Loading...
HomeMy Public PortalAbout7K Consultant Services Agreement with Gruen Associates Amendment No. 1, 2, 3AGENDA ITEM 7.K. MANAGEMENT SERVICES DEPARTMENT MEMORANDUM DATE: March 15, 2011 TO: The Honorable City Council FROM: Jose E. Pulido, City Manage By: Kristi L. Twilley, Rosemead Blvd Project Manager SUBJECT: CONSULTANT SERVICES AGREEMENT WITH GRUEN ASSOCIATES — AMENDMENTS NO. 1, 2, 3 RECOMMENDATION: It is recommended that the City Council review the three proposed amendments to Gruen's consultant services agreement and: 1. Approve the First Amendment in the amount of $24,812 to the consultant services agreement with Gruen Associates (Attachment "A") to provide the City with services associated with the development of a city wide Bike Master Plan as outlined in Attachment "B"; 2. Approve the Second Amendment in the amount of $28,250 to the consultant services agreement with Gruen Associates to provide the City with Geotechnical Services required for the design and construction of the Rosemead Blvd Project as outlined in Attachment "C"; 3. Approve the Third Amendment in the amount of $24,860 to the consultant services agreement with Gruen Associates to provide the City with Topographic Survey Services required for the design and construction of the Rosemead Blvd Project as outlined in Attachment "D"; and 4. Authorize the City Manager to execute Amendments Nos. 1, 2, and 3 (Attachments "B, C, and D", respectively) to the consultant services agreement with the Gruen Associates. BACKGROUND: 1. On April 6, 2010, the City Council created an Ad Hoc Committee consisting of Council members Vincent Yu and Carl Blum to work with staff on the redesign of the Rosemead Boulevard Safety Enhancements and Beautification Project. 2. On August 17, 2010, the City Manager, through the Temple City Community Redevelopment Agency (CRA), issued a contract to Vanir Construction Temple City Council March 15, 2011 Page 2 Management, Inc. (Vanir CM) for the Program and Construction Management of the Rosemead Boulevard Safety Enhancements and Beautification Project. 3. On December 15, 2010, the 2011-12 Bicycle Transportation Account (BTA) Call for Projects was announced. A primary component for grant eligibility is that the City has a Bike Master Plan approved. 4. On December 21, 2010, after the Quality Based Selection process was conducted by Vanir CM, the City Manager issued a contract to Gruen Associates (Gruen) for Architectural Design and Construction Administration services (Attachment "A") for the Rosemead Boulevard Safety Enhancements and Beautification Project. 5. On February 7, 2011, after a competitive proposal and interview process administered by Vanir CM and at the request of the Ad Hoc Committee, a Letter of Intent was issued to Gruen Associates to have sub consultant Alta Planning and Design begin preparation of a citywide Bicycle Master Plan. 6. On March 1, 2011, Temple City Council adopted Resolution No. 11-4729 approving the submission of a grant application to the State of California Bicycle Transportation Account and allocating 10% of the project costs as matching funds for Class 11 and Class III bicycle lanes. The grant application is due by March 18, 2011 and will be submitted by funding consultant, Avant -Garde, on behalf of the City. 7. On March 4, 2011, after soliciting three competitive sub consultant proposals, Vanir CM, at the request of the Ad Hoc Committee, issued a Letter of Intent to Gruen Associates to have sub consultant Ninyo & Moore begin preparations to develop the geotechnical report for the project. 8. On March 4, 2011, after soliciting three competitive sub consultant proposals, Vanir CM, at the request of the Ad Hoc Committee, issued a Letter of Intent to Gruen Associates to have sub consultant VCA begin preparations to produce the topographic survey for the project. ANALYSIS: During the past 17 months, the City Manager has been engaged in the effort to enhance the initial streetscape design and pedestrian improvements proposed in the original Rosemead Boulevard Safety Enhancements and Beautification Project and has procured the services of funding consultant, Avant -Garde, to assist the City with the management of existing funds and acquisition of new funding, mostly through grant opportunities, and Gruen Associates as the designer, to bring the City's vision for the project to fruition. • BIKE MASTER PLAN Development and establishment of a Bike Master Plan for Temple City will open opportunities to new funding sources for the Rosemead Blvd Project as well as Temple City Council March 15, 2011 Page 3 promote multi -modal transportation options within Temple City. The Bicycle Transportation Account (BTA) is an annual program that provides State funds for city and county projects that improve safety and convenience for bicycle commuters. To be eligible for BTA funds, the City must prepare and adopt a Bicycle Transportation Plan (BTP) that complies with Streets and Highways Code Section 891.2. Per the BTA guidelines, no community in Southern California will receive more than $1.8 million. Avant -Garde will request the maximum amount allowed based on the design and cost estimate provided by Gruen provided Amendment No. 1 (Attachment "B") is approved by the City Council. • GEOTECHNICAL REPORT Prior to the commencement of Gruen's design work, it was known that additional information regarding soils would be required. However, the precise needs of the project could not be known until after Gruen fleshed out the pre -design and schematic features of the streetscape. Currently, Gruen has completed the Pre - Design Phase and the Schematic Design Phase of their work and has submitted a proposal for the geotechnical (Attachment "C") design support service. • TOPOGRAPHIC SURVEY Prior to the commencement of Gruen's design work, it was known that additional information regarding topographic survey would be required. However, the precise needs of the project could not be known until after Gruen fleshed out the pre -design and schematic features of the streetscape and superimposed previous survey data onto the existing plan. Currently, Gruen has completed the Pre -Design Phase and the Schematic Design Phase of their work and has submitted a proposal for the topographic survey (Attachment "D") design support service. BUDGET IMPACT The City Council is requested to approve a drawdown of Transportation Development Act (TDA) Article 3 funds from Los Angeles County Metropolitan Transportation Authority in the amount of $24,812 for the Bicycle Master Plan. As of FY 2010-11, Temple City has a reserve balance of $72,108 in TDA Article 3 funds. In addition, the City Council as part of the Fiscal Year (FY) 2010-11 City Budget approved an appropriation of $600,250 of Prop 1B funds for the Rosemead Blvd Project. Funding for Amendments 2 and 3 in the amount of $53,110 is funded from Prop 1B. See Attachment "E" for the Mid -Year FY 2010-11 Rosemead Blvd Project Budget review approved by the City Council on March 1, 2011. CONCLUSION It is recommended that the City Council review and approve the three amendments (Attachments "B, C, D") totaling $77,922 to the consultant services agreement Temple City Council March 15, 2011 Page 4 (Attachment "A") with Gruen Associates (i.e., Gruen) to provide the City with the support services for the Rosemead Boulevard Safety Enhancements and Beautification Project including, but not limited to: • Design services for development of Bicycle Master Plan; • Geotechnical services; and • Topographic Survey services. Attachments: A. Consultant services agreement between the City of Temple City and Gruen Associates B. Amendment No. 1 to the Consultant Services Agreement between City and Gruen C. Amendment No. 2 to the Consultant Services Agreement between City and Gruen D. Amendment No. 3 to the Consultant Services Agreement between City and Gruen E. Approved Mid -Year FY 2010-11 Rosemead Blvd Project Budget CONSULTANT SERVICES AGREEMENT By and Between THE CITY OF TEMPLE CITY, a municipal corporation and GRUEN ASSOCIATES RIV 114830.6895-0024 vl AGREEMENT FOR CONSULTANT SERVICES BETWEEN THE CITY OF TEMPLE CITY, CALIFORNIA AND GRUEN ASSOCIATES This Agreement for Consultant Services ("Agreement") is entered into as of this 21st day of December, 2010 by and between the City of Temple City, a municipal corporation ("City") and Gruen Associates, a P (--a Le ("Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the "Parties." RECITALS A. City has sought, by issuance of a Request for Proposals, the performance of the services defined and described particularly in Section 2 of this Agreement. B. Consultant, 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 Consultant Services Agreement and the City Manager has authority to execute this Agreement. D. The Parties desire to formalize the selection of Consultant 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 scope of services set forth in Exhibit "A" "Scope of Services" shall be completed pursuant to the schedule specified in Exhibit "A." Should the scope of services not be completed pursuant to that schedule, the Consultant shall be deemed to be in Default of this Agreement pursuant to Section 21 of this Agreement. The City, in its sole discretion, may choose not to enforce the Default provisions of this Agreement and may instead allow Consultant to continue performing the scope of services until such services are complete. RIV #4830-6895-0024 v1 1 SECTION 2. SCOPE OF SERVICES. Consultant agrees to perform the services set forth in Exhibit "A" "Scope of Services and Responsibilities", which is incorporated herein by this reference, in accordance with the terms and conditions of this Contract, including without limitation any special conditions, specifications and requirements set forth in Exhibit "A". 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 Nine Hundred Seven Thousand Eight Hundred Thirty Three dollars ($907,833), unless additional compensation is approved in writing by the City Council or City Manager. (b) Each month Consultant shall furnish to City an original invoice for all work 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. If the compensation set forth in subsection (a) and Exhibit "B" include payment of labor on an hourly basis (as opposed to labor and materials being paid as a lump sum), the labor category in each invoice shall include detailed descriptions of task performed and the amount of time incurred for or allocated to that task. Sub -consultant charges shall be detailed by the following categories: labor, travel, materials, equipment and supplies. City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. 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. RIv 44830-6895-0024 vI -2- 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. 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. lf, 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 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 RIV M4830 -6B9$-0024 v -3- 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. (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. In addition to the general standards of performance set forth this Section 9, additional specific standards of performance and performance criteria are set forth in the Scope of Work that shall also be applicable to Consultants work under this Contract. 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. 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 R1V ii'4830-6895-0024 vl 4 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 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 gq., 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 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 R1V MOO -605-0024 vl -5- 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. (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. RIV 11483O-6895-OU24 v I -6- SECTION 16. INDEMNIFICATION. (a) Indemnification by Design Professional. As provided under Civil Code Section 2782.8, 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 claims. actions and proceedings (whether at law or equity, administrative or judicial), demands, orders, judgments, losses, liabilities, damages, costs and expenses, including attorney's fees and costs, (collectively "Claims") to the extent same arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the 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, with the understanding that in the event Claims are found by the trier of fact to have been caused by the joint or concurrent negligence of the City and its contractors and consultants, and Consultant, damages and expenses from both indemnity and duty to defend obligations shall be borne by each party in proportion to its negligence. (b) Indemnification from Sub -Consultants. Consultant agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every sub -consultant / contract or any other person or entity involved by, for, with or on behalf of Consultant in the performance of this Agreement naming the Indemnified Parties as additional indemnitees. 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 herein is binding on the successors, assigns or heirs of Consultant and shall survive the termination of this Agreement or this section. (c) City's Sole Negligence. The provisions of this Section 16 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 RIV 114830-b895.o024 v 7 - shall be ineffective, null and void, and shall constitute a material breach of this Agreement entitling City to any and all remedies at law or in equity, including summary termination of this Agreement. City acknowledges, however, that Consultant, in the 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. RIV #4830.6895-0024 vl -8- 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. 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 Gruen Associates 6330 San Vicente Blvd, Suite 200 Los Angeles, CA 90048 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. RIV #4830.6895-0024 v -9- SECTION 27. MODIFICATION OF AGREEMENT. On behalf of City, the City Manager shall have the power to administer and implement this Agreement, including making minor amendments and modifications hereto. No minor amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Manager. No major amendment to or modification of this Agreement, which is defined for purposes of this section to mean any amendment or modification which increases the amount of compensation due the Consultant pursuant to Section 4 [Compensation and Method of Payment] shall be valid unless made in writing and approved by the Consultant and the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. SECTION 28. WAIVER. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision nor a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this Agreement. SECTION 29. LAW TO GOVERN; VENUE. This Agreement shall be interpreted, construed and governed according to the laws of the State of California. In the event of litigation between the parties, venue in state trial courts shall lie exclusively in the County of Los Angeles, California. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in Los Angeles. SECTION 30. ATTORNEYS FEES, COSTS AND EXPENSES. In the event litigation or other proceeding is required to enforce or interpret any provision of this Agreement, the prevailing party in such litigation or other proceeding shall be entitled to an award of reasonable attorney's fees, costs and expenses, in addition to any other relief to which it may be entitled. SECTION 3i. 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. RIV 83 0-6895-0024 v -10- 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 ATTEST: rfi r R Mary Fla rick, City Clerk APPROVED AS TO S RM Eric S. Vail City Attorney GRUEN ASSOCIATES By: -1. i1 44 t , • u_+1. C Its: By. Ja" i ido, City Manager By: 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. RIV A4830-6895-0024 vl - 11 - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF L os 'l^9 ele 5 wko On Decem 6e,- 2.2 zoro before me, Roy p„ Bps, P.,hk2 personally appeared M{c[+aeI A.. Enorr�o+n proved to me on the basis of satisfactory evidence to be the person(e whose narnes(4 sues subscribed to the within instrument and acknowledged to me that l ho/thoy executed the same in is cr/thcir authorized capacity(ies), and that by 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: ROY DU60S Commission al 1874486 Notary Public - California Los Angeles County Mx Comm Expires Jan 21, 2014 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 E E CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER SIGNER 1S REPRESENTING: (NAME OF PERSON(S)OR ENTITY(IES)) Cc- r%.4 P ASsgcea-cleS Corso Services Aporreemeafi TITLE OR TYPE OF DOCUMENT 17 NUMBER OF PAGES 12-2.1- to DATE OF DOCUMENT Non e SIGNER(S) OTHER THAN NAMED ABOVE RIV #4830-6895-0024 vl EXHIBIT "A" Scope of Services RN #4830.68954024 v Table of Contents EXHIBIT "A" - SCOPE OF SERVICES AND RESPONSIBILITIES 4 A. Basic Services 4 B. Design Services -- TASK I: PRE-DE51GN PHASE 6 1. PROJECT INITIATION 6 2. DEVELOPMENT OF ARCHITECTURAL PROGRAM 7 3. SITE MASTER PLANNING 8 4. MEETINGS g 5. DELIVERABLES 9 6. PRESENTATION 10 7. PHASE CESSATION PROVISIONS 10 C. Design Services —TASK II: SCHEMATIC DESIGN PHASE 10 1. GENERAL REQUIREMENTS 10 2. VALUE ENGINEERING 11 3. SPECIFICATIONS 11 4. PROBABLE COSTS 12 5. MEETINGS 12 6. DELIVERABLES 12 7. PRESENTATION 13 B. PHASE CESSATION PROVISIONS 13 A-1 a D. Design Services —TASK 01: DESIGN DEVELOPMENT PHASE 13 1. GENERAL REQUIREMENTS 13 2, ELECTRICAL 14 3. CIVIL 15 4. LANDSCAPE DESIGNER 15 5. TRAFFIC ENGINEER 15 6. LIGHTING DESIGNER 15 7. VALUE ENGINEERING 15 8. SPECIFICATIONS 16 9. PROBABLE COST 16 10. MEETINGS 16 11. DELIVERABLES 16 12. PRESENTATION 17 13. PROJECT CESSATION PROVISIONS 17 E. Design Services — TASK IV: CONSTRUCTION DOCUMENT PHASE 17 1. Construction Documents (C/D) 30% stage 17 2. Construction Documents 60% stage 19 3. Construction Documents — 90% Stage 20 4. Constructabillty Review 21 5. Construction Documents (C/D) Final Stage 21 6. Construction Final Back -Check Stage 22 A -z 7. MEETINGS 22 8. Deliverables 23 F. Design Services —TASK V: BID & AWARD PHASE 23 G. Design Services — TASK VI: ADMINISTRATION AND CLOSE OUT PHASE 24 H. PROGRAM SCHEDULE 26 I. AMENDMENT 27 EXHIBIT "B" - COMPENSATION 1 A. BREAKDOWN OF FEES BY PHASE 1 B. INVOICE REQUIREMENTS 1 C. TOTAL COMPENSATION 1 EXHIBIT "C" - INSURANCE 1 A. Insurance Requirements 1 B. Other Provisions 2 C. Other Requirements 2 EXHIBIT "D" — MASTER SCHEDULE 1 A-3 EXHIBIT "A" - SCOPE OF SERVICES AND RESPONSIBILITIES A. Basic Services 1. Determine the agencies that have jurisdiction over the area ofworkand coordinate with and implement the requirements of the regulatory agencies. 2. Contract for or employ at CONSULTANT'S expense, SUB -CONSULTANTS to the extent deemed necessary for completion of the Project including: architects; electrical/lighting, civil engineers, traffic engineer, mechanical and plumbing engineer, landscape architects (and others as necessary) licensed as such by the State of California. The names of said SUB -CONSULTANTS shall be submitted to the CITY for approval prior to commencement of work. The CITY reserves the right to reject the use of any SUB - CONSULTANT. Nothing in the forgoing procedure shall create any contractual relationship between the CITY and any SUB -CONSULTANTS employed by the CONSULTANT under terms of this Agreement. 3. Agree to exercise usual and customary professional care in its efforts to comply with all laws and regulations which apply to work of this Agreement. 4. Cooperate with other professionals employed by the CITY for the design, coordination or management of work related to the Project. The CITY has retained the services of a Construction Manager (CM) to act as a "CITY'S Representative" in an advisory capacity on the project. In providing the Construction Manager's Services described in this Agreement, the CM shall not assume any of the responsibilities or duties of the CONSULTANT or the SUB -CONSULTANTS. The CONSULTANT remains solely responsible for the contents of design drawings and design documents. 5. Attend coordination meetings during the entire design phase with SUB - CONSULTANTS. CONSULTANT shall invite the CITY and/or its representative to participate in these meetings. CONSULTANT shall keep a separate log to document design/coordination comments generated in these meetings. A-4 6. Review subsoil data, and other information furnished to CONSULTANT pursuant to this Agreement and advise the CITY whether such data are sufficient for purposes of design, or whether additional data are necessary. 7. Be responsible for the professional quality, technical accuracy and the coordination of all studies, reports, projections, master plans, designs, drawings, specifications and other services furnished by consultant under this Agreement. CONSULTANT shall, without additional compensation, correct or revise any errors or omissions in its studies, reports, projections, master plans, design, drawings, specifications and other services. 8. If desired by the CITY and agreed to by the CONSULTANT, CONSULTANT shall provide other required services to determine such compliance not specifically identified and included In the scope of this Agreement through an amendment to this Agreement, as an additional service. 9. Provide services required to obtain approval from the local and federal agencies having jurisdiction over the Project. 10. Review the existing grading, drainage, horizontal control, and utility infrastructure plans to assist in preparation of the new design drawing for this project. The services described in thls Subparagraph shall be provided by a professional civil engineer, registered in the State of California, who is to subcontract with the CONSULTANT. 11. CONSULTANT to document the location of existing utility lines, telephone, water and sewage, etc., within the limits of the CITY property. The CITY will provide all existing drawings and plans in its possession. CONSULTANT shall use the existing drawings and plans from the CITY as well as seek out any other relevant information from other agencies to validate the capacity of all existing project utilities. 12. Maintain a log of all meetings, site visits, and discussions held in conjunction with the work of this Project, with documentation of major discussion points, observations, decisions, questions or comments. These shall be furnished to the CITY and/or their representative for inclusion in the overall project documentation. A-5 13. Utilize the standardized filing system as established by the CITY. 14. CONSULTANT is not responsible for: a. Ground contamination or hazardous material analysis b. Any asbestos testing, design or abatement c. Environmental impact report d. Historical significance report e. Soils investigation f. Geotechnical hazard report g. Topographic survey Neither the CITY's review, approval of, nor payment, for any of the services required under this Agreement shall be construed to operate as a waiver of any rights under this Agreement, and consultant shall remain liable to the CITY in accordance with applicable Iaw for all damages to the CITY caused by CONSULTANT'S failure to perform any of the services furnished under this Agreement. B. Design Services — TASK I: PRE -DESIGN PHASE 1. PROJECT INITIATION Upon final execution of the Contract with the CITY, the CONSULTANT shall: a. Immediately after execution of the contract, meet with the CITY and their representatives to prepare a detailed task analysis and work plan for documentation in a computer generated project schedule. The CITY will incorporate the consultant's provided data within the master program schedule for the project. This task analysis and work plan will identify specific tasks including, but not limited to: management communication system with CM and all design SUB -CONSULTANTS, interviews, data collection, required CITY filing standards, analysis, report preparation, planning, Architectural programming, conceptual design preparation for schematic phase, and estimating that are part of the work of the Project. Also identified will be milestone activities or dates, specific task responsibilities, required times for completion and additional definition of deliverables. This detailed work plan must comply with or compress the attached master schedule. A-6 ov b. Review the developed work plan with the CITY and their representatives to familiarize them with the proposed tasks and schedule and develop necessary modifications, including integration into the master schedule. c. Participate in a general Project kick-off meeting to include the CONSULTANT'S appropriate SUB -CONSULTANTS, and CITY staff. At the project kick-off meeting, participants will: i. Introduce key team members from the CITY and the CONSULTANT to each other defining roles and responsibilities relative to the Project. ii. Identify and review pertinent information and/or documentation necessary from the CITY for the completion of the Project. iii. Review and explain the overall project goals, general approach, tasks, work plan and procedures and deliverable products of the Project. iv. Review and explain the task analysis and project work plan for all parties present; determine any adjustments or fine tuning that needs to be made to the work plan. v. Review documentation of the project kick-off meeting prepared by the CITY's representative and comment prior to distribution. 2. DEVELOPMENT OF ARCHITECTURAL PROGRAM Perform pre -design investigations to establish appropriate guidelines around which and within which the Project is to be designed. Identify design issues relating to functional need, directives and constraints imposed by regulatory codes. a. Provide a design information check list identifying critical issues affecting project completion and certification; significant site considerations; applicable planning and zoning requirements; applicable code requirements; applicable fire and life safety requirements; and water runoff requirements; electrical power service and requirements. b. Validate documents that were provided as part of the RFQ/RFP as well as boundary surveys and layouts provided to CONSULTANT by CITY. c. Investigate underground and overhead utilities (all utilities) and design in coordination with the utility companies for gas, water, sewer, storm water, telephone, cable, fire, etc. A-7 d. Perform Condition Assessment of the entire area within the Project boundaries and submit a Condition Assessment Report that includes, but is not limited to, methods used to assess existing conditions, photos of specific areas of interest, narrative, etc. e. Conduct Architectural program meeting with the CITY. f. Develop probable construction cost for the Project; probable costs are to be based on the developed functional Architectural programs as approved by the CITY. Probable costs prepared by the consultant; i. All costs are to be based on current bid prices, with escalation rate and duration clearly identified as a separate line item; rate of cost escalation and projected bid and construction dates are to be as approved by the CITY and their representatives. ii. Contingencies for design, bidding or construction, If included in the probable costs, are to be included as individual line items, with the percentage and base of calculation clearly identified. iii. All construction probable costs developed per the above should additionally be presented and summarized by the Construction Specification Institute (CSI) category for the project. iv. One week prior to the submittal of documents, the consultant's proposed cost format must be submitted to the CITY for review and approval. v. Sub -consultants shall participate in the progress meeting as appropriate and shall provide input and feedback into the development of the probable cost. 3. SITE MASTER PLANNING Prepare a new Master Site Plan configuration for the proposed work. The development of this new Master Site Plan should incorporate or be based upon completion of the following tasks; a. Assist the CITY conducting initial, intermediate and final community meetings to solicit feedback, comments, and concerns from the community. b. Document and take into consideration existing physical characteristics of the proposed site such as topography, drainage, plant coverage, views to and from the proposed site, current site usage and potential for future development. A-8 c. Analyze the proposed site existing conditions relative to potential effect on master planning circulation, access, parking, constructability, businesses and future development potential. d. Develop a Master Site Plan showing in detail the temporary construction safety measures for safe traffic movement during each phase of construction. e. Consultant to provide a minimum of three design schemes during the Site Master Planning and the Schematic Design phases. Consultant shall present the three design schemes to the Ad -Hoc Committee before completion of the two phases. Only one scheme will need to be submitted as deliverables. 4. MEETINGS During the Pre -Design Phase, it is anticipated meetings will be convened biweekly between the CITY and the CONSULTANT. These meeting will not exceed one day in duration and will be held in Temple City Hall. Decisions made at such meetings and subsequently approved by the CITY shall be binding, Any revisions or reconsiderations of such decisions shall constitute a change in the scope of services of the CONSULTANT. In the event of any delay in the progress of the scheduled design work the meetings may be convened weekly as necessary to maintain timely progress of the design services. 5. DELIVERABLES CONSULTANT shall provide to the CITY the following quantities of materials resulting from the work of the Project: Copies: Six (6) -- of Condition Assessment Report Six (6) - of Functional and Architectural Program Report. (Include a comparison between developed program and "model" program; include narrative explaining any substantial deviations). Six (6) - of Master Site Plan Six (6) - Itemized Probable Cost and design budgetary cost estimate One (1) - copy of Design Information Checklist Six (6) - of the collected meeting notes, notes, visit or telephone reports, interview minutes or notes, and summary correspondence One (1) — scanned pdf electronic version of each of the above deliverables A-9 3d rendering where it become necessary to portray the design idea 6. PRESENTATION CONSULTANT along with his SUB -CONSULTANT shall present and review with the CITY and the City Council the summary and detail of the work mentioned above. 7. PHASE CESSATION PROVISIONS Upon completion and review of the functional and Architectural program and master site planning, no further work shall be done unless and until the CITY has approved the completed work for Design Services Task 1 and has given a written Notice to Proceed to CONSULTANT for Design Services Task I1. C. Design Services — TASK II: SCHEMATIC DESIGN PHASE Upon written authorization from the CITY to proceed with the Schematic Design Phase, The CONSULTANT shall prepare for the CITY's review a Schematic Design Study for all disciplines to include the following: 1. GENERAL REQUIREMENTS a. Scaled street plans showing all intersections, driveways, entrances, features and their relationships. b. Site plan with minimum one (1) foot contour grade intervals. All major site development, such as paving, utilities and facilities shall be shown, including, but not limited to, City's property lines, existing structures, and walls and fences. The information provided on the drawing shall include all structure and infrastructure within seventy five (75') feet outside of the project construction limits on all sides. c. Identify code requirements. d. As needed, structural drawing for the Road bed and street pavements. e. Mechanical and plumbing: for any possible infrastructures that may impact the project. f. Coordinate with local utility companies to exchange information and coordinate drawing for street light design, traffic and pedestrian signals. A-10 g. Development of site utility systems such as electrical, sewer, gas, water, storm drain, telephone, cable and fire hydrants. h. Identify surface improvements including roadways, hardscapes, pedestrian sidewalks, parking preliminary rmish grades and drainage. i. Development and coordination of landscape design concepts entailing analysis of existing conditions and proposed components. Include location and description of planting, ground improvements and visual barriers. Confirm availability of selected materials. j. Development and coordination of design for street lighting, pedestrian cross walks, pedestrian signal lights, traffic signals and roadway safety issues entailing analysis of existing conditions and proposed components. Include location and description of the existing and proposed components and coordinate with manufacturer. k Development and coordination of public art concepts entailing analysis of potential locations and renderings of options and proposed components. 1. Consultant to provide a minimum of three design schemes during the Schematic Design phases. Consultant shall present the three design schemes to the Ad -Hoc Committee before completion of the this phase. Only one scheme will need to be submitted as deliverables. 2. VALUE ENGINEERING Value analysis shall be applied to all components of the schematic design to optimize value to the CITY. Note that value is added when function is increased or cost is decreased and that the CITY does not generally consider value engineering to mean reducing or removing scope. Optimized items shall be included in the statement indicating changes made to the program/master plan. 3. SPECIFICATIONS Specifications; for all disciplines: Outline specifications of proposed work for all disciplines (CONSULTANT'S and SUB -CONSULTANTS' work) and their criteria and quality standards. Investigate, select, and coordinate specified items with manufacturer and confirm availability of item. A-11 4. PROBABLE COSTS a. Schematic Probable costs: This probable cost consists of unit cost applied to the major items and quantities of work. The unit cost shall reflect the complete direct current cost of work and include life cycle cost analysis. Complete cost includes labor, material, waste allowance, sales tax and subcontractor's mark-up. b. General conditions shall be applied separately. This probable cost shall be prepared by specification section and summarized by the specification category. c. The probable cost format shall be submitted to the CITY for review and approval prior to acceptance. d. Escalation: All probable costs shall be priced out at current market conditions. The probable costs shall incorporate all adjustments as appropriate, relating to mid -point construction, contingency, and cost index. 5, MEETINGS During the Schematic Design Phase, it is anticipated meetings will be convened biweekly between the CITY and the CONSULTANT. These meeting will not exceed one day in duration and will be held in Temple City Hall. Decisions made at such meetings and subsequently approved by the CITY shall be binding. Any revisions or reconsiderations of such decisions shall constitute a change in the scope of services of the CONSULTANT. Consultant to provide a minimum of three design schemes during the Site Master Planning and the Schematic Design phases. Consultant shall present the three design schemes to the Ad -Hoc Committee before completion of the two phases. Only one scheme will need to be submitted as deliverables. 6. DELIVERABLES Copies: Six (6) - Schematic Design Package submittal with alternatives (package should include plan sheets, design renderings, and specification outline) Four (4) - Itemized Probable Cost and design budgetary cost estimate Two (2) - statement indicating changes made to the program/master plan Two (2) - Project file, including correspondence, meeting notes, etc. to date. One (1) - scanned pdf electronic version of each of the above deliverables A-12 3d rendering where it become necessary to portray the design idea 7. PRESENTATION CONSULTANT along with his SUB -CONSULTANTS shall present and review with the CITY the detailed Schematic Design. The schematic design studies shall be revised within the program parameters until a final concept has been accepted and approved by the CITY at no additional cost to the CITY. The final schematic design may have to be presented at up to Three (3) community meetings as well. 8. PHASE CESSATION PROVISIONS Upon completion of the schematic design study, the CITY shall have the right to terminate this Agreement upon written notice of such termination to consultant. The CITY shall pay the consultant only the fee associated with the services provided under the Schematic Design Phase. D. Design Services -- TASK III: DESIGN DEVELOPMENT PHASE Upon written authorization by the CITY to proceed with the Design Development Phase, consultant shall prepare from the Schematic Design Phase documents approved by the CITY, Design Development Phase documents including, but not limited to, the following: 1. GENERAL REQUIREMENTS Architect and all other disciplines (CONSULTANT and SUB -CONSULTANTS work): a. Streetscape layouts including scaled, dimensioned plan elevations and renderings for the street and its components including, but not limited to, landmark features, south and north entries to Temple City, railroad underpass, treatment at open channel, billboards and signage, street lighting, landscape lighting, landscape irrigation, drainage, sustainability measures, sidewalks, curb ramps, transit stops, rest areas, tree pIantin& median islands, improvement to underground and overhead utilities, crosswalks, accent nodes, city entry and exit signs, traffic signals, traffic sign posts, business signs and billboards, public arts, transit shelters, street furniture, bulb -outs, sump pump at rail road overpass, and other design ideas such as bike lanes, newpaper stands, traffic control, cameras, etc. A-13 b. Scaled cross road sections showing dimensional relationships, materials and component relationships. c. Address any issues related to residential and commercial property entrances and exits. d. Identification of all fixed equipment to be installed in contract. e. Plan to be completely drawn with beginning notes and dimensions including grading and paving. f. Preliminary development of detailed layout plans and large-scale blow-ups for treatment of special locations and issues. g. Legend showing all symbols used on drawings. h. Plans identifying all major equipment and furniture. i. Further refinement of Schematic Design (SD) outline specification for architectural, and all engineering design work, and landscape manuals, systems and equipment. Provide samples for materials and finishes. j. Lighting plans and specification for the street, showing: (work to be coordinated with SCE) (i) Light fixtures options (ii) Power plan (iii) installation detail and sections 2. ELECTRICAL a. All lighting fixtures should be located and scheduled showing all types and quantities of fixtures to be used, including proposed lighting levels. b. All major electrical equipment at point of connections should be scheduled indicating size and capacity. c, Complete electrical distribution including a one line diagram indicating point of connections, communications, controls; (high and low voltage) motor control centers, panels, transformers and emergency generators, if required. d. Legend showing all symbols used on drawings. e. More developed outline specifications indicating quality level and manufacture. A-14 3. CIVIL a. Further refinement of Schematic Design (SD) development of site utility systems for sewer, water, storm drain, gas, and fire water. Includes pipe sizes, materials, invert elevation location and description of manholes, clean outs, hookups, bedding and installation details. b. Further refinement of SD drawing related roadways, sidewalks, bulb outs, parking, medians, cross walks, transit stops and shelters, rest area furniture, entry and exiting locations, driveways, curb and gutters, storm drainage improvements and ADA path compliance issues. Include details and large scale drawings of curb and gutter, manhole, thrust blocks, paved parking and roadway sections. c. Structural drawing with all major members located and sized as they may apply to some of the elements on the street such as road bed and possible retaining wall modifications, d. Preliminary specifications. 4. LANDSCAPE DESIGNER Further refinement of Schematic Design concepts. Includes coordination of hardscape, landscape planting, ground cover, and irrigation main distribution lines. 5. TRAFFIC ENGINEER Further Development and coordination of design for pedestrian cross walks, pedestrian signal lights, traffic signals and roadway safety issues. Include specification for the proposed components. Identify and coordinate the layout of the proposed components with the CITY's Traffic Engineer. 6. LIGHTING DESIGNER Provide plan and specification for the street lighting selection and alternatives such as energy saving options. 7. VALUE ENGINEERING Value analysis shall be applied to all components of the design development to optimize value to the CITY. Note that value is added when function is increased or cost is A-15 decreased and that the CITY does not generally consider value engineering to mean reducing or removing scope. Note also that the value analysis shall take into account value of existing facilities and shall utilize life -cycle optimization. Optimized items shall be included in the statement indicating changes made to the program/master plan. B. SPECIFICATIONS Specifications: for all disciplines: Outline specifications of proposed work for all disciplines (CONSULTANT'S and SUB -CONSULTANTS' work) and their criteria and quality standards. Investigate, select, and coordinate specified items with manufacturer and confirm availability of item. CITY will provide general condition specification and supplementary conditions. 9. PROBABLE COST Design Development Probable Cost: This probable cost shall be prepared by specification section, summarized by specification category. The probable cost shall include individual item unit costs of materials, labor and equipment and include an updated life cycle cost analysis. Sales tax, contractor's mark-ups, and general conditions shall be listed separately. 10. MEETINGS During the Design Development Phase it is anticipated meetings will be convened biweekly between the CITY and the CONSULTANT to address specific design issues and to facilitate the decision making process such meeting shall not exceed one day in duration and will be held in the CITY office. Documented decisions made at such meetings and subsequently approved by the CITY shall be binding. Any revisions or reconsiderations of such decisions affecting program, master plan and schematic design shall constitute a change in the scope of services of the consultant. CITY and consultant shall schedule progress meetings to coincide with the consultant's coordination meeting. In the event of any delay in the progress of the scheduled design work the meetings may be convened weekly as necessary to maintain timely progress of the design services. 11. DELIVERABLES A-16 Copies. Three (3)- prints of plan drawings from all professional disciplines necessary to deliver the project Four (4) - Outline Specifications (finalized) Four (4) - Itemized Probable Cost and design budgetary cost estimate Two (2) - Permit File, including all correspondence, meeting notes, etc. to date One (1) — scanned pdf electronic version of each of the above deliverables 3d rendering where it become necessary to portray the design idea 12. PRESENTATION CONSULTANT along with his SUB -CONSULTANTS shall present and review with the CITY the detailed fully developed design. This final concept must be accepted and approved by the CITY or revised by CONSULTANT for acceptance at no additional cost to the CITY. The design may have to be presented at up to three (3) community meetings as well. 13. PROJECT CESSATION PROVISIONS Upon completion of the design, the CITY shall have the right to terminate this Agreement upon written notice of such termination to consultant. The CITY shall pay the consultant only the fee associated with the services provided under the Design Development Phase. E. Design Services — TASK IV: CONSTRUCTION DOCUMENT PHASE Upon written authorization from the CITY to proceed with the Construction Documents Phase, consultant shall prepare from Design Development Phase Documents approved by the CITY, Construction Document (complete working drawings to include all design disciplines) consisting of the following items below. Prepare construction documents in compliance with the appropriate applicable building codes, ordinances and other regulatory authorities. 1. Construction Docnnnents (C/D) 30% stage a. Architectural; A-17 i. Site plan developed to show component location, all topographical elements and if applicable existing/proposed contour lines. ii. Cross sections and plans corrected to reflect design development review comments. Architectural details and large blow-ups. iv. Well -developed component schedules. v. Site utility plans started. vi. Fixed equipment details and identification started. vii. Street plans coordinated with all other disciplines. b. Electrical and Lighting: 1. Distribution information on all power consuming equipment; lighting and device branch wiring development should be started. 11. All electrical equipment schedules should be started. Special system components should be approximately located on plans. iv. Street Lighting, power, signal and communication plans should show all controls. Fixture schedule and lighting detail development should be started. c. Civil: 1. All site plans, site utilities, parldng and roadway systems updated to reflect update revisions from Design Document. 11. Structural plans and sections with detailing well advanced. iii. Miscellaneous Structural footing and foundation plans as needed, with detailing. iv. Completed cover sheet with general notes, symbols and legends. d. Landscape: All landscape, hardscape and irrigation plans updated to reflect update revisions from Design Documents. e. Probable cost: Update and refine the Design Development Phase Probable cost. f. Specifications: 1. Virtually complete development and preparation of technical specifications describing materials, systems and equipment, workmanship, quality and performance criteria required for the construction of the Project. A-18 Where articles, materials and equipment are identified by brand names, at least two names shall be used, and such names shall be followed by the words "or approved equal" in accordance with Public Contract Code, Section 3400. Specifications shall not contain restrictions that will limit competitive bids other than those required for maintenance convenience by the CITY. ii. Coordination of the development of specifications by other disciplines. Specification shall be in either CSI or Greenbook format. 2. Construction Documents 60% stage a. Architectural: i. Nearly complete site plan. ii. Nearly complete plans, elevations and sections. ill. Architectural details and large blow-ups near completion. iv. Fixture schedules nearly complete, including most details. v. Site utility plan nearly complete. vi. Fixed equipment details and identification nearly complete. vii. Provide Finish Schedule (with the exceptions of colors) identifying type of material. Architect to recommend color selection for approval by the CITY. viii. All equipment catalog cuts. b. Electrical and Lighting: i. Lighting, power, signal plan(s) should reflect all switching and controls. Fixture schedule(s) should be near completion. ii. Distribution information on all power consuming equipment; lighting and device branch wiring should be near completion. iii. All electrical equipment schedules should be near completion. iv. Special system components should be located on plans. c. Civil: i. All site plans, site utilities, and roadway systems updated to reflect update revisions from 30% CD's. ii. Completed structural plans and sections with advanced A-19 detailing. d. Landscape: All landscape, hardscape and irrigation plans updated to reflect update revisions From 30% CD's and be nearly completed. 3. Construction Documents — 90% Stage a. Architectural: i. Completed site plan. ii. Completed plans, elevations and sections. iii. Architectural details and large blow-ups completed. iv. Fixture schedules completed, including all details. v. Site utility plans completed. vi. Fixed equipment details and identification completed. b. Electrical and Lighting: i. Lighting and power plan should show all switching and controls. Fixture schedule and lighting details should be completed. ii. Distribution and efficiency information on all power consuming equipment, including lighting, power, signal and communication device(s) branch wiring completed. iii. All electrical equipment schedules completed. iv. Special system components plans completed. v. Electrical load calculations completed. c. Civil: i. All site plans, site utilities, and roadway systems completed. ii. Structural plans and sections with detailing completed. Structural calculations completed. d. Probable Cost: Update and refine the 30% Construction Document Probable cost. e. Specifications: 1. Complete development and preparation of technical specifications describing materials, systems and equipment, workmanship, quality and performance criteria required for the construction of the Project. A-20 Where articles, materials and equipment are identified by brand names, they shall be followed by the words "or approved equal" in accordance with Public Contract Code, Section 3400. Specifications shall not contain restrictions that will limit competitive bids other than those necessary for CITY maintenance requirements that to be coordinated with the City's maintenance and operation division for adequacy and compliance. At one hundred percent (100%) review, the specification shall comply with all applicable funding restrictions, if any, in addition to pubic contract code and shall be reviewed by the CITY and corrections made as directed at no cost to the CITY. ii. Coordination of the development of specifications by other disciplines. iii. Specifications shall be in CSI format or Greenbook format. 4. Constructability Review In addition to Quality Control measures by CONSULTANT, the CITY will conduct a Constructability Review (CR) at the 90% design stage, prior to submission to jurisdictional approvals. CR shall be performed using on-line system for the CITY to post comments on the construction documents to the consultant and its team members. CONSULTANTS and Its team members shall review and respond to all comments on-line, and shall be responsible for incorporating all valid comments into a revised set of documents. CONSULTANT and its team members will be responsible to attend a CR-reconciliation meeting. The CITY may perform a back check on the revised documents, which may produce a second set of comments, which to which CONSULTANT shall respond to all valid comments. By performing the reviews described herein, the CITY/their agent/ representative is not acting in a manner so as to assume responsibility or liability, in whale or in part, for all or any part of the Project design and design documents, The CONSULTANT remains solely responsible for the contents of design drawings and design documents. 5. Construction Documents (C/D) Final Stage A-21 CONSULTANT shall add selected bid alternates into the construction and bid documents at this time. CONSULTANT is responsible for and shall provide coordination and submission of the complete construction documents (including all design disciplines) to jurisdictional agencies. The construction document final stage shall be for the purpose of the consultant incorporating all Regulatory Agencies' comments into the drawings, specifications, and probable cost. All corrections made by the consultant during this stage should be at no additional cost to the CITY. The final contract documents delivered to the CITY upon completion of the consultant's work shall consist of the following: a. Drawings: Original tracings of all drawings on consultant's tracing paper with each consultant/sub-consultant's State license stamp. b. Specifications: Original typed complete and finalized technical specifications on reproducible masters in CSI or Greenbook format. c. Update and refine the sub -consultant's completed Construction Documents. G. Construction Final Back -Check Stage Make corrections as required, to reflect regulatory agencies' final back -check comments into the drawings, specifications and probable cost. All such corrections will be made at no cost to the CITY. Upon written approval by the CITY that the documents are complete, consultant shall provide to the CITY a set of completed construction documents including the original sealed drawing (Architectural and Engineering professional seal) and specification as weIl as other pertinent documents for this project. Reproduction of the contract documents for distribution to bidders will be provided by the CITY. Electronic copy of the originals (DWG format) and the sealed PDF copy of the construction documents (DVD) including the specification and other pertinent material shall be submitted to the CITY. 7. MEETINGS During the Construction Document Phase it is anticipated that biweekly progress meetings will convene to address specific design issues and to facilitate the decision making process such meeting shall not exceed one day in duration and will be held in the CITY office. Documented decisions made at such meetings and subsequently approved by A-22 the CITY shall be binding. Any revisions or reconsiderations of such decisions affecting program, master plan, schematic design and design development shall constitute a change in the Scope of Services of the consultant. 8. Deliverables a. Copies Four (4) - Thirty percent (30%) submittal - one (1) reproducible and three (3) prints of the Thirty percent (30%) working drawings, three (3) specifications, and three (3) probable costs. Four (4) - Sixty percent (60%) submittal - one (1) reproducible and three (3) blue line prints of the sixty percent (60%) working drawings and three (3) sets of equipment cut sheets. Two (2) - Statement of requirements for testing and inspection of service for compliance with construction documents and applicable codes. Submitwith 60% and 90% (constructability package) CD submittal. Four (4) - One hundred percent (100%) submittal - one (1) reproducible and three (3) prints of the one hundred percent (100%) working drawings, three (3) specifications, one (1) engineering calculations and three (3) probable costs. Two (2) -- Regulatory Agencies file including all correspondence, meeting, back check comments, checklists, etc. to date. (Submit with 100% CD submittal). b. A statement at each stage of CD review indicating any authorized changes made to the program from the last submittal and the cost impact of such changes on the previously approved Construction Budget. If no changes occur, but shifts of costs occur between disciplines, identify for CITY review. (Submitwith all submittals, 30%, 60%, and 100%). F. Design Services — TASK V: BID & AWARD PHASE The development of the bidding procedure and the general condition of the construction contract shall be the joint responsibility of the CITY and the CONSULTANT. A-23 While the Project is being advertised for bids, all questions concerning intent shall be referred to the CITY for screening and subsequent processing through the CONSULTANT. In the event that items requiring interpretation of the drawings or specifications are discovered during bidding period, said items shall be analyzed by the CONSULTANT for decision by the CITY as to the proper procedure required. Corrective action taken will be in the form of an addendum prepared by the CONSULTANT and issued by the CITY. The consultant shall ensure that the Bid and Award documents will meet all funding requirements for this project. In addition to responding to questions and preparing bid addenda, CONSULTANT shall attend bid job walks and attend bid opening conference. G. Design Services — TASK VI: ADMINISTRATION AND CLOSE OUT PHASE The consultant's responsibility to provide basic services for the Construction Phase under this Agreement commences with the award of the Contract for Construction and terminates at the earlier of the issuance to the CITY of the final Certificate for Payment or sixty (60) days after the date of completion of the final construction phase. The consultant will receive written notification of the award of a construction contract. Upon receiving such written notification, the CONSULTANT shall proceed with the services required by the Construction Administration Phase of this Agreement. 1. CONSULTANT shall attend the Preconstruction Conference. 2. During construction, the CONSULTANT shall furnish all necessary additional drawings for requests for information, for supplementing, clarifying and/or correcting purposes, and for change orders required. Such drawings shall be requested in writing from the CONSULTANT by the CITY and shall be at no additional cost unless designated as an additional service to the CITY. Drawings and contract wording for change orders shall be submitted to the CITY for duplication and distribution. 3. CONSULTANT shall address any and all design issues that involve jurisdictional agencies. 4. CONSULTANT shall review and approve or take other appropriate action upon contractor's submittals such as: shop drawings, project data, samples and change orders, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. A-24 The CONSULTANT'S action shall be taken within fourteen (14) calendar days so as to cause no unreasonable delay in the work or in the construction of the project. Unless approved otherwise by the City or their representative in writing, in no case shall the review period associated with a single, particular submittal exceed fourteen (14) calendar days from the receipt by the CONSULTANT. 5. During the course of construction, all Requests for Information must be responded to In a most expeditious manner so as not to impact and delay the construction progress. CONSULTANT shall endeavor to respond to each RFI within three (3) days. Unless approved otherwise by the City or their representative in writing, in no case shall the response period associated with a single particular RFI exceed five (5) days. 6. Drawings or change orders required due to actions of the CITY which are beyond the scope of the CONSULTANT'S responsibilities, shall be considered extra services. Consultants will not be entitled to any fee increase associated with construction change order costs that are resulted from the error and omission of the drawings. 7. Consultant shall attend the weekly progress meeting for duration of the project, indicated in the attached Preliminary Master Schedule, to visits the job site for on - site review of the project construction. The schedule of these visits shall be coordinated with the CITY. The purpose of these visits is to interpret or clarify in the Contract Documents and to monitor and provide feedback on the progress of the Project. Consultant shall bring to the attention of the CITY and their representative, in writing to guard the CITY against, but does not assure against, any defects or deficiencies in the work by the CITY'S construction contractor which the CONSULTANT may observe, 8. CONSULTANT shall visit the site at intervals appropriate to the stage of construction or as otherwise agreed by the CITY and CONSULTANT in writing to become generally familiar with the progress and quality of the work completed and to determine in general that the work is being performed in a manner that the work when competed will be in accordance with the Contract Documents. However, the consultant shall not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work. On the basis of on -site observations as an architect, the CONSULTANT shall keep the CITY informed of the progress and the quality of the work, and shall endeavor to guard the CITY against defects and deficiencies in the work. However, the consultant shall not be a guarantor of the contractor's performance. A-25 ok 9. Prepare "Record Drawings" on the original bid documents (from contractor's red -lined as -built) to record changes made during the construction project based upon information provided by the CITY'S construction contractor and changes by change orders. An electronic copy (pdf and CAD versions) of these "Record Drawings" along with two hard copies shall be delivered to the CITY at completion of the construction and shall be a condition precedent to the CITY's approval of the consultant's final payment 10. The consultant shall not be responsible for, nor has control or charge of, construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Project, and shall not be responsible for contractors' failure to carry out work in accordance with the Contract Documents. The CONSULTANT shall not be responsible for, nor have control over, the acts or omissions of the contractors, subcontractors, any of their agents or employees, or any other persons performing any work. 11. CONSULTANT shall review final close out documents from contractor, including, but not limited to, equipment and operation and maintenance manuals and a complete set of warranty documents for all equipment and installed systems. 12. CONSULTANT and SUB -CONSULTANTS shall attend the punch list walk and prepare his own punch list and submit list to CITY within 3 days of the punch list walk. 13. CONSULTANT and SUB -CONSULTANTS shall attend the punch list verifications walk with contractor and be prepared to initial items on list to indicate that the issues have been addressed In accordance with the Contract Documents. 14. CONSULTANT shall address any close out Issues with jurisdictional agencies involved in the Project. 15. CONSULTANT shall provide a complete project file to the CITY, including all correspondence, meeting notes, back check comments, checklists, inspection affidavits, etc. to the CITY at acceptance. This project file shall include a final report for all disciplines which shall include, but is not limited to, narrative explanations of the work performed, before and after pictures of the work, etc. H. PROGRAM SCHEDULE Program Schedule shall adhere to the Master Schedule that was part of the RFP and be provided and attached to this agreement (Exhibit "A") by the selected design consultant. A-26 m AMENDMENT The Scope of Services, including services, work products, and personnel, are subject to change by mutual Agreement. Mutually agreed to changes to the Scope of Services shall be made in compliance with Section 27 of the Agreement. In the absence of mutual Agreement regarding the need to change any aspects of performance, Consultant shall comply with the Scope of Services as indicated above. END OF Exhibit "A' A-27 EXHIBIT "B" Compensation RIV #4830-61195-0024 v1 EXHIBIT "B" - COMPENSATION A. BREAKDOWN OF FEES BY PHASE In addition to the hourly rates, the Consultant shall use the following table for the breakdown of proposed fee on the provided Services: 1. Pre Design Services 2. Schematic Design Services 1 3. Design Development Services 1q� 4. Submission of Construction Documents at 30% la% 5. Submission of Construction Documents at 60% ,1Q%. 6. Submission of Construction Documents at 10Q96 7. Agency Review and Approval 8. Bid&Award Ha 9. Construction Phase Services 10. Project Close Out Services B. INVOICE REQUIREMENTS The Citywill compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: 1. Line items for the work performed and the percentage completed for every portion of work related to the consultants. 2. Reimbursable costline items (if applicable) for all supplies charged to the Services. 3. Reimbursable costline items (if applicable) for all travel charged to the Services. 4. Reimbursable cost line items (if applicable) for all equipment charged to the Services. S. Reimbursable cost line items (if applicable) for all materials charged to the Services. 6. Reimbursable costline items (if applicable) for all subcontractor labor, supplies, equipment, materials, and travel charged to the Services. 7. Provide backup invoices, bill of sales, and receipts for all reimbursable cost line items. C. TOTAL COMPENSATION The total compensation for the Services shall not exceed $907,033, as provided in Section 4 of this Agreement. END OF EXHIBIT "B" B-1 J EXHIBIT "C" Insurance RIV #4830.6843•-0024 vI 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: (a) insurance Services Office form Commercial General Liability coverage (Occurrence Form CG 0001). (b) 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. (c) 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. (d) 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 tsurance. Consultant shall maintain limits of insurance no less than: (a) General Liability: $1,000,000 general aggregate for bodily injury, personal injury and property damage. (b) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. A combined single limit policy with aggregate limits in an amount of not less than $2,000,000 shall be considered equivalent to the said required minimum limits set forth above. (c) 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 (d) Professional Liability: $1,000,000 per occurrence. c-1 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 Coverage. (a) City, and its respective elected and appointed officers, officials, and employees and volunteers are to be covered as additional insured 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. (b) 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. (c) 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. (d) 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. 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. C-2 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 or to fulfill the indemnification provisions and requirements of this Agreement. END OF EXHIBIT "C" (not including the attachment) C-3 EXHIBIT "0" - MASTER SCHEDULE update #3- Data Date OZDEC1O- attached 2pages D-1 J 1 1000 Temple Clty Profeet Mesta SDy8AUG10 ]SMAR13 20011010 1.1 1010 10211 1030 Protect Sto ut -Up SUP OBiai Prime Has h Ruth= SalUp Ca1plerSyda1 SABOMaaGe1011k6S WAB ValkFara L 1.8610. L 0. 18J►UG'I O 13.1 0 SBAUGIOA D 1EAIJ610A 20AU010A 26011310 A 1.12 1. 1.3 1040 0 18AU1310A 70AUG10A 1.5,4 1050 0 11%1E10A 20i41K310A • OPIcp? r 1 ' { E r IOW* Mk. RrausSime. le dnurvi. 11111» 07R311.11116011 1 . ii .Fo ut mil Giant den o neezi aW.Fernsa 1,2 1080 1070 Pre.Gesl gn Phase Coda Mader Fiat Sdst);Yrt A11 4n RepoliihepaoOat Ede%Report-WA DO %) 11 33AUG40 21 Dr eg 0 15610'10 A S1kiUli10 A 09%EP10 A 0 12.1 0' Z3AUG1OA 1.2.1.1 1010 0 2OAU010A 0 OOAIJDII A 12.12 1000 1.4. 1.5 1100 0 105EPID A IOBEP1Q A 1. 2. 1A 11111 Fibs Rapol D 130EP10A 150EP10 A 1.2.2 1120 Dodge Plolaad Mahe ahe RFG 11FP Pregora bari 14' 16SEP10A 210EC10 0 12 .21 1130 65 0' 1EP10A 010CT10A 122.1.1 1140 Identify DwaneF0111 (5 In 10 Flaw) FIFO/ RFP Praparaed r Wet Q 1656P10 d 245EP10 A 23SEPTOA 1.2.2.12 1150 Of oc rio A 12.2.2 1160 WO!RFP ACvalb,Xl 0 D4OCTIO A 060CT1a A 1.22.3 1170 ' AM RFP Response Wne Punchl0cldo+laafn aldrnentToTIPfor 0,i i1° Fu nding -rene w d apleo va of n ew Gwen" de t_ 0 OTOCT1O A OINOVIDA 122. 4 1500 0 2000T10A 05N OV10A 1.22.6 1110 12 OSNOV1OA 17DECIO h 1.2.2.6 1100 RFOf RFP Revaw 0 2.0 0C1'10 A 03NOV1O A 1,22.7 1190 Aldlne Cl oiervlaw 122. 6 1200 Magnet 8/1000008 122. 6 1210 Da e' zignCoins Wepa ns Ise Design C arded A vas t by Coq 0 260CT10 A 04600110 A 8(2NOV10A 10NOVIRA D311 OV1Q A 1X1EC10 • 0 12 2.10 1220 6 14132C10 210EC10' 0 1.3 1.3.1 13.2 1300 1E0 Design Phas e Dseloll 0114111151r1 Nagy Pe& Csah Rpm 8 Advertz m661} Wa ldo PJEI Redstn 'Final Ramsdell Work 101 2 ZD EC 10 2 2211ECI0 1 210E00 31AUG19 230EC10 240EC10 10d 0 1E0 102 1.33 1910 1. 3.4 1010 Wom ble le Wed & 1. 3.5 1110 Pit ied/ CalastthinBread Pse,- i CoalAldranlConstr - Sire A TM - Mufti Pitied Me Wan Care lAp i0val d HazerWake Design N dt-01rM9ebrrg CatdmiSwpsofWet IINees Phil Wish) Date Papist= Wad (30%) (by Nth) 30% Design RailerOWYCMICJq'j CDnmaiq• MP sstim 1IL(cOutreedl Dm* Provoke Wad (50 4) (blrAldl) d� Upe Camod l7 W ehrle ® Teals 50% D9si0i11av19arpyVCAlr of Furdieerrik i i. role* incased larked Gads Funding-COalrsRaised ers ball on.rritld 5124DEC10 2'24OEC10 3'318EC1a 300EC10 27DEC10 8d 011A14111 a 1.3. 8 1640 3 220EC10 24DEC1D 11e1 1.3.7 1. 3. 5 1000 1320 1C 22DEC10 3 31DECIQ 04JAN11 OUANI t 3d 3d 1239 1330 1 0s1AN1I 05JANI1 3d 1.3. 10 1340 5 (1M1111 1114/411 a 12. 11 1350 35 1LIAN11 211FEB11 0 1.3.12 1900 5 01MAR11 DIMARt1 0 12.13 13.14 1370 1380 2 0&AAR11 095%1411 SBA.PR11 0 1.315 1990 30101A4A1411 2'SOIAPRII 20APR11 0 a 1.3.1E 1400 10 111APR11 02144.Y11 a 1.3. 11 1120 BARBI OOMAYIS a 1.1 10 1030 IMAM 1O 20JUN91 a 1 , - I Pm -Dow Plv Arlig4bam PIng1 1 1 214111140,0[ 1 I ' AlliArdn4a rat nePkilkk .4011110.11 .11111m140.0.111:1111; -• _ L I 1411111 1 1 1 I 1 1 1 I r ' 1 , I 1 1 1 1 1 1 I ; • ' 1 1 1 1 1 1 1 1 1 1 1 1 ' 1 o I 1 1 1 1 1 1 1 1 1 1 1 I- L.1 _ _ 1 _I _ L J _1 _ L J _ I_ 1 _I _ L _ _ 1 l 1 1 1 I 1 1 1 1 1 1 1 4 1 1 1 1 1 1 1 1 1 1 I . 1 _I- 1..1 - 1- 4. -1 - 1- - -1 - 4 -1 -i- 1. _i- 1 1 f 1 r 1 1 1 I 1 1 1 1 1 1' 1 . r 1 1 1. 1 1 1 1. 1 1 1 1 1 1 1 1 1 1 1 1 u( 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 r 44 1 1 1 1 1 1 1 J .. L. 4. - -4-1. 1 1 1 1 1 1 1 1 1 1[ 1 1 1 1 4 1 , 1 1 1 1 1 1 1 • l♦FuYh;r Mr. • I 1 1 1 1 1 • 1 1 1 1 1 I 1 1 I 1 1 1 1 I 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 Y 1 1 1 1 1 1 1 1 1 r 4 1 1 1 I 1 ii 1 1 1 I • lMnn Mynnun rr gr.m la b sOF 11• 1 1 1 1 ' r 1 1 1 1 1 1 1 a 1 1 1 1 r 1 f 1 1 1 r won,/ IFa ano n. ae, was' I -.10- 1- -I - F- r -1 - r 1 -1- r 1 -1- T -1- r 1 - r r 1 - r Tl - 1- Y -11 - 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 f l l l l l 1 1 agnrO4 RFP Advert +-lq 1 1 I I 1 1 I I I I 1 4 I 1 I 1 I 1111114114 ar=-aRFOr RFP Rpiponm Urn„ ' 1 1 1 1 1 1 1 1 1 ' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a►rur�n0-a'evr l`+ammwmg n{• ,'rpKOI,mema r 1 1 f I I 1 I I 1 I 1 l I I I 1 t 1 1 I 1 1 I I I I I I 1 1 1 1[ 1 1 1 1 1 1 1 1 1 1 1 I ru^a eq-rm rrw R eypro.nl al new enrmn doc 1 I r I 1 1 1 1 i 11 1 I I 1 I 1 1 1 1 1 1 r T - ypror RrP Rr .,r w. -I - 1- -1 L` ".1 - r -i- r - T -1 - r 1 r -1 - f T -1- r '1 - r T 1 -r -T-1 - r 1 -r - 1 1 liaA,tenv mlr4-4-4”4/ 1 I I 1 l r I I 1 f f I 1 r I 1 I I I I I I I 1 I 1 1 I r 1 1 4 1 1 1 1 1 1 4 1 4 4 1 4 1 1 4 1 1 1 1 1 1 1 1 4 1 1 1 I aArclla ocl s a'eu1•c, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a 1 1 111111111 1 1 1 D e1.g �or Cora -4a P.ow'*rtan I [ 1 1 1 f 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4 1 1 1 1 v 1 1 1 1 1 1 1 1' 1 I 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 r� b� Grbe d Awed 17 CM . r 1 1 1 1 1 1 1 1 1 1 r r 1 1 1 1 I 1 1 1 I_ I 1 1 L. _ 43.. 7 PF vee 1 1 1 1 1 1 1 1 1 1 1 1 4 1 1 1 1 1 1 1 1 �ID 17d0edtm 1 t I 1 it 1 1 I I 11 ! ! 1 1 1 1 ' 1 1 1 1 1 1 1.11 I I I [ flsih Relic Nob, Piss a Ada' •twoc14: I, 1 1 I 1 1 r 1 1 ' I. I I I I I I r l l I I I I I 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 aIbun. AIM LnurftiFoe Pskwa,al 1 I 1 I I I 1 I 1 1 4 1 1 1 I I I 1 1 1 1 RD7aan lldmwalt�ar511 1 f E 1 I • 1 1 1 I 4 1 I I 1 1 1 1 I 4 _I--S}heps/CarknionIrlp lPrpet4r _ 1 J_ L -. -1_ L 4 r F I I 1 1 I I I 4 f daadMl.MmaCastNis -19N NaleISfatd 1 1 1 1 I [ 1 . 571 1 1 1 a tit ' 1 I f 4 1 1 ' 1 1 1 . e toa d Appal l dWrlwa grlhir 1 1 , ' I I 1 1 . >,Donpllrsl[-06WWq ' 4 1 1 1 1 I 1- 4 -1- - [- -1 -.-0 -• !" ade .,gn Pre eas.p.41 SeE•dc^ I . 1 1raRi OlRFPPmpvn*cr1 Y r • 1 4 1 1 1 1 1 1 1 1 I rr 1 1 1 I 1 .111,Cea4mecepe1Work iliests ,PWjYrl4d11 r 1 F I r 0ernc Rp llmwmt 0011IMAtchl t 1 1 1 t ' 1 1 1 1 1 '.Down PnPv lolw0MM%) OrA.d1) 1 1 1 71.I1Pael aankarkyA olk ATo m* C.IV 1 r 1 1 ` spas . 1 ' wFina4 q-aweuc.ml•a'. pdterm.11tyAwl Orde 1, FufareliakavemR •NOrel•reem . s] EACerrolec4• dbesdr J ., L .1. -1- L J_ I_ 1_r_ L 1 J_ L 1 -I_ I. 1 1 I 1 1 I I l I I 1 1 I l Y l 1 1 1• 1 1 1 1 1 1 1 1 I l 1 1 1 1• 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r I 1 1 1 1 1 1 ' 1 1 a r ' 1 1 1 4 1 1 -4- ••1-1• A- -1-'a- -4-tf-1• 1 1 1 1 1 1 1 1 1 1 1 1 1 4 1 1 1 1 1, 1 1 l l 1 I I I I I I 1 I 11111 1 1 1 1 I 1 1 1 1 1 . 1 1 1 1 1 I 1 1 1 1 4 1 1 1 1 1 1 '1 "1 T -r -r- • -1 r-. -1 r -r -• 4 o 1 I 1 1 1 r u 1 1 1 1 11 • 1 4 1 V 1 1 1 1 1 1 1 1 1 1 1 0 1 1 t ew eaDEC sa Peon numb er n P441••••••• ava le•I.a°'r,e. VANIR CM TEM PLE CITY- ROSEMEAD BLVD. ENHANC EMENT AND BEAUTIFICA TION SCHE ULE UPI?AT E N3 1` r ¢ VV 1) 1 I I 1 1 1- ` 1 1 -1 r L L 1 1 1 I I I 1 1 ✓ I 1 l T -4 1- _ L-_ 1 f J 1 1 [ 1 1 I c `r 1 1 1 T L t- 1 If 1 I 1 1 ✓ r 1 -I 1- 1_ f -1 1 1- 1 -L— 1 1 I ti 7 I- 1. L I J L L f , 1 ✓ I 1 1 T r . 1- 1- 1 -I + 1- L__ _. _L 1 J 1 L I 1 I 1 1 1 r 1 1 T r 1 1 t 1� L L I 1 1 -I 'r 1- 1 1 L g R a O , 0 O 0 Q Q Q 4 fl 414 A a7 IL N z N PR m r 14 P n m W 1 PI i a S 5 14 5 5 s 0 to W 311 1.4 M a D p7 T 41 N oM PI 4 11i 1- O A U3 S 1 a r K� 1 1 1 1 1 I 11 1 10 A 1 11 O O A 0 r i 1 0 r Y e 0 1 a Y 0 a • 0 • Y u X 1 1 1 11 4 SI FR n Fq N m r R w 0 0 0 2$ w g=O 1sJw J >j0 A4 Eg m 1 4 1 FIRST AMENDMENT TO CONSULTANT SERVICES AGREEMENT by and between the THE CITY OF TEMPLE CITY, a municipal corporation and GRUEN ASSOCIATES a California partnership Dated March 15, 2011 RN #4646-6813-5176 vl FIRST AMENDMENT TO CONSULTANT SERVICES AGREEMENT This First Amendment to Consultant Services Agreement ("First Amendment"), which is dated for reference as indicated on the cover page, is hereby entered into by and between the CITY OF TEMPLE CITY, a municipal corporation ("City"), and GRUEN ASSOCIATES, a California partnership. ("Consultant"), as follows: RECITALS A. City and Consultant entered in a Consultant Services Agreement on December 21, 2010 ("Agreement"). The Agreement provides that Consultant will provide design and construction administrative services for the Rosemead Boulevard Safety Enhancements and Beautification Project. B. Section 2 of and Exhibit "A" to the Agreement provide the Scope of Services to be performed by Consultant. C. Section 4 of and Exhibit "B" to the Agreement provide that the maximum compensation under the Agreement shall not exceed $907,833.00. D. Subsection A.2 of Exhibit "A" to the Agreement requires the names of any Sub - Consultants to be submitted to the City for approval prior to the commencement of work. E. This First Amendment amends the Agreement to expand the Scope of Services performed by Consultant to include the preparation of a Bicycle Master Plan and to increase the maximum total compensation to $932,645.00, and approves of the use of Alta Planning and Design as a Sub -Consultant. F. This First Amendment shall not be construed to amend Exhibit D of the Agreement to extend the time to complete the Scope of Work for this project. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises made and recited herein, the parties do hereby enter into this First Amendment which modifies and amends the Agreement as follows: 1. AMENDMENT. The Agreement is hereby modified and amended as follows: 1.1 SCOPE OF SERVICES. Exhibit "A" to the Agreement is hereby amended to include a new subsection "J" entitled "Bicycle Master Plan." The new subsection "J" shall read as shown in Exhibit "A: to this First Amendment. . 1.2 COMPENSATION. 1.2.1 Section 4 of the Agreement is hereby amended as follows: The second sentence of Section 4, subparagraph (a) of the Agreement is amended to read as follows: "The total compensation, including RIV #4846-6813-5176 vi -2- reimbursement for actual expenses, shall not exceed NINE HUNDERED THIRTY TWO THOUSAND SIX HUNDRED FORTY FIVE DOLLARS ($932,645.00), unless additional compensation is approved in writing by the City Council or City Manager." 1.2.2 Section "C" (TOTAL COMPENSATION) of Exhibit "B" to the Agreement is hereby amended to read as follows: "The total compensation for the Services shall not exceed $932,645.00, as provided in Section 4 of this Agreement." 2. APPROVAL OF SUBCONTRACTOR. As required by subsection A.2 of Exhibit "A" to the Agreement, City hereby approves of the use by Consultant of Alta Planning and Design as a Sub -Consultant. 3. GENERAL PROVISIONS. 3.1.1 Remainder Unchanged. Except as specifically modified and amended in this First Amendment, the Agreement remains in full force and effect and binding upon the parties. 3.2 Integration. This First Amendment consists of pages 1 through 4 and attached Exhibit "A.1" (2 pages) inclusive, which constitute the entire understanding and agreement of the parties and supersedes all negotiations or previous agreements between the parties with respect to all or any part of the transaction discussed in this First Amendment. 3.3 Effective Date. This First Amendment shall not become effective until the date it has been formally approved by the City Council and executed by the City Manager. 3.4 Applicable Law. The laws of the State of California shall govern the interpretation and enforcement of this First Amendment. 3.4.1 References. All references to the Agreement include all their respective terms and provisions. All defined terms utilized in this First Amendment have the same meaning as provided in the Agreement, unless expressly stated to the contrary in this First Amendment. IN WITNESS WHEREOF, the parties hereto have executed this First Amendment to the Agreement on the date and year first written above. RIV #4846-6813-5176 v1 -3- CITY OF TEMPLE CITY By: Jose Pulido, City Manager ATTEST: Mary Flandrick, City Clerk APPROVED AS TO FORM Eric S. Vail, City Attorney CONSULTANT: GRUEN ASSOCIATES By: Michael A. Enomoto, Partner RIV #4846-6813-5176 vl -4- EKNt at"C A:t alta PLAN Ir + DES 453 S Spring Street, Suite 804 Los Angeles, CA 90013 (213) 489-7443 phone (213) 489-7444 fax www,attapta nnina.com Memorandum Date: January 25, 2011 To: Steve Masura, Director of Community Development, City of Temple City From: Sam Corbett, Senior Associate, Alta Planning + Design Re: Temple City Bicycle Master Plan Scope and Budget This memorandum outlines a proposed scope and budget to create a Bicyde Transportation Account (BTA)-compliant Bicycle Master Plan (BMP) for the City of Temple City. Since this project has a very aggressive timeline, k is expected that Temple City will provide all, necessary data shortly after the project begins so that we are able to get started quickly and complete the project by early March 2011. This memorandum proposes the following tasks in this scope of work to complete a BMP in accordance with State of California BTA standards, which will allow the City of Temple City to qualify for bicycle facility funding through the 2011-12 BTA Call for Projects. Task 1— Project Initiation / Data Collection Within Task 1, Alta will; • Attend a kick-off meeting with the City to establish to establish communication and review procedures. • Review documents containing relevant plans and policies, and existing conditions inventories. This task does not entail collecting new auto traffic or bicycle counts. • Facilitate one public meeting to gather community input. Alta will prepare visual presentations, handouts and large-scale maps. Alta staff will facilitate the meeting and summarize the meeting notes for City staff. • Optional task: facilitate one meeting with Planning Commission, City Council and other interested City commissions or committees to discuss the BMP and collect feedback ftom these key project stakeholders. • Review and establish goals, objectives, and policies to guide the BMP. WF=laC*' .T 4 t � 2 es F '2 'ElqA11;5 "A.1 January 25, 2011 Task 2 — Plan Creation Within Task 2, Alta will create a BTA-compliant plan that addresses all elements of Streets and Highways 8912 (a -k). We propose to organize the plan into the following sections: Existing Conditions Based on Task 1 we will provide a sumtnaty of existing bicycling conditions in the City, including maps of existing facilities, land uses, transit stops, and other key destinations. This section will also include descriptions of existing safety and education programs Needs Analysis Using our census based demand model we will provide an estimate of existing and future bicycle commuters in the City of Temple City. Recommendations The recommendations chapter will indude recomrnendations for new or enhanced bikeways, support facilities andprograms. • Develop bicycle network recommendations and cost estimates for the City of Temple City. • Develop a project priority list and phasing plan for recommended bikeways. • Develop education and enforcement program recommendations to improve bicycle safety in the City of Temple City. • Develop a financial playa which describes past and future expenditures for bicycle projects in the City of Temple City. The above chapters will be developedinto a comprehensive Bicycle Master Plan for City review: Task 3 — Review and Adoption Within Task 3, Alta will: • Submit an Administrative Draft Plan for City review —Alta will submit an electronic PDF file • Respond to one set of revisions on the Administrative Draft and prepare a Draft Final Plan for public release — Alta will submit an electronic PDF file (we assume the City is responsible for any hard copy printing) • Optional task: Alta will attend one commission or Council meeting for Plan adoption. • P5sge 2 SECOND AMENDMENT TO CONSULTANT SERVICES AGREEMENT by and between the THE CITY OF TEMPLE CITY and GRUEN ASSOCIATES a California partnership Dated March 15, 2011 RIV #48I2-3686-8872 vI SECOND AMENDMENT TO CONSULTANT SERVICES AGREEMENT This Second Amendment to Consultant Services Agreement ("Second Amendment'), which is dated for reference as indicated on the cover page, is hereby entered into by and between the CITY OF TEMPLE CITY. a municipal corporation ("City"), and GRUEN ASSOCIATES, a California partnership. ("Consultant'), as follows: RECITALS A. City and Consultant entered in a Consultant Services Agreement on December 21, 2010 ("Agreement"). The Agreement provides that Consultant will provide design and construction administrative services for the Rosemead Boulevard Safety Enhancements and Beautification Project. B. Section 2 of and Exhibit "A" to the Agreement provide the Scope of Services to be performed by Consultant. C. Section 4 of the Agreement provides that the maximum compensation under the Agreement shall not exceed $907,833.00. D. Subsection A.2 of Exhibit "A" to the Agreement requires the names of any Sub - Consultants to be submitted to the City for approval prior to the commencement of work. E. The First Amendment to the Agreement expanded the Scope of Services performed by Consultant to include the preparation of a Bicycle Master Plan, increased the maximum total compensation to $932,645.00, and approved of the use of Alta Planning and Design as a Sub -Consultant. F. This Second Amendment amends the Agreement to expand the Scope of Services performed by Consultant to include the provision of Geotechnical Services and to increase the maximum total compensation to $960,895.00, and approves the use of Ninyo & Moore as a Sub -Consultant. G. This Second Amendment shall not amend Exhibit D of the Agreement to extend the time to complete the Scope of Work for this project. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises made and recited herein, the parties do hereby enter into this Second Amendment which modifies and amends the Agreement as follows: 1. AMENDMENT. The Agreement is hereby modified and amended as follows: 1.1 SCOPE OF SERVICES. Exhibit "A" to the Agreement is hereby amended to include a new subsection "K" entitled "Geotechnical Services." The new subsection "K" shall read as shown in Exhibit "A.1" (5 pages) to this Second Amendment. RIV #48I2-3686-8872 v] -2- 1.2 COMPENSATION. 1.2.1 Section 4 of the Agreement is hereby amended as follows: The second sentence of Section 4, subparagraph (a) of the Agreement is amended to read as follows: "The total compensation payable under this contract, including reimbursement for actual expenses, shall not exceed NINE HUNDERED SIXTY THOUSAND EIGHT HUNDRED NINETY FIVE DOLLARS (S960,895.00), unless additional compensation is approved in writing by the City Council or City Manager." 1.2.2 Section "C" (TOTAL COMPENSATION) of Exhibit "B" to the Agreement is hereby amended to read as follows: "The total compensation for the Services shall not exceed $960,895.00, as provided in Section 4 of this Agreement." 2. APPROVAL OF SUBCONTRACTOR. As required by subsection A.2 of Exhibit "A" to the Agreement, City hereby approves of the use by Consultant of Ninyo & Moore as a Sub - Consultant. 3. GENERAL PROVISIONS. 3.1 Remainder Unchanged. Except as specifically modified and amended in this Second Amendment, the Agreement remains in full force and effect and binding upon the parties. 3.2 Integration. This Second Amendment consists of pages 1 through 4 and attached Exhibit ``A.1" (5 pages) inclusive, which constitute the entire understanding and agreement of the parties and supersedes all negotiations or previous agreements between the parties with respect to all or any part of the transaction discussed in this Second Amendment. 3.3 Effective Date. This Second Amendment shall not become effective until the date it has been formally approved by the City Council and executed by the City Manager. 3.4 Applicable Law. The laws of the State of California shall govern the interpretation and enforcement of this Second Amendment. 3.5 References. All references to the Agreement include all their respective terms and provisions. All defined terms utilized in this Second Amendment have the same meaning as provided in the Agreement, unless expressly stated to the contrary in this Second Amendment. IN WITNESS WHEREOF, the parties hereto have executed this Second Amendment to the Agreement on the date and year first written above. RIV #4812-3686-8872 v1 -3- CITY OF TEMPLE CITY By: Jose Pulido, City Manager Al LEST: Mary Flandrick, Secretary APPROVED AS TO FORM Eric S. Vail, General Counsel CONSULTANT: Gruen Associate By: � . .. _ Name "Michael A Enomoto Title: Partner RIV #4812-3686-8872 vl -4- PP.G 1. of Swe GLVICOv ,dJrY.1inv.lt.1truvr CcrttuLucld AIMS )vvke1,-r Z Ms. Jill Wagner Gruen Associates 6330 San Vicente Boulevard, Suite 200 Los Angeles, California 90048 Subject: Proposal for Geotechnical Consulting Services Rosemead Boulevard Enhancements Temple City, California Dear Ms. Wagner: February 23, 2011 Proposal No. P-14944 In accordance with your request, we are pleased to submit this proposal to provide geotechnical consulting services for the proposed Rosemead Boulevard Enhancements in Temple City, Cali- fornia. Based on information provided to Ninyo & Moore, we understand that the project will consist of improvements to a 2 -mile segment of Rosemead Boulevard extending from north of Callita Street to south of Pentland Street. Rosemead Boulevard trends north to south and cur- rently consists of two travel lanes in each direction with a paved center channel lane and left - turn pockets. We understand that the proposed street enhancements will consist of pavement improvements, the addition of bike lanes, new street lighting, new gateway monuments/signage pylons, new center -median and sidewalk landscaping with storm water infiltration systems, and other streetscape improvements. We also understand that additional enhancements may in- clude the construction of a pedestrian bridge spanning across Rosemead Boulevard, just north of the railroad bridge near the southern city limit. To access the bridge from the east side of Rosemead Boulevard, either an elevator tower or a combination of ramps and stairs will be con- structed between the proposed pedestrian bridge and the existing railroad bridge. We understand that the purpose of our geotechnical services will be to evaluate subsurface geo- logic and soil conditions along the project alignment and provide geotechnical recommendations for the design and construction of the proposed street enhancements, pedestrian bridge, and elevator or ramps/stairs. SCOPE OF SERVICES Based on our understanding of the project, we have divided our scope of work into two parts, a Base Task and Optional Task. The Base Task will involve a geotechnical evaluation for the 975 Goddard, Sone 20G • Irone. Caf f 'na 97619 • Phcine 19491 753•7d70 • Fax {919J 753.7071 Sat. D e o • L'a'., • 1 -in Maxim • F.a•tim Ccr�rrr,r,tvia • C.3a;eiltl • Srn Rahe,cc • ,,,yjatTers, Lrsvegal • Proem • ruescn • .teirwz:t-'+y • Dertvtx • E1tNto • Hamm inn DWtem-- '4Z t x (-t BIT ?AG - Z of-- S Rosemead Boulevard Enhancements Temple City, California February 23, 2011 Proposal No. P-14944 proposed street improvements, including new pavement design, street lighting, gateway monuments, and center and sidewalk landscaping. This work will also include percolation testing. The Optional Task will involve a geotechnical evaluation for the pedestrian bridge and associated retaining walls. The scope for our Base Task and Optional Task are as follows: Base Task: Street Improvements • Project coordination and review of readily available background materials including published geologic maps and literature, in-house information, stereoscopic aerial pho- tographs, and reports and/or plans provided by the client. • Geotechnical site reconnaissance and markout of proposed boring locations for coor- dination with Underground Services Alert (USA). • Obtain appropriate city permits to perform the proposed subsurface evaluation. • Subsurface exploration consisting of the excavation, logging, and sampling of ten (10) hollow -stem auger borings to depths of up to approximately 5 to 15 feet at locations spaced approximately 1,000 feet -on -center along Rosemead Boulevard. These borings will provide subsurface data for the geotechnical evaluation of new pavements, drain- age, new lighting foundations, and new monument/signage foundations. Percolation test wells will be constructed within four (4) of the borings and testing will be performed at depth of approximately 5 to 15 feet in these borings. The test wells will consist of a 2 -inch or 4 -inch -diameter PVC pipe, sand backfrll, and a traffic -rated cap. Traffic control will be provided by Ninyo & Moore's subconsultant. The borings will be logged by a representative from our firm and bulk and relatively undisturbed soil samples will be collected at selected intervals for laboratory testing. The borings will be backfilled with on -site soils and capped with concrete. • Laboratory testing of representative soil samples to evaluate in -situ moisture and dry density, sieve analyses, Atterberg limits, shear strength, R -value, soil corrosivity, and sulfate content of the on -site soils. Compilation and geotechnical analysis of field and laboratory data, including analyses to evaluate and provide recommendations pertaining to the following: o Suitability of the site for the proposed construction, from a geotechnical standpoint. o Description of the geology and on -site soils anticipated at the site, including an evaluation of the geologic hazards present at the site. o Evaluation of the seismic design parameters based on the 2010 California Building Code (CBC). o Evaluation of potential settlement for proposed structures. o Evaluation of the expansion potential of the near surface soils. P-I4944•mv2 2 ivinge&)Vjionee Avv‘ --+D w1ei•.!1` r'2 1+03.1 $1 TA.1 Rosemead Boulevard Enhancements Temple City, California `P 3 aF--5 February 23, 2011 Proposal No. P-14944 o Excavation and compaction requirements, including suitability of the on -site soils for subgrade material for the proposed foundations and pavement sections. We will also evaluate the suitability of the on -site soils for backfill. o Geotechnical design recommendations will be provided for pipe bedding for new or relocated utilities. o Evaluation of preliminary pavement structural sections. Recommendations for pavement design will be based on traffic indices provided by the City. o Evaluation of the percolation rate of the underlying subgrade soils for use in the design of the storm water infiltration systems. o Evaluation of the corrosion potential of the site soils and the appropriate type of concrete to be utilized during construction. • Preparation of a written report presenting our findings, conclusions, and geotechnical recommendations pertaining to the design and construction of the proposed enhance- ments. Optional Task: Pedestrian Bridge • Subsurface exploration consisting of the excavation, logging and sampling of two (2) additional hollow -stem auger borings to a depth of up to approximately 50 feet. Traffic control will be provided by Ninyo & Moore's subconsultant. The borings will be logged by a representative from our firm and bulk and relatively undisturbed soil samples will be collected at selected intervals for laboratory testing. The borings will be backfilled with on -site soils and capped with concrete. • Laboratory testing of representative soil samples to evaluate in -situ moisture and dry density, sieve analyses, Atterberg limits, shear strength, soil corrosivity, and sulfate content of the on -site soils. Compilation and geotechnical analysis of field and laboratory data, including analyses similar to those listed under the Base Task. Specifically, geotechnical analyses will be performed to provide recommendations for the pedestrian bridge foundations, lateral earth pressures for retaining walls, and seismic design. • Geotechnical recommendations for the proposed pedestrian bridge and associated re- taining walls will be incorporated into our geotechnical report for the street improvements. ASSUMPTIONS The following assumptions have been used in the preparation of this scope of services: • Site access will be granted and truck -mounted drilling equipment will be able to mobilize to the proposed drilling locations during normal working hours (Monday through Friday, 8:00 a.m. to 5:00 p.m.). RIAOM-Icv2 3 iyingo oore I er+D r,,E r AFL I-} I t3 i'r A-, 1 Rosemead Boulevard Enhancements Temple City, California P Lfa�� February 23, 2011 Proposal No. P-14944 Any required permits will be provided, at no cost, to Ninyo & Moore. Our firm will contact Underground Services Alert (USA) prior to performing our subsurface evaluation. However, the client will provide our firm with any additional information regard- ing the presence of utilities. Ninyo & Moore will not be responsible for utilities encountered during drilling that have not been marked out or identified by the client. • Ninyo & Moore will provide traffic control in accordance with City guidelines. However, we have assumed that traffic control plans will not be needed to implement traffic control. • Borings will be backfilled with on -site soils and capped with concrete. • Percolation test wells will be abandoned by backfilling with bentonite chips. However, the PVC piping and traffic -rated cap will be left in place. • If site soils are found to be corrosive, detailed studies providing mitigation measures for metal pipe in contact with corrosive soils will be performed by others. • The optional scope for the Pedestrian Bridge is considered to be an addition to the base task and is not intended to be a stand-alone task to evaluate the Pedestrian Bridge only. • Our evaluation will not include any sampling, testing, or chemical analysis of hazardous ma- terials, should they be encountered. These services can be provided, if requested, as an additional scope of work. FEE Our services will be performed on a lump sum basis in accordance with the attached Schedule of Fees. Our fee for the scope of work outlined above for the Base Task (Street Improvements) will be $18,100 (eighteen thousand one hundred dollars). As requested, you have requested we provide a cost reduction for an alternate scope of 8 borings instead of 10 borings. Our fee for drilling 8 borings instead of 10 borings will be $1,500 Tess that our cost for the Base Task. Our fee for the scope of work outlined above for the Optional Task (Pedestrian Bridge) will be $6,900 (six thousand nine hundred dollars). Detailed breakdown of our estimated fees for the Base Task and Optional Task are presented in the attached Table 1 and Table 2, respectively. P•f1944.reY2 FEE SUMMARY: Base Scope (10 Borings) _ $18,100 Base Scope (8 Borings) = $16,600 Optional Scope = $6,900 4 itlIny lytoare pcme-; Drne -I 2 'Ox 1411s 1 F A. 1 Rosemead Boulevard Enhancements Temple City, California February 23, 2011 Proposal No. P-14944 SCHEDULE Following receipt of the Notice to Proceed, Ninyo & Moore will commence the services described herein. Assuming that there are no delays due to inclement weather or drill rig availability, we anticipate that our field work will be completed within approximately two weeks of receipt of the permits. We estimate that our laboratory testing will be completed approximately two weeks later. Our geotechnical report will be issued approximately two weeks after completion of the laboratory testing. Preliminary design information can be provided upon completion of our laboratory testing. We appreciate the opportunity to submit this proposal and look forward to working with you on this project. If you have any questions regarding this proposal, please contact me at your convenience. Respectfully submitted, NINYO & MOORE iimh Garreth M. Saiki, G.E. Senior Engineer GMS/KSYI1r Attachments: Table 1 — Breakdown of Fee (Base Task) Table 2 — Breakdown of Fee (Optional Task) Schedule of Fees Distribution: (1) Addressee (via e-mail) 5 urt S. Yo G.E. Principal gineer /f/inyoo/Vtnere THIRD AMENDMENT TO CONSULTANT SERVICES AGREEMENT by and between the THE CITY OF TEMPLE CITY and GRUEN ASSOCIATES a California partnership Dated March 15, 2011 RIV #4622-7685-9656 vl THIRD AMENDMENT TO CONSULTANT SERVICES AGREEMENT This Third Amendment to Consultant Services Agreement ("Third Amendment"), which is dated for reference as indicated on the cover page, is hereby entered into by and between the CITY OF TEMPLE CITY, a municipal corporation ('`City"), and GRUEN ASSOCIATES, a California partnership. (-Consultant"), as follows: RECITALS A. City and Consultant entered in a Consultant Services Agreement on December 21, 2010 (`Agreement"). The Agreement provides that Consultant will provide design and construction administrative services for the Rosemead Boulevard Safety Enhancements and Beautification Project. B. Section 2 of and Exhibit "A" to the Agreement provide the Scope of Services to be performed by Consultant. C. Section 4 of the Agreement provides that the maximum compensation under the Agreement shall not exceed $907,833.00. D. Subsection A.2 of Exhibit "A" to the Agreement requires the names of any Sub - Consultants to be submitted to the City for approval prior to the commencement of work. E. The First Amendment to the Agreement expanded the Scope of Services performed by Consultant to include the preparation of a Bicycle Master Plan, increased the maximum total compensation to $932,645.00, and approved the use of Alta Planning and Design as a Sub -Consultant. F. The Second Amendment to the Agreement expanded the Scope of Services performed by Consultant to include the provision of Geotechnical Services, increased the maximum total compensation to S960,895.00, and approved the use of Ninyo & Moore as a Sub - Consultant. G. This Third Amendment amends the Agreement to expand the Scope of Services performed by Consultant to include the provision of Topographic Survey Services and to increase the maximum total compensation to $985,755.00, and approves the use of VCA Engineers Inc. as a Sub -Consultant for Topographic Survey Services. H. This Third Amendment shall not amend Exhibit D of the Agreement to extend the time to complete the Scope of Work for this project. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises made and recited herein, the parties do hereby enter into this Third Amendment which modifies and amends the Agreement as follows: 1. AMENDMENT. The Agreement is hereby modified and amended as follows: RIV #4822-7685-9656 vl -2- I .1 SCOPE OF SERVICES. Exhibit "A" to the Agreement is hereby amended to include a new subsection "L" entitled "Topographic Survey Services." The new subsection "L" shall read as shown in Exhibit ``A.1" (2 pages) attached to this Third Amendment. 1.2 COMPENSATION. 1.2.1 Section 4 of the Agreement is hereby amended as follows: The second sentence of Section 4, subparagraph (a) of the Agreement is amended to read as follows: "The total compensation payable under this contract, including reimbursement for actual expenses, shall not exceed NINE HUNDERED EIGHTY-FIVE THOUSAND SEVEN HUNDRED FIFTY FIVE DOLLARS ($985,755.00), unless additional compensation is approved in writing by the City Council or City Manager." 1.2.2 Section "C'' (TOTAL COMPENSATION) of Exhibit "B" to the Agreement is hereby amended to read as follows: "The total compensation for the Services shall not exceed $985,755.00, as provided in Section 4 of this Agreement." 2. APPROVAL OF SUBCONTRACTOR. As required by subsection A.2 of Exhibit "A'" to the Agreement, City hereby approves of the use by Consultant of VCA Engineers Inc. as a Sub -Consultant. 3. GENERAL PROVISIONS. 3.1 Remainder Unchanged. Except as specifically modified and amended in this Third Amendment, the Agreement remains in full force and effect and binding upon the parties. 3.2 Integration. This Third Amendment consists of pages 1 through 4 and attached Exhibit "A.1" (2 pages) inclusive, which constitute the entire understanding and agreement of the parties and supersedes all negotiations or previous agreements between the parties with respect to all or any part of the transaction discussed in this Third Amendment. 3.3 Effective Date. This Third Amendment shall not become effective until the date it has been formally approved by the City Council and executed by the City Manager. 3.4 Applicable Law. The laws of the State of California shall govern the interpretation and enforcement of this Third Amendment. 3.5 References. All references to the Agreement include all their respective terms and provisions. All defined terms utilized in this Third Amendment have the same meaning as provided in the Agreement, unless expressly stated to the contrary in this Third Amendm ent. RIV #4822-7685-9656 vl -3- IN WITNESS WHEREOF, the parties hereto have executed this Third Amendment to the Agreement on the date and year first written above. CITY OF TEMPLE CITY By: Jose Pulido, City Manager ATTEST: Mary Flandrick, Secretary APPROVED AS TO FORM Eric S. Vail, General Counsel CONSULTANT: Gruen Associate By: v- Name:Michael A Enomoto Title: Partner RIV #4822-7685-9656 v -4- March 1, 2011 AmeN i3mC T *3 ExtkI' n -r A. ENGINEERS INC CIVIL r STRUCTURAL BABE • DBE • SBE Jill Wagner, AIA, LEER AP Principal Associate GrucnAssoci ates 6330 San Vicente Blvd., Suite 200 Los Angeles, California 90048 Tel 323.937.4270 Fax 323.937.6001 Subject: Dear Jill: Fee Proposal for Additional Topographical Surveying Services for the Rosemead Blvd Safety Enhancements 8: Beautification Project VCA Engineers Inc. is pleased to submit this fee proposal to perform additional topographical surveying services associated with the above project. Based on the Design Review Meeting 11003B held at the City on February 4, 2001, Mr. Sha Jarrahi on behalf of the City requested that VCA Engineers' provide a fee proposal for additional topographical surveying services to supplement the existing Rosemead Blvd survey that was conducted several years back. The supplemental survey along Rosemead Blvd. is intended from its City limits to the north at Callita Street to its City limits to the south at the Union Pacific Rail Road (UPRR) undcrcrossing. The survey will include additional landmark and spot elevations for use in the preparation of the design development and construction documentation phases of the project. Based on our field observations, the survey will also include missing utility manholes, fire hydrants, driveways, curb drains and parkway drains dimensions. In addition, the survey will include additional spot elevations of top of curb, flow line, edge of gutter, local depressions, driveway section elevations, curb drains. parkway drains, back of walk, top of wails, and invert elevations of all catch basins. It will also correctly locate all the trees and sizes of trees. The additional spot elevations will be extended a minimum of 10 feet into the private property or beyond the right of way line, especially at all driveway locations. It should also delineate and locate the PCC and AC pavement along the travel way. Accordingly, VCA Engineers proposes the following services: I. Topographical Surveying Services VCA will prepare topographical survey with descriptions of specific tasks as follows: • Coordination, research and calculations. Conduct initial research and prepare calculations to determine known benchmarks through local survey using County and Caltrans as -built records. This task also includes internal meetings with crews to map out work plan. • Establish horizontal boundary and control Identify and verify the horizontal boundary of the proposed project site by lying in to City or known horizontal datum (Basis of Bearing) researched as described above. Re -survey the existing centerline of Rosemead Blvd. to show Basis of Bearings on the map. Plot existing Right of Way Lines relative to Rosemead centerline. Tie out and show existing intersection monument if any. Please note that this proposal does not include ALTA survey, thus the establishment of property line or right-of-way line based on Title Report is not included. VCA Engineers Inc €:P 3951 Medford Street, Los Angeles CA 90063 Tel: 323-729.6098 t Fax: 323-729-6043 0 email: vcawcaenginoore-tnc.com Fee Proposal for Additional Topographical Surveying Services for the Rosemead Blvd Safety Enhancements & Beautification Project March 1, 2011 Page 2 of 3 MksNt x 4 3 14-1Brr A.1 7A -G-- 2 o?- • Establish vertical control Identify and verify the vertical location of the project site by tying in to known vertical datum or benchmark. Tie the elevations to existing Bench Mark used in the underlying Topographic Map to be provided by the client. Collect existing surface features Collect and identify both horizontally and vertically, visible surface features of the projects site such as the sidewalks, curb and gutter, edges of pavement, manhole rims, water valve boxes as well as landings, pavements (asphalt or concrete), turfs, structure comers, trees, signs, fences and other visible site features within the project site limit of survey. Provide cross section every 50' from R/W to R/W line. Locate top of driveways top of 'X', bottom of 'X', back of sidewalk and 10 feet beyond RIW(BSW). Locate storm drain manhole and provide invert elevations. Locate catch basins and curb drains/parkway drains and invert elevations. Extend X -sect 25' beyond the curb returns at street intersections. Locate all walls and provide top of wall elevations. Include herein is the survey of the depth of the facia and road clearance of the railroad bridge. • Prepare survey drawing Assimilate all of the data collected in the field to prepare a survey drawing which will reflect found field data. All survey data collected from field reconnaissance as well as the transfer of data to drawing format will be reviewed for quality assurance. Work includes topographic mapping that leads to topographic plans at 1"=20' minimum and six -inches or one foot contour intervals on 2406 drawing sheets on surveyor title block and wet sealed. II. Project Schedule Our service will commence upon receiving from you a written Notice -to -Proceed and approval of this letter proposal. We are committed to abiding by your project schedule and are expected to provide the final survey deliverable 4 weeks from issuance ofNotice-to-Proceed. III. Compensation Our compensation for providing the above supplemental topographical surveying services will be lump sum in the amount S22,000. The proposed fee will be billed at the monthly percentage completion or each task. Again thank you for the opportunity to be a member of your team and please do not hesitate to call us if you have any question. Sincerely, VCA Engineers, Inc. 'Y"'"" Virgil C. Aoanan, P.E., S.E. Principal Approval and Notice to Proceed Date VCA Engineers Inc 3961 Medford Street, Los Angeles CA 90063 Tel: 323-729-6098 Fax: 323-729-6043 email: vca@viceenglneers-Inc.com A, -r i P p: s-ir:bv4eo( ROSEMEAD BOULEVARD -fr .de_ z/10/,l Budget Overview February 2011 ** The information contained in this budget breakdown is subject to full allocation of funds scheduled for Council consideration as part of the March 1 Mid -Year Budget Review Construction phase expenses FIRM budget Total Potential CON phase Budget 2 Total Local & State Funds Total Federal Funds TOTAL FIRM BUDGET $ 11,591,830 $ 1,727,485 $ 13,319,315 Total Encumbrances (pre -con) to date $ (1,625,588) $ 14,944,903 Supplemental Grant funds requested, $6,726,745 $ 21,671,648 Budget Details Fund Cash in the Bank Guaranteed reimbursement funds a Future Fiscal Year (FY) Allocations 4 Potential supplemental funds, Total per Fund STPL - federal reimbursement funds distributed annually per capita $ - $ 641,710 $ 365,855 $ - $ 1,007,565 Prop C - monthly receipts of County sales taxes for transportation $ 3,235,985 $ - $ 1,200,135 $ - $ 4,436,120 Prop 1B - State -generated bond funds distributed per capita in two allocations $ 600,250 $ - $ 530,760 $ - $ 1,131,010 HPLU - federal reimbursement funds earmarked from congressional legislation $ - $ 719,920 $ - $ - $ 719,920 Prop A - monthly receipts of County sales taxes for transit functions $ 1,500,000 $ - $ - $ - $ 1,500,000 CRA - Community Redevelopment Agency funds locally generated $ 1,015,000 $ - $ - $ - $ 1,015,000 Lighting & Landscaping Assessment District (L&L Dist) - funds locally generated by assessment $ 2,000,000 $ - $ - $ - $ 2,000,000 Measure R - monthly receipts of County sales tax initiative for transit & transportation $ 483,700 $ - $ 290,000 $ - $ 773,700 Traffic Congestion Relief (TCR) funds - quarterly receipts of State generated sales taxes on gasoline s $ - $ - $ 350,000 $ - $ 350,000 General Fund Account: Payment from Caltrans (non- restrictive) 6 $ 386,000 $ - $ - $ - $ 386,000 HSIP - Highway Safety Improvement Program, federal reimbursement competitive grant $ - $ - $ - $ 340,045 $ 340,045 CFP- LA County MTA CaII for Projects, various funds; reimbursement competitive grant $ - $ - $ - $ 6,386,700 $ 6,386,700 RAC - Rubberized Asphalt Concrete, State reimbursement competitive grant $ - $ - $ - tbd $ - BTA-Bicycle Transportation; State reimbursement funds, competitive grant $ - $ - $ - tbd $ - National Endowment for the Arts: competitive grants program, fund source unknown $ - $ - $ - tbd $ - Total Funds $ 9,220,935 $ 1,361,630 $ 2,736,750 $ 6,726,745 $ 20,046,060 Supplemental grant funds have been requested and are not to be considered part of the budget 2 Call for Projects (CFP) funds requested are highly likely to be partially funded at 50-80% of the grant request if awarded a Funds are encumbered for the project; Expenses must be paid In advance and submitted for relmbursment 4 Annual or other per capita dispersements based on projections; reliable future dollars s Funds must be spent within two fiscal years; reason for future allocation 6 Funds are direct payment from Caltrans re: relinquishment; non-restrictive and designated for specialty soft costs