Loading...
HomeMy Public PortalAbout7IAGENDA ITEM 7.1. MANAGEMENT SERVICES DEPARTMENT MEMORANDUM DATE: December 7, 2010 TO: The Honorable City Council FROM: Jose E. Pulido, City Mana BY: Veronica Aguas, Program .'eager SUBJECT: APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT WITH RKA CONSULTING GROUP FOR ENGINEERING SERVICES FOR THE FREER STREET ASPHALT OVERLAY PROJECT AND RE - APPROPRIATION OF $33,490 IN UNEXPENDED PROJECT FUNDS RECOMMENDATION The City Council is requested to: a) Approve the professional services agreement with RKA Consulting Group in the amount of $80,560; b) Re -appropriate $33,490 in unexpended project budget funds in the Fiscal Year (FY) 2009-10 City Budget to the FY 2010-11 City Budget; and c) Authorize the City Manager to execute the Professional Services Agreement with RKA Consulting Group. BACKGROUND: 1. In FY 2008-09, the City Council appropriated $33,345 in General Funds to be used for the design of a standard Grind & Overlay Project for two streets. 2. On February 17, 2009, the American Recovery and Reinvestment Act (ARRA) included a transportation program to fund both highway and public transit infrastructure. 3. On March 12, 2009, the former City Manager accepted a $60,560 proposal from RKA Consulting Group and gave them immediate authorization to proceed with the design of a standard Grind & Overlay project to maximize the projected allocation of ARRA funding the City would be receiving. City Council December 7, 2010 Page 4 On April 20, 2010, the contractor satisfactorily completed construction and on June 23, 2010, Caltrans conducted the ARRA Construction Review and found the project to be in compliance with Federal regulations. On July 20, 2010, the City Council accepted the construction of Freer Street as complete. On August 24, 2010, the City received a Letter for Additional Services from RKA Consulting Group (Attachment "B") requesting $20,000, stating that due to the unforeseen out of scope services in connection with the condition of unstable subgrade and corrective actions that were required to complete this project, in addition to RKA's performance of the Federal provisions, they are over -budget of the original approved amount of $60,560. In November 2010 it was determined by the City Attorney that the existing professional services agreement entered into by the City in 2003 (extended by an annual letter thereafter) was insufficient for the scope of the Freer Street project and recommended that a professional services agreement for the total amount of $80,560 (which includes the previously approved $60,560 for design and project management, as well as the $20,000 to cover out of scope services and performance of the Federal provisions) be presented to the City Council for approval. To date, the City has compensated RKA in the amount of $59,928 for design and project management services as originally scoped. CONCLUSION: At a meeting with RKA Consulting Group and Avant -Garde, Inc. to discuss RKA's additional out of scope services, the City Manager agreed that RKA had not been compensated for any of the additional work stemming from the change order to stabilize the subgrade or for their performance of the Federal provisions for ARRA-funded projects. During the meeting, RKA offered to accept $20,000 as final payment from the City for their additional services. The City Manager recommends that the City Council approve a new, more appropriate professional services agreement with RKA Consulting Group in the amount of $80,560, which includes compensation for the entire project, including $20,000 as final payment for the additional services rendered, and that $33,490 in unexpended project budget funds in the Fiscal Year (FY) 2009-10 City Budget be re -appropriated to the FY 2010-11 City Budget to cover the cost of the additional services. FISCAL IMPACT When the construction contract for this project was awarded to EBS, the City Council approved a budget amendment for $90,355 of Traffic Congestion Relief funds to cover the base plus additive bid to the contract including a 10% contingency. When the contract City Council December 7, 2010 Page 2 4. On March 17, 2009, the City of Temple City was allocated a total of $1,050,000 of ARRA funds for the construction of shelf -ready projects; of which $599,000 was designated for a Grind & Overlay Project. 5. On April 19, 2009, RKA delivered construction -ready plans and specifications, complete with Federal requirements, to the City for submission to Caltrans for authorization to proceed. 6. In FY 2009-10, the City Council approved funding in the amount of $599,000 and a carryover of $9,345 specifically for the Freer Street Asphalt Overlay Project. 7. On July 17, 2009, Caltrans obligated $599,000 of Federal funds for construction activities, thereby giving the City authorization to proceed with the Freer Street Asphalt Overlay Project. 8. On December 1, 2009, the City Council awarded a construction contract to Elite Bobcat Service (EBS) in the amount of $558,384.80 for the Freer Street Asphalt Overlay Project from El Monte Avenue to Santa Anita Avenue. 9. On February 15, 2010, construction began on the Freer Street Asphalt Overlay Project. 10. On March 9, 2010, RKA and Avant -Garde met with the Caltrans construction oversight division to review procedures and documentation demonstrating the City's compliance with Federal provisions for ARRA-funded projects. 11. In March 2010, the Freer Street Overlay Project was halted to allow RKA and EBS to work on a solution to the condition of unstable subgrade discovered during construction. 12. At a Special Meeting on March 23, 2010, the City Council approved a change order to EBS's contract to correct the unstable subgrade. 13. On June 23, 2010, RKA and Avant -Garde, on behalf of the City, met with the Caltrans construction oversight division to review procedures and documentation demonstrating the City's compliance with Federal provisions for ARRA-funded projects. 14. On July 20, 2010, the City Council accepted the construction of Freer Street as complete and authorized the City Clerk to file the Notice of Completion. 15. On August 24, 2010, RKA Consulting Group submitted a Letter for Additional Services in connection with the Freer Street Asphalt Overlay Project and performance of the Federal provisions. City Council December 7, 2010 Page 3 16. On September 20, 2010, the City Manager met with RKA Consulting Group and Avant -Garde, Inc. to discuss the additional out of scope services compensation being requested by RKA. 17. As of today's date, RKA Consulting Group has been paid $59,928 of the original $60,560 proposal amount for design and project management services for the Freer Street Overlay Project. ANALYSIS: In anticipation of ARRA funding being awarded to the City of Temple City, City staff sought informal bids to quickly design a standard grind and overlay project to maximize the projected allocation of ARRA funding the City would be receiving. The former City Manager approved the $60,560 proposal from RKA Consulting Group (Attachment "A") and gave immediate authorization to proceed with the design of two streets: Freer Street (Santa Anita Avenue to El Monte Avenue) and Pal Mal Avenue (Lower Azusa Road to Live Oak). During the design phase, preliminary estimates indicated the project cost to do both streets would exceed the available funds; therefore, staff directed RKA to complete the grind & overlay design of both streets, but only proceed with Freer Street as the federally funded project. The design of Pal Mal Avenue was completed; however, the project was shelved until additional local funds could be identified for construction at a later date. Because RKA's original proposal did not include the Federal provisions needed for the ARRA funded project, a meeting between Interim City Manager Cathy Burroughs, Public Services Manager, Bill Tidwell, Veronica Aguas (i.e., Avant -Garde) and Steve Loriso (i.e., RKA Consulting Group) was held and it was agreed that RKA would submit an amendment to their proposal adjusting their original scope of service to include the Federal provisions and provide the required testing and field interviews. In March 2010, the Freer Street Asphalt Overly Project was halted to allow RKA's project manager, inspector and Geotechnical Inspector, and EBS to work on a solution to the unstable subgrade discovered during construction. RKA was directed by City staff to provide a redesign to solve the problem. The Geotechnical Engineer submitted the redesign to the contractor for pricing and based on the initial redesign, the potential cost increase was in excess of 100% of the initial construction contract. City staff directed RKA to negotiate with the contractor, as well as to look into different options to solve the subgrade issues. On March 23, 2010, the City Council approved a contract change order and the contractor was directed by City staff to change the design structural section of the roadway to place 12" of Class 11 Base over a geogrid material to stabilize the subgrade prior to placement of asphalt. City Council December 7, 2010 Page 5 change order was presented to the City Council for the geogrid material to be added to the subgrade, an allocation in the amount of $124,670 of Traffic Congestion Relief funds was also approved by Council for a total project budget of $847,370. Staff conducted a funding analysis and determined there is $33,490 in unexpended project funds in the FY 2009-10 City Budget that can be re -appropriated to the FY 2010-11 City Budget to cover the entire cost of the professional services and still remain under budget. ATTACHMENT(S) A. RKA Consulting Group Proposal dated March 12, 2009 B. RKA Consulting Group Letter dated August 24, 2010 C. Professional Services Agreement ATTACHMENT "A" R KA- CONSULTING GROUP March 12, 2009 Mr. Chuck Erickson City of Temple City Public Services Manager 5938 Kauffman Avenue Temple City, CA 91780-2249 RE PROFESSIONAL ENGINEERING SERVICES FOR FREER STREET (FROM SANTA ANITA TO ARDEN) AND PAL MAL AVENUE (FROM LOWER ASUZA ROAD TO LIVE OAK) PAVEMENT RESURFACING PROJECT Dear Mr. Erickson, RKA Consulting Group is pleased to submit to you our proposal to provide professional engineering services for the Freer Street (from Santa Anita to Arden) and Pal Mal Avenue (from Lower Azusa Road to Live Oak) Pavement Resurfacing Project. The specific services to be provided are as follows: A. PROJECT DESCRIPTION As stipulated in the Request for Proposal, the Freer Street and Pal Mal Avenue Pavement Resurfacing Project will consist of the engineering design, utility coordination, construction management, and construction observation services for the subject project. The project consists of all of the following major construction elements: 1) Pavement Resurfacing 2) Raising of Manhole Cover 3) Replacement of Traffic Loops Through our review of the RFP, site conditions, and previous experience, we are proposing the project design can best be completed through the preparation of a specification package. The proposed scope of work follows below: PAGE 1 CITY OF TEMPLE CITY ENGINEERING SERVICES - FREER STREET AND PAL MAL AVENUE RESURFACING PROJECT 398 LEMON CREEK DR., STE. E. WALN&JT.CA 91789- 2649 w (909) 594.9702 (626)331.6323 FAX (909) 594.2658 WWWRKAGRCUPCOM B. SCOPE OF SERVICES 1.0 UTILITY COORDINATION 1.1 Coordinate with affected utility companies to provide for any proposed utility improvements prior to street improvements. 1.2 Send notification to affected utility companies, other agencies, and City staff. 2.0 _DESIGN PREPARATION 2.1 Meet with City Staff to review, in full detail, the requirements for the project. Review available information and data assembled by City staff. 2.2 Prepare plans identifying a typical cross section of Freer Street and Pal Mal as well as the area identified as "deep dig out" repair (using an 81/2" x 11" format). 2.3 Identify areas of pavement that require a "deep dig out" repair, field mark, and compile data to include in the specifications. 2.4 Attend coordination meetings, as necessary, with City personnel at various times during the design phase to obtain additional input and review work. 2.5 Prepare specifications and contract documents to conform to applicable requirements of the City. 2.6 Prepare final project cost estimates, schedules, and a total not -to -exceed fee. 3.0 CONTRACT ADM I NISTRATLON 3.1 Provide the City with 15 sets of final plans and specifications for bidding purposes. 3.2 Assist the City in securing bids and awarding the project. 3.3 Coordinate and attend the pre -construction conference and prepare minutes. 3.4 Provide engineering support, as needed. 3.5 Provide contract administration for proper enforcement of the contract plans and specifications. 3.6 Provide the necessary consulting services required to coordinate the efforts between the City and the contractor. 3.7 Review and recommend approval of the progress payment requests made by the Contractor. 3.8 Answer inquiries and complaints for the City relating to the construction project. 4.0 CONSTRUCTION OBSERVATION 4.1 Provide daily construction observation (8 hours per day) during the estimated construction period of 30 inspection days. 4.2 Provide the necessary weekly, monthly, and final reports. 4.3 Provide copies of daily construction observation reports on a weekly basis. 4.4 Provide necessary coordination with other agencies to provide final inspection of the project. 4.5 Provide report to the City following the final inspection stating that the project has been completed, and provide necessary data for City acceptance of the project. PAGE 2 CITY OF TEMPLE CITY ENGINEERING SERVICES - FREER STREET AND PAL MAL AVENUE RESURFACING PROJECT RKA CON S EJ LT f NI G GROUP 398 LE iok CREEK DR , SrE E WALtivr. CA 917E19-2649 • 19091 594.97G (6261331-8323 FAX (909) 594.2658. WWW.RKAG90URCOM OPTIQNAL TASK - SOIL INVESTIGATION 1.0 Based on lineal footage and existing pavement conditions, obtain one boring every 1,000 feet for a total of 8 borings. 2.0 Obtain the required R -value, grain size, and compaction tests within the project limits. 3.0 Evaluate the existing soil parameters, Traffic Index, and R -values to develop recommended pavement structural sections. C. FEE ESCHEDULE The following is the fee schedule associated with this work proposal: FREER STREET AND PAL MAL AVENUE PAVEMENT RESURFACING PROJECT WORK CATEGORY Project Manager Project Engineer Public Inspector Works Other Sub -Total $160/hr $a.40/hr $85/hr Utility Coordination/ Research 0 hrs. $0 20 hrs. $2,800 0 hrs. $0 $0 $2,800.00 Design 44 hrs. $7,040 68 hrs. $9,520 0 hrs. $0 $0 $16,560.00 Contract Administration 20 hrs. $3,200 0 hrs. $0 0 hrs. $0 $500 $3,700.00 Construction Observation 40 hrs. $6,400 0 hrs. $0 240 hrs. $20,400 $0 $26,800.00 SUB -TOTAL $49,860.00 OPTIONAL TASK Soil Investigation 0 hrs. $0 0 hrs. $0 0 hrs. $0 1 $10,700 $10,700.00 TOTAL INCLUDING OPTIONAL TASK $60,560.00 D. CONDITIONS AND EXCLUSIONS ■ Due to the nature of the project, design survey, or construction staking is not included. PAGE 3 CITY OF TEMPLE CITY ENGINEERING SERVICES — FREER STREET AND PAL MAL AVENUE RESURFACING PROJECT RKA CONSULTING GROUP 398 LEMON CREEK DR. Sri. E. W/Nur. CA 91789. 2619 • (909) 594 9702 (6261331-8323 FAh (909) 594-2658 • WWW RKAGROUP COM E. HOURLY RATE SCHEDULE Project Manager Project Engineer Project Designer Public Works Inspector Clerical $ 160.00 $ 140.00 $ 100.00 $ 85.00 $ 50.00 ■ RKA recalibrates its billing rates for professional time each calendar year and reserves the right to raise the billing rate for one or more professional categories by no more than 3% once in twelve calendar months. We appreciate the opportunity to provide this proposal and look forward to working with you on this project. If you have any questions about any aspect of this proposal, please do not hesitate to call. Sincerely, Steve R. Loriso, P.E. Project Manager PAGE 4 CITY OF TEMPLE CITY ENGINEERING SERVICES -- FREER STREET AND PAL MAL AVENUE RESURFACING PROJECT CONSULTING GROUP 398 LEMON CREEK C. . STE E, WALNUT„ CA 91789.2649 • (9097 594.9702 (5269331.8323 FAX 19091594.2658 • WWW.RKAGROUPCOM Mar 16 2008 S:14RM Hr .ASERJET FAX p..1 54n.. f 1.,0,2 / OPTIONAL TASK - SOIL INVESTIGATION 1.0 Based on lineal footage and existing pavement conditions, obtain cne bo ring every 1,000 feet for a total of S borings. 2.0 Obtain the required R -value, grain size, and compaction tests within the project limits. 3.0 Evaluate the existing soil parameters, Traffic Index, and R -values to develop recommended pavement structural sections. C. FEE ESCHEDULE The following Is the fee schedule associated with this work proposal: 1 17b FREER STREET AND PAL MALAVENUE PAVEMENT RESURFACING PROJECT WORK CATEGORY Project Manager Project Engineer Public Works Inspector Other Sub $160/hr $140/hr $85/hr -Total Utility Coordination/ Research 0 Ns, $0 20 hrs. $2,800 0 hrs. $0 SO $ 2,800.00 Design 44 hrs. $7,040 68 hrs. $9,520 0 hrs. $0 SO $16,560.00 Contract Administration 20 hrs. $3,200 0 hrs. $0 0 hrs. $0 $500 $3,700.00 Construction Observation 40 hrs. $6,400 0 hrs. $0 240 hrs. $20,400 SO $26,500.00 StJ&TOTAL v `� � -- $40,860.00 OPTIONAL TASK Soil Investigation 0 hrs. $0 I 0 hrs. $0 0 hrs. SO $10,700 $10,700.00 TOTAL INCLUDING OPTIONAL TASK $80,56000 R CO;v,Sti LINO GROUP 388 LElal)N CEO( Ca. Su E. %luta.CA 91789 7848 • (9091 ,62EI331 8323 iAi( moo 594.26513 • vAVWRICACROJF?CAM D. CON0ITIONSAND EXCLUSIONS ■ Due to the nature of the project, deslgn survey, or construction staking is not included. PAGE 3 C ' FTEMPLE CITY ENGINEERING SERVICES - FREER STREET AND PAL MALAVENUE RES ' FACING PROJECT ATTACHMENT "B" CONSULTING GROUP August 24, 2010 Mr. Jose Pulido City of Temple City 9701 Las Tunas Drive Temple City, CA 91780 RE: FREER STREET PAVEMENT RESURFACING PROJECT PROFESSIONAL ENGINEERING SERVICES REQUEST FOR CONTRACT AMENDMENT (REVISED) Dear Mr. Pulido: I have compiled the additional information you requested regarding our request for Contract Amendment dated June 4, 2010. Below is a summary of the work that was performed by RKA that was out of the scope of our original proposal dated March 12, 2009. Caltrans / FHWA Coordination - $8,_015 RKA prepared the original proposal based on the above -mentioned project being funded with local City funds. The project was later fast -tracked by the City and the funding source changed to 2009 American Recovery and Reinvestment Act (ARRA) funds. As you are aware, federal funds require a much more aggressive construction management and monitoring program. The level of effort required to manage federal projects has increased substantially as well due to additional monitoring requirements instituted by FHWA and Caltrans since the passing of the ARRA legislation. In general, the out of scope work consisted of the implementation of a Caltrans approved Quality Assurance Program, Independent Assurance Program, two pre -bid meetings, and two Caltrans oversight meetings. Below is a breakdown of the additional costs for each of these items. OAP / IAP (See Soils Engineering below for costs) See Below Pre -Bid Meetings $3,085 Caltrans Oversight Meetings $4930 Subtotal $8,015 398 LEMON CREEK DR.. STE. E. WALNUT. CA 91789-2649 (909) 594-9702 (626) 331.8323 FAX (909) 594.2658 • 1, VWW.RKAGROUP.COM Mr. Jose Pulido Freer Street Rehabilitation August 24, 2010 Page 2 Soils Engineering - $10.559 The initial scope of work as stated in our original proposal did not include compaction testing based on the assumption by City staff that the pavement repair would be a grind and overlay and not a full reconstruction. Upon completion of the soils report, it was discovered that a full reconstruction would provide the best long term results for the City. Full reconstruction requires compaction testing throughout the project. As well, as mentioned above, Caltrans and FHWA require the implementation of a QAP and an IAP on all federal aid projects. Finally, additional soils engineering was required to analyze and resolve the unanticipated wet conditions found in the subgrade during construction. I have divided the additional costs for this category into two sub -categories as shown below. QAP / Redesign $5,995 IAP $4,564 Subtotal $10,559 Contract Coordination - 51,750 As part of RKA's scope of work, we prepared and submitted to the contractor for execution the contract agreement provided in the boilerplate specifications provided by the City. Upon review of these agreements by the City Attorney, it was determined that the agreement form was not acceptable. RKA provided additional negotiation and coordination services to present three subsequent versions of the contract agreement to the contractor for execution prior to acceptance by the City Attorney. Redesign and Delays for Wet Subgrade - 514,590 On March 9, 2010 unanticipated wet subgrade was discovered during construction. The project was shut -down from March 9, 2010 to March 21, 2010 by City staff while the problem was resolved. RKA provided design options for the City's review, inspection services to monitor the site during the shut- down, and construction management services to negotiate the final design options between the City and the contractor. As well, the proposed design option resulted in a slower rate of production than was anticipated with the original design. This resulted in an additional inspection time being required for the project. Below is a breakdown of the redesign and additional inspection costs. Redesign and Construction Management $7,590 Additional Inspection $3,200 Subtotal $10,790 Through July 31, 2010, RKA has incurred costs in the amount of $31,114 attributable to out of scope work on this project. Although our costs have increased since the writing of my June 4, 2010 letter by approximately $5,000, I propose to maintain our contract amendment request at $20,000. Should this request be approved, RKA will provide services through the close of the project file at no additional cost to the City. If you should have any questions regarding this request, please contact me at (909) 594-9702. Sincerely, Jason C. Welday, PE Director of Contract Administration RKA CONSULTING CROUP 398 LEMON CRfEx DR.. STE E. WALNUT, CA 91799.2649 • (909) 594.9702 1620331-6323 FAX 1909} 594.2658 • WWW.RM ROLIRCOM ATTACHMENT "C" CONSULTANT SERVICES AGREEMENT By and Between THE CITY OF TEMPLE CITY, a municipal corporation and RICA Consulting Group AGREEMENT FOR CONSULTANT SERVICES BETWEEN THE CITY OF TEMPLE CITY, CALIFORNIA AND RKA CONSULTING GROUP This Agreement for Consultant Services ("Agreement") is entered into as of this day of December, 2010 by and between the City of Temple City, a municipal corporation ("City") and RKA Consulting Group, a California corporation ("Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the "Parties." RECITALS A. On March 12, 2009 City informally authorized Consultant to proceed with the scope of services described in Exhibit "A-1" of this Agreement for payment of $60,560. In good faith reliance upon that authorization, Consultant performed such services and has been paid $59,928 by City to date. City and Consultant now desire to formalize and ratify the previous arrangement by means of this Agreement and to add work in addition to the original scope of work as set forth in Exhibit "A-2" which consultant will perform for the unpaid balance of the arrangement ($632) plus and additional $20,000. This will bring the total compensation under the Agreement to $80,560. The terms and conditions of the performance of Consultant's work and payment by the City are set forth in more detail below. 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 scope of services set forth in Exhibit "A" "Scope of Services" (inclusive of "A-1" [Completed Work] and "A-2" [Added Work]) 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. 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. LA #4SI4-2021-6581 vl 1 SECTION 3. ADDITIONAL SERVICES. Consultant shall not be compensated for any services rendered in connection with its performance 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 eighty thousand, five hundred sixty dollars ($80,560), unless additional compensation is approved in writing by the City Council or City Manager. The Parties agree that Consultant has already been paid $59,928 for completion of Scope of Services "A-1" and that City will pay Consultant the amount of $20,632 for the completion of Scope of Services "A-2". (b) Each month Consultant 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 sub -consultant contracts. 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. 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 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 of Consultant's correct and undisputed invoice. (d) Payment to Consultant for work performed 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 Consultant's work under this Agreement, either during performance or when completed. City shall reject or finally accept Consultant's work within sixty (60) days after submitted to City. City shall reject work by a timely written 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. LA #4814-2021-6581 vl 2- 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 permission of the Consultant. Upon completion, expiration or termination of this Agreement, Consultant 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 Consultant in the course of providing any services pursuant to this Agreement, Consultant's guarantees and warrants related to Standard of Performance 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 Agreement. 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 termination of Consultant's business, City may, by written request, require that custody of such documents or 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. LA 114814-2021-658I v1 3 (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 performing the services under this Agreement 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 officers, 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, 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 related to Standard of Performance 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 term of this Agreement. Consultant 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 Consultant to comply with this section. SECTION 11. PREVAILING WAGE LAWS LA #4814-2021-6581 vl 4 It is the understanding of City and Consultant 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. 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. §§ 1101, et sec ., 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 Consultant's 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 performance of this Agreement. (b) City understands and acknowledges that Consultant 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. 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, perform non -related services for other governmental 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. LA N48I4-2021-6581 v] 5 (a) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant 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) 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 information 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 Agreement and the work performed 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 permitted by law, Consultant 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 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, 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 performance of professional services and to the full extent permitted 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 LA 144814-2021-6581 vl 6 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 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 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 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) 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. 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 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 LA #4814-2021-6581 vl 7 Agreement. City acknowledges, however, that Consultant, in the performance 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 perform 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 performed 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 terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed 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 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 terminate 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 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 Consultant. LA 04814-2021-6581 vl -8- 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 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 RKA Consulting Group Attn: Jason Welday 398 Lemon Creek Dr., Suite E Walnut, CA 91789-2649 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 Consultant represents and warrants that he/she/they has/have the authority to so execute this Agreement and to bind Consultant to the performance 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. LA #4814-2021-6581 vl 9 No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by 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 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 writing duly executed by the parties or their authorized representatives. SECTION 32. 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). IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first -above written. CITY OF TEMPLE CITY LA #4814-2021-6581 v1 - 10 By: Jose E. Pulido City Manager ATTEST: Mary Flandrick, City Clerk APPROVED AS TO FORM By: Eric S. Vail, City Attorney By: RKA CONSULTING GROUP By: RKA CONSULTING GROUP 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 #4814-2D21-6581 vl - 11 - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA 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 form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT E E E E INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) SIGNER(S) OTHER THAN NAMED ABOVE LA #4814-2021-6581 vl CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF On , before me, , personally appeared ❑ personally known to me - OR - ❑ 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. WITNESS my hand and official seal. (SIGNATURE OF NOTARY) 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 form O O CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) ❑ LIMITED 0 ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER GENERAL SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE LA #4814-2021-6581 v1 EXHIBIT "A-1" COMPLETED WORK Professional Engineering Services for Freer Street (from Santa Anita to Arden) and Pal Mal Avenue (from Lower Azusa Road to Live Oak) Pavement Resurfacing B. SCOEL OF SERVICES 1.0 UTILITY C00RDINATION 6876 vl 1.1 1.2 Coordinate with affected utility companies to provide for any proposed utility improvements prior to street improvements. Send notification to affected utility companies, other agencies, and City staff. 2.0 DESIGN PREPARATION 2.1 Meet with City Staff to review, In full detail, the requirements for the project. Review available information and data assembled by City staff. 2.2 Prepare plans identifying a typical cross section of Freer Street and Pal Mal as well as the area identified as "deep dig out" repair (using an 81" x 11" format). 2.3 Identify areas of pavement that require a "deep dig out" repair, field mark, and compile data to include in the specifications. 2.4 Attend coordination meetings, as necessary, with City personnel at various times during the design phase to obtain additional input and review work. 2.5 Prepare specifications and contract documents to conform to applicable requirements of the City. 2.6 Prepare final project cost estimates, schedules, and a total not -to -exceed fee. 3.0 CONTRACT ADMINISTRATION 3.1 Provide the City with 15 sets of final plans and specifications for bidding purposes. 3.2 Assist the City in securing bids and awarding the project. 3.3 Coordinate and attend the pre -construction conference and prepare minutes. 3.4 Provide engineering support, as needed. 3.5 Provide contract administration for proper enforcement of the contract plans and specifications. 3.6 Provide the necessary consulting services required to coordinate the efforts between the City and the contractor. 3.7 Review and recommend approval of the progress payment requests made by the Contractor. 3.8 Answer inquiries and complaints for the City relating to the construction protect. 4.0 CONSTRUCTION OBSERVATION 4.1 Provide daily construction observation (8 hours per day) during the estimated construction period of 30 inspection days. 4.2 Provide the necessary weekly, monthly, and final reports. 4.3 Provide copies of daily construction observation reports on a weekly basis. 4.4 Provide necessary coordination with other agencies to provide final inspection of the project. 4,5 Provide report to the City following the final inspection stating that the project has been completed, and provide necessary data for City acceptance of the project. LA #4814-2021-6581 vl A-1 EXHIBIT "A-2" ADDED WORK Work performed includes: Caltrans/FHWA Coordination Implementation of a Caltrans-approved Quality Assurance Program, Independent Assurance Program, two pre -bid meetings, and two Caltrans construction oversight meetings. Soils Engineering Upon completion of the soils report, it was discovered that a full reconstruction would provide the best long tem results, requiring compaction testing throughout the construction. Additional soils engineering was required to analyze and resolve the unanticipated wet conditions found in the subgrade during construction. Redesign and Delays for Wet Subgrade RKA provided design options for City's review, inspection services to monitor the site during the shutdown, and construction management services to negotiate the final design options, resulting in a slower rate of production than was anticipated with the original design and additional inspection time being required. Contract Coordination Included additional negotiation and coordination to execute the final revised construction contractor agreement per the City Attorney. 6876 v1 LA #4814-2021-6581 vl A-2 EXHIBIT "B" COMPENSATION I. Scope of Services "A-1" [Paid to Date of Original Proposal] $59,928 II. Scope of Services "A-2" [Unpaid Balance of Original & Supplemental Proposals] $20,632 Ill. The total compensation for the Services shall not exceed $80,560, as provided in Section 3 of this Agreement. IV. Reimbursement of any costs incurred by the Consultant as part of the Scope of Services is included in the total above and separate reimbursement for such costs will not be made. LA #4814-2021-658I v1 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 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 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 insurance: 1. Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) Insurance Services Office form Commercial General Liability coverage (Occurrence Form 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 performed under this Agreement. 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 combined single limit policy. LA #4814-2021-6581 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 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 Consultant. LA #4814-2021-6581 vl C-2 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 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. 1. 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 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 Consultant's liability hereunder nor to fulfill the indemnification provisions and requirements of this Agreement. LA #4814-2021-6581 v] C-3