Loading...
HomeMy Public PortalAbout7F MATERIAL TEST LAB AGREEMENTSCity Council February 5, 2013 Page 2 3. On January 14, 2013, the City's inspection firm, Geo-Advantec called Ms . Elizabeth Shavelson of the City of Malibu, and on January 16, 2013 called Mr. Jeremy Brown of Helt Engineering to verify the references for Fugro Consultants, Inc. 4. On January 14, 2013, Geo-Advantec called Mr. Heecheol Kwoon of the City of Hawthorne, and on January 16, 2013 called Mr. Jerry Burke of the City of Glendora to verify the references for Ninyo & Moore. 5. On January 23, 2013, Vanir Construction Management, Inc. and Geo-Advantec interviewed three firms: Fugro Consultants, Inc ., Ninyo & Moore, and United Inspection & Testing. The selection criteria employed during the interview was in accordance with the Quality Based Selection Method, in which the companies provided their qualifications, and the selection of firms is based solely on those qualifications. Subsequent to that ranking, fee proposals were opened and negotiated. 6. On January 24, 2013, Fugro Consultants, Inc. and Ninyo & Moore were selected as the preferred firm for Quality Control and Quality Assurance, respectively. Their fee schedules were reviewed, and specific line item costs were negotiated by the Rosemead Project management team . ANALYSIS: Over the past two and a half years, the City has worked diligently to bring the Rosemead Project to fruition. With construction having started on January 24, 2013, materials testing services are necessary to ensure that the project is built per the Project Specifications, and all applicable construction codes . The proposed agreements with Fugro Consultants, Inc. will provide QC, and with Ninyo & Moore will provide QA, materials testing services during the Rosemead Project's 16 to 18-month duration. Fugro Consultants, Inc. as the QC will serve as the primary lab testing consultant, and Ninyo & Moore as the QA will provide random testing as needed. The contracts for the QC and QA are requirements of the Federal funding sources. Key services to be conducted by the companies include: • Perform periodic site visits and observation for quality control and quality assurance; • Observe and test compaction during grading operations, including removal and re-compaction of fills and trench backfilling; • Document removal and re-compaction test areas and depths; City Council February 5, 2013 Page 3 • Perform concrete and asphalt material testing as required by code and Project Specifications; • Perform special inspection services for electrical and plumbing trades; • Detailed reports of material testing locations and results; and • Perform required laboratory tests on retained samples from on-site and/or imported materials for fill placement. CONCLUSION: It is recommended that the City Council approve the Consultant Services Agreements with Fugro Consultants, Inc. and Ninyo & Moore. The firms will provide the necessary material testing services to ensure that the Rosemead Project is built per the Project Specifications and all applicable construction codes. FISCAL IMPACT: There is no fiscal impact associated with the recommended agreement. Funding for the services were allocated as part of a $5.39 million allocation of Proposition C funds for the Rosemead Project, as approved by the City Council on November 6, 2012 . ATTACHMENT: A. Proposed Consultant Services Agreement between City and Fugro Consultants, Inc. B. Proposed Consultant Services Agreement between City and Ninyo & Moore C. RFQ/RFP for Inspection Services D.. Service Proposal from Fugro Consultants, Inc. E. Service Proposal from Ninyo & Moore CONSULTANT SERVICES AGREEMENT By and Between THE CITY OF TEMP.LE CITY, a municipal corporation and Fugro Consultants, Incorporated Attachment A AGREEMENT FOR CONSULTANT SERVICES BETWEEN THE CITY OF TEMPLE CITY, CALIFORNIA AND FUGRO CONSULTANTS, INCORPORATED This Agreement for Consultant Services (''Agreement'") is entered into as of this 5th day of February, 2013 by and between the City of Temple City. a municipal corporation (''City'") and Fugro Consultants, a corporation (''Consultant'"). City and Consultant are sometimes hereinafter ind ividually referred to as .. Party'" and hereinafter collectivel y referred to as the .. Parties.'' RECITALS A. City has sought, by issuance of a Request for Proposals or Invitation for Bids, the perfonnance ofthe services defined and described particularly in Section 2 of this Agreement. B. Consultant, following submission of a p roposal or bid for the performance of the services defined and described particularly in Section 2 of this Agreement, was selected by the City to perfonn those services . C. Pursuant to the City of Temple City's Municipal Code. City has authority to enter into this Consultant Services Agreement and the City Manager has authority to execute this Agreement. D. The Parties desire to formalize the selection of Consultant for perfonnance of those services defined and described parti cularly in Section 2 o f this Agreement and desire that the terms of that perfom1ance be as particularly defined and described herein . OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained here and other consideration, the value and adequacy of which are hereb y acknowledged, the parties agree as follows : SECTION 1. TERM OF AGREEMENT. Subject to the provisions of Section 20 "Terminatio n of Agreement" of this Agreement the scope of services set forth in Exhibit ·'A'' "Scope of Services'' shall be completed pursuant to the schedule specified in Exhibit .. A .'' Should the scope of services not be completed pursuant to that schedule, the Consultant shall be deemed to be in Default of this Agreement pursuant to Section 21 of this Agreement. The City, in its sole discretion, may choose not to enforce the Default provisions of this Agreement and may i nstead allow Consu1tant to continue performing the scope of services until such services are complete. LA #4Kl4-2021-65XI vi - 1 - SECTION 2. SCOPE OF SERVICES. Consultant agrees to perform the services set forth in Exhibit "A .. "Scope of Services" and made a part ofthis Agreement. SECTION 3. ADDITIONAL SERVICES. Consultant shall not be compensated for any services rendered in connection with its perfom1ance of this Agreement which are in addition to or outside of those set forth in this Agreement or listed in Exhibit ··A" ··Scope of Services, .. unless such additional services are authorized in advance and in writing by the City Council or City Manager of City. Consultant shall be compensated for any such additional services in the amounts and in the manner agreed to by the City Council or City Manager. SECTION 4. COMPENSATION AND METHOD OF PAYMENT. {a) Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in Exhibit ··B" ·'Compensation'' and made a part of this Agreement. The total compensation, including reimbursement for actual expenses, shall not exceed Two Hundred Thousand dollars ($200,000), unless additional compensation is approved in writing by the City Council or City Manager. (b) Each month Consultant shall furnish to City an original invoice for all work perfom1ed and expenses incurred during the preceding month. The invoice shall detail charges by the following categories : labor (by sub-category), travel, materials, equipment, supplies, and sub-consultant contracts. If the compensation set forth in subsection (a) and Exhibit ·•B" include payment of labor on an hourly basis (as opposed to labor and materials being paid as a lump sum), the labor category in each invoice shall include detailed descriptions of task performed and the amount of time incurred for or allocated to that task. Sub-consultant charges shall be detailed by the following categories: labor, travel, materials, equipment and supplies. City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. ln the event that no charges or expenses are disputed, the invoice shall be approved and paid according to the terms set forth in subsection (c). In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. (c) Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, City will use its best efforts to cause Consultant to be paid within forty-five (45) days of receipt ofConsultanfs correct and undisputed invoice. (d) Payment to Consultant for work perfonned pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. SECTION 5. INSPECTION AND FINAL ACCEPTANCE. City may inspect and accept or reject any of Consultanfs work under this Agreement. either during performance or when completed. City shall reject or tinally accept Consultant's work within sixty (60) days after submitted to City. City shall reject work by a timely written LA#4RI4-2U2l..05RI v i -2- explanation. otherwise Consultant's work shall be deemed to have been accepted. City's acceptance shall be conclusive as to such work except with respect to latent defects, fraud and such gross mistakes as amount to fraud. Acceptance of any of Consultant's work by City shall not constitute a waiver of any of the provisions of this Agreement including, but not limited to, sections 16 and 17. pertaining to indemnification and insurance, respectively. SECTION 6. OWNERSHIP OF DOCUMENTS. All original maps, models, designs, drawings, photographs, studies, surveys, reports , data, notes, computer files, files and other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement shall become the sole property of City and may be used, reused or otherwise disposed of by City without the pem1ission of the Consultant. Upon completion, expiration or tem1ination of this Agreement, Consultant shall tum over to City all such original maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files and other documents . If and to the extent that City ut i lizes for any purpose not related to this Agreement any maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement. Consultant's guarantees and warrants related to Standard of Perfonnance and found in Section 9 of this Agreement shall not extend to such use of the maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents. SECTION 7. CONSULT ANT 'S BOOKS AND RECORDS. (a) Consultant shall maintain any and all documents and records demonstrating or relating to Consultant's performance of services pursuant to this Agreement . Consultant shall maintain any and all ledgers, books of account , invoices, vouchers, canceled checks, or other documents or records evidencing or relating to work, services, expenditures and disbursements charged to City pursuant to th is Agreement. Any and all such documents or records shall be maintained in accordance wi th generally accepted accounting principles and shall be sufficiently complete and detailed so as to permit an accurate evaluation of the services provided by Consultant pursuant to this A!:,JTeement. Any and all such documents or records shall be maintained for three years from the date of execution of this Agreement and to the extent required by laws relating to audits of public agencies and their expenditures . (b) Any and all records or documents r equired to be maintained pursuant to this section shall be made available for inspection, audit and copying, at any time during regular business hours, upon request by City or its designated representative. Copies of such documents or records shall be provided directly to the City fo r inspection, audit and copying when it is practical to do so; otherwise, un1ess an alternative is mutually agreed upon, such documents and records shall be made available at Consultant's address indicated for receipt of notices in this Agreement. (c) Where City has reason to believe that any of the documents or records required to be maintained pursuant to this section may be lost or discar ded due to dissolution or termination of Consultant" s business , City may. by written request. require that custody of such documents or LA #41114·2021·65111 v i - 3 - records be given to the City and that such documents and records be maintained by the r equesting party. Access to such documents and records shall be granted to City, as well as to its successors-in-interest and authorized representatives. SECTION 8. STATUS OF CONSULTANT. (a) Consultant is and shall at all times remain a wholly independent contractor and not an officer, employee or agent of City. Consultant shall have no authority to bind City in any manner, nor to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this AGREEMENT or is otherwise expressly conferred in writing by City. (b) The personnel perfonning the services under this Abrreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City. nor any elected or appointed boards, officers, officials, employees or agents of City, shall have control over the conduct of Consultant or any of Consultant's officers. employees, or agents except as set forth in this Agreement. Consultant shall not at any time or in any manner represent that Consultant or any of Consultant's officers, employees, or agents are in any manner officials, officers, employees or agents of City. (c) Neither Consultant , nor any of Consultant's otlicers. employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City's employees. Consultant expressly waives any claim Consultant may have to any such rights . SECTION9. STANDARD OF PERFORMANCE. Consultant represents and warrants that it has the qualifications, experience and facilities necessary to properly perform the services required under this Agreement in a thorough, competent and professional manner. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. In meeting its obligations under this Agreement, Consultant shall employ, at a minimum, generally accepted standards and practices utilized by persons engaged in providing services similar to those required of Consultant under this Agreement. If and to the extent that City utilizes for any purpose not related to th is Agreement any maps, models , designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement. Consultant's guarantees and warranties r elated to Standard of Perfonnance shall not extend to such use of the maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents. SECTION 10. COMPLIANCE WITH APPLICABLE LAWS; PERMITS AND LICENSES. Consultant shall keep itself infonned of and comply with all applicable federal , state and local laws, statutes, codes, ordinances, regulations and rules in effect during the term of this Agreement. Consultant shall obtain any and all licenses, pennits and authorizations necessary to LA #41114-2021·65111 vl -4- pertonn the services set forth in this Agreement. Neither City, nor any elected or appointed boards, officers, officials. employees or agents of City, shall be liable, at law or in equity, as a result of any failure of Consultant to comply with this section. SECTION 11. PREVAILING WAGE LAWS It is the understanding of City and Consultant that California prevailing wage laws apply to this Abrreement because the Agreement involves one or more of the following services subject to prevailing wage rates pursuant to the California Labor Code or regulations promulgated thereunder: Construction, alteration, demolition, installation, or repair work perforn1ed on public buildings, facilities, streets or sewers done under contract and paid tor in whole or in part out of public funds. In this context, "construction" includes work perforn1ed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work. The Consultant is aware of and agrees to abide by the provisions of California Labor Code Sections 1720, et seq., as well as 1771, 1773 , 1773.1. 1773 .6 , 1773.7, 1775 and 1776, pertaining to the obligation to pay prevailing wages with respect to the perfom1ance of work. Copies of the prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for each craft are available upon request from the City. A copy of the prevailing rate of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the Consultant. SECTION 12. NONDISCRIMINATION. Consultant shall not discriminate, in any way, against any person on the basis of race, color, religious creed, national origin, ancestry, sex, age, physical handicap, medical condition or marital status in connection with or related to the performance of this Agreement. SECTION 13. UNAUTHORIZED ALIENS. Consultant hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C .A. §§ I 101 , et seq ., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the perfonnance of work and/or services covered by this Agreement, and should the any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys· fees. incurred by City. SECTION 14. CONFLICTS OF INTEREST. (a) Consultant covenants that neither it, nor any officer or principal of its fim1, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Consultant's performance of services under this Agreement. Consultant fmther covenants that in the perfom1ance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the City Manager. Consultant agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance ofthis Agreement. LA #4814·2!121·6581 vl -5- (b) City understands and acknowledges that Consultant is, as of the date of execution of this Agreement, independently involved in the perfonnance of non-related services for other governmental agencies and private parties. Consultant is unaware of any stated position of City relative to such projects. Any future position of City on such projects shall not be considered a conflict of interest for purposes of this section. (c) City understands and acknowledges that Consultant will, perfonu non-related services tor other governmental agencies and private parties following the completion of the scope of work under this A!,>reement. Any such future service shall not be considered a conflict of interest for purposes of this section. SECTION 15. CONFIDENTIAL INFORMATION; RELEASE OF INFORMATION. (a) All infom1ation gained or work product produced by Consultant in perfonnance of this Agreement shall be considered confidential, unless such infom1ation is in the public domain or already known to Consultant. Consultant shall not release or disclose any such infom1ation or work product to persons or entities other than City without prior written authorization from the City Manager, except as may be required by law . (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the City Manager or unless requested by the City Attorney of City, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatories or other infonnation concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary .. provided Consultant gives City notice of such court order or subpoena. (c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any infonuation or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorneys fees, caused by or incurred as a result of Consultant's conduct. (d) Consultant shall promptly notify City should Consultant , its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work perfonned thereunder. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. SECTION 16. INDEMNIFICATION. (a) Indemnification for Professional Liability. Where the law establishes a professional standard of care for Consultant's Services, to the fullest extent pennitted by law. Consultant shall indemnify, protect, defend and hold hannless City and any and all of its ofticials. employees and agents ('"Indemnified Parties"") from and against any and all losses. liabilities. damages. costs and expenses, including attorney's fees and costs to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Consultant, LA #4R 14·2021 ·65R 1 vI -6- its officers, agents, employees or sub-consultants (or any entity or individual that Consultant shall bear tl1e legal liability thereof) in the perfonnance of professional services under this Agreement. (b) Indemnification tbr Other than Professional Liability. Other than in ilie perfonnance of professional services and to the full extent pennitted by Jaw. Consultant shall indemnify, protect, defend and hold hann less City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened. including attorneys fees and costs, court costs, interest, defense costs, and expert witness fees), where the same arise out of, are a consequence ot: or are in any way attributable to , in whole or in part, the perfonnance of this AJ:,7feement by Consultant or by any individual or entity for which Consultant is legally liable, including but not limited to officers. agents, employees or sub-contractors of Consultant. (c) General Indemnification Provisions. Consultant agrees to obtain executed indemnity Agreements with provisions identical to those set forth here in iliis section from each and every sub-contractor or any other person or entity involved by, for, with or on behalf of Consultant in the perfonnance of iliis Agreement. In the event Consultant fails to obtain such indemnity obligations from others as required here, Consultant agrees to be fully responsible according to the tenus of iliis section . Failure of City to monitor compliance wiili these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Consultant and shall survive the termination of this A1:,7feement or this section. (d) Limitation of Indemnification . Notwithstanding any provision of this Section 16 [Indemnification] to the contrary, design professionals are required to defend and indemnify the City only to the extent permitted by Civil Code Section 2782 .8, which limits the liability of a desi1:,rn professional to claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs that arise out of, pertain to, or relate to the negligence. recklessness, or willful misconduct of the design professional. The tem1 "design professional,'' as defined in Section 2782.8. is limited to licensed architects, licensed landscape architects, registered professional engineers, professional land surveyors, and the business entities that offer such services in accordance with the applicable provisions of the California Business and Professions Code. (e) The provisions of this section do not apply to claims occurring as a result of City"s sole negligence. The provisions of this section shall not release City from liability arising from gross negligence or willful acts or omissions of City or any and all of its officials, employees and agents. SECTION 17. INSURANCE. Consultant agrees to obtain and maintain in full force and effect during the term of this Agreement the insurance policies set tbrth in Exhibit "C .. "Insurance" and made a part of this Agreement. All insurance policies shall be subject to approval by City as to fonn and content. LA #4814·2021-651!1 \'l -7 ~ These requirements are subject to amendment or waiver if so approved in writing by the City Manager. Consultant a!:,rrees to provide City with copies of required policies upon request. SECTION 18. ASSIGNMENT. The expertise and experience of Consultant are material considerations for this Agreement. City has an interest in the qualifications of and capability of the persons and entities who will fulfill the duties and obligations imposed upon Consultant under this A!,rreement. In recognition of that interest, Consultant shall not assign or transfer this Agreement or any portion of this Agreement or the performance of any of Consultant's duties or obligations under this Agreement without the prior written consent of the City Council. Any attempted assignment shall be ineffective, null and void, and shall constitute a material breach of this Agreement entitling City to any and all remedies at law or in equity, including summary termination of this Agreement. City acknowledges, however, that Consultant, in the perfom1ance of its duties pursuant to this Agreement, may utilize subcontractors. SECTION 19. CONTINUITY OF PERSONNEL. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant's staff and subcontractors. if any, assigned to perfonn the services required under this Agreement. Consultant shall notify City of any changes in Consultant's staff and subcontractors. if any, assigned to perform the services required under this A!,rreement, prior to and during any such perfonnance. SECTION 20. TERMINATION OF AGREEMENT. (a) City may tenninate this Agreement, with or without cause, at any time by giving thirty (30) days written notice of termination to Consultant. In the event such notice is given, Consultant shall cease immediately all work in progress. (b) Consultant may tem1inate this Agreement for cause at any time upon thirty (30) days written notice of termination to City. (c) If either Consultant or City fail to perfom1 any material obligation under this Agreement, then, in addition to any other remedies, either Consultant, or City may terminate this Agreement immediately upon written notice. (d) Upon termination of this Agreement by either Consultant or City, all property belonging exclusively to City which is in Consultant's possession shall be returned to City. Consultant shall furnish to City a final invoice for work perfom1ed and expenses incurred by Consultant, prepared as set forth in Section 4 of this Agreement. This final invoice shall be reviewed and paid in the same manner as set forth in Section 4 of this Agreement. SECTION 21. DEFAULT. In the event that Consultant is in default under the tenns of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work perfonned after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the LA #4!!14-2021-65!!1 vl default. This timeframe is presumptively thirty (30) days. but may be extended , though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shal1 hold all invoices and shalL when the default is cured, proceed with payment on the invoices. In the alternative, the City may. in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default. the City may take necessary steps to tenninate this Agreement under Section 20. Any failure on the part of the City to give notice of the Consultant's default shall not be deemed to result in a waiver of the City's legal rights or any rights arising out of any provision of this Agreement. SECTION 22. EXCUSABLE DELAYS. Consultant sha1l not be liable for damages, including liquidated damages, if any, caused by delay in perfom1ance or failure to perfonn due to causes beyond the control of Consultant. Such causes include, but are not limited to , acts of God, acts of the public enemy, acts of federal, state or local governments, acts of City, court orders, fires. floods, epidemics, strikes, embargoes, and unusualJy severe weather. The tenn and price of this Agreement shall be equitably adjusted for any delays due to such causes. SECTION 23. COOPERATION BY CITY. All public infonnation, data, reports, records, and maps as are existing and available to City as public records, and which are necessary for carrying out the work as outlined in the Exhibit "A" "Scope of Services.·· shall be furnished to Consultant in every reasonable way to facilitate, without undue delay, the work to be perfonned under this Agreement. SECTION 24. NOTICES . All notices required or pennitted to be given under this Agreement shall be in writing and shall be personally delivered, or sent by telecopier or certified mail, postage prepaid and return receipt requested, addressed as follows: To City: To Consultant : City of Temple City Attn: City Manager 970 I Las Tunas Drive Temple City, CA 91780 Fu&rro Consultants, Incorporated Attn : Farid Motamed 700 Flower Street, Suite 2116 Los Angeles, CA 90017 Notice shall be deemed effective on tl1e date personally delivered or transmitted by facsimile or, if mailed, three (3) days after deposit of the same in the custody of the United States Postal Service. SECTION 25. AUTHORITY TO EXECUTE. LA !14N 14-2021-658 I vI -9- The person or persons executing this Agreement on behalf of Consultant represents and warrants that he/she/they has/have the authority to so execute this Agreement and to bind Consultant to the perfonnance of its obligations hereunder. SECTION 26. BINDING EFFECT. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. SECTION 27. MODIFICATION OF AGREEMENT. On behalf of City, the City Manager shall have the power to administer and implement this Agreement, including making minor amendments and modifications hereto. No minor amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Manager. No major amendment to or modification of this Agreement, which is defined for purposes of this section to mean any amendment or modification which increases the amount of compensation due the Consultant pursuant to Section 4 [Compensation and Method of Payment] shall be valid unless made in writing and approved by the Consultant and the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. SECTION 28. WAIVER. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term , condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision nor a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this Agreement. SECTION 29. LAW TO GOVERN; VENUE. This Agreement shall be interpreted, construed and governed according to the laws of the State of California. In the event of litigation between the parties, venue in state trial courts shall lie exclusively in the County of Los Angeles, California. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in Los Angeles. SECTION 30. ATTORNEYS FEES, COSTS AND EXPENSES. In the event litigation or other proceeding is required to enforce or interpret any provision of this Agreement, the prevailing party in such litigation or other proceeding shall be entitled to an award of reasonable attorney's fees, costs and expenses, in addition to any other relief to which it may be entitled. SECTION 31. ENTIRE AGREEMENT. This Agreement. including the attached Exhibits "A'" through ··C", is the entire. complete. final and exclusive expression of the parties with respect to the matters addressed therein and supersedes all other Agreements or understandings, whether oral or written, or entered into LA "1148 14·20:! 1-6581 \'I -10- between Consultant and City ptior to the execution of this Agreement. No statements, representations or other Agreements, whether oral or written, made by any party which are not embodied herein shall be valid and binding. No amendment to this Agreement shall be valid and binding unless in writing duly executed by the parties or their authorized representatives. SECTION 32. SEVERABILITY. If any tem1, condition or covenant of this Agreement is declared or detennined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement shall not be affected thereby and the Agreement shall be read and construed without the invalid, void or unenforceable provision{s). IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year fi rst-above written. CITY OF TEMPLE CITY By: __________ _ City Manager ATTEST: City Clerk APPROVED AS TO FORM By: ____________ _ City Attorney LA 114Xl4-2U21-65XI vl -11 - By: ______________________ __ By: ______________________ __ Its: Its: ------------------------------------------ NOTE: CONSULTANT'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO DEVELOPER'S BUSINESS ENTITY. LA #4!il4-2021-65RI v i -12- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CAUFORNIA COUNTY OF On before me, . personally appeared . proved to me on the basis of satisfactory evidence to be the person(s} whose names(s} is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s). or the entity upon behalf of which the person(s) acted. executed the instrument. I certify under PENALTY OF PERJURY under the laws of th e State of Calitomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature:--------------- OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the docwnent and could prevent fraudulent reattachment of this fonu CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL 0 CORPORATE OFFICER D D D D D TITLE(S) PARTNER(S) D D LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER ______________________ _ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY{IES)) LA 114814-:!ll:!l-651!1 vt DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF On ___ _ before me. _______ , personally appeared ______ _ D personally known to me-OR-D proved to me on the basis o f satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/herltheir signature(s) on the instrument the person(s}. or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. (SIGNATURE OF NOTARY) OPTIONAL Though the data below is not required by Jaw. it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL 0 CORPORATE OFFICER TITLE{S) PARTNER(S) D D ATTORNEY-IN-FACT TRUSTEE($) LIMITED GENERAL D D D D D GUARDIAN/CONSERVATOR OTHER~--------------------- SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) LA #48 14 -202 1-65!1 1 vl DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SJGNER(S) OTHER THAN NAMED ABOVE 68 7 6 Vl EXHIBIT "A" SCOPE OF SERVICES Inspector shall provide to City inspection services in accordance with all project plans, specifications, and applicable Builuing Codes and Regulations in connection with the construction ofthe Rosemead Boulevard Safety Enhancements and Beautification Project. Inspector shall act under the direction and supervision of the Project Manager and the Resident Inspector of the Project/City and shall be responsible to the City's City Council. Inspector shall discharge said duties in a manner satisfactory to the City, the Construction Manager, and the Architect. The duties of Inspector shall include, but not be limited to the following: • Perfom1 periodic site visits and observation for quality control. The services will be provided on an on call basis . • Observe and test compaction during J:,'l'ading operations, including removal and re- compaction offills and trench backfilling. • Document removal and re-compaction test areas and depths . • Perfonn concrete and asphalt material testing as required by the code and project specifications. • Perfonn special inspection services for electrical and plumbing trades and other trades as become warranted . • Detailed daily reports of material testing locations and results. • Petfonn required laboratory tests on retained samples from on-site and/or imported materials for fill placement. • Perfonn on-site field testing for the purpose of quality control and verification of compliance of the work with the project documents. • Provide a final comprehensive report. The report, as a minimum shall include all the field and laboratory tests results and has to be prepared in compliance with the standards outlined in Caltrans Local Assistance Procedure manual and other relevant documents/standards pertaining to Federally-funded projects. • Distribute all the inspection and testing reports to the project distribution list on a weekly basis. VII. AMENDMENT The Scope of Services, including services, work products, and personnel, are subject to change by mutual A1:,rreement. In the absence of mutual Agreement regarding the need to change any aspects of performance, Consultant shall comply with the Scope of Services as indicated above. LA #4~14-2021-()51!1 vi A-I EXHIBIT "B" COMPENSATION I. Consultant shall use the following rates of pay in the pertonnance of the Services: the rates of pay shall be per the Fee Schedule included in Attachment ··D··. with the exception of the following negotiated items: TASK Final Negotiated Prices In s pector I Soils Technician $80 .00 Inspector I Soils Technician (O.T.) $100.00 Special Inspector $80.00 Nuclear Gauge Daily $0.00 Proctor Test (ASTM D1557)-4 .. mold $200 .00 Proctor Test (ASTM 01557}-6 .. mold $240.00 Sand Equivalent (ASTM D241 9) $90.00 Sieve Analysis (ASTM D422) $105.00 R-Value (ASTM 02844 $250.00 Concrete Cylinder Compression Test $24.00 Drive time for Soils Technician $40.00 No Drive time for other Special Inspectors n/a II. Consultant may utilize subcontractors as indicated in this A.!:,JTeement and with written authorization from the City Manager or his designee. III. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for al1 field special inspectors and personnel , describing the work perfom1ed, the number ofhours worked, and the hourly rate. B. Line items for all laboratory tests performed for the project. C. Line items for all travel time for the soils inspectors only and , if applicable. D. Line items for all equipment properly charged to the Services. E. Line items tor all materials properly charged to the Services. IV . The total compensation tor the Services shall not exceed $200,000, as provided in Section 4 of this Agreement. L A 114S 14-2021-Cl:'iS I vI B-1 EXHIBIT "C" INSURANCE A. Insurance Requirements. Consultant shall provide and maintain insurance, acceptable to the City Manager or City Counsel, in full tbrce and effect throughout the term of this Agreement, against claims for injuries to persons or damages to property which may arise from or in connection with the perfonnance of the work hereunder by Consultant, its agents, representatives or employees. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Consultant shall provide the following scope and limits of tnsurance: 1. Minimum Scope of Insurance. Coverage shall be at least as broad as: (I) Insurance Services Office fonn Commercial General Liability coverage (Occurrence Fonn CG 0001 ). (2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, including code 1 .. any auto" and endorsement CA 0025, or equivalent forms subject to the written approval of the City. (3) Workers' Compensation insurance as required by the Labor Code of State of California and Employer's Liability insurance and covering all persons providing services on behalf of the Consultant and all risks to such persons under this Agreement. ( 4) Professional liability insurance appropriate to the Consultant's profession . This coverage may be written on a ''claims made" basis, and must include coverage for contractual liability. The professional liability insurance required by this Agreement must be endorsed to be applicable to claims based upon, arising out of or related to services perfonned under this A&JTeement. The insurance must be maintained for at least 3 consecutive years following the completion of Consultant's services or the termination of this Agreement. During this additional 3-year period, Consultant shall annually and upon request of the City submit written evidence of this continuous coverage. 2 . Minimum Limits of Insurance. Consultant shall maintain limits of insurance no less than: ( 1) General Liability: $1,000,000 general aggregate for bodily injury, personal injury and property damage. (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. A combined single limit policy with aggregate limits in an an1ount of not less than $2,000,000 shall be considered equivalent to the said required minimum limits set forth above. LA #4lll4-:!0.21-<>581 vI C-1 (3) Workers' Compensation and Employer's Liability: Workers· Compensation as required by the Labor Code of the State of California and Employers Liability limits of not less than $1,000,000 per accident. ( 4) Professional Liability: $1,000,000 per occurrence. B. Other Provisions. Insurance policies required by this Agreement shall contain the tollowing provisions: 1. All Policies. Each insurance policy required by this Agreement shall be endorsed and state the coverage shall not be suspended, voided, cancelled by the insurer or either party to this Agreement. reduced in coverage or in limits except after 30 days' prior written notice by Certified mail , return receipt requested, has been given to City. 2. General Liability and Automobile Liability Coverages . (I) City, and its respective elected and appointed officers, officials, and employees and volunteers are to be covered as additional insureds as respects : liability arising out of activities Consultant perfom1s; products and completed operations of Consultant; premises owned, occupied or used by Consultant ; or automobiles owned, leased, hired or borrowed by Consultant. The coverage shall contain no special limitations on the scope of protection afforded to City, and their respective elected and appointed officers, officials, or employees. (2} Consultant's insurance coverage shall be primary insurance with respect to City, and its respective elected and appointed, its officers, officials, employees and volunteers. Any insurance or self insurance maintained by City, and its respective elected and appointed officers, officials, employees or volunteers, shall apply in excess of, and not contribute with. Consultant's insurance. (3) Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. ( 4) Any failure to comply with the reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to City, and its respective elected and appointed officers, officials, employees or volunteers. 3. Workers' Compensation and Employer's Liability Coverage. Unless the City Manager otherwise agrees in writing, the insurer shall agree to waive all rights of subrogation against City, and its respective elected and appointed officers, officials, employees and agents for losses arising from work perfom1ed by Consultant. C. Other Requirements. Consultant agrees to deposit with City, at or before the effective date of this contract, certificates of insurance necessary to satisfy City that the LA #4!114-2021-65RI vi C-2 insurance provisions of this contract have been complied with. The City Attorney may require that Consultant furnish City with copies of original endorsements effecting coverage required by this Section. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. City reserves the right to inspect complete, certified copies of all required insurance policies, at any time. I. Consultant shall furnish certificates and endorsements from each subcontractor identical to those Consultant provides. 2. Any deductibles or self-insured retentions must be declared to and approved by City. At the option of City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects City or its respective elected or appointed officers, officials, employees and volunteers or the Consultant shall p rocure a bond guaranteeing payment oflosses and related investigations, claim administration, defense expenses and claims . 3. The procuring of such requir ed policy or policies of insurance shall not be construed to limit Consultant's liability hereunder nor to fulfill the indemnification provisions and requirements ofthis Agreement. LA #41\ 14-2021-l15H I v l C-3 CONSULT ANT SERVICES AGREEMENT By and Between THE CITY OF TEMPLE CITY, a municipal corporation and Ninyo & Moore Attachment B AGREEMENT FOR CONSULTANT SERVICES BETWEEN THE CITY OF TEMPLE CITY, CALIFORNIA AND NINYO & MOORE This Agreement for Consultant Services ("Agreement"") is entered into as of this 5th day of February, 2013 by and between the City ofTemple City, a municipal corporation (''City .. ) and Ninyo & Moore, a corporation ( .. Consultant"'). City and Consultant are sometimes hereinafter individually referred to as .. Party". and hereinafter collectively referred to as the .. Parties." RECITALS A. City has sought, by issuance of a Request for Proposals or Invitation for Bids, the perfonnance of the services defined and described particularly in Section 2 of this Agreement. B. Consultant, following submission of a proposal or bid for the perfom1ance of the services defined and described particularly in Section 2 of this A!,rreement, was selected by the City to perfonn those services . C. Pursuant to the City of Temple City's Municipal Code. City has authority to enter into this Consultant Services Agreement and the City Manager has authority to execute this Agreement. D. The Parties desire to fonnalize the selection of Consultant for perfom1ance of those services defined and described particularly in Section 2 of this Agreement and desire that the tenns of that performance be as particularly defined and described herein . OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained here and other consideration, the value and adequacy of which are hereby acknowledged, the parties a&rree as follows: SECTION 1. TERM OF AGREEMENT. Subject to the provisions of Section 20 ''Temination of Agreement'" of this Agreement. the scope of services set forth in Exhibit ''A .... Scope of Services·· shall be completed pursuant to the schedule specified in Exhibit "A:· Should the scope of services not be completed pursuant to that schedule, the Consultant shall be deemed to be in Default of this Agreement pursuant to Section 21 of this Agreement. The City, in its sole discretion, may choose not to enforce the Default provisions of this Agreement and may instead allow Consultant to continue performing the scope of services until such services are complete. LA ll4RI4-2U2 1-65SI \'l -I - SECTION 2. SCOPE OF SERVICES. Consultant agrees to perform the services set forth in Exhibit .. A·· .. Scope of Services" and made a part of this Agreement. SECTION 3. ADDITIONAL SERVICES. Consultant shall not be compensated for any services rendered in connection with its perfonnance of this Agreement which are in addition to or outside of those set forth in this Agreement or listed in Exhibit ··A·· '"Scope of Services." unless such additional services are authorized in advance and in writing by the City Council or City Manager of City. Consultant shall be compensated for any such additional services in the amounts and in the manner agreed to by the City Council or City Manager. SECTION 4. COMPENSATION AND METHOD OF PAYMENT. (a) Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in Exhibit "'8"' ··compensation·· and made a part of this Abrreement. The total compensation, including reimbursement for actual expenses, shall not exceed Two Hundred Thousand dollars ($200,000), unless additional compensation is approved in writing by the City Council or City Manager. (b) Each month Consultant shall furnish to City an original invoice for all work perfonned and expenses incurred during the preceding month. The invoice shall detail charges by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub-consultant contracts. If the compensation set forth in subsection (a) and Exhibit .. s•· include payment of labor on an hourly basis (as opposed to labor and materials being paid as a lump sum), the labor category in each invoice shall include detailed descriptions of task performed and the amount of time incurred for or allocated to that task. Sub-consultant charges shall be detailed by the following categories : labor, travel, materials, equipment and supplies . City shall independently review each invoice submitted by the Consultant to determine whether the work perfonned and expenses incurred are in compliance with the provisions of this Agreement. In the event that no charges or expenses are disputed, the invoice sha11 be approved and paid according to the terms set forth in subsection (c). In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission . (c) Except as to any charges for work perfonned or expenses incurred by Consultant which are disputed by City, City will use its best efforts to cause Consultant to be paid within torty-tive (45) days of receipt of Consultant's correct and undisputed invoice. (d) Payment to Consultant for work perfonned pursuant to this Agreement shall not be deemed to waive any defects in work perfonned by Consultant. SECTION 5. INSPECTION AND FINAL ACCEPTANCE. City may inspect and accept or reject any of Consultant's work under this Agreement, either during performance or when completed. City shall reject or finaJly accept Consultant's work within sixty (60) days after submitted to City. City shall reject work by a timely written LA #41! 14-2!121-651! I vI -2 - explanation. otherwise Consultant's work shall be deemed to have been accepted. City's acceptance shall be conclusive as to such work except with respect to latent defects, fraud and such bTToss mistakes as amount to fraud . Acceptance of any of Consultanfs work by City shall not constitute a waiver of any of the provisions of this Agreement including, but not limited to, sections 16 and 17, pertaining to indemnification and insurance, respectively. SECTION 6. OWNERSHIP OF DOCUMENTS. All original maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files and other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement shall become the sole property of City and may be used, reused or otherwise disposed of by City without the pennission of the Consultant. Upon completion, expiration or termination of this Agreement, Consultant shall tum over to City all such original maps. models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files and other documents. If and to the extent that City utilizes for any purpose not related to this Agreement any maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement, Consultant's guarantees and warrants related to Standard of Perfom1ance and found in Section 9 of this Agreement shall not extend to such use of the maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents . SECTION 7. CONSULTANT'S BOOKS AND RECORDS. (a) Consultant shall maintain any and all documents and records demonstrating or relating to Consultant's performance of services pursuant to this Agreement. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, or other documents or records evidencing or relating to work, services, expenditures and disbursements charged to City pursuant to this Agreement. Any and all such documents or records shall be maintained in accordance with generally accepted accounting principles and shall be sufficiently complete and detailed so as to permit an accurate evaluation of the services provided by Consultant pursuant to this At:,TTeement. Any and all such documents or records shall be maintained for three years from the date of execution of this Agreement and to the extent required by laws relating to audits of public agencies and their expenditures. (b) Any and all records or documents required to be maintained pursuant to this section shall be made available for inspection, audit and copying, at any time during regular business hours, upon request by City or its designated representative. Copies of such documents or records shall be provided directly to the City for inspection, audit and copying when it is practical to do so; otherwise, unless an alternative is mutually agreed upon, such documents and records shall be made available at Consultant's address indicated for receipt of notices in this Agreement. (c) Where City has reason to believe that any of the documents or records required to be maintained pursuant to this section may be lost or discarded due to dissolution or tem1ination of Consultant's business. City may. by written request require that custody of such documents or LA1141\14-2021-65RI vl ~ 3 ~ records be given to the City and that such documents and records be maintained by the requesting party. Access to such documents and records shall be granted to City, as well as to its successors-in-interest and authorized representatives. SECTION 8. STATUS OF CONSULTANT. (a) Consultant is and shall at all times remain a wholly independent contractor and not an officer, employee or agent of City. Consultant shall have no authority to bind City in any manner, nor to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this AGREEMENT or is otherwise expressly conferred in writing by City. (b) The personnel perfom1ing the services under this At,rreement on behalf of Consultant shall at all times be under Consultanfs exclusive direction and control. Neither City. nor any elected or appointed boards, officers, officials, employees or agents of City, shall have control over the conduct of Consultant or any of Consultant's officers, employees, or agents except as set forth in this Agreement. Consultant shall not at any time or in any manner represent that Consultant or any of Consultant's officers. employees. or agents are in any manner officials, officers, employees or agents of City. (c) Neither Consultant , nor any of Consultant's oflicers, employees or agents. shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City's employees . Consultant expressly waives any claim Consultant may have to any such rights. SECTION 9. STANDARD OF PERFORMANCE. Consultant represents and warrants that it has the qualifications, experience and facilities necessary to properly perform the services required under this Agreement in a thorough, competent and professional manner. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein . In meeting its obligations under this Agreement, Consultant shall employ, at a minimum, generally accepted standards and practices utilized by persons engaged in providing services similar to those required of Consultant under this Agreement. If and to the extent that City utilizes for any purpose not related to this Agreement any maps , models, designs, drawings, photot,rraphs, studies, surveys, reports, data, notes, computer files, files or other documents prepared, developed or discovered by Consultant in the course of providing any services pursuant to this Agreement. Consultant's guarantees and warranties related to Standard of Perfom1ance shall not extend to such use of the maps, models, designs, drawings, photographs, studies, surveys, reports, data, notes, computer files, files or other documents. SECTION 10. COMPLIANCE WITH APPLICABLE LAWS; PERMITS AND LICENSES. Consultant shall keep itself informed of and comply with all applicable federal, state and local laws, statutes, codes, ordinances, regulations and rules in effect during the tem1 of this Agreement. Consultant shall obtain any and all licenses, permits and authorizations necessary to LA #41114-2021-6581 ~·I -4- perform the services set forth in this Agreement. Neither City, nor any elected or appointed boards, officers, officials, employees or agents of City, shall be liable, at law or in equity, as a result of any failure of Consultant to comply with this section. SECTION 11. PREVAILING WAGE LAWS It is the understanding of City and Consultant that California prevailing wage laws apply to this Ab,rreement because the Agreement involves one or more of the following services subject to prevailing wage rates pursuant to the California Labor Code or regulations promulgated thereunder: Construction, alteration, demolition, installation, or repair work perfonned on public buildings, facilit ies, streets or sewers done under contract and paid for in whole or in part out of public funds. In this context, 11 Construction 11 includes work perfonned during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work. The Consultant is aware of and ab,rrees to abide by the provisions of California Labor Code Sections 1720, et seq., as well as 1771, 1773, 1773.1, 1773.6, 1773 .7, 1775 and 1776, pertaining to the obligation to pay prevailing wages with respect to the performance of work. Copies of the prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for each craft are available upo n request from the City. A copy of the prevailing rate of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the Consultant. SECTION 12. NONDISCRIMINATION. Consultant shall not discriminate, in any way, against any person on the basis of race, color, religious creed, national origin, ancestry, sex, age, physical handicap, medical condition or marital status in connection with or rel ated to the perfonnance ofthis Agreement. SECTION 13. UNAUTHORIZED ALIENS. Consultant hereby promises and a&rrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§ 1101, et seq ., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should the any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys' fees. incurred by City. SECTION 14. CONFLICTS OF INTEREST. (a) Consultant covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Consultanfs performance of services under this Agreement. Consultant further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the City Manager. Consultant agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the perfonnance of this Agreement. LA #4814-2021-6581 v i -5- (b) City understands and acknowledges that Consultant is , as of the date of execution of this Agreement, independently involved in the perfonnance of non-related services for other govemmental agencies and private parties. Consultant is unaware of any stated position of City relative to such projects. Any future position of City on such projects shall not be considered a conflict of interest for purposes of this section. (c) City understands and acknowledges that Consultant will , pertoml non -related services for other govemmental agencies and private parties following the completion of the scope of work under this Agreement. Any such future service shall not be considered a conflict of interest for purposes of this section . SECTION 15 . CONFIDENTIAL INFORMATION; RELEASE OF INFORMATION. (a) All infom1ation gained or work product produced by Consultant in pertonnance of this Agreement shall be considered confidential, unless such infonnation is in the public domain or already known to Consultant. Consultant shall not release or disclose any such infom1ation or work product to persons or entities other than City wi thout prior written authorization from the City Manager, except as may be required by law . (b) Consultant, its officers, employees, agents or subcontractors, sl1all not, w ithout prior written authorization from the City Manager or unless requested by the City Attorney of City, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatories or other infonnation concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary'· provided Consultant gives City notice of such court order or subpoena. (c) If Consultant. or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees , including attorneys fees, caused by or incurred as a result of Consultant's conduct. (d) Consultant shall promptly notify City should Consultant , its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Af:,rreement and the work pertonned thereunder. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not im ply or mean the right by City to control , direct, or rewrite said response. SECTION 16. INDEMNIFICATION. (a) Indemnification for Professional Liability. Where the law establishes a professional standard of care tor Consultanfs Services, to the fullest extent permitted by law. Consultant shall indemnify, protect, defend and hold harmless City and any and all of its otlicials. employees and agents (''lndemni tied Parties·') from and against any and all losses. liabilities. damages . costs and expenses. including attorney's fees and costs to the exte nt same are caused in whole or in part by any negligent or wrongful act, error or omission of Consultant, LA #4 8 14 -2021-658 1 vI -6- its officers, agents, employees or sub-consultants (or any entity or individual that Consultant shall bear the legal liability thereof) in the performance of professional services under this Agreement. (b) Indemnification for Other than Professional Liability. Other than in the perfonnance of professional services and to the full extent pennitted by law, Consultant shall indemnify, protect, defend and hold harmless City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including attorneys fees and costs, court costs, interest, defense costs, and expert witness fees), where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Consultant or by any individual or entity for which Consultant is legally liable, including but not limited to officers, agents, employees or sub-contractors of Consultant. (c) General Indemnification Provisions . Consultant agrees to obtain executed indemnity Agreements with provisions identical to those set forth here in this section from each and every sub-contractor or any other person or entity involved by, for, with or on behalf of Consultant in the performance of this Agreement. In the event Consultant fails to obtain such indemnity obligations from others as required here, Consultant agrees to be fully responsible according to the tern1s of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Consultant and shall survive the termination of this Agreement or this section. (d) Limitation of Indemnification. Notwithstanding any provision of this Section 16 [Indemnification] to the contrary, design professionals are required to defend and indemnify the City only to the extent permitted by Civil Code Section 2782.8, which limits the liabi1ity of a design professional to claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the design professional. The term ''design professional,'' as defined in Section 2782.8 . is limited to licensed architects, licensed landscape architects, registered professional engineers, professional land surveyors, and the business entities that offer such services in accordance with the applicable provisions of the California Business and Professions Code. (e) The provisions of this section do not apply to claims occurring as a result of City's sole negligence. The provisions of this section shall not release City from liability arising from gross negligence or willful acts or omissions of City or any and all of its officials, employees and agents. SECTION 17. INSURANCE. Consultant agrees to obtain and maintain in full force and effect during the term of this Agreement the insurance policies set forth in Exhibit "C'" .. Insurance'' and made a part of this Agreement. All insurance policies shall be subject to approval by City as to form and content. LA #4S 14-2021-6581 v 1 -7 - These requirements are subject to amendment or waiver if so approved in writing by the City Manager. Consultant agrees to provide City with copies of required policies upon request. SECTION 18 . ASSIGNMENT. The expertise and experience of Consultant are material considerations for this Agreement. City has an interest in the qualifications of and capability of the persons and entities who will fulfill the duties and obligations imposed upon Consultant under this Agreement. In recognition of that interest, Consultant shaH not assign or transfer this Agreement or any portion of this Agreement or the perfonnance of any of Consultant's duties or obligations under this Agreement without the prior written consent of the City Council. Any attempted assignment shaH be ineffective, null and void, and shall constitute a material breach of this A,brreement entitling City to any and all remedies at law or in equity, including summary termination of this Agreement . City acknowledges, however, that Consultant, in the perfonnance of its duties pursuant to this Agreement, may utilize subcontractors . SECTION 19. CONTINUITY OF PERSONNEL. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant's staff and subcontractors, if any, assigned to perform the services required under this Agreement. Consultant shall notify City of any changes in Consultant's staff and subcontractors . if any, assigned to perform the services required under this Agreement, prior to and during any such performance. SECTION 20. TERMINATION OF AGREEMENT. (a) City may terminate this Agreement, with or without cause, at any time by giving thirty (30) days written notice of termination to Consultant. In the event such notice is given, Consultant shall cease immediately all work in progress. (b) Consultant may terminate this Agreement for cause at any time upon thirty (30) days written notice of termination to City. (c) If either Consultant or City fail to perfom1 any material obligation under this Agreement, then, in addition to any other remedies, either Consultant, or City may tenninate this Agreement immediately upon written notice. (d) Upon termination of this Agreement by either Consultant or City, all property belonging exclusively to City which is in Consultant's possession shall be retumed to City. Consultant shall furnish to City a final invoice for work perfonned and expenses incurred by Consultant, prepared as set forth in Section 4 of this A&rreement. This final invoice shall be reviewed and paid in the same manner as set forth in Section 4 of this Agreement. SECTION 21. DEFAULT. In the event that Consultant is in default under the tenus of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work perfom1ed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the LA #41114-2021-ll5111 vi - 8 - default. This timeframe is presumptively thirty (30) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall , when the default is cured , proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to tenuinate this A,b1feement under Section 20. Any failure on the pm1 of the City to give notice of the Consultant's default shall not be deemed to result in a waiver of the City's legal rights or any rights arising out of any provision of this Agreement. SECTION 22. EXCUSABLE DELAYS. Consultant shall not be liable for damages, including liquidated damages, if any, caused by delay in perforn1ance or failure to perforn1 due to causes beyond the control of Consultant. Such causes include, but are not limited to, acts of God, acts of the public enemy, acts of federal, state or local governments, acts of City, court orders, fires, floods, epidemics, strikes, embargoes, and unusually severe weather. The term and price of this Agreement shall be equitably adjusted for any delays due to such causes. SECTION 23. COOPERATION BY CITY. All public inforn1ation, data, reports, records, and maps as are existing and available to City as public records, and which are necessary for carrying out the work as outlined in the Exhibit ··A·· ··scope of Services:· shall be furnished to Consultant in every reasonable way to facilitate, without undue delay, the work to be performed under this Agreement. SECTION 24. NOTICES. All notices required or permitted to be given under this Agreement shall be in writing and shall be personally delivered, or sent by telecopier or certified mail, postage prepaid and return receipt requested, addressed as follows: To City: To Consultant: City of Temple City Attn: City Manager 9701 Las Tunas Drive Temple City, CA 91780 Ninyo & Moore Attn: Jalal Vakili 475 Goddard, Suite 200 Irvine, CA 92618 Notice shall be deemed effective on the date persona11y delivered or transmitted by facsimile or, if mailed, three (3) days after deposit of the same in the custody ofthe United States Postal Service. SECTION 25. AUTHORITY TO EXECUTE. LA#4Sl4-.20.2l-65Sl vl - 9 - The person or persons executing this Agreement on behalf of Consultant represents and warrants that he/she/they has/have the authority to so execute this Agreement and to bind Consultant to the perfonnance of its obligations hereunder. SECTION 26. BINDING EFFECT. This Af,rreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. SECTION 27. MODIFICATION OF AGREEMENT . On behalf of City, the City Manager shall have the power to administer and implement this Agreement, including making minor amendments and modifications hereto. No minor amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Manager. No major amendment to or modification of this Af,rreement, which is defined for purposes of this section to mean any amendment or modification which increases the amount of compensation due the Consultant pursuant to Section 4 [Compensation and Method of Payment] shall be valid unless made in writing and approved by the Consultant and the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. SECTION 28. WAIVER. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other tenn, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision nor a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not consti tute a waiver of any of the provisions of this Agreement. SECTION 29. LAW TO GOVERN; VENUE. This Agreement shall be interpreted , construed and governed according to the laws of the State of California. In the event of litigation between the parties, venue in state trial courts shall lie exclusively in the County of Los Angeles, California. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in Los Angeles. SECTION 30. ATTORNEYS FEES, COSTS AND EXPENSES. In the event litigation or other proceeding is required to enforce or interpr et any provision of this Agreement, the prevailing party in such litigation or other proceeding shall be entitled to an award of reasonable attomey's tees, costs and expenses, in addition to any other relief to which it may be entitled. SECTION 31. ENTIRE AGREEMENT. This Agreement. including the attached Exhibits .. A. through "C", is the entire, complete. final and exclusive expression of the parties with respect to the matters addressed therein and supersedes all other Agreements or understandings, whether oral or written, or entered into LA#4!il4-2ll2l-65!il vi - I 0- between Consultant and City prior to the execution of this Agreement. No statements, representations or other Agreements, whether oral or written, made by any party which are not embodied herein shall be valid and binding. No amendment to this Agreement shall be valid and binding unless in wr iting duly executed by the parties or their authorized representatives. SECTION 32. SEVERABILITY. If any tem1, condition or covenant of this Agreement is declared or detem1ined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement shall not be affected thereby and the Agreement shall be read and construed without the invalid, void or unenforceable provision(s). IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. CITY OF TEMPLE CITY By: __________ _ City Manager ATTEST: City Clerk APPROVED AS TO FORM By: ____________ _ City Attorney LA #4~ I ~-2021..(,51! 1 v I -1 1 - By: ______________________ __ By: ______________________ __ Its: Its: ------------------------------------------ NOTE: CONSULTANT'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO DEVELOPER'S BUSINESS ENTITY. LA #4814-2021-6581 v 1 -12- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALJFORNIA COUNTY OF On before me, . personally appeared , proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted. executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: _______________ _ OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this fom1 CAPACITY CLAIMED BY SIGNER D INDIVIDUAL 0 CORPORATE OFFICER D D D D D TITLE(S) PARTNER(S) D D LIMITED GENERAL ATTORNEY -IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER ______________________ _ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) LA #4814-20::!1 -651!1 \'I DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF On ___ _ before me. ______ , personally appeared _____ _ D personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the v.ithin instrument and acknowledged to me that he /she/they executed the same in his /her/their authorized capacity(ies), and that by his/her/their signature(s} on the instrument the person(s}. or the entity upon behalf of which the person(s) acted. executed the instrument. WITNESS my hand and official seal. (SIGNATURE OF NOTARY) OPTIONAL Though the data below is not requi red by law, it may prove va:Juable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER D INDIVIDUAL 0 CORPORATE OFFICER D D D D D TITLE(S} PARTNER(S) D D LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER ______________________ _ SIGNER IS REPRESENTING: (NAME OF PERSON(S} OR ENTITY(IES)) L A 114 Hl 4-2021 ·65MI v! DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SlGNER(S) OTHER THAN NAMED ABOVE 6876 Vl EXHIBIT "A" SCOPE OF SERVICES Inspector shall provide to City inspection services in accordance with all project plans, specifications, and applicable Building Codes and Regulations in connection with the construction ofthe Rosemead Boulevard Safety Enhancements and Beautification Project. Inspector shall act under the direction and supervision of the Project Manager and the Resident Inspector of the Project/City and shall be responsible to the City's City Council. Inspector shaH discharge said duties in a manner satisfactory to the City, the Construction Manager, and the Architect. The duties of Inspector shall include, but not be limited to the following: • Perfonn periodic site visit for quality assurance purpose in compliance with the project documents and guidelines outlined in Caltrans Local Assistance Procedure Manual. • Perfom1 periodic field and laboratory testing to assure the quality of tests perfonned by the project QC materials testing and special inspection laboratory, hired by the City, are in compliance with the applicable specifications and standards. • Document and report the field and laboratory test results on a bi -weekly basis or as detennined by the project manager and /or Project Resident Inspector. • Provide a final comprehensive report. The report, as a minimum shall include all the field and laboratory tests results per fonned for the quality assurance purpose and has to be prepared in compliance with the standards outlined in Caltrans Local Assistance Procedure manual and other relevant documents/standards pertaining to Federally-funded projects. • Distribute all the QA testing reports to the project distribution list on a weekly basis or as detennined by the project manager and/or Project Resident Inspector. VII . AMENDMENT The Scope of Services, including services, work products, and personnel, are subject to change by mutual Agreement. In the absence of mutual Agreement regarding the need to change any aspects of perfom1ance, Consultant shall comply with the Scope of Services as indicated a bove. LA 1141114-2021-65111 vI A-1 EXHIBIT .. B" COMPENSATION I. Consultant shall use the following rates of pay in the perfonnance of the Services: the rates of pay shall be per the Fee Schedule included in Attachment ''E"'. with the exception of the fo1lowing negotiated items: TASK Final Negotiated Prices Inspector I Soils Technician $80.00 Inspector I Soils Technician (O.T .) $100.00 Special Inspector $80.00 Nuclear Gauge Daily $0.00 Proctor Test (ASTM D 1557)-4" mold $200.00 Proctor Test (ASTM D1557)-6" mold $240.00 Sand Equivalent (ASTM D2419) $90.00 Sieve Analysis (ASTM 0422) $105.00 R-Value (ASTM D2844 $250.00 Concrete Cylinder Compression Test $24.00 Drive time for Soils Technician $40.00 No Drive time for other Special Inspectors n/a II. Consultant may utilize subcontractors as indicated in this Agreement and with written authorization from the City Manager or his designee. Ill. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for all field quality assurance tests and personnel, describing the work performed, the number of hours worked , and the hourly rate. B. Line items for all laboratory quality assurance tests performed for the project. C. Line items for all travel time for the filed personnel, if applicable. D. Line items for all equipment properly charged to the Services. E. Line items for all materials properly charged to the Services . IV. The total compensation for the Services shall not exceed $50,000 as provided in Section 4 of this Agreement. LA #4814-2021·6!18 I vI B-1 EXHIBIT "C" INSURANCE A. Insurance Requirements. Consultant shall provide and maintain insurance, acceptable to the City Manager or City Counsel. in full force and effect throughout the tenn of this Agreement, against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Consultant, its agents, representatives or employees. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:Vll. Consultant shall provide the following scope and limits of insurance: I . Minimum Scope of Insurance. Coverage shall be at least as broa d as: ( 1) Insurance Services Office form Commercial General Liability coverage (Occurrence Fonn CG 000 I). (2) Insurance Services Office fonn number CA 0001 (Ed. 1/87) covering Automobile Liability, including code I "any auto .. and endorsement CA 0025. or equ ivalent forms subject to the written approval of the City. (3) Workers· Compensation insurance as required by the Labor Code of State of California and Employer's Liability insurance and covering all persons providing services on behalf of the Consultant and all risks to such persons under this Agreement. (4) Professional liability insurance appropriate to the Consultanfs profession. This coverage may be written on a "claims made'' basis. and must include coverage for contractual liability. The professional liability insurance required by this Agreement must be endorsed to be applicable to claims based upon , arising out of or related to services perfonned under this Agreement. The insurance must be maintained for at least 3 consecutive years toll owing the completion of Consultant" s services or the termination of this Agreement. During this additional 3-year period, Consultant shall annually and upon request of the City submit written evidence of this continuous coverage. 2. Minimum Limits of Insurance. Consultant shall maintain limits of insurance no less than: ( 1) General Liability: $1 ,000,000 general aggregate for bodily injury, personal injury and property damage. (2) Automobile Liability: $1 ,000,000 per accident for bodily injury and property damage. A combined single limit policy with aggregate limits in an amount of not less than $2,000,000 shall be considered equivalent to the said required minimum limits set forth above. LA #4X 14-2021·65!! I vi C-1 (3) Workers' Compensation and Employer's Liability: Workers· Compensation as required by the Labor Code of the State of California and Employers Liability limits of not less than $1,000,000 per accident. ( 4) Professional Liability: $1 ,000,000 per occurrence. B. Other Provisions. Insurance policies required by this Agreement shall contain the following provisions: 1. All Policies. Each insurance policy required by this Agreement shall be endorsed and state the coverage shall not be suspended, voided, cancelled by the insurer or either party to this Agreement. reduced in coverage or in limits except after 30 days' prior written notice by Certified mail, return receipt requested, has been given to City. 2. General Liability and Automobile Liability Coverages. ( 1) City, and its respective elected and appointed officers, officials, and employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities Consultant performs; products and completed operations of Consultant; premises owned, occupied or used by Consultant ; or automobiles owned , leased, hired or borrowed by Consultant. The coverage shall contain no special limitations on the scope of protection afforded to City, and their respective elected and appointed officers, officials, or employees. (2) Consultant's insurance coverage shall be primary insurance with respect to City, and its respective elected and appointed, its officers, officials, employees and volunteers. Any insurance or self insurance maintained by City, and its respective elected and appointed officers, officials, employees or volunteers, shall apply in excess of, and not contribute with. Consultant's insurance . (3) Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (4) Any failure to comply with the reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to City, and its respective elected and appointed officers, officials, employees or volunteers. 3. Workers· Compensation and Employer's Liability Coverage. Unless the City Manager otherwise agrees in writing, the insurer shall a!,JTee to waive all rights of subrogation against City, and its respective elected and appointed officers, officials, employees and agents for losses arising from work performed by Consultant. C. Other Requirements. Consultant agrees to deposit with City, at or before the effective date of this contract, certificates of insurance necessary to satisfy City that the LA #48 14 -2021-6581 vI C-2 insurance provisions of this contract have been complied with. The City Attorney may require that Consultant furnish City with copies of original endorsements effecting coverage required by this Section . The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. City reserves the right to inspect complete, certified copies of all required insurance policies, at any time. I . Consultant shall furnish certificates and endorsements from each subcontractor identical to those Consultant provides. 2. Any deductibles or self-insured retentions must be declared to and approved by City. At the option of City, either the insurer shall reduce or eliminate such deductibles or seH:.insured retentions as respects City or its respective elected or appointed officers, officials , employees and volunteers or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration, defense expenses and claims. 3. The procuring of such required policy or policies of i nsurance shall not be construed to limit Consultant's liability hereunder nor to fulfill the indemnification provisions and requirements of this Agreement. LA 114814-::!021-65!!1 vi C-3 Advertising Order Confirmatio..!:!_] Ad Order Number 0010289286 Customer CITY OF TEMPLE CITY San Gabriel Valley Newspaper Group Valley Tribune•Star-News•Daily News•High/ander 12/24/12 10 :08 :27AM Page 2 of 2 Prod!Jct Requesle<f Placement Requa sled PoSition ~R~u~n~D~a~te~s~-----------------------------------------#msens SGV NewspapersPasadena Legals CLS '--- $328.16 Order Charges: Net Amount MiscellaneousNollces-1 076-12127/12 T!J x Amount $0.00 Total Amount $328.16 Paymen t Method Payment Amount $0.00 If til1s confirmabon l ncludes an advertising proof. please check your proof carefully for errors. spelling, and/or typos. Errors not marked on the returned proof are not subject to credit or refunds. Please note: To meet our printer's deadline. we must have your proof returned by the published deadhne, and as ind1cated by your sales rep. II we have not heard from you by that tima, we Will assume that your ad is correct. and 11 Will run as 1s. Please note· II you pay by ba nk card, your card statement w.jJ show the merchant as "LA NEWSPAPER GROUP". Amount Due $328.16 Advertising Order Confirmation Ad Order Number 0010289283 Customer CITY OF TEMPLE CITY San Gabriel Valley Newspaper Group Valley Tribune•Star-News•Dai/y News•Highlander 12/24/12 10 :06 :32AM Page 2 of 2 1 Prpducl ,_,R.,.eq,.,u..,esi.,.e.,.d""P"'1a..,c.,.e ..... m.,.e ..... nt.___ Requested PosliiQn ~R~u~n~D~a~re~s ____________________________________________________ ~ SGV NewspapersSan Gabnel Trib LegalsCLS Order Charges: Net Amount $328.16 MiseeHaneousNoUces-1 076-12127/12 Ta>:Amount $0,00 Total Amount $328.16 Payment Method Payment Amount $0.00 II th1s confirmation 10cludea an advertiSing proof. please check your proof carefully for errors. spelling. and/or typos. Errors nol marked on the returned proof are not subJect to cred1t or refunds. Please note. To meet our printer's deadline. we must have your proof returned by lhe publiShed deadline. and as 1nd1cated by your sales rep. If wu have not heard from you by that time, we will assume that your ad is correct and it Will run as is. Please note: If you pay by bank card . your card statement will show lhe merchant as "LA NEWSPAPER GROUP" Amount Due $328.16 " " a " ; ~ a. CW FEE SCHEDULE -----�---�---------------- " " " " ; ~ .. ~ FEE SCHEDULE All work will be performed in accordance with the rates shown. The following are assumptions made for fees listed in the following table: " Travel time for soils and concrete inspectors will be based on travel from Fugro's Los Angeles Office at hourly rates noted in the fee schedule-estimated to be 2 hours roundtrip. . " Show-up time is in addition to travel time and will be charged at hourly rates noted in the fee schedule-2 Hours. " Mileage will be charged from Fugro's Downtown LA office at rates approved by the IRS . For 2013, the approved rate is $0.56 per mile. " 24-hours notification of this office is required for field services. " Total actual charges will depend on the Contractor's schedule. inspectors. We have demonstrated that by combining on-site field and laboratory testing facilities with a construction management office and a qualified geotechnical professional, reliability of inspection can be greatly improved while reducing cost. LABORATORY TESTING SERVICES Fugro maintains laboratories within all of our geographic service areas -in southern California they include Los Angeles County, Ventura County and San Luis Obispo Counties. From these facilities, Fugro provides full service capabilities for the construction of projects involving earthwork, paving, pipelines, reinforced concrete, masonry, and welding. Each laboratory maintains basic testing equipment for most routine laboratory tests on soil, aggregate, and concrete samples. These generally include classification, moisture, and compaction tests for earthwork materials under both ASTM and Caltrans test methods. Our local laboratories also provide sieve analysis, sand equivalent, other routine aggregate tests, and compressive and flexural strength testing of concrete. Concrete testing includes shrinkage, unit weight, and reinforcing steel (tensile and bend) tests. In addition, Fugro maintains asphalt concrete testing facilities that can provide Stabilometer, unit weight, extraction, and Marshall testing under ASTM, MSHTO, and Caltrans specifications. Fugro also participates in the CCRL, and MSHTO laboratory inspection programsfor ASTM compliance. Finn Qualific ations OFFICE I LABORATORY LOCATIONS Fugro's services will be managed and implemented from our Los Angeles and Valencia offices. Our laboratory facilities are located in the cities of Valencia and Ventura. PROJECT EXPERIENCE AND REFERENCES The Fugro team's experience extends throughout southern California and includes geotechnical and construction materials testing and inspection support for all types of infrastructure. Our objectives are to provide timely, accurate reports to enable the City of Temple City to manage its streetscape rehabilitation and construction. The projects below detail the team's experience with materials testing and inspection services for various projects. These projects demonstrate our record of successfully delivering projects with similar project requirements, and they attest to our team's technical competence and effective project management. Fugro has extensive experience providing CoMET services for roads and bridges, including a large number of projects for Caltrans and other local agencies. A few are described in the next few paragraphs. As-Needed Materials Testing and Plant Inspection Services , Caltrans District 7 Contract Nos. 07 A2114 and 07 A2485 Ventura and Los Angeles Counties) California Reference: Caltrans District 7 Manny Shekarchian (31 0) 261-8972 Fugro has been a key subconsultant on two As-Needed Contracts for Materials Testing and Plant Inspection Services for Caltrans District 7. Successful performance on the testing and inspection services is indicated by Fugro's selection for follow~on contracts . Under these contracts, Fugro has provided Construction Materials Testing and Inspection services for more than 43 projects , including, but not limited to, projects on the following roadways: SR 1 (Pacific Coast Highway), SR 23, SR 33, SR 34, SR 118, SR 138, SR 150, SR 710, SR 405, 1-5, and US 101 . The Fugro team is familiar with Caltrans processes, procedures, highway construction materials, and workplace safety requirements. College Heights Boulevard Pavement Rehabilitation Project, Phase I and II , Ridgecrest, California Reference: Penfield & Smith Chris Gabriel (805) 963-9532 Fugro provided construction materials testing for the City of Ridgecrest College Heights Boulevard Phase I Project. This project consisted of the reconstruction of an existing asphalt concrete roadway, including grading, compaction, aggregate base, hot mix asphalt concrete and striping signage. Minor concrete replacement of ADA curb ramps was also included in the scope of work . Fugro performed in-place density testing of Basement Soil Subgrade, Class II Base Materials and Asphalt Concrete (AC) materials and sampled construction materials in general confonnance to the applicable sections of the City of Ridgecrest Quality Assurance Program (QAP). Fugro also performed batch plant inspection , observation and testing services on AC materials during batch plant production. Firm Quatificat<ons American Reinvestment and Recovery Act (ARRA) compliance reports were presented upon completion of the project. Olive I Poli Streets and Foothill Road Resurfacing Project, Ventura , California Reference: City of Ventura Mr. Brad Starr (805) 654-7800 Fugro provided construction materials testing for the Olive I Poli Streets and Foothill Road Resurfacing Project. Fugro performed in-place density testing of roadway dig outs prior to Asphalt Concrete (AC) placement; batch plant observation and testing services on AC materials during batch plant production ; and in-place density testing of AC materials during laydown operations. American Reinvestment and Recovery Act (ARRA) compliance reports were presented upon completion of the project. Foothill/ Kimball Improvements Project, Ventura , California Reference: City of Ventura Mr. Brad Starr (805) 654-7800 Fugro provided construction materials testing for the Foothill I Kimball Improvements Project for the City of Ventura. Fugro performed in-place density testing of subgrade materials for roadway widening, curb and gutter, and asphalt concrete (AC) finish grade. American Reinvestment and Recovery Act (ARRA) compliance reports were presented upon completion of the project. City of Ridgecrest South Norma Street Improvements, Church Street to Upjohn Avenue, American Reinvestment and Recovery Act (ARRA) Pavement Rehabilitation Project Reference: Helt Engineering, Jeremy Bowman (661) 323-6045 Fugro provided Quality Assurance (QA) services for the City of Ridgecrest South Norma Street Improvements, Church Street to Upjohn Avenue Pavement Rehabilitation Project. These services included a conventional AC base course/final cap materials testing, field density testing, batch plant inspection and project oversight per the applicable sections of the City of Ridgecrest's QAP. City of Malibu Road Overlay Project, Malibu Reference: City of Malibu Ms. Elizabeth Shavelson (31 0) 456-2489 Fugro provided construction materials testing for the City of Malibu Road Overlay Project. Fugro performed in- place density testing of roadway dig outs prior to AC placement; batch plant observation and testing services on AC materials during batch plant production; and in-place density testing of AC materials during laydown operations. ARRA compliance reports were presented upon completion of the project. Firm Qualifications City of Santa Barbara American Reinvestment and Recovery Act (ARRA) Road Maintenance Project Reference: City of Santa Barbara Mr. Thomas Conti tconti@santabarbaraca.gov (805) 564-5363 Fugro provided construction materials testing on approximately 9,000 tons of emulsified slurry seal materials used during construction. Fugro also provided field and laboratory testing of slurry seal specimens and materials. ARRA compliance reports were presented upon the completion of the project. City of Santa Paula Peck Road Arterial Overlay Project, Santa Paula Reference: MNS Engineers Mr. Greg Chelini (805) 692-6921 Fugro provided in-place density testing of roadway construction materials, conventional AC base course/final cap materials, a.nd sample materials . Fugro also provided a batch plant inspector during asphalt production to observe plant operation , check load temperature, and sample batch plant aggregates. ARRA compliance reports were presented upon the completion of the project. City of Carpinteria American Reinvestment and Recovery Act (ARRA) Pavement Rehabilitation Projec t Reference: MNS Engineers Mr. Bill Callahan (805) 692-6921 Fugro provided a conventional AC leveling course and Asphalt Rubber Hot Mix (ARHM) materials testing, field density testing and batch plant inspection services for the City of Carpinteria Pavement Rehabilitation Project. This project consisted of an estimated 5,000 tons of AC testing. ARRA compliance reports were · presented upon the completion of the project. City of Santa Clarita Safe Routes to Schools Infrastructure Project, Santa Clarita, California Reference: City of Santa Clarita Ms. Amalia Marreh (661) 255-4363 This project included widening sidewalks, restriping crosswalks, replacing existing school signs with oversized fluorescent yellow-green signs, and constructing bulb- outs at selected school crossings. Bulb- outs are traffic-calming measures that narrow the street by widening the sidewalk, thereby reducing traffic speeds and shortening the crossing distance. For this project, Fugro provided construction materials testing and inspection services . This included in- place density testing of subgrade, aggregate base, and asphalt concrete materials; field sampling and testing of ready-mix concrete and casting and Firm Qualifications testing of concrete compression test cylinders and other tests on import and native materials. We performed laboratory testing on subgrade materials, aggregate base, import materials, and asphaltic concrete for maximum density, sand equivalent, and sieve analysis, in addition to compressive strength testing on concrete cylinders. ARRA compliance reports were presented upon the completion of the project. PROJECT TEAM Our CoMET services are typically led by Mr. Farid Motamed, PE, GE, and Mr. Ed Sullivan. Farid Motamed, PE, GE Years of Experience: 23 Education: MS, Civil Engineering MBA, Management BS, Geological Engineering Mr. Farid Motamed offers 23 years of civil and geotechnical engineering experience in roadways, highways, and bridges. He has managed three Caltrans on-call geotechnical contracts since 2000 and is currently managing Fugro's Pavement Engineering and Materials Testing Contract with Caltrans. Some of the projects he has been involved with include the design and construction phases of the Orange Line busway in the San Fernando Valley (for MTA); Intersection of SR60 & SR71 in Pomona; Construction of Bake Parkway over 1-5 and the SR 22 widening project in Orange County. Mr. Motamed has an excellent track record of delivering projects on-time and -----·---- on-schedule. He understands the importance of maintaining staff continuity on projects and has the ability to match the right personnel with the right projects . He enhances cost-effectiveness by providing staffing resources best suited to complete the work. When managing projects, he closely works with clients to thoroughly understand project goals and he takes into consideration the scope of work and schedule requirements. Ed Sullivan Years of Experience: 24 Education : Geology, California State University, Humboldt, California A.A. Geology, College of the Redwoods, 1981 Mr. Ed Sullivan, Fugro's Construction Services Manager, has more than 24 years of experience in geotechnical and materials inspection and testing. He oversees the Fugro technicians and laboratory testing services. He has provided and has been responsible for geotechnical inspection of large grading operations, soldier pile walls, over-land and nearshore pipeline construction, horizontal and subdrain installations, drilled pier foundations, reinforced earth walls, roadway and bridge construction, firewater/process piping construction, hydrotesting, and blast monitoring and observation. Firm Qualifications Mr. Sullivan has performed extensive geotechnical and materials inspection and testing for roadways, including lewis Road widening in Camarillo, Honda Ridge Road in Lompoc, SR 154 in Santa Barbara County, Los Angeles Avenue in Moorpark. He has also served as Construction Services Manager managing teams of inspectors for City of Camarillo, Caltrans, and Glendale. They are supported by laboratory technicians and field personnel who average 6 years of experience with Fugro and 1 0 years of testing experience in the industry. They will be supported by the following staff, who will implement and support your project: • 33 Construction Inspectors/ Soils/Lab Technicians • 69 Civil Engineers including: • 31 Registered Civil Engineers • 20 Registered Geotechnical Engineers • 1 Registered Environmental Engineer • 28 Geologists including: • 1 Registered Geophysicists • 15 Registered Geologists • 9 Certified Engineering Geologists • 4 Certified Hydrogeologists • 1 Registered Environmental Assessor • 6 GIS Specialists Zachary Bryant, Field Technician, has 7 years of experience as a lab/field technician in the construction field of materials testing responsible for compaction testing, concrete testing, reinforced concrete inspection and laboratory testing . Mr. Bryant is certified to perform Caltrans materials and batch plant field and laboratory tests and has completed 40 Caltrans projects. He regularly perfonns Nuclear Field Density Testing, concrete field testing, concrete compressive and flexural strength testing . He also performs the following lab tests: Moisture content, specific gravity, atterberg limits, sieve analysis, sand equivalent, max dry density/optimum moisture content tests, expansion index, and hydrometer. Mr. Bryant has performed advanced soil tests consisting of consolidation and hydro collapse, direct shear, unconfined compression, unconsolidated undrained triaxial and permeability tests. He currently participates in the AMRL, AASHTO and CCRL proficiency testing program . Adam Sinutko, Field Technician, is an experienced soils and materials lab/field technician responsible for compaction testing, concrete testing, reinforced concrete inspection and laboratory testing . Mr. Sinutko is certified to perfonn Caltrans materials and batch plant field and laboratory tests and has completed 50 Caltrans projects. He regularly performs Nuclear Field Density Testing, concrete field testing, concrete compressive and flexural strength testing. He also performs the following lab tests: Moisture content, specific gravity, atterberg limits, sieve analysis, sand equivalent, max dry density/optimum moisture content tests, expansion index, and hydrometer. Mr. Sinutko has performed advanced soil tests consisting of consolidation and hydro collapse, direct shear, unconfined compression, unconsolidated undrained triaxial and Finn Qualifications permeability tests. He currently participates in the AMRL, AASHTO and CCRL proficiency testing program. Bill Goodwin, Senior Field Technician, has over 10 years of experience in construction materials, laboratory, and field testing. Mr. Goodwin is certified to perform Caltrans materials and batch plant field and laboratory tests in the areas of concrete , soils, and paving. His recent project experience includes the Castaic Lake Water Agency Rio Vista Plant Expansion, Harris Reservoir Replacement, Earl Schmidt Filtration Plant and Intake Pump Station , Sand Canyon Reservoir and Pipeline , and Pitchess Pipeline for the Castaic Lake Water Agency. Dustin Snider, Field Technician , is an experienced Caltrans Materials Tester, Radioactive Materials Operator (Nuclear Gauge), ACI Concrete Field Tester, and ICC Structural Masonry Inspector. He has worked on several Caltrans materials testing and batch plant inspection projects, in addition to the Haley-De Ia Vina Bridge project in Santa Barbara. His experience includes materials testing for the City of Glendale Slurry Seal Project, the City of Ventura 2010 Slurry Seal Project, Interstate 5/Magic Mountain Parkway Phase 2 (SR 126); Calleguas Municipal Water District Administration Building Construction, Thousand Oaks; US 101/Wendy Dr. Soundwall, Thousand Oaks; Lawrence Drive Storm Drain Improvement, Thousand Oaks; and Moorpark Pump Station , Moorpark . Jeff Polis, Field Technician, is a Caltrans- certified materials tester. His 6 years of experience consists of soil compaction utilizing nuclear and sand cone test methods, asphalt sampling and density testing, and mass-grading fill control observation and testing, as well as extensive utility line trench testing . Mr. Polis carries ACI field concrete certification and maintains positive communications with clients, inspectors, contractors and supervisors. Mr. Polis is providing soil compaction, concrete sampling and testing, and construction observation services for numerous local projects including Saint Vincent's Housing, Villa Caridad Senior Housing, Cottage Hospital and, recently, UCSB projects such as East Entrance Road Improvements, Parking Structure Ill, and Student Resources Building. METHODOLOGY Fugro's approach to providing Construction Materials Testing Services is based upon providing Caltrans-certified testing personnel on a timely basis to support project goals and provide the client with solid value-based. Fugro will prepare a proposal/work plan tailored to project-specific requirements. The work plan will describe basic requirements, formats, and procedures for City coordination. The following describes key components of the proposal/work plan: • Commence the project with a kickoff meeting to develop and communicate a clear understanding of objectives and level of commitment. • Establish lines of authority and identify key individuals and their responsibilities. • Establish a Quality Assurance/Quality Control program commensurate with the project size, scope and duration to maintain work quality and accuracy. The program will set procedures for implementation of project requirements and deliverables along with agency review requirements. • Establish procedures for maintaining and documenting communications; Finn Qualifications which are a very important factor in the success of any project. • Provide daily field operations management, as typical on all of our field exploration projects and construction materials testing and inspection projects . Staff will receive safety and security training related to field operations. A site safety program will be implemented that meets regulatory agency requirements and Fugro's company requirements. • Our Management Information System (MIS) will be used to provide project managers with weekly status reports detailing project costs, hours spent, and task management. We will provide Construction Materials Testing Services for soil, concrete and asphalt concrete including Batch Plant and Field Testing Services in accordance with Caltrans' Local Assistance Procedures Manual (LAPM) Exhibit 16-R. We will also assist the Resident Engineer with coordination of offsite Materials Testing with the Caltrans Materials Engineering and Testing Services (METS) if required. Our Laboratories are currently certified for the Following Caltrans Test Methods: • CT-105: Calculations Pertaining to Gradings and Specific Gravities · • CT-125: Methods for Sampling Highway Materials and Products Used in Roadway Structural Sections • CT -201: Method of Soil and Aggregate Sample Preparation • CT-202: Method of Tests for Sieve Analysis of Fine and Course Aggregates " CT-204: Method of Tests for Plasticity Index of Soils " CT-205: Method for Determining Percentage of Crushed Particles " CT-216: Method of Test for Relative Compaction of Untreated and Treated Soils and Aggregates " CT-217: Method Test for Sand Equivalent " CT-226: Method for Determining Moisture Content by Oven Drying " CT-227: Method of Test for Evaluating Cleanness of Course Aggregates " CT-231: Method of Test for Relative Compaction of Untreated and Treated Soils and Aggregates by the Area Concept Utilizing Nuclear Gauges " CT-375: Determining the In-Place Density and Relative Compaction of Asphalt Concrete Pavement " CT-504: Method of Test for Determining Air Content of Freshly Mixed Concrete by the Pressure Method " CT-518: Method of Test Density of Fresh Concrete " CT-521: Method of Test for Compressive Strength for Molded Concrete Cylinders " CT-523: Method of Test for Flexural Strength of Concrete " CT-524: Method of Test for Flexural Strength of Rapid Strength Concrete " CT-533: Method of Test for Ball Penetration in Fresh Portland Cement Concrete " CT-539: Method of Sampling Fresh Concrete " CT-540: Method of Making, Handling, and Storing Concrete Compressive Test Specimens in the field. Finn Qualifications " CT-556: Method of Test of Slump of Fresh Portland Cement Concrete " CT-557: Method of Test for Temperature of Freshly Mixed Portland Cement Concrete We will deliver Daily Field Reports and a Summary Field Testing Report to the City for each project. APPENDIX A KEY STAFF RESUMES -· ---------- Jeffrey B. Polis Field Technician Education: Frontier High School, Camarillo Professional Registration: Caltrans Certified CTM Procedures: 216; 231; 375; 504; 518; 523; 524; 533; 539; 540; 556; 557 American Concrete Institute (ACI)-Concrete Field Testing Technician Experience: Mr. Polis is an experienced geotechnical field technician. His experience cons ists of test methods and procedures for in-situ moisture and density determination utilizing nuclear and sand cone test methods, asphalt sampling and density testing, and mass-grading fill control observation and testing, as well as extensive utility line trench testing . • Oak Park Lane Storm Drain, Santa Barbara Cottage Hospital, Santa Barbara. Geotechnical field technician responsible for observation of site preparation and grading, materials testing and inspection, for a 10 foot by 10 foot concrete box culvert to collect and convey storm water to Mission Creek. The invert of the culvert is about 15 feet below the existing grade . • • RiverPark Joint Commercial-Residential Master-Planned Community, Oxnard. Geotechnical technician responsible for testing for a 700-acre development that will include 2805 residential units, 1.4 million square feet of commercial space, and incorporates hundred-foot deep sand and gravel mining pits into the development as water features. Mr. Polis was responsible for the following: • Elementary School Site -Footing excavation observations, utility line trench backfill observation and compaction testing, and asphalt pavement placement observation, sampling and density testing. • City/County Joint Use Fire Station -Fine grading observation, subgrade and base density testing, footing excavation, and observation and testing of utility line trench backfill consisting of sewer, domestic water, storm drain HOPE, electric, and gas lines. • Mass Grading -Observation and testing of compacted fill material, removal bottom observation with project geologist, soil classification, Geogrid slope construction observation and testing, slope erosion repair observation and backfill testing, keyway and benching observation with project geologist, observation of Deep Dynamic Compaction (DOC) operations , and intermittent monitoring of Vibratory Compaction (VC) operations. • Onsite Utilities-Trench excavation bottom observations, bottom stabilization observation, observation of placement of sewer, domestic water, reclaimed water, electrical, telephone, RCP, and gas lines; observation of in-situ construction of RCB storm drain, observation and testing of over 10,000 linear feet of utility line trench backfill, and observation of placement of slurry backfill and concrete kickers. Maintained positive working relationship with multiple contractors . County of Ventura Storage Yard Relocation Project, Saticoy. Mass grading observation and fill testing , removal bottom observations, soil classification, footing excavation observation, observation of placement of sewer, domestic water, storm drain (RCP and HOPE), electrical and gas lines, observation and testing of utility line trench backfill, observation of forming and placement of on site storm drain catch basins, and placement of slurry backfill and concrete kickers. Maintained positive working relationship with multiple contractors. Supplementary Information: Radioactive Materials Operator (Nuclear Gauge) Resume Page 1 of 1 APPENDIX B LABORATORY AND PERSONNEl CERT(FICA'flONS TL-0111 (Rev . 06-00 : District 07, 07-00) CALIFORNT A OEP ARTMENT OF TRANSPORTATION • Caltrans Presents this CERTIFICATE OF PROFICIENCY to ADAM SINUTKO Fugro West, Inc. who i.\· qualifietlto perform thc.following test.\·: I 05 Calcul11tions Pet taining to Gradings & SpG I 25 Sampling Highway Materials & Products 201 Soil & Aggregate Sample Preparation 202 Sieve Analysis of Fine & Coarse Aggregates 216 Relative Compaction, Soils & Aggregates 217 Sand Equivalent 226 Determination ofMoisture Content by Oven Drying · 227 Evaluating Cleanness of Coarse Aggregate 231 Relative Compaction of Soils & Aggregates (Nuclear) 504 Air Content, Freshly Mixed PCC, Pressure 518 Density ofFresh Concrete 523 Flexural Strength of PCC 524 Flexural Strength ofRapid Strength Concrete 533 Ball Penetration in Fresh Portland Cement Concrete 539 Sampling Freshly Mixed Concrete 540 PCC Cylinder Fabrication 556 Slump ofFresh Portland Cement Concrete 557 Temperature ofFreshly Mixed PCC EXPIRES 07 September 20 13 07 September 2013 07 September 2013 07 September 20 13 07 September 2013 07 September 2013 07 September 2013 07 September 2013 07 September 2013 07 September 2013 07 September 2013 07 September 20 13 07 September 201 3 07 September 20 13 07 September 20 13 07 September 2013 07 September 20 13 07 September 201 3 for : ./imn~r 0/adokt:('![!:,tric~ Materials Engineer by : /-(} ~ -TL-0111 Issued : 07 September 2011 /Robert Achuela IA Phone No.: (562) 728-4741 Certified Independent Assurance lA Certificate No . : 073 note: This certifteate is valid as long as the Acceptance Tester complies with applicable requirements in Cal trans Independent .-b ,furance Program Manual. TL-{)111 (Rc\'. ()()~:District 07. 07-00) CALIFORNIA DEPARTMENT OF TRANSPORTATION ,. Cslfnlns Presents this CERTIFICATE OF PROFICIENCY to JEFF POLIS Fugro West, Inc. who is qua/lfied Ia perform the following tests: 216 Relative Compaction. Soils & Aggregates 231 Relative Compaction of Soils & Aggregates (Nuclear) 504 Air Content, Freshly Mixed PCC, Pre~sure 518 Density ofFresh Concrete 523 Flexural Strength ofPCC 524 Flexural Strength ofRapid Strength Concrete 533 Ball Penetration in Fresh Portland Cement Concrete 539 Sampling Freshly Mixed Concrete 540 PCC Cylinder Fabrication 556 Slump of Fresh Portland Cement Concrete 557 Temperature of Freshly Mixed PCC EXPIRES 07 September 2013 07 September 2013 07 September 20 I 3 07 September 2013 07 September 2013 07 September 2013 07 September 2013 07 September 2013 07 September 2013 07 September 20 13 07 September 2013 for : Jimmy 0/adokuJ., jf}f,rict Material~ Engineer by: / ~ 0 lvL' TL-0 111 Issued : 07 September 2011 /Robert Achuela JA Phone No. : (562) 728-4741 Certified Independent Assurance lA Certificate No. : 073 note: This certificate is yaJid as long as the Acceptance Tester complies with applicable requirements in Caltranslndependelll .-bsurallce Program Manual. :. ~~I(ID90 &~oore ' ~'·'·\b;; Geotffl"l"IC·" ,,nrl [nwonmcnt"l Srlf'l'l(f'S (o'1\ultrlnl\ PROPOSAL TO PROVIDE MATERIALS TEST ING AND INSPECTION SERVICES ROSEMEAD BOULEVARD TEMPLE CITY, CALIFORNIA PREPARED FOR : City of Temple City 9701 Las Tunas Drive Temple City, California 91780 PREPARED BY: Ninyo & Moore Geotechnical and Environmental Sciences Consultants 475 Goddard, Suite 200 Irvine, California 92618 January 8, 2013 Proposal No. P-15815 -+75 GOddard, SU1re200 • IrVIne. Cahfomla 9.?618 • Phone (949) 753-707 0 • Fa~ (949)753 -7071 san Dto!go • IIW>t' • I.D< AngeJt>s • Ra""" Cucall'l01'9d • Oal<!arla <,an ffancsw • \aaamt'l1to '""V<'<;liiS • Pnoero. • Tucson • Ftesc011 Volley • ~ • El f'.liO • 1-l<Jt,llon EDUCATION Ph .D., Geotechnical Engineering, 1969, Uni- ve rsity of Paris M.S., Applied Mechanics , 1967, University of Paris B.S ., Civil Engineering , 1965, University of Tabriz Construction Quality Management for Con- tractors , Corps of Engineers Training Course REGISTRATIONS ACE 45350 (California) PE 12269 (Nevada) PE 3415592202 (Utah) PE 6822 (Alaska) PE 4470 (Idaho) PE 33062 (Arizona) EXPERIENCE HIGHLIGHTS Transportation Projects Slope Stability Pavement Design Tunnels & Underground Structures PROFESSIONAL JALAL VAKIL I, Ph.D., PE PRINCIPAL-IN -CHARGE Dr. Vakili has extensive experience providing geotechnical services lor public works and infrastructure projects for cities, counties, caltrans, and other state and municipal agencies. He is a former university professor in geotechnical engineering and pro- vides technical guidance on complex geotechnical engineering projects. He has experience in the design and construction of dams, tunnels, pipelines, roads and bridges, and underground structures. Dr. Vakili has expertise in the areas of slope stability, soil dynamics, soil-structure interactions, and liquefaction studies. Addition- ally, Dr. Vakili has taught and performed research work in the areas of soil dynamics and slope stability which resulted in publication of several scientific papers in these areas. As Principal Engineer for Ninyo & Moore, Dr. Vakili is responsible for the overall quality of engineering, efficiency and cost control , client relations, and business devel- opment. He administers contracts, reviews proposal submittals , provides technical guidance to engineering staff, reviews and edits technical reports, and oversees tech- nical and business operations . REPRE SENTATIVE PROJECT EXPERIENCE Ocean BoulevardfTerminal Island Freeway Interchange Project, Long Beach, California: Principal-in-Charge retained to provide soils and materials testing services during the construction of the Ocean Boulevard/Terminal Island Freeway Interchange Project in Long Beach, California. City of Irvine Arterial Highway Rehabilitation Program, Irvine, California: Princi- pal-in-Charge retained to provide materials testing services during construction of the Arterial Highway Rehabilitation Program (AHRP) projects. The projects included three separate street rehabilitation projects . The projects included Alton Parkway from Daimler Street to Jamboree Road, MacArthur Boulevard from SASS to Redhill Avenue and Campus Drive from Jamboree Road to MacArthur Boulevard. AFFILIATIONS Alder Avenue and San Bernardino Avenue Storm Drain Improvements, Fontana, American Society of Civil Engineers California: Principal-in-Charge retained to provide soils and materials testing services International Society of So il Mechanics and for the construction of the Alder Avenue and San Bernardino Avenue Storm Drain Foundation Engineering Improvements project. Improvements consisted of various storm drain improvements, and retaining wall, curb & gutte r, sidewalk, lighting, and traffic signalization improvements . Society of American Military Engineers State Route 71 Realignment, San Bernardino County, California: Principal-in-Charge for geotechnical consulting and materials testing services during construction of the realigned portion of State Route 71 in San Bernardino County, California. The realignment area extended from the intersection with State Route 60 at the northern end of the project to the intersection with State Route 91 at the southern end . The project consisted of the construction of 12 bridges, several sound walls and retaining walls, drainage structures, and asphalt concrete and concrete pavement sections for the main travel lanes and ramps. Our construction services included earthwork observation and testing; asphalt concrete compaction testing; laboratory and field testing of structural concrete, concrete pavement, mortar and grout; and conformance testing of structural backfill, aggregate subbase, aggregate base, permeable treated base, and permeable material placed behind retaining walls . 1(ln9o & ~ftoore EDUCATION MBA , 1998, University of California Davis M.S., Civil Engineering, 1989, University of California Berkeley B.S., Civil Engineering, 1987, University of California Berkeley REGISTRATIONS AND CERTIFICATIONS ACE 49665 (California) GE 2509 (Californ ia) Nuclear Gauge Operator Certification EXPERIENCE HIGHLIGHTS Los Angeles Unified School District, As- Needed Geotechnical Design and Construc- tion Services Los Angeles Unified School District, As- Needed Materials Test ing and Inspection Services John Wayne Airport, A·E Services for Geo- technical Engineering , Materials Testing, Const ru ction Observation and Inspection City of Los Angeles , As -N eeded Geotechni· cal and Environmental Engineering Services PROFESSIONAL AFFILIATIONS American Society of Civil Engineers GARRETH M. SAI K I, PE, GE PRO JECT MANAGER As a Principal Engineer for Ninyo & Moore, Mr. Saiki coordinates and conducts geo- technical evaluations for residential, commercial , and public facilities , including highways, railroads, airports, pipelines, public and private buildings, and bridges; per- forms slope stability analyses, flexible and rigid pavement design, and underground pipeline design; prepares and reviews geotechnical reports; and provides geotechn i- cal design parameters and recommendations for shallow and deep foundations, retaining structures , in -situ ground remediation and earthwork; reviews laboratory re - sults, project plans and specifications; provides supervision and technical support to staff-level engineers and geologists; performs project administration and manage- ment; and provides forensic evaluation of distressed pavement, residential and commercial structures. REPRESENTATIVE PROJECT EXPERIENCE Interstate 405 and State Route 55 Interchange Improvement Project, Costa Mesa, California: Served as Project Manager providing geotechnical observation and mate· rials testing services during construction of the $150 million Interstate 405 (1-405) and State Route 55 (SA -55) Interchange Improvement Project. Services included observa- tion of site grading and paving operations, including field density testing for the placement of structural fill for new embankments; aggregate subbase, aggregate base, and asphalt concrete (AC) for new paved roadways; and structural backfill be - hind mechanically stabilized embankment (MSE) walls . Ninyo & Moore performed concrete sampling and field testing for penetration , air content , and unit weight, and laboratory strength tests of concrete cylinders. Avenue L & SR-14 Interchange Improvements, Lancaster, California: Project Man- ager provided Quality Assurance and acceptance testing for the soils and construction materials utilized in the construction of the Avenue L and State Route 14 (SR-14) In - terchange Improvements project in Lancaster, California. The project included widening of the existing Avenue L bridge across the SA-14 freeway. Alameda Corridor-East Construction Authority (ACE), Jump Start Safety Pro;ects, Los Angeles County, California: Served as Project Manager providing the Alameda Corrido r-East (ACE) Construction Authority with soils and materials test ing and inspec- tion services as well as environmental compliance oversight services during the construction of the Grade Crossing Safety Improvements Projects, which is also referred to as the Jump Start Safety Projects . The proposed Jump Start Safety Projects are part of the ACE Gateway to America Project, a joint effort by the Union PacHic Railroad, Metrolink, and ACE Construction Authority and includes construction of safer grade crossings at 46 crossing locations along the project's approximately 35 mile alignment. Avenida de Las Banderas Bridge, Rancho Santa Margarita, California: As a Sen· iorProject Manager, Mr. Saiki coordinated with the project resident engineer to provide field density testing, field concrete testing , and laboratory testing of concrete and im- port soils for the new Avenida de Las Banderas Bridge over State Route 241 (Toll Road) in Rancho Santa Margarita, California. Soil and materials testing for this project was performed in accordance with Caltrans specifications . Taxiway C Construction, Los Angeles International Airport, Los Angeles , California: As a Senior Engineer, Mr. Saiki provided quality control review of the laboratory test results for the reinforced concrete placed for the new Taxiway C. Ninyo & Moore was retained to provide soils and materials testing services during construction of the Taxiway C project at the Los Angeles International Airport, in Los Angeles, California. Th e project included real ignment of the existing Taxiway C and assoc iated service road , as well as new bridge construction (Caltrans Bridge over Sepulveda Boulevard), building modifications, new building construction, and associated utility construction. JVIRBO & l(lOO~& ~b/Ll/L~lL ~o:~L PAGE 131 'IL-0111 ~· 07.00) CALIFORNIA DEPARTMENT OF TRANSPORTATION Presents this CERTIFICATE OF PROFICIENCY to Vance Hunter Ninyo & Moore who is qualified to perform the following tests: 125.0 Sampling Highway Materials & Products 216.0 Relative Compaction, Soils &Aggregates 231 .0 Relative Compaction of Soils & Aggregates (Nuclear) 504.0 Air Content, Freshly Mixed Concrete, PreSSUle .523.1 Flexural Strength ofPCC (Fabrication Only) 533 .0 Ball Penetration in Fresh Portland Cement Concrete 539.0 Sampling Freshly Mixed Concrete 540.0 PCC Cylinder Fabrication 556.0 Slump of Fresh Portland Cement Concrete 557 .0 Tem_perature of Freshly Mixed Portland Cement Concrete for : Jimmy Oladolcun, District Materials Engineer EXPIRES November 08, 2013 November 08, 2013 No-vember 08,2013 June 13, 2014 June 13,2014 June 13, 2014 June 1.3 , 2014 June 13, 2014 Iune 13 , 2014 June 13 , 2014 by: ~ )\ !Lw shley Shaw TL-0111 Issued : 13 June 2012 IAPhoneNo.: (714) 374-7863 Certified Independent Assurance lA Certificate No. : 068 note: This certificate is valid as long as the AC(:eptaoce Tester complies with applicable rc;quirc~D£DOI in Ca1trans /1ldepertdertt Assurance Program Manual.