Loading...
HomeMy WebLinkAboutAGR-7233 - MICHAEL BAKER INTERNATIONAL INC - CDBG_HOME CONSULTANT SERVICES AGREEMENTAc-2 PROFESSIONAL SERVICES AGREEMENT CDBG/HOME Consultant Services] THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at Orange, California, on this day of ue,,5°{' , 2021 (the "Effective Date") by and between the CITY OF ORANGE, a municipa corporation ("City"), and MICHAEL BAKER INTERNATIONAL, INC., a Pennsylvania corporation("Contractor"),who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A," which is attached hereto and incorporated herein by reference. As a material inducement to City to enter into this Agreement,Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. The services which are the subject of this Agreement are not in the usual course of City's business and City relies on Contractor's representation that it is independently engaged in the business of providing such services and is experienced in performing the work. Contractor shall perform a11 services in a manner reasonably satisfactory to City and in a manner in conformance with the standards of quality normally observed by an entity providing such services to a municipal agency. All services provided shall conform to all federal, state and local laws, rules and regulations and to the professional standards and practices ordinarily observed by professionals performing similar services under similar circumstances ("Standard of Care). The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A"to the contrary. Jessica Herrera,Administrative Analyst("City's Project Manager"), shall be the person to whom Contractor will report for the performance of services hereunder. It is understood that Contractor's performance hereunder shall be under the supervision of City's Project Manager(or designee), that Contractor shall coordinate its services hereunder with City's Project Manager to the extent required by City's Project Manager, and that all performances required hereunder by Contractor shall be performed to the reasonable satisfaction of City's Project Manager and the City Manager. 2. Compensation and Fees. a. Contractor's total compensation for all services performed under this Agreement, shall not exceed THIRTI'THOUSAND DOLLARS and 00/100($30,000.00)without the prior written authorization of City. b. The above compensation shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. 3. Pavment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. b. All such invoices shall state the basis for the amount invoiced, including services completed,the number of hours spent and any extra work performed. c. City will pay Contractor the amount invoiced within thirty(30) days after the approval of the invoice. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the services to be performed and compensation therefor. All amendments shall set forth the changes of work,extension of time,and/or adjustment of the compensation to be paid by City to Contractor and shall be signed by the City's Project Manager, City Manager or City Council, as applicable. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Indenendent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish a11 facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not,under any circumstances,be considered employees of City,and that they shall not be entitled to any of the benefits or rights afforded employees of City,including,but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers'compensation insurance benefits. 2 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Designated Persons. Only those qualified persons authorized by City's Project Manager,or as designated in Exhibit"A," shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assignment or Subcontractin. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor shall commence the work provided for in this Agreement within five(5)days of the Effective Date of this Agreement and diligently prosecute completion of the work in accordance with the time period set forth in Exhibit"A"hereto or as otherwise agreed to by and between the representatives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement, subject, however, to the exercise of the professional standard of care for performance of the Services. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Reserved. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control,other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay,Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Contractor. The documents, studies, evaluations; assessments, reports,plans, citations, materials, manuals,technical data, logs, files, designs and other products produced or provided by Contractor for this Agreement shall become the property of City upon receipt. Contractor shall deliver all such products to City prior to payment for same. City may use,reuse or otherwise utilize such products without restriction. However, any improper reuse or modification by City of any such materials on any project other than the proj ect which is the subj ect of this Agreement without Consultant's prior written consent shall be at the sole risk of City and 3 City agrees to indemnify and hold harmless Consultant from all costs, losses, and expenses, including legal fees, incurred as a result of any such use or decision by City. 15. Equal Emplovment Opportunitv. During the performance of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employment because of race, color,religion, sex,national origin,mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex,national origin,mental or physical disability, or any other basis prohibited by applicable law. Such actions shall include,but not be limited to the following: employment,upgrading,demotion or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms of compensation and selection for training,including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c. Contractor shall cause the foregoing paragraphs(a)and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its posirion as a consultant to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a fmancial interest as defined in Section 87103 of the Government Code. 17. Indemnitv. a. To the fullest extent pernutted by law, Contractor agrees to indemnify, defend City, its City Council and each member thereof, and the officers, officials, agents and employees of City(collectively the "Indemnitees")from all liability arising out of: 1) Any and all claims under workers' compensation acts and other employee benefit acts with respect to Contractor's employees or its subcontractor's employees arising out of Contractor's work under this Agreement,including any and all claims under any law pertaining to Contractor or its employees' status as an independent contractor and any and all claims under Labor Code section 1720 related to the payment of prevailing wages for public works projects; and 2) Any claim, loss,injury to or death of persons or damage to property caused by any wrongful act,neglect,default,or omission other than a professional act or omission 4 of Contractor, or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss, injury, death or damage caused by the negligence or willful misconduct of City. Contractor, at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indexnnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. Contractor agrees to indemnify and hold Indemnitees harmless from all liability arising out of any claim, loss, injury to or death of persons or damage to property to the extent caused by its negligent professional act or omission in the performance of professional services pursuant to this Agreement. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third pariy indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission,or ternunation of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. a. Contractor shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers' compensation benefits under any City program. b. Contractor shall maintain during the life of this Agreement the following minunum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the insurance coverage andlor limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c. Contractor shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of(1) a combined single limit of One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage for all owned,non-owned and hired vehicles and be written on an occurrence basis. d. Any irisurance proceeds in excess of or broader than the minimum required coverage and/or rr mum required limits which are applicable to a given loss shall be available 5 to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. e. Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth herein shall be maintained for the duration of the Agreement. f.Contractor shall maintain during the life of this Agreement professional liability insurance covering errors and omissions arising out of the performance of professional services with a minimum limit of One Million Dollars ($1,000,000)per claim. Contractor agrees to keep such policy in force and effect for at least five(5)years from the date of completion of this Agreement. g. The general and automobile liability insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10) days' prior written notice to City. i.Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j Contractor shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may ternunate this Agreement. k. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City,on behalf of any insurer providing insurance to either Contractor or City with respect to the services of Contractor herein,a waiver of any right to subrogation which 6 any such insurer may acquire against City by virtue of the payment of any loss under such insurance. 1.Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Contractor not less than five(5) days' written notice of intent to terminate. Upon receipt of such notice, Contractor shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Contractor for services provided within the professional standard of care and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information(collectively, the records")pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three(3)years after ternunation or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three(3)days'notice from City,and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. If the work provided for in this Agreement constitutes a"public works,"as that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must be paid, to the extent Contractor's employees will perform any work that falls within any of the classifications for which the Departrnent of Labor Relations of the State of California promulgates prevailing wage determinations, Contxactor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such workers. The general prevailing wage deternunations for crafts can be located on the website of the Departrnent of Industrial Relations(www.dir.ca.gov/DLSR). Additionally,to perform work under this Contract, Contractor must meet all State registration requirements and criteria,including project compliance monitoring. c. Contractor represents and warrants that it: 7 1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 IlZCA); and 2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work ui the United States or under the terms of this Agreement; and 3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Contractor's employees; and 4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to imuugration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. d. Contractor shall require all subcontractors or subconsultants to make the same representations and warranties as set forth in Subsection 21.c. e. Contractor shall, upon request of City, provide a list of all employees working under this Agreement and shall provide,to the reasonable satisfaction of City,verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by Contractor. Once such request has been made, Contractor may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. f.Contractor shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.e. g. If Contractor or subcontractor knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to deternune the status of such employee,that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. h. Contractor agrees to indemnify and hold City, its officers, officials, agerits and employees harmless for,of and from any loss,including but not limited to fines,penalties and corrective measures City may sustain by reason of Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governins Law and Venue. This Agreement shall be construed in accordarice with and governed by the laws of the State of California and Contractor agrees to submit to the 8 jurisdiction of Califomia courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Intesration. This Agreement constitutes the entire agreement of the parties. No other agreement,oral or written,pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices sha11 be deemed received upon receipt of same or within three(3) days of deposit in the U.S. Mail,whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. CONTRACTOR" CITY" Michael Baker International, Inc. City of Orange 3760 Kilroy Airport Way, Suite 270 300 E. Chapman Avenue Long Beach, CA 90806 Orange, CA 92866-1591 Arin.: William Hoose Attn.: Jessica Herrera Telephone: (562) 753-2839 Telephone: (714) 744-7270 E-Mail: William.Hoose@mbakerintl.com E-Mail: jherrera@cityoforange.org 25. Counternarts. This Agreement may be executed in one or more counterparts,each of which shall be deemed an original,but all of which together shall constitute one and the same instrument. Signatures transmitted via facsurule and electronic mail shall have the same effect as original signatures. 26. Waiver of Conseauential Dama es. In no event shall either City or Consultant have any claim or right against the other,whether in contract,warranty,tort(including negligence), strict liability or otherwise, for any special, indirect, incidental, or consequential damages of any kind or nature whatsoever, such as but not limited to loss of revenue, loss of profits on revenue, loss of customers or contracts,loss of use of equipment or loss of data,work interruption,increased cost of work or cost of any fmancing,howsoever caused,even if same were reasonably foreseeable. 27. Force Maieure. In no event shall either City or Consultant have any claim or right against the other for any failure of performance where such failure of performance is caused by or is the result of causes beyond the reasonable control of the other party due to any occurrence commonly known as a "force majeure," including, but not limited to: acts of God; fire, flood, or other natural catastrophe; epidemic, pandemic, acts of any governmental body; labor dispute or shortage; national emergency; insurrection;riot; or war. Remainder of page intentionally left blank; signatures on next page] 9 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR"CITY" MICHAEL BAKER INTERNATIONAL, CITY OF ORANGE, a municipal corporation INC., a Pennsylvania corporation B 1 BY• ,N`— ' Y Printed Name: William M. Hoose Otto, City Manager Title: Associate Vice President By: APPROVED AS TO FORM: Printed Name: Title: Mary E. inning Senior Assistant City Atto y NOTE: City requires the following signature(s) on behalf of the Contractor: 1)the Chairman of the Board,the President or a Vice-President,AND(2)the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office,please so indicate. OR The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement,must be provided to City. 10 EXHIBIT"A" SCOPE OF SERVICES Beneath this sheet.] r _ . _ .. : . . _ . ' . . '. . . _ - .We Make a Di fference . f.N. TE.RN ATION. AL. . . . . : July 26,:2021- . . . .. : Susan.Galvan : Community,Developrrient picector: GITY OF ORANGE . . : . . . . : 300 E. Cha man.Ave:P. . Orange, CA 92866 : RE:_Proposaf forCDBG and.HOME Program-Administratfon-Services. Dedr/v1s:Gaiyan; .. . : :. In.response:to your.recent:request; Ailichael Baker Internat.ional.(Michael Baker);is p,leased to,submit : .. .tFiis r.oposal to. prov.ide.CDBG Grant Assistance to. the.Cify of:Orange: Michael. .BaKer recently. . . : cel brated its 80rh anniyersqry and.is a_leading gfobaf p oyider of.engineering,planning;.and.othe '.. -. . consulting services:Michael Bakerpcides itself.in the comprehensiye rbnge of innovative services and . solutions.it.offers to suppoct federal, state, and municipql.government agencies:and ofher diver5e clients.The frm has more than 3;500 employees 'in oyer 90 offces located actoss tFie United States: dnd internationally; : : Based.on our..lon ferm involvement in mdna in man9= g g . y'types:of p ojects and programs; we ha4e: developed a thoroiigh understanding of project mariagement principles and requiremerits.:Nlichael . . . Baker ha established sound p actices anci sfandard p ocedures to maintain a hi h ievel of accurac and.proc3uctivi Qu staff re ula l attends worksho s and frain'in s onsored b the:De a tme t ` _tY•. 9 Y. P 9 P . Y p o f.Housiog cind Uiban.Development and .the State..to[emain current.with_ifs changing regulaiions, . principles,and procedures:.Michael 6aker.staff inembers ace well.qualified to provide.the services . . b.eing requested by.the.City of Orange.based on their educational background;ca eer frqining;and work experience:. . : The.Scope:of Services.is as follows;_ . . . : 1.- CDBG and HOME.Program Services Gty s Ca) C.onduct a.thorough eview of#he DBG ancl HOME Program files to assess-stafus . and completeness: : p y P. b Corn letion of the Cit s 2020-2021 CAPER-,D.ue.Se tember30;202-1. . o . Consult with City regarding.the accomplishments for 2020-2Q2T-Progrqm.Year= o Prepare CAPER.documenf . . : . o . Prepare.Public Notice . . : o Attendanee at publichearingswill be.billed on a.time and materials bdsis . o . Upload.CAPER fo IDIS .. . . . .. . c)__ Completion ofi the.Cit.y's 2022-2023 Annual Action Plan.=Due by J.une 20;.2022. o Consult yvith Gity rega clir g.the.goafs for:2022:2023 Program Year o . _Prepace AnnuaCAction Plan elocument . .. o . .Prepar.e.Public Notice. . o. Attendonepublic hearing (if pdditional hearings are necessary,they will 6e billed on a time.and.materialsbasis) o Upload Annual Action Flan to IDIS . . 3760.Ki1%y.Aicporf.1Nay;Suite 270.Long Beach,CA 90806.562) 200-71.73 1 I;' 9 We Make a Di fference NTE-RN .AT.IONA:L.. . . . . : d) Com lete Environmental Reyiew. Documenfs .for three_ 3 ro rams. -,Due rior to _.-. _P . l ) .P. 9. P commencement.of.pro%ects.. o. . Additional oC prepa[ation of incomplete.Environmental.Review Docurrienfswill be - harged on a time and materiaf basis. . , .. . o ,e ..Conduct. annudl mbnitorin g of .CDBG. and HOME_ Program. subrecipisnts .which. . .. _ . . include:. Fair:Housing Rrogram; After Schoof=Community:.P og am;, .Bike .Team Program; ; . Assistance .League of. Orange:=. Operption School Bell; .and Friendly Center.Inc, .- . Community Food:O range.This task will also include.monitoring.of the HQIv1E Frogram. : f_ Conduct mqnitorin g senriees:for.compliance with HUD $ecfion. 3;,Federal:Davis-Bacon . . . , Aet; and.:State .of. California Deparfment. of Indusfrial. Relations'. .requirerrienfs. .for. .. construction:.p ojects which include: ADA .Wlieelchair .Access. .Ramps; Hoover Stree.t . Improvements;.and Library Accessibility lmprovements: . In'addition:to ou fulL labor compliance_ moniforing and review services, Michael Baker can dlso . . provide optional services upon cequest at an aclditional fee to include: : . Prevailing Wpge Determination . Ensuiing Apprenticeship.Regulation :. Contractor Eligibility. .. : . . LC,P Tracking , Pre=Construction Meeting.Attendance _ Site.Visits_and Interviews. : . . Creation of a:l.abor Compliance. , . , - .. • . _Ldbor Compliance Status Repo ting . Welcome Package . . . Maintenance.of Project.Files. . . . .. . Gertified Pay oll Reporting Compliance Close=out . : . . Fees : Michael-Baker is_pleased to offei all fhese seryices #o the City of Orange for.a total nof to, exce.ed . 67,820; This.fee is fully.burdened.and indudes salaries>benefits`insurance;and other office ove[head . costs: _We hbve broken down th e cost per service beiow`and.can custo:mize the.proposal to reflect : . _ . whichever combination of services the city would like to engage MBI f.or if it differs f om the propos:ed. .. . scope of services noted above.: Please refer_to page 3 for a:breakdown of:our curren# h ourly fee . schedule wfiich,is included as a.part of this proposal. : . 1 DCBGGrantAssistance(i) ::.-" r 28•S00' r'2 2020-2021 CAPER _ ` - --- - --- - 90 t 3 2022-2023,Annual'Actiori Plan 10 t33_ ti_ ._ 4 Environrnental Assessment fo'rxfhree (3)prog ams 6 600 : t q. r'"' 5 Annual Subrecipient Monito rig of the CDBG and HOME Prograrn ! 6 600 6 Labor Corri hance fMoniton,n for ttir..ee 3 ublic m'rove'mnt'ro ects 2 ''"' '`'P 9 P P P 1 1 1 _ 6.4r....._:. t-Xit:F„_ P— •a-.-s --"'F'q.-'""._- -r...` F.-,...-i Opti al Interim Staffing,Services(s). D'E--- ---- - 6.820. :Total. . l.Assumes 4 hovrs pe week'of Projecl leod Tme for lerm oF cont[acf:.. ' 2)Assumes.P.ub6c Improvement Projects wilFb:e completed ln leu thon 30 days.Fee wil(be adusted occordtng lo ihe lengtli ot the project ond numberof controctors. 3J.Fee based on hourlytate schedule and number oLdays pe w ek:. 3760 Kilroy Airport IN.ay,Suite 270.Long Beach,:CA 90806.:(562):200-7173_ :. 2 ; 0.; We Make a Di ffe_rence. IN.TERN AT.ION.AL. .. _ . : '_ . : We believe fhat the services being offered b.y Michael Baker will fulfill the Gity's.needs in an.efficient;. task-.oriented; and cosf-ef.fective marine: 1Ne.sincerely appreciate.,the:opportunity-to.submit this : . . - proposal,and fook focwprd.to.pssisting the.City of.Orange: .If you have,any.questions regarding this .- . _ proposal,.please contact MoniKa Troncoso;.at.714) 403-4879,or Ailonika.Troncoso@mbakerintl.com: . Sincerely, WiUlam Hoose, AICP. . . : Associate.Vice Fresident. : 3760 Kilroy Airporf INay,Suite 270.Long Beach;CA 90806..(562):200-7173 3 '9 C .. -2 02:1.Rate Schedule: I. NTE; R'N.AT_I.ON AL.. . : _Effective January.2021 tfi.rough December 2021 _ . Com.prehensivePlann.ing:Ser.vices. . Sustainability: .. Pco'ectDirector Advisor 185._$Z5p ProjectDirector/AdviSor _ .. . . 180=$2_25 . P.rinci aPPlanner :. _ : :p 155=$205. . Principal Ciimate Change A.nalyst 145-$165 ': • . P.rojectManager. .. 135=$18.0. - . .Program.Manager.130-$160 Assistant ProjectManagec . $125.-$155 . Senior Planner ,_ 120-$150 Conservation&Resource Plenning LandUsePlanner : 120-$330. . . : ProjectDirector/Advisor . 180=$225. Associate.Planner 95=.$120 , : SeniorConservationPlanner . .. 110-$T25 Assistant Plann'er .' 85-$9$. . . Conser.vation Planner . 95-$120 . Planning'fechnician _ 65.-$75 : Bio logy Environmental Services Project.Director/Adiiisor. . 180-$225 ProjeetDirector/Advisor. 180-$225. Senio Biologist.. . 120.=$150 , . CEQA ProjectlVlanager 125,$175 Assoeiate Biologist. : ':90-$120:. : Senior.Envir.onmental Planner _ . = ;$120-$150 Associate Enviro.nmen.tal Planner; 95.'-$120 GIS GIS Manager:125 $145 Urben Design,&Revitelization , ..GIS Analyst. : 95=$1.15 ProJecfDirecto%Advisor . .. 180=.$225 . Senior Urban Designer 165-$180. Housing&Community Developinent Ucban.Designer. . : 105-$130 ProjectNlanager. 125-$170. . Senior Planner 115.$145.. . Transportation'Se.rvices. Community DevelopmentSpecialist 95-$11U , :. ProjectDirector/Advisor= . ... - . . $180=.$225 Community DevelopmentTechhician :. $75-.$90 ; Transportation.Planner _ 150.=$180: Management Services. . . Publio0utreach.. . Principaf 225 .$2.75 P ojectDirector/Adyisor. . 180-$225 _ . ASsociate Rrinei,pal: -... . . . . .. . : .. . $195-$225: SeniorP,ubliclnformation.Officer• . $120=$150 : SeniorAssociate_ 180-.$225 _. : `_ Public lnformation Officer 90-$120. PublicEngagementCoordinator 90-$120 Munidpal Ptnance ProjectDirector/Adviso . 18U_ $2 25. CreativeServices . , MunicipalFinenceManager 145=$165. Graphics Production Manager; T25=$145 Municipaf Fihance Coo din.ator 125-$145 . Graphic/Weti Designer, , 80=$11:5 Municipal.Finance Analyst:. . 85-$.125 . Grant Writing. . Meeting Faalitation Principal Grant.Writer 80=$125 Facilitation Services _ 115=$,175 Assistant Grant Specialist: 70.--$90 Administretive Services: SMARA Services .. .Technical Editor 88=5125 _ Geologist_ . . 150-$185. Administrative.Support. . . . 65.-$95 _ . Seni.orinspector • . 120=$150. . Associate.lns ectoC ,P 100=$120: . Reimbursab.le expenses and subconsultan s are 6illed at co3t plus 10%administrative rriark'-up: Rates a e subjectto a 3%'increase eachyear, . May not indude all.staff titles. W ritten Consent in Lieu of a Meeting.of the Board_of Directors of__ Michael Baker International;Inc..(F%K/A:.Michael Baker Jr:,Inc:). . Ju 13'6,2021 The iandersigned,..being the.Board of Directors (the Board.) of M'ichael Baker Intemational; Inc.;a Pennsylvania General Co.rporation (the Corporation),.p'ursuanf to Section• 172Z(b) of the,'Business Corporation_Law and the. Corporafion's govemance'documents,hereby consent to.and adopt the,following resolution.s,in lieu of a meeting: Appointmen4 of Officer(s) WHEREAS;.on July.2;2021;fvlichael.Brescia;an individua}that had served as one of 4he.five directo s of the Board. oftlie Corporation;submitted his.resignation.from the Board of.the Corporation;and , . . W AS;his departure leaves a vacancy on the Board of the Corporation until suoh time.a§tlie incumbent.directorsHERE of the:.Corporation shall appoint a replacement,foi tHe:board.vacancy,which shall Be done upori the determinafion of an individuaf that should._fill tHe yacahcy;and WHEREAS,in addition to.workin to.appoint a director to fll:.fhe vacancy,.the incumbent directors:have determined. : that"it is.in the.best interest of the Corporation to rati fy,conf rm and approde the.appointment of the person(s)to the :. . positions set forth opposite their respectiv.e na.mes on Ezhibit.A attached heretoand.made.a part hereof,.and to remove . any peison(s).not named.on Exhibit A attached hereto, NOW-THEREFORE, BE IT.RESOLVED, that such erson(s) be and hereby are elected to.the ositions sef forth_ opposite their7especfive names on Exhibit A attached heteto and:made a part hereof,to..hold such position untiT fhe . - earlier electibn and qualification of their.espective suceessors or,until their earlier resignafion or.removal(collectiyelytheAppoinfedOfficer(s));and any person(s)not named on,Ezhibit A attached hereto,be and hereby:is;.remove8.as . amOfficer of the Corporafion; . FURTHER RESOLVED,tfiat all aots previously, concurrently:and subse:quently-taken by.the Appointed Officers :• from the date of liis or her assum fion to the position.to the date hereof.in the.capaci of tfie posifion set forth opposite . their res ective names a e liereb ex ressl confirmed ratified a roved and.authorized:in all.respects'as:acfions of ;.p Y P. Y PR ,. .the.Co poration; General Authorization . FURTHER.RESOLVED, fhat the.Appointed.Offcer(s):of.tlie.Corporation, or. any_later designated Appointed .Officer(s),,be, and:.each.of.them hereby is,authorized; in tlie naine and on.behalf of the Corporation,to take suoh fufther actions and.to ezecute and deliv.er such further instruments; certificates or.documents in the.name.of tfie Corporation;and to retain:such counsel,a ents and advisors and to.incur and pay such expenses,fees.and taxes as : g shall;in the opinion of such Appointed Officer executing the same,•be determined necessary or advisable in order to effectuate or carry out fully the purpose and.interest.of all of the foregoing resolutions:(such determination to.be conclusively;but not exclusiyely;evidenced by tak'ing.of sucti actions or the execution of such instruments,certificates -or docuinents.by an .such A ointed Officer sY . PP FURTHER.RESOLVED;that:any actions taken by.the Shareholder(s),.Director(s),or Officer(s)ofthe Corporation on or prior to the,date,of the,foregoing cesolutioas that are within the'uthority conferred hereby are hereby.ratifed; ' . .confirmed and approved as the act and deed of.this Corporation; . : FURTHER RESOLVED;that th'e.execution of this Written Gonsenf and delivery,thereof.by facsimile or,electronic :signatures shall be sufficient for all u oses and shall be bindin 'u on anp g. ,P Y Party wlio so.executes; FURTHER RESOLVED,this Written Consent.may be executed-in fwo.or more counterparfs;each of which sfiall be an original and all of.whicli together shall constitute one and the same V ritten.Consent;and _ FINALLY RESOLVED, that:an,ezecuted copy. of.this VVritfen Consent shall be filed with the:minufes of.the proceedings of the Board: IN WI'TNESS WHEREbF;the undersigned_have executed this Written Consent as ofthe date frst above written. Direct . S _ By: . : Name: Th mas J:Camp6e11 :_ . : B a y: Name: Brian A:Lutes. By:. Name;.Amy.N:.Davis. :: , , . . , : . „ . : . , _ By: '.. . : Name: John M.:Tedder Signatuie page.to Written.Consent in Lieu of a Nleeting of the Board of Directors of Michaet Bakerintemational,Inc] IN 1NITNESS VJHEREOF;the undersigned.have ezecuted this Written.Consent as ofthe date frst. ab.ove written.. Directors- By: . : .. - Name: Tliomas J:Campbell By:. : .. Name: Br.ian A: Lutes. : u--, By: Name: .Amy.N;.Davis. : h/IT2 lat'e . . John M Tedder(Jul 6;202118:09 EDT)' , ,. 'By•. Name:..John tii.Tedder Signature page.to Written Consent in Lieu of.a IVleeting of the Board of Directors nofMichaePBakerI ternational,_Inc.] EXHIBIT A . Thomas J.Campbell :. Chairman Brian Lutes. President&Cfiief Ezecutive Officer Leaana Anderson = Executive Vice Presidenf&Chjef Communication§&.Ivlarketing Officer.. AmyN:Davis .- _ . Executive Vice President&.'ChiefFinancial O cer: Daniel Kieny Executive Vice President.&Chief Technology Officer . . ' James Koch : Ezecutiye.Vice.Pcesident&.EVP.-. Federal Programs and Services Penny 11 1ercadante Executive.Vice President&Ch'ief Human Resources O cer.. Maher Sidani Sxecutive Vice President&Chief Project Deli ery Off cer John Ted.der Ezeoutive Vice Presidenf&Chief Legal Office,r&c Secrefary. . . aJ.hn Alberghini Senior Vice Presidenf.&National Market Lead-Navy Jeffrey Baker ' : . Senior Vice Pres,ident&O c.e Executive Steven Barber. . .. Sen or Vice Fresident&Office Executive H Daniel Cessna: Senior Vice President&,National P actice Lead-Transportation Suad Cisic Senior.Vice:President&Naiional P..ractice.Lead=:Water . Jeffrey Clevenger Senio'r Viee President&National Pracfice Lead-Design Build Michael Conaboy: . Sepior Vioe President&Regional Dicec.tor _ Juan:Contr.eras ,Senior.Vice President&.Regional Director- ' John Dietrick; Senior Vice.PresidenE&•Senior Yice`Presidenf-Design Build Delivery Malcolm Dougherty , Senior Uice P.resident&National.Practice.Executiv.e=;Transportation . : . _'.'. Beth Drylie_ .. Seaio Vice Pre§ident 8c Regional Market Lead-Feileral Markets EridFrary : Senior Vice.P.resident 8i Office Executive George Guszcza Senior Vice President&National.F.ederal Markets Director Ma d Ha a. g Y. g g , . . . Senior Vice President&'Regional Director. . Brian ZCozy Senioc/ice President.&National Piactice Lead-Bridge Jeffery Kullman 'Senior Vice Aresident&Regional Director. . Seth Larkin Senior Vice President&Office EzecutiVe, Brian May' . . Senior Vice President&National Ivlarketl:ead-Ai Force Thomas 1Vlontgomery. ' Senior Vice President&Regional:Directo Carlo Morgano Senior Vice President&Chief Inform.a.tion Officer : Fredriek Muncy. Senior Vice President&.Ope ations IVlanager=Water Dairen Riegler Seni'or Vice Presidenf&e Area Ezecutive Jorr$hellhaas Senior Vice Preside'nt&Senior Vice.President=Operations.Analysis Frank.Terak Senior Vice President,&Senior.Vice Presidenf-Federal Markets. - Michael Tylman Senior.Vice Piesident&Regional Practice Lead=Land Development Nicola.as Veraart .. Senior Vice Presidenf&National Practice Lead-Planning John.Walsh: .Senior Vice President&.Regional.Director. Jacob Watso.n. . Senior Vice President:&Senior Vice President:-Federal Operations Cory Wilder Sen'ior Vice.President:&'Office Executive Thomas Zagorski Seqior Vice Presidenf&National,Practice Lead=Const uction Se vices Kenton Zinn Senior.Vice President&Regional Director. Christopher A:Ibects. : Vice President.&Office Executive : '_ William Almes Vice Presidept&.Practice.Ex.ecutive-.GEE 1Vlichael Acens . ' Vice President&OfficeExeoutiVe Mohamed Amin'.Bagha Vice President&Regional Practice Lead=Water. Pau1 Baginski. . Vice PresidenC&Office:Executive . Robert Balanti , _. Vice.President&Vice Pr.esident-Human Resources . William Bal.entine.- Uice President&Office Exeeutiv.e. Susan Barker__ Vice President&Technical Manager. Riohard:Beck. : ,Vice PresidenY&Practice Ezecutive-Planning and GIS . James Bell Vice P esidenf&.Technical Director Jill G:.Bell, . Vice President:&Vice:President;SSC&Treasurer Jeffrey Bergsten Viee Presidenti&Director-Planning,'Traffic/IT$-:Givil and Environmenfal Tanya Bilezikjian. . Vice President,&Office Executive : Jason-Bivens Vioe President.&.Vice Presidenf-.DATAMARK - Gilberto Bosque _Vice President&'Offoe Exeoutive Kirsten Bowen :.Vice President&Regio'n.al Practice'Lead=Transportation - Albert Bowman Vice President&.Office Manager . Jeff Broadwater Vice President&Offce Executive Btadley Brown Vice.President&Regional Practice:Lead=CEI&Transportation: Michael Biuz , : Vice President&,Practice Executive'-[nfrasttucture IvlaryAnne Buvens. .'. Vice.P esident&Business Developer-National Market-Federal Civilian Genevieve.Gahill . Vice President&Business Develop.e.r . Richard:Carrell. Vice President&Proje:cf Ivlanager.=Gand:Development Joseph Catalano .Vice,President&Office Ezecutiye Ronald Chaffin. Vice PresiBent&Practice Executive-Architecture W'illiam:Cox Vice President 8c Technical Manager-Suryey Mapping Jo'seph Danyo Vice President&Chief Engineer David Dawson Vice President&c Director,Finance Plannitig&Analysis , Kri§ty DeChicchis Vice President&Director,Proposal Development Scott D.eles.dernie. Vice President&Office.Executiye Patr.icia Dunaway _ Vice.President&OfficeExecutive Craig Eddy Vice President 8c Transportation Project:Manager Kurt Fritz . Vice President&Office Executive Amanda Furr. Vice President 8c Offi.ce Executive Joseph Gardiner _Vice Presidenf&.Director=Construction Serdices Andrew Gluck. . .. Vice-President&Offce Execufive. . Steven Gravlin_ . .Vice President&Office Ezecutive Dale G"ray Vice Rresident&Office.Executive Lydia Grose Vice President&Office Ezecutive Matthe.w Gua d . Vice:President&Vice_President-Health and Safety . Russell Hall. Vioe President&Office Executive Mary Jo Hamman Vice President&Offce Executive' John Hariis . Vice President&Tecfinical Manager-Water . Dwain Hathaway Vice PresiBent&Office Executive . James Haughey Vice President.&Department.Manager=Land"Development Tracy L Hollida. Vice Presideqt&.Department[Vlanager-Aviation . Steven Huff' Vide President&—Vice President,Business Development.West Regioa . _ . : 1Vlauricio.lacuelli Vice President&Pr.oject Manager,-Land Development. : Nlark Kistler Vice President&.Regional Practice Lead=Aviation. • Kevin Kuglec , . . . Vice-President&Director-Planning Patrick Leaoh Vice.President:&Practice.Executive-Constructiorr Services. . David Liebgold Vice Pr:esident&Office Ezecutive TrudiLim .. Vice Presidenf&Office Executive Michael Lincheck . Vice P esident&Practice Executive.=Planning Timothy Little . : Vice President:&Regional Practice Lead-Transportation :. Stephanie Long. Vice.President&Vice President=Financial Planning 8c Analysis ., . : Sau1 Mellman: Vice President&birector=Transportation, John Mentz _ Vice President&Offce.Ezecutive .' ' Bradley IvIielke Vice President&Department Manager=.Structures Kenneth 1Vlobley Vice President&'Office Executive L ois Muller. Vice President.Bc.Project Manager-Architecture, ohn Nagle . Vice Presidenf&Deparfinent Nlanager.-Water. ..' ' Brian Oliver: . Vice President:&Pro;ject Manager.-Land DeyelopmenY _ Lorna Parkins. Vice Pre'sident&.Regional Practice Lead=Planning Bcian Peiritsch Uice.President&Vice.I'resident-Corporate Communications Douglas Peterson.V.ice.President&Office ExecutiVe Sarat Peyyeti.Vice President&•Technical Manager-Transportation Adam Phillips V'icePresident 8c Corporate Controller.. Roliert P.itchford Vice Rresident&Office Exeautive Stephen Pouliot Vice President&Office.Executive Philip Quillin Vice President 8c Office Executive David Reel:V Regiorial ningicePresidenf& Praotice Lead=Plan Brian Rider '. . Vice President&Vice.President-Talent Acquisition Alfonso Riera Vice President&Regional Market Lead.-Army Thomas Ritz Vice President&:Regional Practice Lead.=Bridge Josepli:Romano ..Vioe President.&Regional Praotice Lead-Bridge Jerome.Ruddins II Vice President&_Department Manager-Construction ivlanagement : '.. Brian Russell. Vice President&Office Executive Francesco.Rus§o_. - . . Vice,Pcesident&National Bridge Technical Director JosepH Salv,adori Vice President&Practice EzecutiVe=B idge . Steven Savich . .' Vice President&Practioe Executive'=Land,Development and Infrastcucture Mohiuddin Sfiaik Vice President&Offce Manager Ray riond Shrift .Vice Presiden.t 8c Director-Contracts and Procureinent;Assistant Seoretary Victor J.Siaurusaitis . . .. Vice:President&Offica Executive: Michael Smetana . , . . : Vice President&Deputy.Chief,lnformafion Officer' Jonis'Smith Vice President&Practice Executive-Water Shawn 5nisarenko Vice President&Dep_aitment Manager=.Roadway: Michael Stengel Vice President&Office Ezecutive ' ' Aaron Stover - Vice.President&Regional Practice Lead.=.Bridge . PLoriStum Vice President 8c Direetor Business Analytics:. Christoplier Tagert _ • Vice President&Regional Pcactice Lead-Wate; John Tanner llI . . : Vice Presidenf&Office:Manager. . Scoft Taylor. Vice Ptesident.&Project.Manager-Water Y.Timoth Tliiele Vice President.&Office.Ezecutive Andrery Thomas Vice Piesident&Uice.President-Design Build Delivery Don Treude. V.ice Presidenf&Business Devel:oper . John Tricini Vice President&.Practice.Exeoutiye=Transportation. . l;awrence Tcuinan: Vice President 8c Department.Manager=SurveylMapping:. Detek Vogelsang Vice President& .V,ice Presidenf=Engineer.ing Technology Miohael Waibel . . Vice President 8c Regional.Practice Lead-Aviation. P ilip Walker Vice.President.&Regional Practice Lead=.Bridge . Quintin Watkins. . Vice President&Office Executive . . . : Kirk V eaver Vice President&Directoc Project Deli:very Excellance . . Laura.Weis. Vice President&Regional Practice Lead=Plaqning. Craig Wenge ' Vice.President&Office Executive Stephen Wragg . .. Vice President:&Department NIanager=Planning James Yeager_ Vice President Bi.Director-Transportation : Darcie Zeliesko: Vice President&Vice President=Talenti Management. Angela.Adam , A'ssociate Vice Pr.esident&Proposal Manager : . . . Kevin. Ariderson . - . Associate Vice..President&Of,fice Ivlanager . Michael Anderson Associate Vice President&Teclinical Ma'nager.=GIT _ . Allison.Andrews - Associate.Vice.President&Director=FEMA . Javier Arguello .Associate Vice.President&Office Manager ' _ . i . . Douglas Barker . . Associate V ice Presidenf&_Projecf IVIanager-A/E Joseph Blickenderfer . Associafe Vice President.&Department Manager-Energy/Telecom . Paula Boardman Associate.Vice President:&Office Executive ` Richard Bonelli As.sociata Vice.President&Projeot Iv(anager.=Civi1. Justin Bouschet Associate Vice President&Department Manager-Bridge . Caroline Bra6rook Associate Vice Pcesident&Offiee Executive: Aaron Briggs . : Associate Vi.ce P esident&Department,Manager-Water . Pernille Bucli-Pedersen'.Associate Vice,'President&Director-EEMA Todd Buckne.r Associate Vice President&Department Manager-Roadway. Miohael Butters Associate Vice Pcesident&Department.Ivlanager-Transportation Christopher Capufi Associate Vice President&Technical iVlanager=Environmental Compliance Paul Carsori. A.ssociate.Vice President&'Technical Managec.-0il and Gas: Karin Cartwright . . Associate Vice Prbsident,&Senior Business Systems Analyst . Sarali Cathcart Associate Vice_Prasident Bi.Business Develope Derek Christianson Associate Vice President 8i P'roject Manager:=Highway . Stephen Clapcy: - . . . Associate Vice President&GIT IVIanager Dayle Coburn Associate Vice President&Design.Build,=Senior Manager Kennetfi Collins : .Associate Vice Aresident 8c Director=Transportation Christopher Con ad. , : Associate Vice President&Depaitment Manager-:Gost.Management: Gracia de la Pena,. Associate Yice President&Department'Manager-Pipelines Anthony DiFrancesco. . - Associate Vice President&Department lvlanage=Construction Services . . Leanne Dorari Associate Vice Rresident&_Director-PubliaEngagement:- Craig Duppstadt:. ' , Associate .Vice President 8c Director Federal.Contraets . : Ralph.Eberhardt . : Associate.Vice President&Office.Man.ager Winchester Falbe , Associafe Vice Pres.ident&Technical IVlanager=,Consfruction. Sarmad Farjo . Associate Vice Presidenf&.Deparfinent IVlanager-Municipal Engineering David Fekete Associate Vice President 8i Departmedt Manager=.GIT.. John Craig Fennell. . . Associate.Vice President&Department IVlanager-Planning and Urban Design Gavin.Fitzsimmons " . , Associate Vice President&Pcoject Manager-.Building Design . Mary Flynn . Associate Vice.President&Departinent:fVlanage-Construction Services James A Frazier A.'ssoc.iate Vice.President&Departmenf Manager.-Transportation Planning DaYid Frey . .Associate Vice President&Director-Transporfation. : Laur.ence Gale . . . Associate Vice:President&D'epartment Nlanage'r=Environmental . . . . Kyle Hacper.. . Associate Vice PTesidenf&:Department.lVlanager-Transportation: Diana Hartman :... . A Planning . .ssociate Vice President&Director Maz Heckman .. Associate V.ice President&2roject Manager-Planning Gary Heisler : Associate Vice.President&Department.Manager.=Water. . - . . J Brad.Homan , Associate'Vice President&Regional Aviation_Lead:. : Willi..am Hoose Associate Yice President&:Office Executive = Angela Howell . Associate Vice Piesideqt&Department_Manager-Construcfion I.nspection Chadwick Huffnes Associate Vice President&Office Executive . Kevin Jarries A.ssociate Vice President&Director=Highway, .. Carl V.Jeffreys. . . Associate Vice:President&Program Manage.r: Don]oiner Departm t Mana er-Enyironmental ComplianceAssociateVicePresident& en Keith Jones . . , p ssociate'.Vice President&Direcfor DATAMARK Philip Jufko Associate Vice President&Director=Aviation Planning Chadi Karam. Associate Vice Presid..ent&Department Manager-Civil James Katsafanas _ . . : Associate Vice President&Assistanf Program Manager James Kelly : . ._ . : • . Associate Vice President&,Office Executive Rebecca Kinney , .- . `. Associate Vice Aresident&'Department Ivlanager=Surface•Watei William Kontess, :Associate Vice President&Project Manager=Architecture William Kristoff . . Associate Vice President&.Department 1Vlanager-Bridge&Tudnel Inspection . Eliza6eth Krousel.Associafe Uice President&Project Ivlanager:Water Quality. M chael Kuchera .. .Associate.Vice President&.Director-Arctiitecture Edwaid La.Guardia Associate Vice President 8r.TecHnical.Ivlanager=Rail and Transit William Linden6aum. Associate Uice President&Office.Manager. . : Bradley Losey . Associate Vice President&Departmerit Manager-Surfaoe Water Marc Luiken q ssociate.Vice.President&Department.Manager-Transportation Gary.Madey Associate Vice President&Depart nent Manager-Construction Services Joseph Maiorana Associate Vice Pcesident&DepartmenfIVlanager.-Construction Management.. Jeffrey May. A§sociate Uice President&Office Manager . Tammy McAllister Associate Vice President&Global Payroll Manager. •. Jeffrey.IvlcClure:. Associate Vice President&Director Project Delivery Excellence Aacon McDaniel . Associate Vice President&Office,Manager Pau1-McGuinness. - _ . .Associate Vice President&New England Chief Engineer . DaYid Nlercier _ Associate Vice President&Department Manager-.Water Quality." Michael Ivleyer : Associate Vice President&.Assistant.General:Counsel. . Aaron Morris. Associate Vice President&LiDAR Seivices.DirectoT.. . Bryan.Mouser. . Associafe.Vice President&:Director-Transportation Robert Myers Associate Vice President.&Busin.ess'Develope.. Muthukumac Narayanaswamy, : Associate Vice_President&Operations.lvlanager-InnoVation . Mark J Nellas. . . Associate Vice President&-Ivlanager:-Enterprise Resource Planning. Randal Nelson . -. . . ASsociate.Vice President&.Department Manager=Building Design Jamie Orr Asscjoiate Vice P[esident&Database IVlanager ; Kevin.Owens . As,sociate Vice;President&Department Manager-Cost Engineering._ . J.oseph Pirilla Associate V.ice President&Direcfor,Finance Planning&Analysis. - - Matthew Ponce As'sociate Vice,President&Depacfinent:Manager-Aviation _ Hans Probst Associate Vioe Presidenf&Department Manager=Program.iVlanagement R Scott Quast Associate Vice Presidenf&:Operations 1VIanager=Watec Rachael Richter :.. .. .Assoaiate Vice President&Department Manage-Planning', Jeffrey Roberts Associate.Vice President&Office Manager Oscar.Rucker : Associate Vice President&Technical Manager,Rightof Way Nabaz.Saieed. .A'ssociate Vice President&:Department Manager-Transportation Curtis Schaffner "q ssociate Vice Pr.esident&Assistant Genecal Counsei . Jon,Schelkoph Associate Vice President&Deparfnient.Manager=Highway Sonja Simpson Associate Vice.President&.Office Executive_ . Steven,Slocum - . .' Associate Vice Presidenf&Department Manager-Starvey/Mapping Gregory Smay Associate Vice President.&Director of Tax. . - - 1VIatthew Smith .A'ssociate Vice President.&Program Manager __ . . Paul.Snead Associate Vice President&Offce NIanager . p_ y Associate Vice President&,Department lVlanager-.AViatioh ;Jose h,Sn der Joshua Sprowls ' . Associete Vice President&Director-Architeofural Engineering Christopher Stanfo;d. Associate Vice President&Department Manager-.Transportation Robert Sfark Associate Vice President&Project.Manager=.Enviionmental David.Stephens Associate Uice,Presidenf&Tech Gon§ultant I1.PT-Temp . Matthew Stewart Associafe Vice Rresident&Depa tment M nager-Program Management . Robert.Tellisfi . .' ' Associate.Vice,President&Operations Nlanager IV:. Daniel Thornhill .Associate Vice President 8i Office Ivianager.=.Baton Rouge . . . Julie Thurman. Associate Vice President&Director-Transportation. : Helen'Cison Associate Uice President&Office•Manager . Eddie Torres, . Assoc'iate Vice President 8c Departmei t.Manager-Planning Thomas Tracy ..': Associate Vice President&Offce Manager . ioHn Trapp Associate Vice Piesident&Department Ivtanager .Water Quality. Troy Truax. : Associate Yice President&Direcfor=Planning • Dayid Tudryn. Associate Vice President&,Depart.ment Manager-Architectu e . Lance Wanamakei ' . Associate Vice Piesident&.Deparfinenf 1Vlanager=Aviation Scott Wa dle A§sociate V.ice President&Department Ivlanager-Const uction Services Alberf Warot . . Associate Vice President&Technical Manager-_Plsnning. D awn Wilson ' , - . Associate Vice President&Department Manager-Transportation Rlanning Kenneth Wing Associate Vice President&.Depacfinent NIanager-Transpoitation Katherine 1Nren'shall Associafe Vice President&Assistan't General Counse_l : 7ill Chadwick : Assistant Secretary Steven J.Huff _. Assistant Secretary Angela.R:Logan : - . .. Assistant.Secretary :. : Miclisel A:.Tylman. . . Assistant Secretary Ter i A..Vojnovich . : Assistant Secretary Pam.Warfield Assistant Secretary