of SWPPP placement. Inspection of placement of CL-2 base, slurry backfill, and asphalt placement. Inspection of signal light loop placement for Caltrans. Inspection of traffic striping. Inspection of shoring placement. MUD LAKE BASIN SIPHON IMPROVEMENT PROJECT, PHASE II (Santa Barbara County Flood Control & Water Conservation District) Construction Management and Inspection for the installation of 1,100 LF of 12” diameter HDPE pipe by Horizontal Direction Drilling methods and an additional 180 LF in open trench, to replace an existing siphon in Orcutt, CA in the Mud Lake Basin. LAS VEGAS SAN PEDRO CREEKS CAPACITY IMPROVEMENT PROJECT (Santa Barbara County Flood Control & Water Conservation District) Inspection of creek channel widening for both Las Vegas and San Pedro Creeks to improve flow capacity. Inspection of the construction of an 840’ channel floodwall and channel protection in San Pedro Creek to increasing the hydraulic capacity of the two creeks from a 10-year to a 25-year storm water event. WATERLINE AND VALVE REPLACEMENT PROJECT (City of Lompoc) Provided Senior Construction Inspection for the City of Lompoc Waterline and Valve Replacement Project, Ocean-Walnut Alley between “H” Street and “I” Street project consisted of the abandonment of an existing water main, installation of 1,300 LF of new 6” PVC C900 by conventional trench and pave back as well as jack and bore method underneath State Highway 1. The project included installation of new water valves, fire hydrants and utility boxes, connections of water laterals, construction of new concrete sidewalk, driveway and spandrel, and AC trench pavement removal and replacement. Filippin Engineering provided construction management and inspection services and documentation of all construction tasks. JERRY MISSAMORE, QSP, QSD, CPESC, CPII | ASSISTANT CONSTRUCTION MANAGER Mr. Missamore is a Chief Construction Inspector with over 23 years of construction experience in the construction industry. Jerry’s extensive construction background gives him firsthand knowledge on what is essential and important to observe, report on and coordinate with all stakeholders during the construction process. Jerry has a solid background working on Public Works projects administered per the California Department of Transportation (Caltrans) methods and procedures in accordance with the Local Assistance Procedures Manual. Overseeing these projects, Jerry has experience in item quantity verification, daily time sheets, problem solving issues that come up in the job setting and managing personnel to complete tasks. RELEVANT PROJECT EXPERIENCE MARSH STREET BRIDGE REPLACEMENT (City of San Luis Obispo) Chief Construction Inspector for a $4.3M bridge replacement project that included removing and replacing a concrete bridge and roadway approaches, relocating domestic water facilities, constructing concrete channel walls utilizing rock slope protection and solder pile wall, micropile foundation on the abutments, planting landscape materials and irrigation systems, installing storm drainage facilities, installing street lights, and protecting existing utilities. RAILROAD SAFETY TRAIL (City of San Luis Obispo) Construction Inspection on a $3.8M Project that included: a 525 foot, 7-span steel truss structure, and an additional 600 feet of Class 1 bicycle/pedestrian path above UPRR and SR-101. Work includes embankment construction, HMA paving, retaining walls, CIDH foundations, utility relocations, sewer, water, storm drainage facilities, polyester concrete overlay, slurry seal, lighting, irrigation, landscaping, and striping. ATP CYCLE 3 FUNDED PEDESTRIAN IMPROVEMENTS (City of Guadalupe) Construction Inspection for the $400K construction of sidewalks and ADA curb ramps on Guadalupe Street (Highway 1) and curb ramps at the intersection of Obispo Street and 10th Street. The work included bulbouts, sidewalks, curb ramps, crosswalks, striping and markings, signs, rapid flashing beacons, and other pedestrian facilities, traffic control and stormwater pollution control programs. STREET AND SIDEWALK MAINTENANCE 2019 AND ENCROACHMENT PERMITS (City of San Luis Obispo) Provided inspection duties for conformance to plans, specifications, contract requirements within the City of San Luis Obispo’s right-of-way. Inspection of the construction of a variety of public works and private improvement projects including: roads, drainage, grading, water and wastewater pipelines and treatment facilities, tanks parks and landscaping, bike paths, bridges, environmental mitigation, traffic signals and other civil engineering projects while explaining City standards to both contractors and citizens. ROADWAY SEALING PROJECT 2022: (City of San Luis Obispo) Construction Inspection for a $1.5M roadway project that included; slurry seal laydown, striping, pavement markings and signage to areas within the City of San Luis Obispo. The project consisted of roadway sealing, AC Digouts, ADA improvement, installing speed humps, concrete bike mediums and other traffic safety delineators with the intent of enhancing safety and multi-modal transportation. AVILA RANCH LIFT STATION (City of San Luis Obispo) Senior Construction Inspector for a new sewer lift station for the Avila Ranch Development Plan project. The project is a new, primarily residential development with up to 720 dwelling units on a 150-acre site north of Buckley Road, located within the Airport Area Specific Plan (AASP) boundaries. The project also includes 15,000 square feet of neighborhood-serving retail and office uses next to a neighborhood park, as well as the AREAS OF EDUCATION • Carpenter Training Institute AREAS OF EXPERTISE • CISEC: QSP, QSD, CPESC • Certified Public Works Inspector • UP Property Access Training – Union Pacific Safety & Security Awareness Program • Lane Closure System - Caltrans • Lead Awareness Safety • Excavation Safety Training for Competent Persons • Confined Spaces - OSHA • 30-hours Outreach Training for the Construction Industry -OSHA • Cal/OSHA Training – State Plan Lessons • American Red Cross, Certified in Adult First Aid/CPR/AED JERRY MISSAMORE, QSP, QSD, CPESC, CPII | ASSISTANT CONSTRUCTION MANAGER preservation of agricultural uses and open space. Inspection of the project included: grading; shoring and de-watering; Wet Well Supply and Installation; Force Main, Gravity Sewer and Recycled Water Services to Wet Well and Gas Service, Installation of pumps and generators and flow meter and transducer; SCADA Terminations; installation of fiber optic cable from Avila Ranch Lift Station to Tank Farm; concrete pads and finish grading were included in the project. CALLE JOAQUIN LIFT STATION REPLACEMENT (City of San Luis Obispo) Provided Construction Inspection responsibilities for the construction of a new 6-inch and 12-inch gravity sewers, 10-inch sewer forcemain, San Luis Obispo Creek crossing consisting of a 6-inch double-barrel inverted siphon by horizontal directional drilling methods, 30-inch jack and bore under US-101, duplex pumping station with wet well and immersible pumps, and associated piping and manhole improvements, and removal, demolition, and abandonment of the existing lift station, equipment, piping and appurtenances. Additional work included the construction of a 16-inch jack and bore under two box culverts. 2020 WATERLINE AND VALVE REPLACEMENT (City of Lompoc) Chief Construction Inspector for the for the City of Lompoc on waterline replacement in various alley way’s upgrading main line from 4’’ transit to 6’’ C-900 DR 18 waterline. Replacing all customer services from 1’’ to 1.5’’ diameter, and valve clusters leading in and out of the alley ways. Fire Hydrant replacements were also included in the project. Hardscapes restorations were complete after install and included PPC ADA Ramps, PPC Cross Gutters, PPC Curb, PPC sidewalks and HMA patch backs on trench lines and concrete conforms. VVCSD SIPHON (City of Lompoc) Chief Construction Inspector for the for the City of Lompoc on the VVCSD Siphon project to assist with the coordination of various agencies and contractors performing other concurrent work at the site, with Bureau of Prisons local staff regarding work on or affecting BOP property, and with City staff and Vandenberg Village Community Services District (VVCSD) staff. Work included potholing utilities; sawcutting pavement; structure excavation and backfill, and disposing of material; construction of a 10” diameter C-900 polyvinyl chloride (PVC) sanitary sewer siphon by open trench; construction of a 12” diameter high density polyethylene (HDPE) sanitary sewer siphon by horizontal directional drilling (HDD) and by open trench; construction 18” diameter polyvinyl chloride (PVC) sanitary sewer by open trench. OAK PARK BOULEVARD ECR STORM DRAIN IMPROVEMENT (City of Arroyo Grande) Senior Construction Inspector for the Oak Park Boulevard ECR Storm Drain Improvement project which included the removing and replacing of an existing drainage inlet, installing a new manhole, concrete junction boxes, and a new HDPE pipe within the City and Caltrans right-of way. Work also included connecting to an existing box culvert within the Highway 101 right-of-way; restoring landscaping; providing traffic control, stormwater control and compliance with the Caltrans permit. PRICE CANYON SLOPE REPAIR (City of Pismo Beach) Provided inspection duties for conformance to plans, specifications, contract requirements within the City of Pismo Beach for the Restoration of Price Canyon Slope damaged by erosion. Construction included drainage improvements on the north side of Price Canyon and clearing and grubbing on the south side along the existing slope. WEST MAIN STREET WATER LINE (City of Guadalupe) Senior Construction Inspector for the West Main Street Water Line project. The project included trenching, backfill, and compaction, installation of approximately 1,050 feet of 8-inch and 12-inch municipal water main in a public street with fittings and valves, hydrant and water service improvements, asphalt and concrete surface for construction, pavement marking application with retroreflective markers, and traffic control. COMMUNITY GARDEN, SAN JOSE CREEK MULTI-PURPOSE PATH AND ARMITOS PARK IMPROVEMENTS (City of Goleta) Provided Chief Construction Inspector responsibilities for improvements of the Community Garden, San Jose Creek Multi-Purpose Path, and Armitos Park. The improvements include clearing, grubbing, and rough grading of the full two-acre site, along with earthwork and the construction of a new community garden with raised garden beds, an outdoor classroom, an outdoor picnic area with a pizza oven; installation of new playground equipment and surfacing material; construction of Americans with Disabilities Act (ADA)-accessible walkways, ramps, and curbs; stabilized decomposed granite (DG); construction of a bike path in a riparian area along San Jose Creek; and all associated clearing, grubbing, grading, porous asphalt concrete (AC), bioretention and bioswales, concrete, drainage, fencing, signage and landscape work. These projects require close coordination with multiple landscape architects, engineers, permitting agencies, environmental consultants, and archeological monitors. DEAN JOHE, QSP, QSD, CPESC | CHIEF CONSTRUCTION INSPECTOR Mr. Johe a lifelong resident of California’s Central Coast, and he is a seasoned professional with over 38 years of construction industry experience. He is certified QSP/QSD Inspector, with a Professional Certification in Erosion and Sediment control (CPESC). Prior to Filippin Engineering, he worked for the City of Camarillo Public Works Department as a Supervising Public Works Inspector in which he supervised the Inspection of Land Development Projects and Capital Improvement Projects, also federally funded Capital Improvement Projects. He also has worked as an Underground Utility Foreman for a General Contractor, R. Burke Corporation out of San Luis Obispo, specializing in Public Works Projects. While with R. Burke he was responsible for project coordination, quality control, assistant SWPPP Manager, and supervision of construction activities on numerous Public Works projects. Dean has also held field supervision positions with several of the Nation’s largest General Contractors, as well as a General Foreman/Superintendent position at Diablo Canyon Power Plant where he supervised a staff of over 120 tradesmen. RELEVANT PROJECT EXPERIENCE NORTH CHORRO NEIGHBORHOOD GREENWAY (City of San Luis Obispo) Provided Chief Construction Inspection for the City of San Luis Obispo project which consists of providing a route that prioritizes bicycle and pedestrian travel between the Foothill Boulevard and North Chorro neighborhoods to downtown San Luis Obispo. This project includes pedestrian transportation improvements (construction of 45 curb ramps, 375 feet of retaining walls, sidewalks, crosswalks, pedestrian lighting, and rectangular rapid flashing beacons); bicycle transportation improvements (construction of 530 feet of Class I bike path, protected bikeways, bikeway striping and pavement markings, and guide signage); roadway improvements (full-depth reconstruction, digout repairs, type II slurry seal, and pavement delineation and signage); storm drainage and sewer improvements (construction of new storm drain systems, catch basins, manholes, an energy dissipation structure, and bioretention areas, and installation of a new sewer main, laterals, and manholes); and landscape improvements. SLO MICRO SURFACING PROJECT (City of San Luis Obispo) Assistant Resident Engineer for this roadway project which included slurry for 247 streets. Inspection was provided for the placement of micro -surfacing, calculation of all quantities, square yards, and tonnage. Inspection of street striping layout. Inspection of approved traffic control plan placed. It was managed in compliance with Caltrans LAPM. Project value $1.26 million. MEADOW PARK PEDESTRIAN BRIDGES (City of San Luis Obispo) Assistant Resident Engineer providing inspection for the bridge deck pours. TANK FARM AND BROAD STREET WIDENING PROJECT (City of San Luis Obispo) Senior Construction Inspector of excavation and grading road, base and asphalt placement, sidewalk, curb and gutter, handicap ramps, signal light and electrical installation, lay out and placement of street striping, retaining wall, and rebar placement. ROAD RESURFACING PROJECT COUNTY ROADS (City of San Luis Obispo) Senior Construction Inspector of calibration for Micro Surfacing Trucks. Inspection of 12 miles of Fog Sealing of asphalt berms. Inspection of 6615 tons of Slurry placement, and 2435 tons of Micro Surfacing placement. Inspection of all Traffic Control placement. Responsible for all application requirements and final pay quantities. Inspection of SWPPP and BMP’s placement. BRIDGE STREET BRIDGE REPLACEMENT (City of Arroyo Grande) Chief Construction Inspector on a $5.8M historic 2- span steel truss structure. A portion of the super structure was preserved and used while the sub-structure was reconstructed using CIDH foundations. Work also included the reconstruction of roadway approaches, relocating existing utilities, installing streetlights, and associated civil improvements. AREAS OF EXPERTISE • CPESC: QSP/QSD • Certified Professional in Erosion and Sediment Control • Hazardous Waste Training • Radiation Training • Asbestos Training • Traffic Control • Scaffold Erection • Heavy Rigging • Fire Watch • American Red Cross, Certified in Adult and Child First Aid/CPR/AED • Scissor Lift + Boom Lift Training • Form Work + False Work • OSHA Competent DEAN JOHE, QSP, QSD, CPESC | CHIEF CONSTRUCTION INSPECTOR MEASURE K-14 STREET REHABILITATION PROJECT (City of Grover Beach) Assistant Resident Engineer on this $6.3M project which provided pavement rehabilitation and repair, concrete curb, gutter, cross gutter and sidewalk work; accessibility improvements; water utility piping improvement, sewer piping improvements, service upgrades, and fire hydrant installations and relocations; and utility valve box and sewer manhole improvements. NORTH AVENUE STORM DRAIN PROJECT (Santa Barbara County Flood Control & Water Conservation District) Senior Construction Inspector of Traffic Control for Cal Trans and the City of Lompoc. Inspection of construction of 2- 21’ drop inlets, 1-10’ drop inlet, and 1-7’ drop inlet. Inspection of placement of 30-inch HDPE and 15-inch HDPE storm drain. Inspection of placement of handicap ramp placement, sidewalk placement and curb and gutter, and vertical curb placement. Inspection of SWPPP placement. Inspection of placement of CL-2 base, slurry backfill, and asphalt placement. Inspection of signal light loop placement for Caltrans. Inspection of traffic striping. Inspection of shoring placement. HIGHLAND STORM DRAIN PROJECT (City of San Luis Obispo) Senior Construction Inspector of a storm drain, sewer, manhole placement, drop inlet, base and asphalt placement. Review as-built. SWPPP monitoring. ANDREWS CREEK RESTORATION PROJECT (City of San Luis Obispo) Senior Construction Inspector of grading spillway, forms, compaction, weir placement, tree removals, landscaping, dewatering creek, as-built review and approval. SWPPP monitoring. HIGUERA STREET STORM DRAIN PROJECT (City of San Luis Obispo) Senior Construction Inspector of 15-inch storm drain placement, block retaining wall and footings, rebar inspection, compaction scheduling and oversight of mandrel pull test. CALLE JOAQUIN LIFT STATION REPLACEMENT (City of San Luis Obispo) Provided Construction Inspection responsibilities for the $6M construction of a new 6-inch and 12-inch gravity sewers, 10-inch sewer forcemain, San Luis Obispo Creek crossing consisting of a 6-inch double-barrel inverted siphon by horizontal directional drilling methods, 30-inch jack and bore under US-101, duplex pumping station with wet well and immersible pumps, and associated piping and manhole improvements, and removal, demolition, and abandonment of the existing lift station, equipment, piping and appurtenances. Additional work included the construction of a 16-inch jack and bore under two box culverts. LIFT STATION #1 FORCE MAIN REPLACEMENT (City of Arroyo Grande) Provided Chief Construction Inspection responsibilities on this project which involved the construction of 3,500 LF of new 8” sewer force main by horizontal directional drilling (HDD), new manhole construction and coating, and appurtenances associated with this type of construction within City easement adjacent to busy commercial shopping areas. DISINFECTION BYPRODUCT REDUCTION AND PIPE GALLERY (City of San Luis Obispo) Chief Construction Inspector for this $1.8M construction project which involved a new THM removal system and aeration system at Clearwell No. 2, ventilation system, coating repair, chlorine sample & return lines and analyzer, and ladder at Edna Tank, and modifications to the pipe gallery at the water treatment plant. STAFFORD- KENTUCKY STREET SEWER LINE REPLACEMENT (City of San Luis Obispo) Senior Construction Inspector for this project which consisted of the abandonment of a segment of existing 6” VCP municipal sanitary sewer line, including a segment underneath the Union Pacific Railroad (UPRR) right-of-way. The abandoned segment will be replaced with new 8” HDPE pipe installed using conventional trench and backfill methods, with the segment beneath the UPRR right-of-way to be installed using jack and bore methods. Other work will include the replacement of an existing 6” VCP segment of sanitary sewer with new 8” HDPE pipe using pipe bursting methods. In addition, there will be installation of new cure-in-place pipe within multiple segments of existing 6” VCP gravity sewer main and manhole rehabilitation. LAGUNA SEWER LIFT STATION (City of San Luis Obispo) Senior Construction Inspector of de-watering plan pumping 2,400,000 gallons of water a day. Inspection wet well excavation of 35 feet, and placement of slip shoring. Inspection of sewer main pipe placement, valves, thrust blocks, manholes, electrical panels, wiring, demolition of existing pump station, backfill, compaction, paving, landscaping, Hydrostatic testing for sewer line and leak test for manhole. RON FARIA | SENIOR CONSTRUCTION INSPECTOR Mr. Faria is a long-time Central Coast resident and construction professional with over 3 decades of experience working for the City of San Luis Obispo as a public works inspector. Ron is a Certified Public Infrastructure Inspector where he has worked in various capacities as an Encroachment, Capital Improvement, Residential and Commercial tract, and Erosion/Sediment control Inspector, leaving him well versed in all facets of constructability, construction management, and inspection. RELEVANT PROJECT EXPERIENCE SANTA LUCIA ROAD BRIDGE REPLACEMENT PROJECT (City of Atascadero) Senior Construction Inspector for the installation of a new $3.6M, 73-foot-long and 36-foot-wide, single-span, cast-in-place, post-tensioned concrete slab bridge. The project also included construction and removal of a temporary one-lane bridge with reversing traffic control adjacent to the existing structure; construction of new abutments and 20 24-inch cast-in-drilled-hole (CIDH) concrete pile foundations; improvements to the channel bottom and slope embankment; 875 total feet of roadway approach improvements on Santa Lucia Road and Llano Road (including roadway and approach conforms, driveways, and guardrail); construction of a new stormwater drainage system to meet stormwater post-construction requirements; and utility relocations (water, gas, telecommunications, and power). VIA AVENUE BRIDGE REPLACEMENT PROJECT (City of Atascadero) Senior Construction Inspector for the installation of a new $3.2M, 74-foot-long and 50-foot-wide, single- span, cast-in-place, post-tensioned concrete slab bridge. The project also included construction of new abutments and 30 24-inch CIDH concrete pile foundations; improvements to the channel bottom and slope embankment; 350 total feet of roadway approach improvements on Via Avenue (including roadway and approach conforms, driveways, sidewalk, curb and gutter, and guardrail); construction of a new stormwater drainage system to meet stormwater post- construction requirements; and utility relocations (water, gas, and telecommunications). 2022 F-14 PAVING (City of Atascadero) Senior Construction inspector for this $2.8M project inspecting the pavement rehabilitation of approximately 3.3 miles of roadway. Work included full reconstruction and overlay and minor drainage improvements. 2022 PAVEMENT REHABILITATION (City of Guadalupe) Provided Senior Construction Inspection responsibilities for the City of Guadalupe. This project involves removing and replacing existing asphalt, lime/cement treatment of base, raising and lowering utility lids, striping and markings, and survey monuments. The work also included traffic control, stormwater pollution control programs. ATP CYCLE 3 FUNDED PEDESTRIAN IMPROVEMENTS (City of Guadalupe) Construction Inspection for the construction of sidewalks and ADA curb ramps on Guadalupe Street (Highway 1) and curb ramps at the intersection of Obispo Street and 10th Street. The work included bulbouts, sidewalks, curb ramps, crosswalks, striping and markings, signs, rapid flashing beacons, and other pedestrian facilities, traffic control and stormwater pollution control programs. BLOSSER ROAD WIDENING PROJECT (City of Santa Maria) Provided construction inspection for the $675K$675K$675K$675K North Blosser Road Improvement Project which included the inspection of new roadway medians, landscaping, irrigation, signage, striping and bikeway improvements. LOWER MISSION CREEK FLOOD CONTROL PROJECT REACH 2B, PHASE 2, AND REACH 3 (Santa Barbara County Flood Control & Water Conservation District) Senior Construction Inspector of a $10M County Flood Control District project which included all construction management, inspection, and coordination with Flood Control staff. The project includes providing water pollution control; traffic control; temporary shoring; removal of existing drainage and parking lot improvements; channel excavation; disposal of contaminated soil and groundwater; construction of a reinforced concrete weir structure and by-pass channel; construction of approximately 200 linear feet of CIDH Secant Pile wall system with architectural treatment; installation of Rock Slope Protection, fabrication and installation of by-pass channel metal debris rack; installation of fencing and railing; construction of new drainage facilities and parting lot improvement and Native Plant Restoration. AREAS OF EXPERTISE • Certified Public Infrastructure Inspector (CPII) • Local Assistance Resident Engineer Academy • American Red Cross, Certified in Adult and Child First Aid/CPR/AED • OSHA Competent Person • Erosion and Sediment Training • Environmental Safety • Hazardous Waste Training • Asbestos Training • Traffic Control • Discrimination and Harassment Avoidance • Confined Space • Trench Safety • Bloodborne Pathogens • Fire Extinguisher RON FARIA | SENIOR CONSTRUCTION INSPECTOR TRAFFIC WAY SEWER MAIN (City of Atascadero) Senior Construction inspector for this $3.3M project which included the installation of approximately 5,500 linear feet of new sanitary sewer, ranging in size from 8 to 21 inches in diameter, within the public right of way of Traffic Way, and on properties owned by the City of Atascadero including the Lift Station No. 6 site, and the Colony Park Community Center. The project also includes abandonment of existing sewers and partial resurfacing of paved roads along the project alignment. 1510 MOUNTAIN DRIVE SEWER MAIN EXTENSION (Montecito Sanitary District) Provided Senior Construction Inspection responsibilities for the Montecito Sanitary District. This project consisted of construction of approximately 256 feet of 8-in diameter PVC sewer mainline, service laterals, manholes, and cleanouts. Along with construction of approximately 178 feet of 4-in diameter PVC sewer lateral extensions. SKYLINE RANCH DEVELOPMENT IMPROVEMENTS (Santa Clarita Valley Water Agency) Provided Senior Construction Inspection on below projects start to finish which included: hydrotesting, chlorination and tie-ins. • 16” Transmission Main Sierra Highway: 4025 LF-16” DIP and 86 LF-12” DIP • PA-L: 2000 LF–8” DIP, 400 LF–6” DIP, 4 Fire Hydrants, 47-1” Water services, 3–Shear spools with air release valves. • 20” NORTH OAKS TRANSMISSION MAIN: 1540 LF–20” DIP, 4” Blow-offs, 2” Air vacs and 20” BF Valves • PA-M1: 2000 LF–8” DIP, Fire Hydrant, 42-1” Services, 2” Blow-offs and 1” air vacs CITY OF GOLETA PARKS IMPROVEMENTS (City of Goleta) Senior Construction Inspector for the City of Goleta. Park Improvement work included the removing existing play structures, concrete removal, excavation, grading, installation of new equipment, adding and or replacing concrete curb, gutter, and ADA sidewalks, and driveway access ramp at one location and associated earthwork at four different park locations. CITY OF SAN LUIS OBISPO PROJECT EXPERIENCE ENCROACHMENT PERMITS (City of San Luis Obispo) Provided inspection duties for routine construction projects, materials, and conformance to plans, specifications, contract requirements within the City of San Luis Obispo’s right-of-way. Inspect the construction of a variety of public works and private improvement projects including roads, drainage, grading, water and wastewater pipelines and treatment facilities, tanks parks and landscaping, bike paths, bridges, environmental mitigation, traffic signals and other civil engineering projects while explaining City standards to both contractors and citizens. TRACTS AND SUBDIVISIONS (City of San Luis Obispo) Administered and oversaw work of consultant contracts or service contracts, monitoring costs, work product and deadlines, and authorize payments on services and construction. Public Works Inspector for all phases of tract improvements including: Constructability reviews, rough grading and compaction, sanitary and storm drain sewers, manholes, drain inlets, bio-retention basins and swales, water mainlines, hydrants, air/vacuum assemblies, dry utilities, streetlights, curb, gutters, sidewalks, driveways and roundabouts. Installation of road base and asphalt paving and warranty inspections for bond releases. CAPITAL IMPROVEMENT PROJECTS (City of San Luis Obispo) Performed management and inspection tasks on the City of San Luis Obispo’s Capital Improvement Projects which included storm drain, sewer, water, transportation, concrete improvements, traffic signal installation, wastewater, and pavement repair. JOB ORDER CONTRACT PROJECTS: Facilitated and inspected various Job Order Contract assignments including design using the Job Order Contract program, processing task orders, overseeing and inspecting the project, taking final measurements, and processing pay estimates. TYLER KASUNICH | SENIOR CONSTRUCTION INSPECTOR Tyler Kasunich has over 32 years of experience in construction observation and field inspection throughout California’s varied coast and foothills from Tuolumne to San Mateo County, through San Diego County. He has been certified and performed special inspections for soil compaction, asphalt sampling and testing, rock drilling, concrete inspection, erosion control monitoring, bridge retrofitting, pile driving, and many more construction operations. Tyler serves as FE’s field inspector to monitor general conformance of the construction operations and to coordinate special inspections for material inspection, sampling, and testing in the field. He is familiar with the highly dynamic locations, seasonal weather, and environmental constraints affecting California’s coastal environment and provides creative management planning and precise, pragmatic, construction implementation and control. RELEVANT PROJECT EXPERIENCE SAN MIGUELITO CANYON ROAD STORM DAMAGE REPAIRS (Santa Babara County Public Works) Responsible for construction observation, documentation, compliance control and coordination of special inspections for three distinct roadside slip-out repairs and two extensive subterranean culvert replacements on San Miguelito Canyon Rd following severe winter rainstorm runoff damage. The project included rebuilding and/or rerouting compromised drainage channels, repairing and reconfiguring damaged overside drains, and replacing and/or installing additional overside drains. The work also required removing and retrofitting the installation of two separate 60” crossing storm drain culverts including jack & bore rotary tunnelling and constructed inlet and outlet head and wing walls, the reconstruction of affected roadway subgrade, shoulders, and protective berms, and final HMA paving of prepared roadway sections including installing asphalt curb and dikes for runoff control. PILLAR POINT HARBOR, WEST TRAIL REPAIR AND LIVING SHORELINE (San Mateo Harbor District Half Moon Bay, CA) Responsible for construction observation, documentation, and compliance; coordination of special inspections; site habitat environmental monitoring and compliance; monitoring active shoreline marine influences; management of onsite visits, public outreach, and construction liaison to city, county, and state agencies; with elevated CA Coast & environs permits. Reconstruction and repair of a 350 lf. section of Pillar Pt. Harbor emergency/utility roadway and public beach accessway adjacent to the eroded inner west shoreline of the harbor. Work included reconfiguration of the shoreline with the construction of a staged, dynamic rock revetment foundation overtopped with an elevated living shoreline sand dune installation. Additional work included the demolition, removal, and reconstruction of a deteriorated 410 linear foot in-place storm drain system serving the adjacent, hillside 12-acre United States Airforce Tracking base. MILAGRA CREEK OUTFALL REPAIR (City of Pacifica) Responsible for construction observation, documentation, and compliance; coordination of special inspections; site habitat environmental monitoring and compliance; monitoring active shoreline marine influences; and project public outreach. The project included the partial demolition and repair of a marine- damaged 7.5-foot-diameter ocean outfall, including repair of the reinforced concrete pipe culvert and the addition of retrofit micropiles to extend the life of the structure as the coastal bluff retreats. Work included construction access improvements, demolition and removal of existing headwall, installation of 24 micropiles, grading of the adjacent topography, relocation of existing riprap and placement of imported 8 to10 ton riprap, and final regrading of the existing public beach access pathway. EDUCATION • AAAAssociate of ssociate of ssociate of ssociate of AAAArtsrtsrtsrts, , , , Corporate Corporate Corporate Corporate Communication,Communication,Communication,Communication, Monterey Peninsula College, Monterey, CA, 1974 • Ongoing Courses, Agricultural Business Management, California Polytechnic State University, San Luis Obispo, CA AREAS OF EXPERTISE • Nuclear Soil Gage Operation, Troxler Company • Radiation Safety, Troxler Company • CAL/Occupational Safety and Health Administration (OSHA) Construction and Operations Safety, 2012 • California Hazardous Materials Handling and Transport, 2010 • State of California Safe Food Handling and Storage Compliance, 2002 • Construction Observation • Field Inspection • Conformance and Documentation MEMBERSHIPS • American Society for Testing and Materials • California Restaurant Association • Cal Poly Agribusiness Management Club - San Luis Obispo, Outreach and Orientation TYLER KASUNICH | SENIOR CONSTRUCTION INSPECTOR CARDIFF LIVING SHORELINE JOINT RESTORATION (City of Encinitas; California State Parks; State Coastal Conservancy; California Coastal Conservancy; San Elijo Lagoon Conservancy) Responsible for construction observation, documentation and compliance, coordination of special inspections, site habitat environmental monitoring and compliance, monitoring active shoreline marine influences, management of onsite visitation and public relations, and served as construction liaison to local city, county, and state public services. Provided deep excavation for, and construction of 0.5 miles of 60-70-foot-wide newly created sand dunes, founded on a placed two-ton rock revetment installation, designed to protect Cardiff State Beach and State Highway 101 from coastal flooding while providing dune habitat for native plants and animals. The project included construction of six lateral dunes entryways for beach access, Americans with Disabilities Act (ADA) dunes and beach access walkways, and a pedestrian pathway running parallel to the highway, interfacing with existing public sidewalks. The Cardiff Living Shoreline Project is a collaborative effort by California Ocean Protection Council, State Coastal Conservancy, California Coastal Conservancy, California State Parks, San Elijo Lagoon Conservancy, US Fish and Wildlife Service, San Diego Association of Governments, University of California Los Angeles, and the City of Encinitas. 500 ESPLANADE AVENUE COASTAL PROTECTION ROCK REVETMENT REPAIR (City of Pacifica) Provided construction observation and documentation for the repair of the existing failed rock revetment along the coastal bluff at 500 Esplanade Avenue in Pacifica. The project included re-grading the existing, washed-out access ramp, removing debris from infrastructure that has eroded along the bluff, cutting the native Franciscan Complex Greenstone rock formation to create a key pursuant to the engineering design, and placement of filter fabric followed by large and small rip rap. Because the project was funded with California Governor's Office of Emergency Services funds, Tyler provided construction inspection and project documentation services that satisfies the Caltrans Uniform Filing System. REPLACEMENT CITY WATER TANK INSTALLATION (City of San Jose) Provided construction observation and inspection services for the construction of a new foundation pad and replacement 512,000-gallon water tank. Responsible for overseeing revamped site access, verification of in-place soils at excavation depth, monitoring the compaction testing of the reengineered placement of fill soils to create the design pad and new tank construction, and overseeing finish grade slope and drainage design elements and utility and access surfaces HMA paving. CENTENNIAL BRIDGE AND PLAZA (City of Atascadero) Provided construction observation and documentation for construction of a 150-foot pedestrian bridge with deep foundations at each abutment. Work included controlling construction operations and compliance, environmental monitoring, public outreach, access to emergency service personnel, budget management, utility coordination, and field engineering. MORRO CREEK MULTI-USE TRAIL AND BRIDGE (City of Morro Bay) Provided construction observation and documentation for the construction of a 160-foot pedestrian and emergency vehicle bridge within the coastal zone in Morro Bay. A 2,500-foot, Class I bike path and harbor walk were constructed on either end of the bridge. Key considerations included biological and cultural resource monitoring, environmental compliance while working around sensitive dune habitats, documenting project details in accordance with federal funding requirements, field surveying, slope stability concerns, deep foundation abutments, and underground utility conflicts during abutment excavation and during crane lifting operations. STILLWATER COVER RIPRAP INSTALLATION (Stillwater Cover-Pebble Beach, CA) Provided construction observation and documentation for the realignment, replacement, and enhanced installation of new 5- to 10-ton riprap for the open ocean coastal bluff and access ramping fronting the Pebble Beach Club, and the Tennis Clubhouse at Stillwater Cove. This project was within an extremely vertical coastal bluff environment and required precise timing of tidal influences and ongoing monitoring of marine weather for ocean storms and wave intrusion. NORTH LANDING BOAT RAMP AND PARKING LOT AT MOSS LANDING HARBOR (Moss Landing, CA) Provided construction observation and documentation for construction of the North Landing Boat Ramp and Parking Lot, utilizing 5- to 10-ton riprap for the foundation revetment and ocean level armouring of the adjacent excavated boat channel and harbor perimeter slopes. This project was within a vertical coastal bluff environment, included large stone placement for riprap, and required precise timing of tidal influences and ongoing monitoring of marine weather for ocean storms and wave intrusion. PEBBLE BEACH GOLF COURSE SEAWALL (Pebble Beach, CA) Provided construction observation and documentation for the construction of approximately 220 linear feet of new bedrock-founded, 35-45-foot-high, 100-year seawall plus adjacent engineered wing walls and drainage, armouring the open ocean coastal bluff adjacent to the fifth hole fairway of Pebble Beach Golf Course. The project required locating, exposing, and realigning existing historic riprap in place below seasonal beach level elevations, excavating to foundation depth where necessary, and hand placing specific boulders with grouting in preparation for the new wall construction. This project required precise timing of tidal influences and ongoing monitoring of marine weather for ocean storms and wave intrusion. DOUG NELMS | SENIOR CONSTRUCTION INSPECTOR Mr. Nelms is a long-time Central Coast resident and construction professional with over 2 decades of experience working for the City of San Luis Obispo as a public works inspector. Mr. Nelms is a Certified Public Infrastructure Inspector where he has worked in various capacities as an Encroachment, Capital Improvement, Residential and Commercial tract, and Erosion/Sediment control Inspector, leaving him well versed in all facets of constructability, construction management, and inspection. RELEVANT PROJECT EXPERIENCE VIA AVENUE BRIDGE REPLACEMENT (City of Atascadero) Senior Construction Inspector for the Via Avenue Bridge Replacement Project which consists of the replacement of existing two lane bridge with a 74-foot-long & 50-foot-wide, single-span, cast-in-place, post- tensioned concrete slab with no approach slabs. The project includes construction of new abutments and thirty 24” cast-in-drilled-hole (CIDH) concrete pile foundations, improvements to the channel bottom and slope embankment, a total of 350’ of roadway approach improvements on Via Avenue (including roadway and approach conforms, driveways, sidewalk, curb & gutter, and guardrail), construction of a new stormwater drainage system to meet stormwater post- construction requirements, and utility relocations. SANTA LUCIA ROAD BRIDGE REPLACEMENT (City of Atascadero) Senior Construction Inspector for this project which consists of the replacement of existing two-lane bridge with a 73-foot-long & 36-foot-wide, single-span, cast-in-place, post-tensioned concrete slab with no approach slabs. The project includes construction/removal of a temporary one-lane bridge with reversing traffic control adjacent to the existing structure; construction of new abutments and twenty 24” cast-in-drilled-hole (CIDH) concrete pile foundations, improvements to the channel bottom and slope embankment, a total of 875’ of roadway approach improvements on Santa Lucia Road and Llano Road (including roadway and approach conforms, driveways, and guardrail), construction of a new stormwater drainage system to meet stormwater post-construction requirements, and utility relocations. CITY OF SAN LUIS OBISPO PROJECT EXPERIENCE FOOTHILL BRIDGE AT STENNER CREEK (City of San Luis Obispo) Provided Inspection for the construction of a new bridge and approaching roadways including: removal of existing culverts, removal and salvaging of the existing temporary prefabricated steel bridge (installed upon existing bridge failure), temporary creek diversion and channel improvements; maintaining vehicular and pedestrian traffic throughout construction; water main relocation, and concrete curb, gutter and sidewalk construction, within the project limits of the City of San Luis Obispo. The new bridge utilized pile driven bridge abutment supports and a poured in place concrete deck with super elevation. BOB JONES CITY-TO-SEA TRAIL AT LOS OSOS VALLEY ROAD (City of San Luis Obispo) Provided Inspection for construction of the expansion of the Bob Jones City-to-Sea Trail from its existing terminus at the Water Reclamation Facility, connecting to Los Osos Valley Road. The project scope included the installation of a per-fabricated bridge across Perfumo Creek on new poured in place concrete foundations, fence installation, planting of new vegetation and traffic signal modifications to the existing CalTrans signal at Los Osos Valley Road and the northbound US 101 intersection. EL CAPITAN BRIDGE (City of San Luis Obispo) Provided Inspection for the removal of existing bridge and footings and the installation of a new prefabricated steel bridge utilizing the existing abutments. MEADOW PARK PEDESTRIAN BRIDGES (City of San Luis Obispo) Provided Inspection for the removal of two (2) existing wood bridges and their abutments, installation of new concrete abutments, installation of two (2) new prefabricated steel bridges with poured in place concrete decks, and installation of approaching asphalt and concrete approaches. STREET RECONSTRUCTION AND RESURFACING PROJECT SUMMER 2005 (City of San Luis Obispo) Provided Inspection for complete street base repairs, street reconstruction and street resurfacing including installation of drainage facilities. AREAS OF EXPERTISE • Certified Public Infrastructure Inspector (CPII) • Qualified Stormwater Practitioner (QSP) • Erosion and Sediment Training • Environmental Safety • Hazardous Waste Training • Asbestos Training • Traffic Control • Discrimination and Harassment Avoidance • Confined Space • Trench Safety • Bloodborne Pathogens • Fire Extinguisher • Microsoft Office Suite • Procore Project Manager Pro DOUG NELMS | SENIOR CONSTRUCTION INSPECTOR WATER, SEWER, STORM DRAIN IMPROVEMENT PROJECT (City of San Luis Obispo) Replacement of water and sewer pipelines and installation of new storm drain on downtown streets of San Luis Obispo City. ENCROACHMENT PERMITS (City of San Luis Obispo) Provided inspection duties for routine construction projects, materials, and conformance to plans, specifications, contract requirements within the City of San Luis Obispo’s right-of-way. Inspect the construction of a variety of public works and private improvement projects including roads, drainage, grading, water and wastewater pipelines and treatment facilities, tanks parks and landscaping, bike paths, bridges, environmental mitigation, traffic signals and other civil engineering projects while explaining City standards to both contractors and citizens. JOB ORDER CONTRACT PROJECTS (City of San Luis Obispo) Facilitated and inspected various Job Order Contract Assignments including the Job Order Contract program; processing task orders, overseeing and inspecting the project, taking final measurements and processing pay estimates. CHERIL MAGALLANES | OFFICE ENGINEER/ LABOR COMPLIANCE Ms. Magallanes has over 20 years of experience in a variety of professional administrative roles, specializing in Labor Compliance, SWPPP, contract administration per the Local Assistance Procedures Manual, document control, and conflict resolution. Ms. Magallanes has performed Labor Compliance and SWPPP Compliance services for all of Filippin Engineering’s state and federally funded projects for the past 6 years and is well versed in working with Contractors on completeness of documentation, and has passed multiple mid project and post project audits. Her strength is keeping the entire team compliant with funding requirements and is meticulous with document control organization to make sure that the entire team sticks to the Quality Control Plan throughout the entirety of a project. RELEVANT PROJECT EXPERIENCE LABOR COMPLIANCE AND SWPPP COMPLIANCE OFFICER Performed labor compliance tracking according to the frequencies outlined in the Local Assistance Procedures Manual and SWPPP compliance tracking, including upload to SMARTS (as applicable) for the following projects: • Armitos Park Community Garden Improvements, San Jose Creek Multiuse Path and Jonny D. Wallis Park Splash Pad and Improvements (City of Goleta) • State Street Undercrossing (City of Santa Barbara) • Bridge Street Bridge Replacement (City of Arroyo Grande) • North Chorro Neighborhood Greenway (City of San Luis Obispo) • Las Positas Multi-use Path Project (City of Santa Barbara) • Railroad Safety Trail Project (City of San Luis Obispo) • De La Guerra Street Bridge Replacement (City of Santa Barbara) • Marsh Street Bridge Replacement (City of San Luis Obispo) • Roadway Sealing Project 2022 (City of San Luis Obispo) • Emergency Work 2023 (Santa Barbara County Flood Control and Water Conservation District) • Romero Canyon Debris Basin (County of Santa Barbara Flood Control District) • Maria Ygnacio Debris Basin (County of Santa Barbara Flood Control District) • Old Town Sidewalk Improvements (City of Goleta) • 2017 Street Repair Project (City of Arroyo Grande) • Calle Joaquin Lift Station and Force Main Project (City of San Luis Obispo) • Pipe Gallery Improvements (City of San Luis Obispo) OFFICE ENGINEERING SERVICES Performed office engineering duties including document control system creation and maintenance, Quality Control Plan tracking, file maintenance, and full documentation closeout for the following projects: • Via Avenue Bridge Replacement (City of Atascadero) • Santa Lucia Bridge Replacement (City of Atascadero) • Crosswalk at Calle Real Fairview PHB (City of Goleta) • Iron and Manganese Removal (United Water Conservation District) • Bradley Road Bridge Replacement (County of Ventura) • 2020 Waterline and Valve Replacement (City of Lompoc) • ATP Cycle 3 Funded Pedestrian Improvements (City of Guadalupe) • 2020 Pavement Rehabilitation Project – Parking Lot NO. 2 and Cactus Lane (City of Carpinteria) • Measure K Rehabilitation Project (City of Grover Beach) • Cota Street Bridge Replacement (City of Santa Barbara) • Quinientos Street Bridge Replacement Project (City of Santa Barbara) • Romero Canyon Debris Basin (County of Santa Barbara Flood Control District) • Maria Ygnacio Debris Basin (County of Santa Barbara Flood Control District) • Old Town Sidewalk Improvements (City of Goleta) • Jonny D. Wallis Neighborhood Park Project (City of Goleta) • 2017 Concrete Repair Project (City of Arroyo Grande) EDUCATION • A.A., Business A.A., Business A.A., Business A.A., Business Management,Management,Management,Management, Santa Barbara City College • Human Resources Human Resources Human Resources Human Resources ManagementManagementManagementManagement – University of California, Santa Barbara AREAS OF EXPERTISE • Federal Aid • Labor Compliance • SWPPP Compliance • Procore Project Manager Pro • American Red Cross, Certified in Adult & Child First Aid/CPR/AED • National Register Emergency Medical Technician Appendix B – Certificate of Insurance APPENDIX B CERTIFICATE OF INSURANCE CIVIL ENGINEERING DESIGN SERVICES SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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 CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 4/29/2024 AssuredPartners Design Professionals Insurance Services, LLC 3697 Mt. Diablo Blvd Suite 230 Lafayette CA 94549 Sandy Peters 626-696-1901 CertsDesignPro@AssuredPartners.com License#: 6003745 Beazley Insurance Company Inc 37540 FILIENG-01 Sentinel Insurance Company 11000Filippin Engineering Inc 805-729-0041 354-D S. Fairview Ave., Suite: D Goleta CA 93117 Trumbull Insurance Company 27120 Hartford Casualty Insurance Company 29424 964920493 B X 2,000,000 X 1,000,000 X Contractual Liab 10,000 Included 2,000,000 4,000,000 X Y Y 84SBWBH0346 2/9/2024 2/9/2025 4,000,000 C 1,000,000 X X X Y Y 84UEGAC8323 2/9/2024 2/9/2025 D XY84WEGAK3JUW2/9/2024 2/9/2025 1,000,000 1,000,000 1,000,000 A Professional Liability & Contractors Pollution Liab. Claims Made Form C1ABF1240901 2/9/2024 2/9/2025 Per Claim/1,000,000 included $2,000,000/Aggr. AM Best's Rating on all policies: A/XII or greater. Project: WO #242701 – SLO On-Call Civil Engineering Design Services. 30 Day Notice will be sent to holder City of San Luis Obispo 919 Palm Street San Luis Obispo CA 93401 COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form, the provisions of this endorsement apply. COMMERCIAL AUTOMOBILE HA 99 16 12 21 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1. BROAD FORM INSURED Paragraph .1. - WHO IS AN INSURED - of Section II - Liability Coverage is amended to add the following: d. Subsidiaries and Newly Acquired or Formed Organizations The Named Insured shown in the Declarations is amended to include: (1) Any legal business entity other than a partnership or joint venture, formed as a subsidiary in which you have an ownership interest of more than 50% on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. (2) Any organization that is acquired or formed by you and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (a) That is a partnership or joint venture, (b) That is an "insured" under any other policy, (c) That has exhausted its Limit of Insurance under any other policy, or (d) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation. Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired the organization. e. Employees as Insureds (1). Any "employee" of yours while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. f. Lessors as Insureds (1). The lessor of a covered "auto" while the "auto" is leased to you under a written agreement if: (a) The agreement requires you to provide direct primary insurance for the lessor and (b) The "auto" is leased without a driver. Such a leased "auto" will be considered a covered "auto" you own and not a covered "auto" you hire. g. Additional Insured if Required by Contract (1) When you have agreed, in a written contract or written agreement, that a person or organization be added as an additional insured on your business auto policy, such person or organization is an "insured", but only to the extent such person or organization is liable for "bodily injury" or "property damage" caused by the conduct of an "insured" under paragraphs a. or b. of Who Is An Insured with regard to the ownership, maintenance or use of a covered "auto." The insurance afforded to any such additional insured applies only if the "bodily injury" or "property damage" occurs: (a) During the policy period, and (b) Subsequent to the execution of such written contract, and Form HA 99 16 12 21 Page 1 of 5 © 2021, The Hartford (Includes copyrighted material of Insurance Services Office, Inc. with its permission.) 84UEGAC8323 (c) Prior to the expiration of the period of time that the written contract requires such insurance be provided to the additional insured. (2) How Limits Apply If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the most we will pay on behalf of such additional insured is the lesser of: (a) The limits of insurance specified in the written contract or written agreement; or (b) The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the Declarations and described in this Section. (3) Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to an additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance. (4) Duties in The Event Of Accident, Claim, Suit or Loss If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the additional insured shall be required to comply with the provisions in LOSS CONDITIONS 2. - DUTIES IN THE EVENT OF ACCIDENT, CLAIM , SUIT OR LOSS – OF SECTION IV – BUSINESS AUTO CONDITIONS, in the same manner as the Named Insured. 2. Primary and Non-Contributory if Required by Contract Only with respect to insurance provided to an additional insured in A.1.g. - Additional Insured If Required by Contract, the following provisions apply: (1) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Other Insurance 5.d. (2) Primary And Non-Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (1)and (2)do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, by the method described in SECTION IV- Business Auto Conditions, B. General Conditions, Other Insurance 5.d. 3. AUTOS RENTED BY EMPLOYEES Any "auto" hired or rented by your "employee" on your behalf and at your direction will be considered an "auto" you hire. The SECTION IV- Business Auto Conditions, B. General Conditions, 5. OTHER INSURANCE Condition is amended by adding the following: e. If an "employee’s" personal insurance also applies on an excess basis to a covered "auto" hired or rented by your "employee" on your behalf and at your direction, this insurance will be primary to the "employee’s" personal insurance. Page 2 of 5 Form HA 99 16 12 21 4. AMENDED FELLOW EMPLOYEE EXCLUSION EXCLUSION 5. - FELLOW EMPLOYEE - of SECTION II - LIABILITY COVERAGE does not apply if you have workers' compensation insurance in-force covering all of your "employees". Coverage is excess over any other collectible insurance. 5. HIRED AUTO PHYSICAL DAMAGE COVERAGE If hired "autos" are covered "autos" for Liability Coverage and if Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form for any "auto" you own, then the Physical Damage Coverages provided are extended to "autos" you hire or borrow, subject to the following limit. The most we will pay for "loss" to any hired "auto" is: (1) $100,000; (2) The actual cash value of the damaged or stolen property at the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property, whichever is smallest, minus a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. Hired Auto Physical Damage coverage is excess over any other collectible insurance. Subject to the above limit, deductible and excess provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will also cover loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss, subject to a maximum of $1000 per "accident". This extension of coverage does not apply to any "auto" you hire or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. 6. PHYSICAL DAMAGE - ADDITIONAL TEMPORARY TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to provide a limit of $50 per day and a maximum limit of $1,000. 7. LOAN/LEASE GAP COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE, in the event of a total "loss" to a covered "auto", we will pay your additional legal obligation for any difference between the actual cash value of the "auto" at the time of the "loss" and the "outstanding balance" of the loan/lease. "Outstanding balance" means the amount you owe on the loan/lease at the time of "loss" less any amounts representing taxes; overdue payments; penalties, interest or charges resulting from overdue payments; additional mileage charges; excess wear and tear charges; lease termination fees; security deposits not returned by the lessor; costs for extended warranties, credit life Insurance, health, accident or disability insurance purchased with the loan or lease; and carry-over balances from previous loans or leases. 8. AIRBAG COVERAGE Under Paragraph B. EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: The exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. 9. ELECTRONIC EQUIPMENT - BROADENED COVERAGE a. The exceptions to Paragraphs B.4 - EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE are replaced by the following: Exclusions 4.c.and 4.d.do not apply to equipment designed to be operated solely by use of the power from the "auto's" electrical system that, at the time of "loss", is: (1) Permanently installed in or upon the covered "auto"; (2) Removable from a housing unit which is permanently installed in or upon the covered "auto"; (3) An integral part of the same unit housing any electronic equipment described in Paragraphs (1) and (2) above; or (4) Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system. b. Section III, Physical Damage Coverage, Limit of Insurance, Paragraph C.2. is amended to add the following: $1,500 is the most we will pay for "loss" in any one "accident" to all electronic equipment (other than equipment designed solely for the reproduction of sound, and accessories used with such equipment) that reproduces, receives or transmits audio, visual or data signals which, at the time of "loss", is: Form HA 99 16 12 21 Page 3 of 5 (1) Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; (2) Removable from a permanently installed housing unit as described in Paragraph 2.a. above or is an integral part of that equipment; or (3) An integral part of such equipment. c. For each covered "auto", should loss be limited to electronic equipment only, our obligation to pay for, repair, return or replace damaged or stolen electronic equipment will be reduced by the applicable deductible shown in the Declarations, or $250, whichever deductible is less. 10. EXTRA EXPENSE - BROADENED COVERAGE Under Paragraph A. - COVERAGE - of SECTION III - PHYSICAL DAMAGE COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. 11. GLASS REPAIR - WAIVER OF DEDUCTIBLE Under Paragraph D. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. 12. TWO OR MORE DEDUCTIBLES Under Paragraph D. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: If another Hartford Financial Services Group, Inc. company policy or coverage form that is not an automobile policy or coverage form applies to the same "accident", the following applies: (1) If the deductible under this Business Auto Coverage Form is the smaller (or smallest) deductible, it will be waived; (2) If the deductible under this Business Auto Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. 13. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS The requirement in LOSS CONDITIONS 2.a. - DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS - of SECTION IV - BUSINESS AUTO CONDITIONS that you must notify us of an "accident" applies only when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. 14. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. 15. HIRED AUTO - COVERAGE TERRITORY SECTION IV, BUSINESS AUTO CONDITIONS, PARAGRAPH B. GENERAL CONDITIONS, 7. - POLICY PERIOD, COVERAGE TERRITORY - is added to include the following: (6) For short-term hired "autos", the coverage territory with respect to Liability Coverage is anywhere in the world provided that if the "insured's" responsibility to pay damages for "bodily injury" or "property damage" is determined in a "suit," the "suit" is brought in the United States of America, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. 16. WAIVER OF SUBROGATION Paragraph 5. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - of SECTION IV - BUSINESS AUTO CONDITIONS A. Loss Conditions is amended by adding the following: We waive any right of recovery we may have against any person or organization with whom you have a written contract that requires such waiver because of payments we make for damages under this Coverage Form. 17. RESULTANT MENTAL ANGUISH COVERAGE The definition of "bodily injury" in SECTION V- DEFINITIONS, C. is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by any person, including mental anguish or death resulting from any of these. 18. EXTENDED CANCELLATION CONDITION Paragraph 2. of the COMMON POLICY CONDITIONS - CANCELLATION - applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail or deliver to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. Page 4 of 5 Form HA 99 16 12 21 19. HYBRID, ELECTRIC, OR NATURAL GAS VEHICLE PAYMENT COVERAGE In the event of a total loss to a "non-hybrid" auto for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended as follows: a. If the auto is replaced with a "hybrid" auto or an auto powered solely by electricity or natural gas, we will pay an additional 10%, to a maximum of $2,500, of the "non-hybrid" auto’s actual cash value or replacement cost, whichever is less, b. The auto must be replaced and a copy of a bill of sale or new lease agreement received by us within 60 calendar days of the date of "loss," c. Regardless of the number of autos deemed a total loss, the most we will pay under this Hybrid, Electric, or Natural Gas Vehicle Payment Coverage provision for any one "loss" is $10,000. For the purposes of the coverage provision, a. A "non-hybrid" auto is defined as an auto that uses only an internal combustion engine to move the auto but does not include autos powered solely by electricity or natural gas. b. A "hybrid" auto is defined as an auto with an internal combustion engine and one or more electric motors; and that uses the internal combustion engine and one or more electric motors to move the auto, or the internal combustion engine to charge one or more electric motors, which move the auto. 20. VEHICLE WRAP COVERAGE In the event of a total loss to an "auto" for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended to add the following: In addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage provision for any one "loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. Form HA 99 16 12 21 Page 5 of 5 ABCDEFGHIJ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - AGGREGATE LIMITS (PER PROJECT) This endorsement modifies insurance provided under the following: BUSINESS LIABILITY COVERAGE FORM A. D.4.Section LIABILITY AND MEDICAL EXPENSES If the applicable “project” has been abandoned, LIMITS OF INSURANCE is amended as follows:delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from1.D.The General Aggregate Limit under Section plans, blueprints, designs, specifications orLIABILITY AND MEDICAL EXPENSES LIMIT timetables, the “project” will still be deemed toOF INSURANCE applies separately to each of be the same “project”.your "projects". 5.D.The provisions of Section LIABILITY AND2.The limits shown in the Declarations for Liability MEDICAL EXPENSES LIMIT OF INSURANCEand Medical Expenses, Damage To Premises not otherwise modified by this endorsementRented To You and Medical Expenses continue shall continue to apply as stipulated.to apply. B.Additional Definitions3.When coverage for liability arising out of the G.“products-completed operations hazard” is The following definition is added to Section provided, any payments for damages because LIABILITY AND MEDICAL EXPENSES of “bodily injury” or “property damage” included DEFINITIONS: in the “products-completed operations hazard”1.“Project”means “your work” at location(s) away will reduce the Products-Completed Operations from premises owned or rented to you. Aggregate Limit, and not reduce the General Aggregate Limit. Form SS 04 33 04 05 Page 1 of 1 © 2005, The Hartford Policy #8SBWBH036 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Form SS 51 14 04 17 Page 1 of 1 © 2017, The Hartford ADDITIONAL INSURED PROVISIONS - CALIFORNIA This endorsement modifies insurance provided under the following: BUSINESS LIABILITY COVERAGE FORM A.It is agreed that paragraph (2)of subsections 6.d. and 6.f.of Section C. - WHO IS AN INSURED is replaced by the following: (2)The insurance afforded by paragraph (1)above does not apply if your acts or omissions, or the acts or omissions of those acting on your behalf, that are alleged to have caused the "bodily injury", "property damage" or "personal and advertising injury", involve professional architectural, engineering or surveying services, including but not limited to: (a)The preparing, approving, editing of or failure to prepare or approve, shop drawings, maps, opinions, reports, surveys, change orders, field orders, designs, drawings, specifications, warnings, recommendations, permit applications payment requests, manuals or instructions; (b)Supervisory, inspection, quality control, architectural, engineering or surveying activities or services; (c)Maintenance of job site safety, construction administration, construction contracting, construction management, computer consulting or design software development or programming service, or selection of a contractor or programming service; (d)Monitoring, sampling, or testing service necessary to perform any of the services included in a. b. or c. above; (e)Supervision, hiring, employment, training or monitoring of others who are performing any of the services included in a., b. or c. above. The insurance afforded to such additional insured: (a)Only applies to the extent permitted by law; and (b)Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.It is agreed that the following paragraphs are added to the end of subsections 1.and 8.of Section F- OPTIONAL ADDITIONAL INSURED COVERAGES;and it is agreed the following paragraphs replace section b.of subsection 9.of Section F. - OPTIONAL ADDITIONAL INSURED COVERAGES.These paragraphs do not attach or amend the language of any of the other subsections of Section F - OPTIONAL ADDITIONAL INSURED COVERAGES: The insurance afforded by this subsection does not apply if your acts or omissions, or the acts or omissions of those acting on your behalf, that are alleged to have caused the "bodily injury", "property damage" or "personal and advertising injury", involve professional architectural, engineering or surveying services, including but not limited to: (a)The preparing, approving, editing of or failure to prepare or approve, shop drawings, maps, opinions, reports, surveys, change orders, field orders, designs, drawings, specifications, warnings, recommendations, permit applications payment requests, manuals or instructions; (b)Supervisory, inspection, quality control, architectural, engineering or surveying activities or services; (c)Maintenance of job site safety, construction administration, construction contracting, construction management, computer consulting or design software development or programming service, or selection of a contractor or programming service; (d)Monitoring, sampling, or testing service necessary to perform any of the services included in a. b. or c. above; (e)Supervision, hiring, employment, training or monitoring of others who are performing any of the services included in a., b. or c. above. The insurance afforded to such additional insured: (a)Only applies to the extent permitted by law; and (b)Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Policy #8SBWBH036 BUSINESS LIABILITY COVERAGE FORM (b) b.Rented to, in the care, custody or Coverage under this provision does not control of, or over which physical apply to: control is being exercised for any (1)"Bodily injury" or "property damage"purpose by you, any of your that occurred; or"employees", "volunteer workers",(2)"Personal and advertising injury"any partner or member (if you are arising out of an offense committeda partnership or joint venture), or before you acquired or formed the any member (if you are a limited organization.liability company). 4. Operator Of Mobile Equipmentb. Real Estate Manager With respect to "mobile equipment" registered inAny person (other than your "employee" or your name under any motor vehicle registration"volunteer worker"), or any organization law, any person is an insured while driving suchwhile acting as your real estate manager. equipment along a public highway with yourc. Temporary Custodians Of Your permission. Any other person or organizationPropertyresponsible for the conduct of such person isAny person or organization having proper also an insured, but only with respect to liabilitytemporary custody of your property if you arising out of the operation of the equipment, anddie, but only:only if no other insurance of any kind is available (1)With respect to liability arising out of the to that person or organization for this liability. maintenance or use of that property; and However, no person or organization is an insured with respect to:(2)Until your legal representative has been appointed.a."Bodily injury" to a co-"employee" of the person driving the equipment; ord. Legal Representative If You Die b."Property damage" to property owned by,Your legal representative if you die, but rented to, in the charge of or occupied byonly with respect to duties as such. That you or the employer of any person who isrepresentative will have all your rights and an insured under this provision.duties under this insurance. 5. Operator of Nonowned Watercrafte. Unnamed Subsidiary With respect to watercraft you do not own thatAny subsidiary and subsidiary thereof, of is less than 51 feet long and is not being usedyours which is a legally incorporated entity to carry persons for a charge, any person is anof which you own a financial interest of insured while operating such watercraft withmore than 50% of the voting stock on the your permission. Any other person oreffective date of this Coverage Part.organization responsible for the conduct ofThe insurance afforded herein for any such person is also an insured, but only withsubsidiary not shown in the Declarations respect to liability arising out of the operationas a named insured does not apply to of the watercraft, and only if no otherinjury or damage with respect to which an insurance of any kind is available to thatinsured under this insurance is also an person or organization for this liability.insured under another policy or would be However, no person or organization is anan insured under such policy but for its insured with respect to:termination or upon the exhaustion of its limits of insurance.a."Bodily injury" to a co-"employee" of the person operating the watercraft; or3. Newly Acquired Or Formed Organization b."Property damage" to property owned by,Any organization you newly acquire or form,rented to, in the charge of or occupied byother than a partnership, joint venture or you or the employer of any person who islimited liability company, and over which you an insured under this provision.maintain financial interest of more than 50% of the voting stock, will qualify as a Named 6.Additional Insureds When Required By Insured if there is no other similar insurance Written Contract, Written Agreement Or available to that organization. However:Permit a.Coverage under this provision is afforded The person(s) or organization(s) identified in only until the 180th day after you acquire a. f.Paragraphs through below are additional or form the organization or the end of the insureds when you have agreed, in a written policy period, whichever is earlier; and Form SS 00 08 04 05 Page 11 of 24 Policy #8SBWBH036 BUSINESS LIABILITY COVERAGE FORM (e)contract, written agreement or because of a Any failure to make such permit issued by a state or political inspections, adjustments, tests or subdivision, that such person or organization servicing as the vendor has be added as an additional insured on your agreed to make or normally policy, provided the injury or damage occurs undertakes to make in the usual subsequent to the execution of the contract or course of business, in connection agreement, or the issuance of the permit.with the distribution or sale of the products;A person or organization is an additional (f)Demonstration, installation,insured under this provision only for that servicing or repair operations,period of time required by the contract,except such operations performedagreement or permit.at the vendor's premises inHowever, no such person or organization is an connection with the sale of theadditional insured under this provision if such product;person or organization is included as an (g)Products which, after distributionadditional insured by an endorsement issued or sale by you, have been labeledby us and made a part of this Coverage Part,or relabeled or used as aincluding all persons or organizations added container, part or ingredient of anyas additional insureds under the specific other thing or substance by or foradditional insured coverage grants in Section the vendor; orF.– Optional Additional Insured Coverages. (h)"Bodily injury" or "propertya. Vendors damage" arising out of the soleAny person(s) or organization(s) (referred to negligence of the vendor for itsbelow as vendor), but only with respect to own acts or omissions or those of"bodily injury" or "property damage" arising its employees or anyone elseout of "your products" which are distributed acting on its behalf. However, thisor sold in the regular course of the vendor's exclusion does not apply to:business and only if this Coverage Part (i)The exceptions contained inprovides coverage for "bodily injury" or (d) (f)Subparagraphs or ; or"property damage" included within the (ii)"products-completed operations hazard".Such inspections, adjustments, tests or servicing as the vendor(1)The insurance afforded to the vendor has agreed to make or normallyis subject to the following additional undertakes to make in the usualexclusions:course of business, inThis insurance does not apply to:connection with the distribution (a)"Bodily injury" or "property or sale of the products.damage" for which the vendor is (2)This insurance does not apply to anyobligated to pay damages by insured person or organization fromreason of the assumption of whom you have acquired such products,liability in a contract or agreement.or any ingredient, part or container,This exclusion does not apply to entering into, accompanying orliability for damages that the containing such products.vendor would have in the absence b. Lessors Of Equipmentof the contract or agreement; (1)Any person or organization from(b)Any express warranty whom you lease equipment; but onlyunauthorized by you;with respect to their liability for "bodily(c)Any physical or chemical change injury", "property damage" orin the product made intentionally "personal and advertising injury"by the vendor;caused, in whole or in part, by your (d)Repackaging, except when maintenance, operation or use of unpacked solely for the purpose of equipment leased to you by suchinspection, demonstration, testing,person or organization.or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; Page 12 of 24 Form SS 00 08 04 05 Policy #8SBWBH036 BUSINESS LIABILITY COVERAGE FORM (2) e. Permits Issued By State Or PoliticalWith respect to the insurance afforded Subdivisionsto these additional insureds, this insurance does not apply to any (1)Any state or political subdivision, but"occurrence" which takes place after only with respect to operationsyou cease to lease that equipment.performed by you or on your behalf for c. Lessors Of Land Or Premises which the state or political subdivision has issued a permit.(1)Any person or organization from (2)whom you lease land or premises, but With respect to the insurance afforded only with respect to liability arising out to these additional insureds, this of the ownership, maintenance or use insurance does not apply to: of that part of the land or premises (a)"Bodily injury", "property damage"leased to you.or "personal and advertising (2)With respect to the insurance afforded injury" arising out of operations to these additional insureds, this performed for the state or insurance does not apply to: municipality; or (a) (b)Any "occurrence" which takes "Bodily injury" or "property damage" place after you cease to lease that included within the "products- land or be a tenant in that completed operations hazard". premises; or f. Any Other Party (b)Structural alterations, new (1)Any other person or organization whoconstruction or demolition a.is not an insured under Paragraphsoperations performed by or on ethrough . above, but only withbehalf of such person or respect to liability for "bodily injury",organization."property damage" or "personal and d. Architects, Engineers Or Surveyors advertising injury" caused, in whole or in part, by your acts or omissions or(1)Any architect, engineer, or surveyor, but the acts or omissions of those actingonly with respect to liability for "bodily on your behalf:injury", "property damage" or "personal (a)and advertising injury" caused, in whole In the performance of your or in part, by your acts or omissions or ongoing operations; the acts or omissions of those acting on (b)In connection with your premisesyour behalf:owned by or rented to you; or (a)In connection with your premises;(c)In connection with "your work" andorincluded within the "products- (b)In the performance of your completed operations hazard", but ongoing operations performed by only if you or on your behalf.(i)The written contract or written (2)With respect to the insurance afforded agreement requires you to to these additional insureds, the provide such coverage to following additional exclusion applies:such additional insured; and (ii)This insurance does not apply to This Coverage Part provides "bodily injury", "property damage" or coverage for "bodily injury" or "personal and advertising injury""property damage" included arising out of the rendering of or the within the "products- failure to render any professional completed operations hazard". services by or for you, including:(2)With respect to the insurance afforded (a)The preparing, approving, or to these additional insureds, this failure to prepare or approve,insurance does not apply to: maps, shop drawings, opinions,"Bodily injury", "property damage" orreports, surveys, field orders, "personal and advertising injury"change orders, designs or arising out of the rendering of, or thedrawings and specifications; or failure to render, any professional (b)Supervisory, inspection, architectural, engineering or surveying architectural or engineering services, including: activities. Form SS 00 08 04 05 Page 13 of 24 Policy #8SBWBH036 BUSINESS LIABILITY COVERAGE FORM (a)The preparing, approving, or This General Aggregate limit does not failure to prepare or approve, apply to "property damage" to premises maps, shop drawings, opinions, while rented to you or temporarily reports, surveys, field orders, occupied by you with permission of the change orders, designs or owner, arising out of fire, lightning or drawings and specifications; or explosion. (b)3. Each Occurrence LimitSupervisory, inspection, architectural or engineering 2.a. 2.bSubject to or above, whicheveractivities.applies, the most we will pay for the sum of all The limits of insurance that apply to additional damages because of all "bodily injury", D.insureds are described in Section – Limits "property damage" and medical expenses Of Insurance.arising out of any one "occurrence" is the Liability and Medical Expenses Limit shown inHow this insurance applies when other the Declarations.insurance is available to an additional insured is described in the Other Insurance Condition The most we will pay for all medical expenses E.in Section – Liability And Medical Expenses because of "bodily injury" sustained by any General Conditions.one person is the Medical Expenses Limit shown in the Declarations.No person or organization is an insured with 4. Personal And Advertising Injury Limitrespect to the conduct of any current or past partnership, joint venture or limited liability 2.b.Subject to above, the most we will pay forcompany that is not shown as a Named Insured in the sum of all damages because of allthe Declarations."personal and advertising injury" sustained by any one person or organization is the PersonalD. LIABILITY AND MEDICAL EXPENSES and Advertising Injury Limit shown in theLIMITS OF INSURANCE Declarations.1. The Most We Will Pay 5. Damage To Premises Rented To You LimitThe Limits of Insurance shown in the The Damage To Premises Rented To YouDeclarations and the rules below fix the most Limit is the most we will pay under Businesswe will pay regardless of the number of:Liability Coverage for damages because ofa.Insureds;"property damage" to any one premises, while b.Claims made or "suits" brought; or rented to you, or in the case of damage by fire, lightning or explosion, while rented to you orc.Persons or organizations making claims or temporarily occupied by you with permission ofbringing "suits".the owner.2. Aggregate Limits In the case of damage by fire, lightning orThe most we will pay for:explosion, the Damage to Premises Rented Toa.Damages because of "bodily injury" and You Limit applies to all damage proximately"property damage" included in the caused by the same event, whether such"products-completed operations hazard" is damage results from fire, lightning or explosionthe Products-Completed Operations or any combination of these.Aggregate Limit shown in the 6. How Limits Apply To Additional InsuredsDeclarations.The most we will pay on behalf of a person orb.Damages because of all other "bodily organization who is an additional insuredinjury", "property damage" or "personal under this Coverage Part is the lesser of:and advertising injury", including medical a.The limits of insurance specified in aexpenses, is the General Aggregate Limit written contract, written agreement orshown in the Declarations.permit issued by a state or politicalThis General Aggregate Limit applies subdivision; orseparately to each of your "locations" b.The Limits of Insurance shown in theowned by or rented to you.Declarations."Location" means premises involving the Such amount shall be a part of and not in same or connecting lots, or premises addition to the Limits of Insurance shown in whose connection is interrupted only by a the Declarations and described in this Section.street, roadway or right-of-way of a railroad. Page 14 of 24 Form SS 00 08 04 05 Policy #8SBWBH036 BUSINESS LIABILITY COVERAGE FORM (1)If more than one limit of insurance under this Immediately send us copies of any policy and any endorsements attached thereto demands, notices, summonses or applies to any claim or "suit", the most we will pay legal papers received in connection under this policy and the endorsements is the with the claim or "suit"; single highest limit of liability of all coverages (2)Authorize us to obtain records andapplicable to such claim or "suit". However, this other information;paragraph does not apply to the Medical Expenses (3)Cooperate with us in the investigation, 3.limit set forth in Paragraph above.settlement of the claim or defense The Limits of Insurance of this Coverage Part apply against the "suit"; andseparately to each consecutive annual period and to (4)Assist us, upon our request, in theany remaining period of less than 12 months, starting enforcement of any right against anywith the beginning of the policy period shown in the person or organization that may beDeclarations, unless the policy period is extended liable to the insured because of injuryafter issuance for an additional period of less than 12 or damage to which this insurancemonths. In that case, the additional period will be may also apply.deemed part of the last preceding period for purposes d. Obligations At The Insured's Own Costof determining the Limits of Insurance.No insured will, except at that insured's ownE. LIABILITY AND MEDICAL EXPENSES cost, voluntarily make a payment, assumeGENERAL CONDITIONS any obligation, or incur any expense, other than for first aid, without our consent.1. Bankruptcy e. Additional Insured's Other InsuranceBankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our If we cover a claim or "suit" under thisobligations under this Coverage Part.Coverage Part that may also be covered by other insurance available to an2. Duties In The Event Of Occurrence,additional insured, such additional insuredOffense, Claim Or Suit must submit such claim or "suit" to thea. Notice Of Occurrence Or Offense other insurer for defense and indemnity.You or any additional insured must see to However, this provision does not apply toit that we are notified as soon as the extent that you have agreed in apracticable of an "occurrence" or an written contract, written agreement oroffense which may result in a claim. To permit that this insurance is primary andthe extent possible, notice should include:non-contributory with the additional(1)How, when and where the "occurrence"insured's own insurance.or offense took place;f. Knowledge Of An Occurrence, Offense,(2)The names and addresses of any Claim Or Suitinjured persons and witnesses; and a. b.Paragraphs and apply to you or to(3)The nature and location of any injury any additional insured only when suchor damage arising out of the "occurrence", offense, claim or "suit" is"occurrence" or offense.known to: b. Notice Of Claim (1)You or any additional insured that is an individual;If a claim is made or "suit" is brought against any insured, you or any additional (2)Any partner, if you or an additionalinsured must:insured is a partnership; (1)Immediately record the specifics of the (3)Any manager, if you or an additionalclaim or "suit" and the date received;insured is a limited liability company;and (4)Any "executive officer" or insurance(2)Notify us as soon as practicable.manager, if you or an additional insured is a corporation;You or any additional insured must see to it that we receive a written notice of the (5)Any trustee, if you or an additionalclaim or "suit" as soon as practicable.insured is a trust; or c. Assistance And Cooperation Of The (6)Any elected or appointed official, if youInsuredor an additional insured is a political subdivision or public entity.You and any other involved insured must: Form SS 00 08 04 05 Page 15 of 24 Policy #8SBWBH036 BUSINESS LIABILITY COVERAGE FORM f. (3)This Paragraph applies separately to We have issued this policy in reliance you and any additional insured.upon your representations. 3. Financial Responsibility Laws b. Unintentional Failure To Disclose Hazardsa.When this policy is certified as proof of financial responsibility for the future under If unintentionally you should fail to disclose the provisions of any motor vehicle all hazards relating to the conduct of your financial responsibility law, the insurance business at the inception date of this provided by the policy for "bodily injury"Coverage Part, we shall not deny any liability and "property damage" liability will coverage under this Coverage Part comply with the provisions of the law to because of such failure. the extent of the coverage and limits of 7. Other Insuranceinsurance required by that law.If other valid and collectible insurance isb.With respect to "mobile equipment" to available for a loss we cover under thiswhich this insurance applies, we will Coverage Part, our obligations are limited asprovide any liability, uninsured motorists,follows:underinsured motorists, no-fault or other a. Primary Insurancecoverage required by any motor vehicle b.law. We will provide the required limits for This insurance is primary except when those coverages.below applies. If other insurance is also primary, we will share with all that other4. Legal Action Against Us c.insurance by the method described inNo person or organization has a right under below.this Coverage Form:b. Excess Insurancea.To join us as a party or otherwise bring us This insurance is excess over any of theinto a "suit" asking for damages from an other insurance, whether primary, excess,insured; or contingent or on any other basis:b.To sue us on this Coverage Form unless (1) Your Workall of its terms have been fully complied with.That is Fire, Extended Coverage, Builder's Risk, Installation Risk orA person or organization may sue us to recover similar coverage for "your work";on an agreed settlement or on a final judgment against an insured; but we will not be liable for (2) Premises Rented To Youdamages that are not payable under the terms of That is fire, lightning or explosionthis insurance or that are in excess of the insurance for premises rented to youapplicable limit of insurance. An agreed or temporarily occupied by you withsettlement means a settlement and release of permission of the owner;liability signed by us, the insured and the (3) Tenant Liabilityclaimant or the claimant's legal representative. That is insurance purchased by you to5. Separation Of Insureds cover your liability as a tenant forExcept with respect to the Limits of Insurance,"property damage" to premises rentedand any rights or duties specifically assigned to you or temporarily occupied by youin this policy to the first Named Insured, this with permission of the owner;insurance applies: (4) Aircraft, Auto Or Watercrafta.As if each Named Insured were the only If the loss arises out of the maintenanceNamed Insured; and or use of aircraft, "autos" or watercraft tob.Separately to each insured against whom g.the extent not subject to Exclusion ofa claim is made or "suit" is brought.A.Section – Coverages.6. Representations (5) Property Damage To Borroweda. When You Accept This Policy Equipment Or Use Of Elevators By accepting this policy, you agree:If the loss arises out of "property damage" to borrowed equipment or(1)The statements in the Declarations the use of elevators to the extent notare accurate and complete; k.A.subject to Exclusion of Section –(2)Those statements are based upon Coverages.representations you made to us; and Page 16 of 24 Form SS 00 08 04 05 Policy #8SBWBH036 BUSINESS LIABILITY COVERAGE FORM (6) When You Are Added As An When this insurance is excess over other Additional Insured To Other insurance, we will pay only our share of Insurance the amount of the loss, if any, that exceeds the sum of:That is other insurance available to (1)you covering liability for damages The total amount that all such other arising out of the premises or insurance would pay for the loss in the operations, or products and completed absence of this insurance; and operations, for which you have been (2)The total of all deductible and self-added as an additional insured by that insured amounts under all that otherinsurance; or insurance. (7) When You Add Others As An We will share the remaining loss, if any, withAdditional Insured To This any other insurance that is not described inInsurancethis Excess Insurance provision and was not That is other insurance available to an bought specifically to apply in excess of the additional insured.Limits of Insurance shown in the Declarations of this Coverage Part.However, the following provisions c. Method Of Sharingapply to other insurance available to any person or organization who is an If all the other insurance permitsadditional insured under this Coverage contribution by equal shares, we will followPart:this method also. Under this approach, (a) Primary Insurance When each insurer contributes equal amounts Required By Contract until it has paid its applicable limit of insurance or none of the loss remains,This insurance is primary if you whichever comes first.have agreed in a written contract, written agreement or permit that If any of the other insurance does not permit this insurance be primary. If other contribution by equal shares, we will insurance is also primary, we will contribute by limits. Under this method, each share with all that other insurance insurer’s share is based on the ratio of its c.by the method described in applicable limit of insurance to the total below.applicable limits of insurance of all insurers. (b) Primary And Non-Contributory 8. Transfer Of Rights Of Recovery Against To Other Insurance When Others To Us Required By Contract a. Transfer Of Rights Of Recovery If you have agreed in a written If the insured has rights to recover all orcontract, written agreement or part of any payment, includingpermit that this insurance is Supplementary Payments, we have madeprimary and non-contributory with under this Coverage Part, those rights arethe additional insured's own transferred to us. The insured must doinsurance, this insurance is nothing after loss to impair them. At ourprimary and we will not seek request, the insured will bring "suit" orcontribution from that other transfer those rights to us and help usinsurance.enforce them. This condition does not (a) (b)Paragraphs and do not apply to apply to Medical Expenses Coverage. other insurance to which the additional b. Waiver Of Rights Of Recovery (Waiverinsured has been added as an Of Subrogation)additional insured.If the insured has waived any rights ofWhen this insurance is excess, we will recovery against any person orhave no duty under this Coverage Part to organization for all or part of any payment,defend the insured against any "suit" if any including Supplementary Payments, weother insurer has a duty to defend the have made under this Coverage Part, weinsured against that "suit". If no other also waive that right, provided the insuredinsurer defends, we will undertake to do waived their rights of recovery againstso, but we will be entitled to the insured's such person or organization in a contract,rights against all those other insurers.agreement or permit that was executed prior to the injury or damage. Form SS 00 08 04 05 Page 17 of 24 Policy #8SBWBH036 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Countersigned by Authorized Representative (1) Printed in U.S.A.Form WC 04 03 06 Policy Expiration Date: WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Endorsement Number:Policy Number: Effective Date: Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 % of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us 8WEGA.3JUW 02/09/202 Filippin Engineering Inc 35-D S. Fairview Ave., Suite: D Goleta, CA 93117 02/09/2025 Appendix C – Workscope APPENDIX C WORKSCOPE CIVIL ENGINEERING DESIGN SERVICES FE will perform the necessary work to deliver a high quality and biddable sets of plans and specifications for construction or other technical reports and studies, consistent with current policies and procedures. We will complete necessary work which may include studies, investigations, design, plan review, surveying, scheduling, cost estimating, drainage analysis or other engineering analysis or reports to support development of project plans and specifications. The list below includes, but is not all-inclusive of, tasks needed to achieve a quality work product. FE will work with the City staff person assigned for each individual project. 1. Attend scoping meeting with project proponent. 2. Submit a detailed workscope including: a. list of key work items b. schedule which includes required turn-around times for City staff input and products c. list of any sub-consultants needed for the work d. cost proposal which is subject to negotiation e. Any additional tasks as requested by the City 3. Obtain information by: a. completing research of City archives of record drawings b. contacting affected utility companies c. performing facility investigation d. researching code requirements e. any other record searches required to complete the work. 4. Complete preliminary reports or studies, such as infrastructure assessments, if required in the project scope. 5. Engage in public review process as required in the workscope. 6. Prepare and submit initial 50% draft plans, specifications, and construction estimate for City review and comment. Address comments. 7. Prepare and submit 90% draft plans, specifications, and construction estimate for City review and comment. Address comments. 8. Prepare and submit 100% draft plans, specifications, and construction estimate for City review and comment. 9. Submit plans to the Building Division for building permits, addressing comments and resubmitting as needed. 10. Prepare and submit completed approved bid package including plans, specifications and construction estimates signed and stamped by the professional of record. 11. Receive red line plans after construction work is complete and prepare record plans and submit to City. 12. Plans must be completed using the City provided AutoCAD title Sheet and additional layout sheets. The City has the right to comment and request changes to borders, layer name, layer color, and line weight pursuant to the City Engineering Standards Appendix F. Appendix D – Constructability Review APPENDIX D CONSTRUCTABILITY REVIEW CIVIL ENGINEERING DESIGN SERVICES CONSTRUCTABILITY REVIEW FE’s CM team will provide a thorough review of the plans, specifications, permits, agreements, and reports to ensure accuracy , consistency, and completeness. FE is intimately familiar with Microsoft Teams and Bluebeam as these are the software programs that our staff use for remote meetings, design collaboration, plan/specification constructability reviews, as well as during const ruction management & inspection. The main objective of constructability review is to minimize potential change orders and schedul e delays during construction by ensuring that the construction documents are adequately coordinated, substantially complete, and build able. We also realize that the City’s goal is to achieve the lowest bids possible, for that reason we will include a value engineering component and keep that goal in mind. To accomplish these goals in the most efficient manner possible, we propose the following approac h to the project: Kickoff Meeting – An initial coordination meeting be held prior to reviewing the plans and specifications to get an overall feel for how far along the project documents are, what comments have been given so far (so as not to be redundant), issues that have arisen during the design phase of the project that would be pertinent to our review (for example, desired phasing strategy, permitting documents, etc.), and any other coordination issues that can give our team the best start in identifying items that will be the highest value for the appropriate stage of the documents. Site Visits – Our project team will conduct on-site visits as necessary to become familiar with the surroundings and photo document the critical features. Visiting the site gives the team an opportunity to identify additional problems and concerns that may not be apparent from a site map or archival data. Constructability Review – FE generally follows the Caltrans Constructability Review Checklists, however, we find that these lists are not always comprehensive and project specific, so we also review project documents for the following: GENERAL » Review overall clarity and consistency of the documents, specifications, and plans. All Contract parts should work in harmony. » Review measurement and payment language is adequate, and quantities are correct. Check specifically that pay items in the bid tabulation are covered in the specifications, and that all the required work is covered by the pay items. » Review the work shown on the plans is adequately covered in the Special Provisions or the Standard Specifications. » Review that the specifications allow for work efficiency, when appropriate. » Confirm appropriate City specifications are referenced and check for standardization of details on the contract documents. » Confirm necessary details, cross sections, and typical sections are covered in the plans and consistent with the specifications. » Identify redundant specification sections, details and notes for removal to ensure the Contract package is appropriately succinct, superfluous requirements will increase Bid amount. » Confirming Engineer’s Estimate, or developing estimates » Review the plans and specifications for the following to ensure they include the necessary components for construction: o Environmental Permits and Storm Water Pollution Prevenetion Plan Requirements o Scheduling o Staging and Phasing o Traffic Control and Work Limitation Constraints (i.e. work hours on specific streets) o Grading and Earthwork o Utilities and Utility Agency Requirements o Drainage o Roadways and Pedestrian Walkways o Structures SCHEDULING » Review that scheduling requirements are included in the contract and will be adequate to manage the project and give forecast for future impacts to the public. » Confirm that impacts of required phasing requirements are clear and considered in the overall construction schedule. » Consider the engineer’s estimate and working days on the project . If we believe the contract time or budgets are not appropriate we will discuss with the City. ENVIRONMENTAL PERMITTING & SWPPP » Check necessary mitigations or inspections included in the environmental document and technical studies are included in the contract work. » Review and ensure SWPPP and Water Pollution Control is adequately specified and defined. » Cross check that appropriate permits are provided, and conditions of approval incorporated into the bid package. » Confirm that any environmental City construction windows and impacts are outlined clearly. STAGING/PHASING » If included, ensure the construction staging plans are workable, complete and shown adequately. » Review site logistics and constraints and confirm limitations of access for the work is reasonable and clearly conveyed. » Confirm temporary construction easements are adequate, if applicable. » Confirm available stockpiling areas are identified and appropriate. » Confirm haul routes are identified and review turnaround areas, if applicable. » Confirm temporary fencing is adequate and identified. TRAFFIC CONTROL PLANS AND/OR SPECIFICATIONS » Review that constraints and direction are clearly conveyed and reasonable to complete the work. » Confirm that specifications for traffic handling and lane closures are included. » Cross check consistency between contract documents and peripheral project documentation and reports. » Check that the Traffic Control Plans are coordinated with the project phasing » Check that signing meets traffic needs in each phase. » Confirm work zones are large enough for required equipment access. » Check that emergency vehicles can travel through work zones without delay. GRADING/EARTHWORK » Confirm removal limits are clearly shown and confirm sawcutting limits are specified. » Confirm earthwork and paving quantities are provided. Given the briefness of this review, we will not check that quantities are accurate – just that adequate information is shown. UTILITIES & AGENCIES » Review that known underground facilities are adequately shown on the plans and necessary potholing or protection is included in the contract documents. » During our onsite visits, we will note any surface features that would indicate additional utilities from that shown on the plans. » Review that utility clearances and cover are adequate. » Identify possible utility conflicts or areas that potholing prior to bidding may be appropriate. » Confirm sequencing of utilities and road and structures work. » Verify City Permits have been acquired as necessary (i.e. Caltrans) Constructability Review Spreadsheet, Word Document, & Bluebeam – The FE team will add review comments to the contract documents as follows, or as requested by the City: • Specifications - Microsoft Word using track changes or Bluebeam session • Plans – Bluebeam session • Cost estimates - Microsoft Excel or Bluebeam session • Schedules - Microsoft Projects or Bluebeam session FE will create a spreadsheet that organizes comments on the above topics by category, and reference to plan sheet or specifica tion section. FE will submit a draft of the constructability review spreadsheet and other files to the City and/or Design Team before setting up a meeting to review any questions that have arisen during the initial review. Meeting to Review Draft Comments – After an initial review of the construction documents, and preparation of the draft spreadsheet and files as outlined above, we would like to have a meeting with the City to go over any questions that have arisen during this review. This helps the CM team understand forces that shaped the project plans to maximize the best use of the remaining review time. We understand that critical decisions were made during earlier stages of the project that drastically impact overall project cost, schedule, and constructability. Our team should understand this background. This will help us to provide comments and suggestions that result in a more clear, biddable, and efficient set of final contract documents. At this meeting, we will provide a list of questions and items needing clarification and a draft spreadsheet of all comments. Following the constructability review meeting we will finalize the comments and accompanying memorandum for the City and Design Team response and tracking. We aim to foster an atmosphere of teamwork within which we can provide relevant comments to a receptive design team, working together as one team to provide maximum benefit to the City. When interfacing with the designer our approach is positive i.e. asking the designer if they have considered a particular aspect of the project, rather than negatively telling the designer something has been forgotten, or it is not buildable. Estimation of Working Days – For this phase, we will estimate the construction duration required to independently confirm the working days provided by the designer. The lead time required for equipment items will be considered the specifications for bidding. Depending on the complexity of the project we may develop a concept construction schedule in Gantt Chart format for the purpose of estimating working days, generally we utilize Microsoft Project for this purpose. Constructability Review Technical Memorandum & Comments List – Provide the City with a final review memo summarizing FE’s constructability review comments for the project. This will include an electronic copy of the spreadsheet that allows for distribution to the Design Engineer for response, along with City tracking of incorporation or response on the review comments. CONSTRUCTABILITY REVIEW SCOPE • Coordination meeting with the Design Engineer and City staff • Plan and specification connectivity at 90% and 100% design, or other design stages if needed • Construction sequencing (Order of Work) • Construction means and methods • Value engineering • Environmental permit compliance • Permit City Coordination • Coordination with utility owners (private and public) • Project Critical Path Method, and Schedule (Verification of Working Days) • Cost estimates verification • Quantity verification CONSTRUCTABILITY REVIEW DELIVERABLES » Technical memorandum with recommended construction phasing and findings from PS&E