HomeMy WebLinkAboutConstruction Management and Inspection Consultants; 2012-08-08; PEM581AGREEMENT FOR AS NEEDED CONSTRUCTION MANAGEMENT & INSPECTION
SERVICES
CONSTRUCTION MANAGEMENT & INSPECTION CONSULTANTS
PEM581
THIS AGREEMENT is made and entered into as of the day of
^UqusXZ 201 Si, by and between the CITY OF CARLSBAD, a municipal
corporation, (''Qt7')7and Construction Management & Inspection Consultants, a Management &
Inspection Consultant, ("Contractor").
RECITALS
A. City requires the professional services of a Construction Inspection Firm that is
experienced in Public Works Construction Inspection and Capital Improvement Project
Administration.
B. Contractor has the necessary experience in providing professional services and
advice related to Public Works Construction Inspection and Capital Improvement Project
Administration.
C. Selection of Contractor is expected to achieve the desired results in an expedited
fashion.
D. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein. City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and
skill customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment
while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date first above
written. The City Manager may amend the Agreement to extend it for five (5) additional one (1)
year periods or parts thereof at an houriy rate of Ninety-five ($95.00) dollars, not to exceed One
Hundred Thousand dollars ($100,000.00) per Agreement year. Extensions will be based upon a
satisfactory review of Contractor's performance. City needs, and appropriation of funds by the
City Council. The parties will prepare a written amendment indicating the effective date and
length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
in an amount not to exceed One Hundred Thousand dollars ($100,000.00). No other
City Attorney Approved Version 2/17/12
compensation for the Services will be allowed except for items covered by subsequent
amendments to this Agreement. The City reserves the right to withhold a ten percent (10%)
retention until City has accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
If an increase in compensation for service in succeeding option years is requested, the
Contractor must provide detailed supporting documentation to justify the requested rate
increase. The requested increase will be evaluated by the City, and the City reserves the right
to accept or reject the Contractor's requested compensation increase. This Agreement's annual
compensation terms may be adjusted by a mutually agreeable amount based on and no greater
than the San Diego Consumer Price Index changes over the previous year. Requests for price
changes must be made by the Contractor in writing sixty (60) days before the end of the then-
current agreement year and is subject to negotiation or rejection by the City.
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not
be considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City wiil not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within
thirty (30) days for any tax, retirement contribution, social security, overtime payment,
unemployment payment or workers' compensation payment which City may be required to
make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work
done under this Agreement. At the City's election. City may deduct the indemnification amount
from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless
specifically noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused by any negligence.
City Attorney Approved Version 2/17/12
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that
this section will survive the expiration or eariy termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The
insurance carrier is required to have a current Best's Key Rating of not less than "A-:VH". OR
with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk
Manager or City Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit
per occurrence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the work under this
Agreement or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and
property damage.
10.1.3 Workers' Compensation and Emplover's Liability. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be required if
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period offive years following the date of completion of the work.
I I If box is checked, Professional Liability
City's Initials Contractor's Initials Insurance requirement is waived.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
City Attorney Approved Version 2/17/12
10.2.1 The City will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the City.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to
maintain the required coverages. Contractor is responsible for any payments made by City to
obtain or maintain insurance and City may collect these payments from Contractor or deduct the
amount paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. Citv reserves the right to require, at anytime, complete
and certified copies of any or all required insurance policies and endorsements.
11- BUSINESS LICENSE
Contractor will obtain and maintain a City of Carisbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be cleariy identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of
three (3) years from the date of final payment underthis Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For Citv For Contractor
City Attorney Approved Version 2/17/12
Name Joe Garuba Name Duane Soileau
Title Municipal Property Manager Title Owner
Property &
Environmental
Department Management Address 254 Cranston Crest
City of Carisbad Escondido, Ca 92025
Address 405 Oak Ave Phone No. (760) 877-0669
Carisbad, Ca 92008 Email DSCMIC@cox.net
Phone No. (760) 434-2943
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way affect the
performance of the Services by Contractor. Contractor will at all times observe and comply with
these laws, ordinances, and regulations and will be responsible for the compliance of
Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware ofthe requirements ofthe Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both
parties involved along with recommended methods of resolution, which would be of benefit to
both parties. The representative receiving the letter will reply to the letter along with a
recommended method of resolution within ten (10) business days. If the resolution thus
obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded
to the City Manager. The City Manager will consider the facts and solutions recommended by
each party and may then opt to direct a solution to the problem. In such cases, the action ofthe
City Manager will be binding upon the parties involved, although nothing in this procedure will
prohibit the parties from seeking remedies available to them at law.
City Attorney Approved Version 2/17/12
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services
contemplated by this Agreement, City may terminate this Agreement upon written notice to
Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any
documents owned by City and all work in progress to City address contained in this Agreement.
City will make a determination of fact based upon the work product delivered to City and of the
percentage of work that Contractor has performed which is usable and of worth to City in having
the Agreement completed. Based upon that finding City will determine the final payment of the
Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product
and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee
payable under this Agreement. City will make the final determination as to the portions of tasks
completed and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or
violation of this warranty. City will have the right to annul this Agreement without liability, or, in
its discretion, to deduct from the Agreement price or consideration, or othenA/ise recover, the full
amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in
anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false
claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seg..
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement
for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction
is grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
City Attorney Approved Version 2/17/12
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor any
monies due or to become due under it may be assigned by Contractor without the prior consent
of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it,
along with the purchase order for this Agreement and its provisions, embody the entire
Agreement and understanding between the parties relating to the subject matter of it. In case of
conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor
any of its provisions may be amended, modified, waived or discharged except in a writing
signed by both parties.
///
///
///
///
///
///
///
///
///
City Attorney Approved Version 2/17/12
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR CITY OF CARLSBAD, a municipal
corporation of the State of California
Byv
(sign here)
Duane Soileau, Owner
(print name/title)
By:
(sign here)
Oep, City Manager or Mayor or Divioion Dir<^<^*gi*J'^^//y^
' aiithoriired by tho City Monatf^^y«^y cj^
ATTEST:
LORRAINE M. WOOD
City Clerk
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If a corporation. Agreement must be signed by one corporate officer from each of the
following two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
R0NALDB-,3ALL, City Attorney
City Attorney
0^^
City Attorney Approved Version 2/17/12
Construction Management & Inspection Consultants
Construction Management & Inspection Consultant Cost Schedule
Construction Management & Inspection Consultants (CMIC) w^ill provide
inspection services for The City of Carlsbad at a rate of $95.00 per hour.
CMIC will provide their own work truck, cell phone, and computer.
254 Cranston Crest • Escondido, CA 92025 • (760) 877-0669 - FAX (760) 294-6689
Construction Management & Inspection
Consultants
Cost Schedule
Ms Kelly (Brooks) Fleming
City of Carlsbad
Carlsbad Ca 92008
A
Construction Management & Inspection Consultants
Construction Management & Inspection Consultant Cost Schedule
Construction Management & Inspection Consultants (CMIC) will provide
inspection services for The City of Carlsbad at a rate of $95.00 per hour.
CMIC will provide their own work truck, cell phone, and computer.
254 Cranston Crest • Escondklo. CA 92025 • (760) 877-0669 • FAX (760) 294-6689
Construction Management & Inspection Consultants
CMIC will typically perform the following tasks, as appropriate, for each of the
projects that Ihey are assigned.
Pre-Construction Phase
• Perfonn cursory constructability review when assignment pemiits (Capital Work)
• Hold "Hand-off Meetings" with the project engineer and designer
• Conduct pre-construction meeting
Construction Phase
• Chair bi-weekly construction meetings, including setting the meeting agenda and tracking
issues to resolution
• Coordinate with contractor's operations and perform required inspections, ensuring
conformance with Project plans, specifications, and standards.
• Coordinate with the testing firm and contractor to arrange for any material testing.
• Enforce the requirements of the approved Storm Water Pollution Prevention Plan
(SWPPP).
• Serve as the point of contact in the field.
• Set-up and maintain project records.
• Review and respond to contractor's request for information- routing to other parties for
response as necessary.
• Establish and update project RFI log.
• Review contractor's submittals for correction or approval - also routing the submittals to
the proper reviewing party as necessary.
• Establish and update project submittal log.
• Review, verify item quantities, and approve as appropriate, contractor's monthly progress
payments.
• Review contractor change order request for necessity, cost, and methods. Develop
potential change orders. Issue request for quotes. Provide recommendations as whether a
change order is appropriate or legitimate, the estimate is reasonable and complete, and
write the change orders.
• Write daily inspection reports identifying issues or conflicts, item work accomplished
work force, equipment, and any notable occurrences.
• Issue stop notices as necessary.
• Establish and maintain project files.
• Establish and maintain a photo log for the project.
• Compile punch list and conduct final inspections.
• Coordinate and perform final walkthroughs.
Construction Management & Inspection Consultants
Post-construction phase
• Coordinate the completion of the as-built drawings from the contractor's records, the
project files, and changes generated by the design Engineer.
• Provide a complete set of project records to the client.
• Complete final pay estimates.
• Perform warranty inspections.
Community Relations
• CMIC will respond to citizen concerns and complaints by listening respectfiilly, and
making a timely effort to resolve the issue at the project level.
Cost Control
• CMIC will always strive to be a good professional of the client's resources. CMIC will be
a strong benefactor for the client and ensure that the client is getting the product it is
paying for.
Construction Management and Inspection Capabilities
• Roadway & Highway Construction
• Tenant Improvements
• Historic Restorations
• Building modifications
• Mass Grading Projects
• Large Residential Projects
• Potable and Reclaimed Water pipeline Construction
• Sanitary Sewer Construction
• Drainage Construction
• Stormwater and Water Pollution Prevention Measures
• Traffic Signal Improvements
• Parte & Recreational Facilities
• Computer Chip Plants
• Nuclear Power Plants
• Coatings Inspection
Duane Soileau
CONSTRUCTION MANAGEMENT &
INSPECTION CONSULTANTS
(760) 877-0669
Experience Overview
With over 32 years of experience in
construction management, inspection, and
testing, I enjoy the challenge of new projects
and handling several priorities at once. I have
consistently earned outstanding performance
evaluations and am a competent, reliable, and
committed professional. I also have a proven
record of success in asstmiing increasing levels
of responsibility.
Relevant Experience
City of Carlsbad & City of San
Marcos Construction Management
and Inspection
I am currently serving as the Construction
Manager / Principal Inspector for the
construction of both capital improvement and
private development projects, including skate
and recreational parks, landscaping, irrigation
systems, traffic signals, historical restoration,
road widening and realigimients, recycled
transmission water lines, storm drain systems,
and various tenant improvements. This
includes a variety of construction management
and inspection tasks such as:
• Preparing field calculations for pay
quantities and monthly pay
estimates.
• Completing As-builts and
performing final walk throughs for
project close out.
• Writing daily inspection reports.
• Tracking and documenting time and
material, writing change orders, and
closing out disputed work issues.
• Meeting with homeowners as a
liaison for the City of Carlsbad.
• Scheduling and conducting pre-
construction and bi-weekly project
meetings.
• Performing field-testing of
imdergroimd utilities.
• Providing coordination between
contractor. City staff, and Parks
Department persormel.
• Writing RFQ's, PCO's and handling
RFFs.
• Reviewing SWPPP manuals,
inspecting BMP's for compliance,
and confirming that projects are
conforming to the current RWQCB
permits.
Construction area Supervisor
Performed various Supervisor and Inspection
duties for Caltrans projects in Inyo, Mono, and
Kem Counties, including field inspection of all
phases of new highway and overlay
construction. Observed and inspected work
during progress and up to completion for
compliance v^th specifications and procedures.
Other services provided include:
• As-builts and final walk through for
punch list.
• Field calculations for pay quantities
and monthly pay estimates.
• Wrote daily Assistant Engineer
Reports.
• Obtained, tested, and documented
field samples for laboratory work.
• Mass grading, rock fills, and
structure backfill inspections.
• Performed compaction tests, sand
equivalents, gradations, and other
relevant tests for embankment.
Asphalt Concrete, and Portland
Cement Concrete.
• Supervised field and laboratory
persoimel
William (Bill) Lopez
CONSTRUCTION MANAGEMENT &
INSPECTION CONSULTANTS
Experience Overview
With over 38 years of experience in
construction management, inspection, and
supervisory experience. Mr. Lopez has a
proven record of success and is a competent,
reliable, and committed professional. His
military backgroimd and training to detail has
translated to his current profession.
Relevant Experience
City of Carlsbad Construction
Management and Inspection
Mr. Lopez has over 22 years of Construction
Manager / Principal Inspector for the
construction of capital improvement and
private development projects, including traffic
signals, road widening and realigimients,
recycled transmission water lines, storm drain
systems, streetlights, sewer force mains, pump
stations and water treatment plants. This
includes a variety of construction management
and inspection tasks such as:
• Preparing field calculations for pay
quantities and monthly pay
estimates.
• Completing As-builts and
performing final walk through for
project close out.
• Writing daily inspection reports.
• Tracking and documenting time and
material, writing change orders, and
closing out disputed work issues.
• Meeting with homeowners as a
liaison for the City of Carlsbad.
• Scheduling and conducting pre-
construction and bi-weekly project
meetings.
Performing field-testing of
imderground utilities.
Providing coordination between
contractor. City staff, and Parks
Department persoimel.
Writing RFQ's, PCO's and handling
RFI's.
Reviewing SWPPP manuals,
inspecting BMP's for compliance,
and confirming that projects are
conforming to the current RWQCB
permits.
Woodside Kubota / Santa Margarita
Public works inspector far various cities.
Responsible for fiie public water and sewer
projects, booster pump stations, sewage lift
stations, pre-stressed concrete reservoirs, and
sewer force mains other services provided
include:
• As-builts and final walk through for
punch list.
• Field calculations for pay quantities
and monthly pay estimates.
• Wrote daily Assistant Engineer
Reports.
• Project meetings.
• Liaison for various cities
Construction Management & Inspection Consultants
Office Location
Constructionn Management & Inspection Consultants (CMIC) is currenty located
at 254 Cranston Crest, Escondidio Ca, 92025. Duane Soileau who will be
assigned to the "AS NEEDED" project management service contract is located
out of this office.
254 Cranston Crest - Escondido, CA 92025 • (760) 877-0669 • FAX (760) 294-6689