Loading...
HomeMy Public PortalAboutAgreement_2022-05-17 to 2023-05-17_Kimley-Horn And Associates_Prepare City's Local Road Safety Plan_21-025CAGREEMENT COVER SHEET 2- I -nZSC I AGREEMENT # (FY-#) Type of Contract Consultant Services 154 Professional Services Public Works Other: Meeting Date of Approval (Only If Applicable) M K\ -j ri 1 -1-0 2-- Date Contact Information Name of Company: VIMLN — 9,N pcs.SoCuort Address: Lo(.Q0 SttnN fi(: w V-oPr - czsv f 2z%. I Las A%6 E t,E5 , C/1- 90D1-7 Contact Person: 3 e cl•-) 1 5.ft t9rz-- V P / P"24 ^'�plu- Phone Number: Email: Scope (Type of Project) 7p Df 1-14-e GI -1y, Loom, L Po►p SAT -611 FL Term of Contract lJl Pr\ -t Ili 2b'22 MPH I1 , 102-5 Beginning Date Contract Completion Date Total Contract Amount Notes: SL40, 241. 39 Dollar Amount Contract Reviewed By City Manager Department Director City Attorney No Changes to the Template Administrative Services Director Other: Insurance Additional Insured Endorsement F 1 Cancellation Provision General/Auto/Workman Comp. RIV #4838-6958-3880 v3 DRAFT 1/27/15 AGREEMENT FOR SE F By and Between VICES THE CITY OF TEMPLE CI T Y, a municipal corporation and KIMLEY-HORN AND ASSOCIATES, INC. -1- AGREEMENT FOR SERVICES BETWEEN THE CITY OF TEMPLE CITY, CALIFORNIA AND KIMLEY-HORN AND ASSOCIATES, INC. This Agreement for Services ("Agreement") is entered into as of this 17th day of May, 2022 by and between the City of Temple City, a municipal corporation ("City") and Kimley-Horn and Associates, Inc., a North Carolina corporation ("Service Provider"). City and Service Provider are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the "Parties." RECITALS A. City has sought, by request for proposals the performance of the services defined and described particularly in Section 2 of this Agreement. B. Service Provider, following submission of a proposal for the performance of the services defined and described particularly in Section 2 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Temple City's Municipal Code, City has authority to enter into this Services Agreement and the City Manager has authority to execute this Agreement. D. The Parties desire to formalize the selection of Service Provider for performance of those services defined and described particularly in Section 2 of this Agreement and desire that the terms 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 agree as follows: SECTION 1. TERM OF AGREEMENT. Subject to the provisions of Section 20 "Termination of Agreement" of this Agreement, the Term of this Agreement is for 1 year commencing on the date first ascribed above. SECTION 2. SCOPE OF SERVICES & SCHEDULE OF PERFORMANCE. (a) Scope of Services. Service Provider agrees to perform the services set forth in Exhibit "A" "Scope of Services" (hereinafter, the "Services") and made a part of this Agreement by this reference. R1V #4838-6958-3880 v3 1 (b) Schedule of Performance. The Services shall be completed pursuant to the schedule specified in Exhibit "A." Should the Services not be completed pursuant to that schedule, the Service Provider shall be deemed to be in Default of this Agreement. The City, in its sole discretion, may choose not to enforce the Default provisions of this Agreement and may instead allow Service Provider to continue performing the Services. SECTION 3. ADDITIONAL SERVICES. Service Provider shall not be compensated for any work rendered in connection with its performance of this Agreement that are in addition to or outside of the Services unless such additional services are authorized in advance and in writing in accordance with Section 26 "Administration and Implementation" or Section 28 "Amendment" of this Agreement. If and when such additional work is authorized, such additional work shall be deemed to be part of the Services. SECTION 4. COMPENSATION AND METHOD OF PAYMENT. (a) Subject to any limitations set forth in this Agreement, City agrees to pay Service Provider the amounts specified in Exhibit "B" "Compensation" and made a part of this Agreement by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed Forty Thousand Two Hundred Forty Seven Dollars and Thirty Nine Cents ($40,247.39), unless additional compensation is approved in writing in accordance with Section 26 "Administration and Implementation" or Section 28 "Amendment" of this Agreement. (b) Each month Service Provider shall furnish to City an original invoice for all work performed 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 subcontractor contracts. Subcontractor charges shall be detailed by the following categories: labor, travel, materials, equipment and supplies. 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. City shall independently review each invoice submitted by the Service Provider to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. In 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 Service Provider for correction and resubmission. (c) Except as to any charges for work performed or expenses incurred by Service Provider which are disputed by City, City will use its best efforts to cause Service Provider to be paid within forty-five (45) days of receipt of Service Provider's correct and undisputed invoice. RIV #4838-6958-3880 v3 2 (d) Payment to Service Provider for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Service Provider. SECTION 5. INSPECTION AND FINAL ACCEPTANCE. City may inspect and accept or reject any of Service Provider's work under this Agreement, either during performance or when completed. City shall reject or finally accept Service Provider's work within sixty (60) days after submitted to City. City shall reject work by a timely written explanation, otherwise Service Provider'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 Service Provider's work by City shall not constitute a waiver of any of the provisions of this Agreement including, but not limited to, Section 16 "Indemnification" and Section 17 "Insurance." 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 Service Provider in the course of providing the 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 permission of the Service Provider. Upon completion, expiration or termination of this Agreement, Service Provider shall turn 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 Service Provider in the course of providing the Services pursuant to this Agreement, Service Provider's guarantees and warranties in Section 9 "Standard of Performance" 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. Any modifications made by City to any of the Consultant's documents, or any use, partial use or reuse of the documents, for purposes other than identified in this Agreement, without written authorization or adaptation by the Consultant will be at the City's sole risk and without liability to the Consultant, and the City shall indemnify, defend and hold the Consultant harmless from all claims, damages, losses and expenses, including but not limited to attorney's fees, resulting therefrom. SECTION 7. SERVICE PROVIDER'S BOOKS AND RECORDS. (a) Service Provider shall maintain any and all documents and records demonstrating or relating to Service Provider's performance of the Services. Service Provider shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, or other documents or records evidencing or relating to work, RIV 44838-6958-3880 v3 -3- 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 Service Provider pursuant to this Agreement. Any and all such documents or records shall be maintained for three (3) 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 Service Provider'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 termination of Service Provider's business, City may, by written request, require that custody of such documents or records be given to the City. Access to such documents and records shall be granted to City, as well as to its successors -in -interest and authorized representatives. SECTION 8. INDEPENDENT CONTRACTOR. (a) Service Provider is and shall at all times remain a wholly independent contractor and not an officer, employee or agent of City. Service Provider 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 performing the Services under this Agreement on behalf of Service Provider shall at all times be under Service Provider'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 Service Provider or any of Service Provider's officers, employees, or agents except as set forth in this Agreement. Service Provider shall not at any time or in any manner represent that Service Provider or any of Service Provider's officers, employees, or agents are in any manner officials, officers, employees or agents of City. (c) Neither Service Provider , nor any of Service Provider's officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City's employees. Service Provider expressly waives any claim Service Provider may have to any such rights. RIV #4838-6958-3880 v3 4 SECTION 9. STANDARD OF PERFORMANCE. Service Provider 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. Service Provider shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all Services. In meeting its obligations under this Agreement, Service Provider shall employ, at a minimum, generally accepted standards and practices utilized by persons engaged in providing services similar to the Services required of Service Provider under this Agreement. In addition to the general standards of performance set forth this section, additional specific standards of performance and performance criteria may be set forth in Exhibit "A" "Scope of Work" that shall also be applicable to Service Provider's work under this Agreement. Where there is a conflict between a general and a specific standard of performance or performance criteria, the specific standard or criteria shall prevail over the general. SECTION 10. COMPLIANCE WITH APPLICABLE LAWS; PERMITS AND LICENSES. Service Provider 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 term of this Agreement. Service Provider shall obtain any and all licenses, permits and authorizations necessary to 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 Service Provider to comply with this section. SECTION 11. PREVAILING WAGE LAWS It is the understanding of City and Service Provider that California prevailing wage laws do not apply to this Agreement because the Agreement does not involve any 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 performed on public buildings, facilities, streets or sewers done under contract and paid for in whole or in part out of public funds. In this context, "construction" includes work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work. SECTION 12. NONDISCRIMINATION. Service Provider 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. R1V #4838-6958-3880 v3 -5 SECTION 13. UNAUTHORIZED ALIENS. Service Provider hereby promises and agrees 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 Service Provider so employ such unauthorized aliens for the performance of the Services, and should the any liability or sanctions be imposed against City for such use of unauthorized aliens, Service Provider 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) Service Provider 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 Service Provider's performance of the Services. Service Provider 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. Service Provider 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 of this Agreement. (b) City understands and acknowledges that Service Provider is, as of the date of execution of this Agreement, independently involved in the performance of non - related services for other governmental agencies and private parties. Service Provider 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 Service Provider will, perform non -related services for other governmental agencies and private Parties following the completion of the Services 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 information gained or work product produced by Service Provider in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Service Provider. Service Provider shall not release or disclose any such information 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) Service Provider, 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 information concerning the work RIV 114838-6958-3880 v3 -6- performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Service Provider gives City notice of such court order or subpoena. (c) If Service Provider, or any officer, employee, agent or subcontractor of Service Provider, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Service Provider for any damages, costs and fees, including attorneys fees, caused by or incurred as a result of Service Provider's conduct. (d) Service Provider shall promptly notify City should Service Provider , 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 performed thereunder. City retains the right, but has no obligation, to represent Service Provider or be present at any deposition, hearing or similar proceeding. Service Provider agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Service Provider. 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 Service Provider's services, to the fullest extent permitted by law, Service Provider shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all 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) arise out of, are a consequence of, or are in any way attributable to, in whole or in part, any negligent or wrongful act, error or omission of Service Provider, or by any individual or entity for which Service Provider is legally liable, including but not limited to officers, agents, employees or sub -contractors of Service Provider, in the performance of professional services under this Agreement. (b) Indemnification for Other than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Service Provider 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 Service Provider or by any individual or entity for which Service Provider is legally liable, RIV #4838-6958-3880 v3 7 including but not limited to officers, agents, employees or sub -contractors of Service Provider. (c) Indemnification from Subcontractors. Service Provider agrees to obtain executed indemnity agreements with provisions identical to those set forth in this section from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Service Provider in the performance of this Agreement naming the Indemnified Parties as additional indemnitees. In the event Service Provider fails to obtain such indemnity obligations from others as required herein, Service Provider agrees to be fully responsible according to the terms 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 herein is binding on the successors, assigns or heirs of Service Provider and shall survive the termination of this Agreement or this section. (d) Limitation of Indemnification. Notwithstanding any provision of this section 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 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) City's Negligence. 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. Service Provider 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. These requirements are subject to amendment or waiver if so approved in writing by the City Manager. Service Provider agrees to provide City with copies of required policies upon request. SECTION 18. ASSIGNMENT. The expertise and experience of Service Provider are material considerations for this Agreement. City has an interest in the qualifications and capability of the persons and entities who will fulfill the duties and obligations imposed upon Service Provider under this Agreement. In recognition of that interest, Service Provider shall not assign or transfer this Agreement or any portion of this Agreement or the performance of any RIV #4838-6958-3880 v3 -8- of Service Provider's duties or obligations under this Agreement without the prior written consent of the City. 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 termination of this Agreement pursuant to Section 20 "Termination of Agreement" City acknowledges, however, that Service Provider, in the performance of its duties pursuant to this Agreement, may utilize subcontractors. SECTION 19. CONTINUITY OF PERSONNEL. Service Provider shall make every reasonable effort to maintain the stability and continuity of Service Provider's staff and subcontractors, if any, assigned to perform the Services. Service Provider shall notify City of any changes in Service Provider's staff and sub -contractors, if any, assigned to perform the Services 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 Service Provider. In the event such notice is given, Service Provider shall cease immediately all work in progress. (b) Service Provider may terminate this Agreement for cause at any time upon thirty (30) days written notice of termination to City. (c) If either Service Provider or City fail to perform any material obligation under this Agreement, then, in addition to any other remedies, either Service Provider, or City may terminate this Agreement immediately upon written notice. (d) Upon termination of this Agreement by either Service Provider or City, all property belonging exclusively to City which is in Service Provider's possession shall be returned to City. Service Provider shall furnish to City a final invoice for work performed and expenses incurred by Service Provider, prepared as set forth in Section 4 "Compensation and Method of Payment" of this Agreement. This final invoice shall be reviewed and paid in the same manner as set forth in Section 4 "Compensation and Method of Payment" of this Agreement. SECTION 21. DEFAULT. In the event that Service Provider is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Service Provider for any work performed after the date of default. Instead, the City may give notice to Service Provider of the default and the reasons for the default. The notice shall include the timeframe in which Service Provider may cure the default. This timeframe is presumptively thirty (30) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Service Provider 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 RIV #4838-6958-3880 v3 -9- or all of the outstanding invoices during the period of default. If Service Provider does not cure the default, the City may take necessary steps to terminate this Agreement under Section 20 "Termination of Agreement." Any failure on the part of the City to give notice of the Service Provider'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. Service Provider shall not be liable for damages, including liquidated damages, if any, caused by delay in performance or failure to perform due to causes beyond the control of Service Provider. 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 information, data, reports, records, and maps as are existing and available to City as public records, and which are necessary for carrying out the Services shall be furnished to Service Provider in every reasonable way to facilitate, without undue delay, the Services 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 certified mail, postage prepaid and return receipt requested, addressed as follows: To City: City of Temple City Attn: City Manager 9701 Las Tunas Dr. Temple City, CA 91780 To Service Provider: Kimley-Horn and Associates, Inc. Att: Jean Fares, Senior Vice President/Principal 660 South Figueroa St., Suite 2050 Los Angeles, CA 90017 Notice shall be deemed effective on the 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. The person or persons executing this Agreement on behalf of Service Provider represents and warrants that he/she/they has/have the authority to so execute this R1V #4838-6958-3880 v3 - 10 - Agreement and to bind Service Provider to the performance of its obligations hereunder. SECTION 26. ADMINISTRATION AND IMPLEMENTATION. This Agreement shall be administered and executed by the City Manager or his or her designated representative. The City Manager shall have the authority to issue interpretations and to make amendments to this Agreement, including amendments that commit additional funds, consistent with Section 28 "Amendment" and the City Manager's contracting authority under the Temple City Municipal Code. SECTION 27. BINDING EFFECT. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the Parties. SECTION 28. AMENDMENT. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Service Provider and by the City. The City Manager shall have the authority to approve any amendment to this Agreement if the total compensation under this Agreement, as amended, would not exceed the City Manager's contracting authority under the Temple City Municipal Code. All other amendments shall be approved by the City Council. The Parties agree that the requirement for written modifications cannot be waived and that any attempted waiver shall be void. SECTION 29. 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 Service Provider shall not constitute a waiver of any of the provisions of this Agreement. SECTION 30. 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 31. 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 RIV #4838-6958-3880 v3 - 11 - 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 32. 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 between Service Provider 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. SECTION 33. SEVERABILITY. If any term, condition or covenant of this Agreement is declared or determined 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). SECTION 34. CONFLICTING TERMS. Except as otherwise stated herein, if the terms of this Agreement conflict with the terms of any Exhibit hereto, or with the terms of any document incorporated by reference into this Agreement, the terms of this Agreement shall control. IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date and year first -above written. CITY OF TEMPLE CITY Bryan Cook, City Manager ATTEST: APPROVED AS TO FORM: Peggy ,, KO°Git Clerk Y Greg r. y, City Att• ney RIV #4838-6958-3880 v3 - 12 - CONTRACTOR: Name: Alyssa Phaneuf Title. Vice President / P.E. 63123 (2nd signature required if Corporation, Incorporation or Limited Liability Corporation) By L'Ort) (Authorized ice Name: Greg S. Kyle Title: Sr. Vice President NOTE: SERVICE PROVIDER'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 SERVICE PROVIDER'S BUSINESS ENTITY. RIV 84838-6958-3880 v3 - 13 - A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ALL-PURPOSE ACKNOWLEDGMENT NOTARY FOR CALIFORNIA STATE OF CALIFORNIA COUNTY OF LOS ANGELES On MDafeay 19 personally appeared �y+",,,, !o� W. FRATICELLI COMM. #2282291 z Notary Public • California o Los Angeles County MY Comm. E pies Mar,_224 2023 , 2022, before me, W. Fraticelli, Notary Public Name And Title Of Ufticer (e.g. "Jane Doe, Notary Public") Alvssa Phaneuf Name of Signer(s) who proved to me on the basis of satisfactory evidence to be the person4s) whose names) is/a6 subscribed to the within instrument and acknowledged to me that i}.e/she/tVey executed the same in h `/her/tI it authorized capacity(i ), and that by hi,g/her/thgr signature)" on the instrument the person(s), or the entity upon behalf of which the persons "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. OPTIONAL Sig natu e fNot ry I�ub1ic Though this section is optional, completing this information can deter alternation of the document or fraudulent reattachment of this form to an unintended document. CAPACIT(IES) CLAIMED BY SIGNER(S) DESCRIPTION OF ATTACHED DOCUMENT Signer's Name: Alyssa Phaneuf Individual Corporate Officer Vice President Agreement for Services LRSP Partner(s) Title(s) Title or Type of Document Limited General 30 Attorney -In -Fact Trustee(s) Guardian/Conservator Other: Signer is representing: Name Of Person(s) Or Entity(ies) Kimley-Horn and Associates, Inc. Number Of Pages Date Of Document Greg S. Kyle Signer(s) Other Than Named Above RIV #4838-6958-3880 v3 DRAFT 1/27/15 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ALL-PURPOSE ACKNOWLEDGMENT NOTARY FOR CALIFORNIA STATE OF CALIFORNIA COUNTY OF LOS ANGELES On May 19 Date personally appeared , 2022, before me, w.FRATICELLI COMM. #2282291 z Notary Public • California o Los Angeles County My Comm. Expires Mar. 22, 26231 W. Fraticelli, Notary Public Name And I itle Ot Officer (e.g. "Jane Doe, Notary Public") Greg S. Kyle Name of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons) whose name(') is/ar,,e subscribed to the within instrument and acknowledged to me that he/spfe/tVey executed the same in his/heit/tlileir authorized capacity(ies`), and that by his/h7f/their signature(s/on the instrument the person(,$), or the entity upon behalf of which the person(?s)' acted, executed the instrument. 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. (110 /a 4) Lel\ Sign tur of Notarycublic OPTIONAL Though this section is optional, completing this information can deter alternation of the document or fraudulent reattachment of this form to an unintended document. CAPACIT(IES) CLAIMED BY SIGNER(S) Signer's Name: Greg S. Kyle Individual Corporate Officer Sr. Vice President Title(s) Partner(s) Attorney -In -Fact Trustee(s) Guardian/Conservator Other: Limited General Signer is representing: Name Of Person(s) Or Entity(ies) Kimley-Horn and Associates, Inc. DESCRIPTION OF ATTACHED DOCUMENT Agreement for Services LRSP Title or Type of Document 30 Number Of Pages Date Of Document Alyssa Phaneuf Signer(s) Other Than Named Above RIV #4838-6958-3880 v3 DRAFT 1/27/15 EXHIBIT "A" SCOPE OF SERVICES I. Service Provider will perform the following Services: Task 1 — Project Management & Meetings Task 1.1 — Kick -Off meeting and Project Administration Kimley-Horn will prepare an agenda and conduct a project kick off meeting to review and refine the project methodology and schedule, and to establish a Project Development Team (PDT) with key City staff, which Kimley-Horn will maintain close and consistent communication through regular PDT status meetings to discuss plan development and project progress. Meetings are anticipated to be held virtually given current conditions. Kimley-Horn will assist the City in providing administrative support to make sure the project is in compliance with the Local Assistance Procedure Manual guidelines. Kimley-Horn has established internal quality control processes that include multiple levels of review before deliverables are submitted to a client, including a designated quality control officer that is not part of the core project team to provide objective feedback from the perspective of someone external to the project. Additionally, Kimley-Horn will hold a short bi-weekly project progress meeting with the City project manager to discuss the current status of the project and to make decisions about project direction as alternative courses emerge. During kick-off meeting Kimley-Horn will identify safety partners/stakeholders who should be included in future project communications. Following entities will be included: local community, businesses, non-profit organizations, local transportation providers, City's Public Works department, Temple City Police Department, Riverside County Fire Department, Temple City Union School District, and health and safety agencies when creating a well-rounded safety plan Task 1.2 — Identify Stakeholders Kimley-Horn will work with the City to identify stakeholders that will be engage throughout the LRSP process. Key stakeholders will include those identified during the kick-off meeting in Task 1. RIV #4838-6958-3880 v3 DRAFT 1/27/15 A-1 Task 1.3 — Identify Project Goals and Objectives Kimley-Horn will work with City staff to establish goals and objectives after completing the comprehensive data analysis with a focus on improving traffic and pedestrian safety. Kimley-Horn will establish the emphasis areas. Kimley- Horn will identify safety challenges specific to Temple City that are elevating the risk of traffic injuries. The goals and objectives will be structured to meet the needs of the LRSP Program, provide optimal support of statewide funding priorities, and incorporate Priority Safety Strategies, Infrastructure Safety Projects, and Behavioral Safety Strategies and feedback from stakeholders and City staff. Each goal will be associated with a set of objectives that will help determine the prioritization of plan recommendations. Task 1.4 — Public Hearings (up to two) Kimley-Horn will work with the City to develop presentations and will attend up to two public hearings to collect input on the LRSP and to explain the safety findings of the study. These meetings could include a meeting with the Public Safety Commission and another with City Council. Task 2 - State of the System Review Task 2.1 — Literature Review Kimley-Horn will conduct a literature review of existing plans published by the City, including the General Plan. Documents produced by LA Metro, SCAG, and Caltrans will also be reviewed to identify projects, policies and programs that are in place or recommended that might be of value to this analysis. Kimley-Horn is already familiar with Caltrans procedures and guidance on the development of SSAR and LRSP plans and will provide a summary as part of this task. Task 2.2 — Best Practices Analysis Kimley-Horn will work with City staff to identify programs and policies within the City that are most supportive of safety, which ones could be updated to better align with current best practices, and where there are opportunities for new initiatives that would likely support safer roads and better driving behaviors. Kimley-Horn staff will collect the needed information by providing the City with a list of questions in advance, and will conduct an interview with City staff to finalize the responses. RIV #4838-6958-3880 v3 DRAFT 1/27/15 A-2 Task 3 — Data Collection & Analysis Task 3.1 — Data Analysis Kimley-Horn will perform a comprehensive data analysis review. Kimley-Horn's approach to safety analysis includes statistical network screening using Highway Safety Manual Methods. These methods are selected to identify locations with higher than expected collision activity that can be reviewed to identify roadway and intersection characteristics associated with higher risk. These methods also review a variety of collision characteristics to identify locations where specific types of collisions are over -represented. This helps to diagnose safety factors that are leading to elevated numbers of collisions. The first screening step is to develop critical crash rates for segments and intersections in the City. Average crash rates are developed for intersections based on control type and roadway segments based on functional classification. A statistical threshold is then established based on daily traffic volumes for each segment and intersection. The difference between the actual crash rate and the critical crash rate for each location can then be used to estimate the relative risk faced by users of the given intersection or segment. This method builds on the High Collision or High Injury Networks that essentially mirror High Traffic networks to provide deeper insight into potential low-cost safety measures. Roadways and intersections with lower classifications will also be identified, allowing the LRSP to broach risk factors associated with those roadways. The second screening step focuses on crash type over -representation. City-wide data is used to determine the typical collision type mix for each of the functional classifications and intersection control types. Then the mixture is reviewed for each segment and intersection to highlight those with high concentrations of a specific collision factor. Factors analyzed would include: • Fatal Collisions • Fatal + Serious Injury Collisions • Broadside Collisions • Rear -End Collisions • Sideswipe Collisions • Head -On Collisions • Single Vehicle Collisions (run off road, fixed object, parked vehicle, other) • Bicycle Collisions • Pedestrian Collisions • Wet/Slippery Road Collisions • Nighttime Collisions RIV 114838-6958-3880 v3 DRAFT 1/27/15 A-3 • Collisions Involving Alcohol/Drugs • Collisions Involving Driver Inattention • Collisions Involving Speeding/Aggressive Driving The resulting list would include both the number of collisions for each factor and the probability that any excess is not random. Kimley-Horn will provide an inventory of sites including all roadway segments and intersections with three or more collisions (needed for statistical evaluation) ranked by overall number of collisions per Local Roadway Safety Manual Guidance. Kimley-Horn will then recommend up to ten locations for further evaluation and potential project development based on amount of collision activity, collision severity, unusual collision patterns, and site variability to maximize the potential number of systemic factors, and mitigations identified. Kimley-Horn will identify potential conflicts between vehicles, pedestrians, and bicycles. Task 3.2 — Roadway Characteristics Inventory Kimley-Horn will provide an inventory of sites including all roadway segments and intersections with three or more collisions (needed for statistical evaluation) ranked by overall number of collisions per Local Roadway Safety Manual Guidance. Kimley-Horn will then recommend up to ten locations for further evaluation and potential project development based on amount of collision activity, collision severity, unusual collision patterns, and site variability to maximize the potential number of systemic factors, and mitigations identified. Kimley-Horn will identify potential conflicts between vehicles, pedestrians, and bicycles. Task 4 — Countermeasure Development Task 4.1 — Develop Priority Criteria and Priority Access Kimley-Horn will work with the City and stakeholders to develop priority criteria and identify priority areas that will be used to develop the countermeasures in Task 4.2. These countermeasures will address these priority areas and will align with State and Federal countermeasures that have been identified to assist in reducing fatal and injury collisions. Task 4.2 — Identify Countermeasures RIV 114838-6958-3880 v3 DRAFT 1/27/15 A-4 The identification of the potential projects will be developed by examining the crash data and determining the appropriate countermeasures improvements to roadway segments. The team will prepare a toolbox of systemic safety mitigations that can be applied citywide, or on key parts of the network. Countermeasures will include a mixture of infrastructural improvements, educational initiatives, law enforcement strategies, emergency response, policy updates, coordination activities, and other items that will contribute to the overall tapestry of roadway safety in the City. Kimley-Horn will identify safety measures that are appropriate, cost efficient, and proven effective countermeasures by the US Department of Transportation and the FHWA. The toolbox will be developed in three steps: 1. The site visit locations will be used as case studies. Solutions that emerge from those will be associated with the conditions they are addressing and added to the toolbox. 2. Kimley-Horn will identify up to three safety emphasis areas for the City based on collision trends and patterns that can be looked at holistically to identify broader strategies that can be employed to address them. 3. The best practices review will be used to identify actions the City can take to improve the safety environment. An implementation plan will be developed for inclusion in the LSRP report that will help the City prioritize improvements and identify potential funding sources while remaining responsive to funding opportunities for HSIP and related grants, including evolving needs as plan implementation progresses. Task 4.3 — Develop Priority Projects Kimley-Horn will provide recommendations for operational safety improvements and develop project sheets for up to five high crash locations to improve roadway, traffic, and pedestrian safety. The sheets will profile the existing safety performance of the location, will include an aerial photo and map, and will outline potential countermeasures that had been identified through the safety analysis and workshop tasks and been approved by the City. Each countermeasure will also have a reported benefit/cost. These sheets will provide the City with a scalable overview of the most cost-effective safety options at each location based on the level of resources available, allowing for phased implementation of multiple countermeasures, or to go straight to implementation of the most cost- effective solutions. Projects will be reviewed and recommended for available grants. Task 5 -- Implementation Program RIV #4838-6958-3880 v3 DRAFT 1/27/15 A-5 Projects will be analyzed on their potential to reduce crash activity. Projects with the greatest and most cost-efficient crash reduction potential will be prioritized. Short-term, medium -term, and longer -term projects will be identified based on their cost and likelihood of reducing crashes. The Kimley-Horn team will work with the City to develop an action plan and provide guidance for securing funding to address recommendations and achieve the goals and objectives identified for the local road safety plan. This plan will also include a program for updates to the LRSP and an analysis procedure that City staff can use to update the network. screening results to determine the effectiveness of countermeasures that have been implemented and to establish new priorities as existing ones are addressed and as roadway conditions and driver expectations change. Task 6 - LRSP Development Task 6.1 — Draft LRSP Kimley-Horn will prepare a Draft LRSP to document the findings of the previous tasks. The draft report will be submitted to the City for review and comment and Kimley-Horn will assist in circulating the Draft LRSP to identified stakeholders for review. Kimley-Horn will collect a consolidated set of comments from City staff and stakeholders to refine the report into a final document. Task 6.2 — Final LRSP Kimley-Horn will respond to all comments and incorporate feedback received on the Draft LRSP into the Final LRSP. This document will guide the City's effort to improving transportation safety and reducing the number of incidents and the severity of those incidents on our transportation systems. The LRSP will be a living document and analysis methods will be clearly outlined to facilitate future updates as the City completes projects, gets new collision data, as needs and priorities change, and seeks funding in future cycles after this report has reached its lifespan of up to five years per LRSP guidelines. Kimley-Horn, along with City staff, will take the lead on plan adoption and present the Final LRSP to City Council. II. As part of the Services, Service Provider will prepare and deliver the following tangible work products to the City: A. Task 1 Deliverables: RIV #4838-6958-3880 v3 DRAFT 1/27/15 A-6 Kimley-Horn will work with the City to develop presentations and will attend up to two public hearings to collect input on the LRSP and to explain the safety findings of the study. These meetings could include a meeting with the Public Safety Commission and another with City Council. Deliverables include: • Project Kickoff Meeting • Project Update Meeting Agenda & Notes • Monthly Progress Reports • Stakeholder Identification List • Draft Project Goals and Objectives • Attendance at two public hearings B. Task 2 Deliverables: • Question List of Current Practices for City • Technical Memorandum #1: Existing Plans and Programs C. Task 3 Deliverables • Technical Memorandum #2: City-wide Safety Background and Trends • List of Intersection and Segments with Statistically Analyzable Collision Activity • City-wide Safety Trends and Recommended Focus Areas • Crash Diagrams for High Crash Locations • List of Potential Local Countermeasures D. Task 4 Deliverables • List of Priority Criteria & Priority Areas • Safety Countermeasure Toolbox • Cost estimates, mapping, and cost/benefit ratio of proposed safety improvements E. Task 5 Deliverables • Three project Packages for Grant Applications • Technical Memorandum #3: Implementation Plan F. Task 6 Deliverables • Draft LRSP • Final LRSP III. During performance of the Services, Service Provider will keep the City appraised of the status of performance by delivering the following status reports: A. • Monthly Progress Reports RIV #4838-6958-3880 v3 DRAFT 1/27/15 A-7 IV. The tangible work products and status reports will be delivered to the City pursuant to the following schedule: 71.1 Kick -Off Meeting 1.2 Identify Stakeholders 1.3 Identify Project Goals and Objectives PtajecI ManagementJAdminutnhan 1.4 Project Meetings Task 2 State ul the Sys Erni newew 2.1 22 3.1 3.2 4.1 4.2 Literature Rerev., Best Practices Analysis 30 -May 6 -Jun 13 -Jun 20 -Jun 27 -Jun Collimn Nlafory Aaxessmeare Rea Analysis Roadway Charaeterisfcs Inventory ter Muawe Oereiopment Oerebp Priority Criteria Identify Countermeasures Oevdop Priority Projects Task 5 Implement a bon Plan Task& I .al Roadway Safety Plan Opt 1 Public Hearings Optmnal Teaks 4 -Jul 11 -Jul 18 -Jul 25 -Jul 1 -Aug 8 -Aug 15 -Aug 22 -Aug 29 -Aug 5 -Sep MMIN III Ell MI NIB aft ime INN Lu sumnin -- _ mis iommEmmismoi mimmor imummmmmimiiimmium imumummimmi = Project Work Progress = Deliverable TM =Technical Memorandum PS = Project Sheets CT = Caltrans Draft RIV #4838-6958-3880 v3 DRAFT 1/27/I5 A-8 V. Service Provider will utilize the following personnel to accomplish the Services: A. Darryl DePencier, AICP, GISP, RSP, Project Manager B. Jean Fares, Principal -in -Charge C. Mike Colety, PE, PTOE, RSP, QC/QA D. Jason Melchor, PE, Project Engineer E. Kyle McGowan, AICP, Project Planner F. Amanda Forsans, Project Analyst G. Zander Dally, Project Analyst VI. Service Provider will utilize the following subcontractors to accomplish the Services: N/A RIV #4838-6958-3880 v3 DRAFT 1/27/15 A-9 EXHIBIT "B" COMPENSATION I. Service Provider shall use the following rates of pay in the performance of the Services: CITY OF TEMPLE CITY Local Road Safety Plan 194.77% Overhead% Name Overhead%w/o FCCM Category/Title Fee% Direct Rate Billing Rate Klmley-Hom and Associates, Inc. Darryl dePencier Mike Colety lean Fares Sr. Professional 11 Professional Analyst Project Support 194.46% Project Manager clA/QC Prinelpal-In- Charge 1096 $64.39 5100.74 $106.07 584.41 $58.42 $42.87 $40.78 Total Hours Total Coat $208.76 $326.62 $343.90 $273.67 $189.41 5138.99 $132.22 Task 1 Project Management/Administration 12 8 8 12 5 45 $ 8,538.75 1.1 Kick Off Meeting 2 2 4 8 $ 1,520.83 1.2 Identify stakeholders 2 2 4 8 $ 1,520.83 1.3 Identify Project Goals and Objectives 2 4 6 $ 1,175.15 1.4 Project Meetings 6 4 4 4 5 23 $ 4,321.93 Task 2 Review of Existing Planning Documents 3 4 12 19 $ 3,051,81 2.1 Literature Review 1 8 9 $ 1,320.69 2.2 Best Practices Analysis 2 4 4 10 $ 1,731.12 Task 3 Data Collection 8 Analysts 3 10 30 43 $ 6,690.10 3.1 Data Analysis 2 6 18 26 $ 4,055.81 3.2 Roadway Characteristics inventory 1 4 12 17 $ 2,634.29 Task 4 Counter Measure Development 6 2 2 8 12 34 64 $ 11,781.56 4.1 Develop Priority Criteria 2 2 4 8 16 $ 2,974.88 4.2 Identify Countermeasures 2 2 4 8 16 $ 2,940.31 4.3 Develop Priority Projects 2 8 4 18 32 $ 5,866.36 Task 5 Implementation Program 2 4 8 14 $ 2,287.08 Task 6 LRSP Development 6 2 1 2 8 24 43 $ 7,648.09 6.1 Draft LRSP 4 2 1 2 4 16 29 $ S,361.01 6.2 Final LRSP 2 4 8 14 $ 2,287.08 TOTAL HOURS 32 4 3 18 46 120 5 228 Subtotal Labor: $ 6,680.41 $ 1,306.46 $ 1,031.69 $ 4,926.07 $ 8,712.72 $ 16,678.97 $ 661.08 $ 39,997.39 other Direct Costs $ 250.00 TOTAL COST: $ 40,247.39 RIV #4838-6958-3880 v3 DRAFT 1/27/15 B-1 EXHIBIT "C" INSURANCE A. Insurance Requirements. Service Provider shall provide and maintain insurance, acceptable to the City, in full force 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 performance of the Services by Service Provider, its agents, representatives or employees. Insurance is to be placed with insurers with a current A.M. Best's rating is an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger). Only the following "marked" requirements are applicable and Service Provider shall provide the following scope and limits of insurance: 1. Minimum Scope of Insurance. Coverage shall be at least as broad as: x Commercial General Liability. Insurance Services Office form Commercial General Liability coverage (Occurrence Form CG 0001). x Automobile Liability. Service provider shall maintain automobile insurance at least as board as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Service Provider arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles. x Workers' Compensation. Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance as required by the Labor Code of State of California covering all persons providing Services on behalf of the Service Provider and all risks to such persons under this Agreement. x Professional (Errors and Omissions) Liability. Professional liability insurance appropriate to the Service Provider's profession. This coverage may be written on a "claims made" basis, and must include coveragc for contractual liability. The insurance must be maintained for at least three (3) consecutive years following the completion of Service Provider's services or the termination of this Agreement. During this additional three (3) year period, Service Provider shall annually and upon request of the City submit written evidence of this continuous coverage. Service Provider shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement. Any policy inception date, continuity date, or retroactive date must be before the effective date of this agreement and Service Provider agrees to maintain continuous RIV #4838-6958-3880 v3 DRAFT 1/27/15 C-1 coverage through a period of no less than three years after completion of the services required by this agreement. 1. Minimum Limits of Insurance. Service Provider shall maintain limits of insurance no less than: (1) Commercial General Liability. $1,000,000 per occurrence, $2,000,000 general aggregate for bodily injury, personal injury and property damage. (2) Automobile Liability. No less than $1,000,000 combined single limit for each accident. (3) Workers' Compensation. Workers' Compensation as required by the Labor Code of the State of California of not less than $1,000,000 per occurrence and Employer's Liability Insurance with limits of at least $1,000,000. (4) Professional Liability. $1,000,000 per claim and in the aggregate. 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. Commercial 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 Service Provider performs; products and completed operations of Service Provider; premises owned, occupied or used by Service Provider; or automobiles owned, leased, hired or borrowed by Service Provider. 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) Service Provider'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. RIV #4838-6958-3880 v3 DRAFT 1/27/15 C-2 (3) Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not 'intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Vendor maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the Vendor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. (4) Coverage provided by the CONTRACTOR shall be primary and any insurance or self-insurance or maintained by Agency shall not be required to contribute to it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of Agency before the Agency's own insurance or self-insurance shall be called upon to protect is as a named insured. (5) Any failure to comply with the reporting or other provisions of the insurance 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 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 performed by Service Provider. C. Other Requirements. Service Provider agrees to deposit with City, at or before the effective date of this Agreement, certificates of insurance necessary to satisfy City that the insurance provisions of this contract have been complied with. The City may require that Service Provider furnish City with copies of original endorsements effecting coverage required by this Exhibit "C". 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. 1. Service Provider shall furnish certificates and endorsements from each subcontractor identical to those Service Provider 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 RN 54838-6958-3880 v3 DRAFT 1/27/15 C-3 deductibles or self -insured retentions as respects City or its respective elected or appointed officers, officials, employees and volunteers or the Service Provider 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 insurance shall not be construed to limit Service Provider's liability hereunder nor to fulfill the indemnification provisions and requirements of this Agreement. RIV #4838-6958-3880 v3 DRAFT 1/27/15 C-4