Loading...
Sunbeam Consulting (Miraleste) CONTRACT SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and SUNBEAM CONSULTING, INC. for ENGINEERING DESIGN OF MIRALESTE DRIVE ARTERIAL ROADS REHABILITATION PROJECT - 1 - 01203.0006/305846.1 AGREEMENT FOR CONTRACT SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND SUNBEAM CONSULTING THIS AGREEMENT FOR CONTRACT SERVICES (herein "Agreement") is made and entered into this 12th day of September, 2016, by and between the City of Rancho Palos Verdes, a California municipal corporation ("City") and Sunbeam Consulting, ("Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the "Parties". RECITALS A. City has sought, by issuance of a Request for Proposals or Invitation for Bids, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Consultant, following submission of a proposal or bid for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes' Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Article 1 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 herein and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: ARTICLE 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Consultant shall provide those services specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, 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, and is experienced in performing the work and services contemplated herein. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Consultant covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. - 2 - 01203.0006/305846.1 1.2 Consultant's Proposal. The Scope of Service shall include the Consultant's scope of work or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Consultant shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (i) has thoroughly investigated and considered the scope of services to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Consultant discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer. 1.6 Care of Work. The Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all - 3 - 01203.0006/305846.1 instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.8 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to ten percent (10%) of the Contract Sum or $25,000, whichever is less; or, in the time to perform of up to one hundred eighty (180) days, may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. It is expressly understood by Consultant that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates and that Consultant shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other contractors. No claims for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit"B" and any other provisions of this Agreement, the provisions of Exhibit"B" shall govern. ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed One Hundred Seventy Four Thousand Nine Hundred Ninety Eight Dollars ($174,998.00) (the "Contract Sum"), unless additional compensation is approved pursuant to Section 1.8. 2.2 Method of Compensation. The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services, less contract retention; (iii) payment for time and materials based upon the Consultant's rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, (b) contract retention is maintained, and (c) the Contract Sum is not exceeded; or(iv) such other methods as may be specified in the Schedule of Compensation. - 4 - 01203.0006/305846.1 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Consultant is required to attend additional meetings to facilitate such coordination, Consultant shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Consultant shall furnish to City an original invoice for all work performed and expenses incurred during the preceding month in a form approved by City's Director of Finance. By submitting an invoice for payment under this Agreement, Consultant is certifying compliance with all provisions of the Agreement. The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub-contractor contracts. Sub-contractor charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. 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. Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, or as provided in Section 7.3, 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; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. 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. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D" and incorporated herein by this - 5 - 01203.0006/305846.1 reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty(180) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Consultant shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) years from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Consultant. The following principals of Consultant ("Principals") are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Chuck Stephan Vice President (Name) (Title) Alan Braadvedt President (Name) (Title) (Name) (Title) - 6 - 01203.0006/305846.1 It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only competent personnel to perform services pursuant to this Agreement. 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. 4.2 Status of Consultant. Consultant shall have no authority to bind City in any manner, or 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. 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. 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. 4.3 Contract Officer. The Contract Officer shall be Ron Dragoo, Principal Engineer or Michael Throne, Director of Public Works or such person as may be designated by the City Manager. It shall be the Consultant's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Consultant's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of - 7 - 01203.0006/305846.1 Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Consultant or any surety of Consultant of any liability hereunder without the express consent of City. ARTICLE 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. The Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance which shall cover all elected and appointed officers, employees and agents of City: (a) Commercial General Liability Insurance (Occurrence Form CG0001 or equivalent). A policy of comprehensive general liability insurance written on a per occurrence basis for bodily injury, personal injury and property damage. The policy of insurance shall be in an amount not less than$1,000,000.00 per occurrence or if a general aggregate limit is used, then the general aggregate limit shall be twice the occurrence limit. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for the Consultant against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Consultant in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance (Form CA 0001 (Ed 1/87) including "any auto" and endorsement CA 0025 or equivalent). A policy of comprehensive automobile liability insurance written on a per occurrence for bodily injury and property damage in an amount not less than $1,000,000. Said policy shall include coverage for owned, non-owned, leased, hired cars and any automobile. (d) Professional Liability. 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 - 8 - 01203.0006/305846.1 services performed under this Agreement. The insurance must be maintained for at least 5 consecutive years following the completion of Consultant's services or the termination of this Agreement. During this additional 5-year period, Consultant shall annually and upon request of the City submit written evidence of this continuous coverage. (e) Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit"B". 5.2 General Insurance Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its elected and appointed officers, employees and agents as additional insureds and any insurance maintained by City or its officers, employees or agents may apply in excess of, and not contribute with Consultant's insurance. The insurer is deemed hereof to waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. Moreover, the insurance policy must specify that where the primary insured does not satisfy the self-insured retention, any additional insured may satisfy the self- insured retention. All of said policies of insurance shall provide that said insurance may not be amended or cancelled by the insurer or any party hereto without providing thirty(30) days prior written notice by certified mail return receipt requested to the City. In the event any of said policies of insurance are cancelled, the Consultant shall, prior to the cancellation date, submit new evidence of insurance in conformance with Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Consultant has provided the City with Certificates of Insurance, additional insured endorsement forms or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. City reserves the right to inspect complete, certified copies of and endorsements to all required insurance policies at any time. Any failure to comply with the reporting or other provisions of the policies including breaches or warranties shall not affect coverage provided to City. All certificates shall name the City as additional insured (providing the appropriate endorsement) and shall conform to the following"cancellation" notice: CANCELLATION: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATED THEREOF, THE ISSUING COMPANY SHALL MAIL THIRTY (30)-DAY ADVANCE WRIT EN NOTICE TO CERTIFICATE HOLDER NAMED HEREIN. [to be initialed] Consultant Initials - 9 - 01203.0006/305846.1 City, its respective elected and appointed officers, directors, officials, employees, agents and volunteers are to be covered as additional insureds as respects: liability arising out of activities Consultant performs; products and completed operations of Consultant; premises owned, occupied or used by Consultant; or any 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, employees or volunteers. 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. 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. The Consultant agrees that the requirement to provide insurance shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages to any persons or property resulting from the Consultant's activities or the activities of any person or persons for which the Consultant is otherwise responsible nor shall it limit the Consultant's indemnification liabilities as provided in Section 5.3. In the event the Consultant subcontracts any portion of the work in compliance with Section 4.5 of this Agreement, the contract between the Consultant and such subcontractor shall require the subcontractor to maintain the same policies of insurance that the Consultant is required to maintain pursuant to Section 5.1, and such certificates and endorsements shall be provided to City. 5.3 Indemnification. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents ("Indemnified Parties") against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein"claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Consultant is legally liable ("indemnitors"), or arising from Consultant's or indemnitors' reckless or willful misconduct, or arising from Consultant's or indemnitors' negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (a) Consultant will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Consultant will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of - 10 - 01203.0006/305846.1 Consultant hereunder; and Consultant agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Consultant for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Consultant hereunder, Consultant agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. Consultant shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Consultant in the performance of professional services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City's sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City's negligence, except that design professionals' indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. 5.4 Sufficiency of Insurer. Insurance required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the Risk Manager of the City("Risk Manager") due to unique circumstances. If this Agreement continues for more than 3 years duration, or in the event the risk manager determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the Risk Manager. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Consultant shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies or other documents relating to the disbursements charged to City and services performed hereunder (the "books and records"), as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three - 11 - 01203.0006/305846.1 (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Consultant's business, custody of the books and records may be given to City, and access shall be provided by Consultant's successor in interest. Notwithstanding the above, the Consultant shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the "documents and materials") prepared by Consultant, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and Consultant's guarantee and warranties shall not extend to such use, reuse or assignment. Consultant may retain copies of such documents for its own use. Consultant shall have the right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. Moreover, Consultant with respect to any documents and materials that may qualify as "works made for hire" as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed"works made for hire" for the City. - 12 - 01203.0006/305846.1 6.4 Confidentiality and 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 Contract Officer. (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, 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 there under. 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. ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 7.2 Disputes; 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 - 13 - 01203.0006/305846.1 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 this Article. 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. 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Consultant's acts or omissions in performing or failing to perform Consultant's obligation under this Agreement. In the event that any claim is made by a third party,the amount or validity of which is disputed by Consultant, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Consultant to insure, indemnify, and protect City as elsewhere provided herein. 7.4 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 or 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. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Consultant shall file a statutory claim pursuant to Government Code Sections 905 et. seq. and 910 et. seq., in order to pursue a legal action under this Agreement. - 14 - 01203.0006/305846.1 7.7 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days' written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Consultant reserves the right to terminate this Contract at any time, with or without cause, upon sixty (60) days' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Consultant may determine. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Consultant has initiated termination, the Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Consultant has initiated termination, the Consultant shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.8 Termination for Default of Consultant. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor in interest, in the event of any default or breach by the City or for any amount which - 15 - 01203.0006/305846.1 may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Consultant covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Consultant's performance of services under this Agreement. Consultant further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Contract Officer. 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. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects her/his financial interest or the financial interest of any corporation, partnership or association in which (s)he is, directly or indirectly, interested, in violation of any State statute or regulation. The Consultant warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class. 8.4 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 seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should 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. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho - 16 - 01203.0006/305846.1 Palos Verdes, 30940 Hawthorne Blvd., California 90275 and in the case of the Consultant, to the person(s) at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.5 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.6 Warranty& Representation of Non-Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of "financial interest" shall be consistent with State law and shall not include interests found to be "remote" or "noninterests" pursuant to Government Code Sections 1091 or 1091.5. Consultant warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or - 17 - 01203.0006/305846.1 other thing of value as a result or consequence of obtaining or being awarded any agreement. Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Consultant is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Consultant's Authorized Initials 9.7 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] - 18 - 01203.0006/305846.1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation 11 -1/C4A. , Mayor ATTEST: C44;146 — City Clerk APPROVED AS TO FORM: ALESHIRE& WYNDER, LLP rar- � / / David J. Al- 1 e, City Attorney CONSULTANT: SUNB.AM CONSU G By. Y ice' ■ Fame: `, e l Title: v$(�� = Qr,� By: IA Name: ALA) Title: \hcc% Address: 1817 Josie Avenue Long Beach, CA 90815 Two corporate officer signatures required when Consultant is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. 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 CONSULTANT'S BUSINESS ENTITY. - 19 - 01203.0006/305846.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 , e<=£.Y'`afoYvY'L-k,,4•Lr .wp—,. .5�` ' • is o+.t.a,a..at.v:-,�.,a•.a ¢. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California :UObefore nty of �i me, 1,1t C' / NQHat,rC— DateHee Insert Name and Title of the Offider personally appeared eN rel'Gv Name(s)-of Signs) who proved to me on the basis of satisfactory evidence to be the •ersol(s) whose narre(s is scribed to the within instrument and ackno dged to me that 'e/..- they executed the same in hi /,her/their authorized capacit r e),and that b hi /their signature' .n the instrument the persQi(s)-, or the entity upon behalf of which the persons)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. TOVIC WITNESS my hand an official seal. V„lom!!n07063z Notary Public-California v C Ztr'l Los Angeles County M Comm.Ex fres Ma 4,2018 Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑General ❑Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES S ()mu-P-0 t&� d L'H r-�S ReDQE On A1-4'f t y , 2015 before me, N0-r'2 y peLiG, personally appeared JR . , proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. . . CHU TAO WANG WITNESS my hand and offs al seal. : Cort xion#2063516 Notary Public•California z Signature: NA 4".'17 3__ _ _ _!Az Comm,Exelrof_MV._2018 4 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: (NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 09999.0009/267880.1 EXHIBIT "A" SCOPE OF SERVICES I. Brief description of work to be performed: Consultant shall prepare plans, specifications and an engineer's probable cost of construction for the Miraleste Drive Arterial Roads Rehabilitation Project. These services shall include an analysis of the pavement needs on Miraleste Drive, preparing the construction documents for the rehabilitation, assisting the City throughout the bidding and construction phase, and conducting survey investigation and restoration before and after construction. II. Consultant will perform the following tasks: A. Conduct Field Investigation/Pavement Analysis. Consultant will conduct a field inventory to review the existing concrete and asphalt pavement deficiencies and to make a final recommendation as to the preferred method of rehabilitation. As part of this Task, the Consultant shall deliver a written report of findings and recommendations generated from the field inventory. B. Review existing civil records and as-builts. C. Prepare Construction drawings. D. Prepare engineer's estimate. E. Prepare technical specifications and special provisions. F. Attend pre-construction meeting(s). G. Provide construction support. H. Prepare final deliverables complete with engineer's stamp and signature. I. Respond to and prepare bid addenda, RFIs, and clarification on design for construction work. J. Prepare and deliver As-Built drawings to the City in hard-copy and electronic format. III. As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: A. Prepare Concept Drawings — Develop concept drawings for the proposed traffic controls to be installed on Miraleste Drive at Palos Verdes Drive East and the School entrance. 01203.0006/305846.1 B. 65% Draft Drawings — Develop and submit preliminary draft designs based on 65% design effort, field analysis and project review with the City. C. 95% Pre-Final Drawings — Submit Draft Final drawings for final review by the City. D. Final Plans, Specifications, and Cost Estimates — Prepare final plans, specifications and engineer's probable cost of construction. E. Pre-construction Survey Monument Investigation, Tie-outs and File Maps with City and County F. Post-construction Survey Monument Investigation, Tie-outs and File Maps with City and County IV. All work product is subject to review and acceptance by the City, and must be revised by the Consultant without additional charge to the City until found satisfactory and accepted by City. V. Consultant's Obligation to Revise Plans to Stay Within City Budget A. Consultant has been hired to perform the services described in this Agreement, which include the creation of one or more designs, drawings, or plans ("Plans"). Consultant acknowledges that City has budgeted the amount of Two Million Five Hundred Thousand Dollars ($2,500,000) for construction, construction management, and inspections services for the Project ("Project Budget"). Consultant shall be responsible to create Project Plans that enable the Project to be completed within the Project Budget. If Consultant's cost estimates for the Project exceed the Project Budget, the City will not accept the Plans and Consultant must revise the Plans, or create new Plans, at no additional cost to the City, such that the cost estimates do not exceed the Project Budget. B. The cost estimates shall include separate estimates for construction, construction management, and inspection services. In the event that City solicits bids for construction, construction management, and/or inspection services for the Project, as such Project has been designed by Consultant, and the lowest responsible bid for any of these services exceeds Consultant's cost estimate by at least 10%, Consultant agrees to revise the Plans, or to create new Plans, at no additional cost to City, so that a new price can be negotiated or the Project can be rebid so that the Project does not exceed the Project Budget. 01203.0006/305846.1 C. Notwithstanding the foregoing, Consultant is not responsible for changes in the Project scope initiated by City and all such changes shall include appropriate mutually agreed changes to the Project Budget and cost estimates. VI. Consultant will utilize the following personnel to accomplish the Services: A. Chuck Stephan: Vice President, Project Engineer, Principal Engineer B. Jim Pugh: Field Staff Engineer C. Isis Solimon: Office Assistant VII. Consultant will use KDM Meridian as a sub-consultant to provide professional surveying services for this project. 01203.0006/305846.1 EXHIBIT "B" SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) I. Section 4.5, "Prohibition Against Subcontracting or Assignment," is hereby amended to include the following: Consultant may use KDM Meridian as a sub-consultant to provide professional surveying services. 01203.0006/305846.1 EXHIBIT "C" SCHEDULE OF COMPENSATION I. Consultant shall deliver to the City the following tangible work products for the following fees: WORK PRODUCT FEE A. Complete Concept Drawings $35,000 B. 65% Draft Drawings $52,500 C. 95% Draft Drawings $43,750 D. Final Plans, Specifications, and Cost Estimates $43,748 Total Services $174,998 II. Method of Payment: Consultant may submit monthly invoices for progress payments, which shall state: A. All completed work products submitted to the City within the previous month; and B. The percentage of any uncompleted work product for which Consultant seeks payment. The determination of whether a work product has been completed shall be in the sole discretion of the City, and it shall be the Consultant's burden to provide the City with sufficient materials and information to demonstrate that the work product is complete in accordance with the specifications of this Agreement. If Consultant submits an invoice seeking partial payment for an uncompleted work product, City will not be required to pay Consultant until Consultant has demonstrated to the satisfaction of the City that Consultant has completed the percentage of the work product claimed in the invoice. If approved by the City, Consultant will receive a percentage of the fee for said work product equal to the percentage of the work product that was completed in the previous month. (For example, if Consultant completed 20% of work product A in the previous month, Consultant will be paid $7,000.) III. The total compensation for the Services shall not exceed $174,998.00 as provided in Section 2.1 of this Agreement. 01203.0006/305846.1 EXHIBIT "D" SCHEDULE OF PERFORMANCE I. Consultant shall perform all Services timely in accordance with the schedule to be developed by Consultant and subject to the written approval of the Contract Officer. II. Consultant shall deliver the following tangible work products to the City by the following dates. A. Complete Concept Drawings by October 30, 2016 B. Deliver 65% Draft Drawings by December 31, 2016 C. Deliver 95% Pre Final Drawings by January 31, 2017 D. Provide 100% Final Plans, Specifications & Cost Estimates by February 15, 2017 III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. 01203.0006/305846.1 mSunbeam Consulting 1817 Josie Avenue • Long Beach, California 90815 April 22, 2016 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd Rancho Palos Verdes, CA 90275 Attention: Nicole Jules RE: Engineering Design Services for the City of Rancho Palos Verdes Miraleste Drive Arterial Roads Project Dear Ms.Jules: Sunbeam Consulting proposes to provide Professional Services to the City of Rancho Palos Verdes for the Miraleste Drive Arterial Roads Project. We appreciate the consideration and opportunity of providing these services to City of Rancho Palos Verdes. The principals of Sunbeam Consulting have decades of experience in civil engineering design, program management, project management, construction management, and inspection of Capital Improvement projects. We are able to assist the City of Rancho Palos Verdes in the required capacity, and draw upon additional resources if needed during the course of the assignment. We propose teaming with KDM Meridian to provide the professional surveying services for this project. Thank you for this opportunity to offer our services to the City of Rancho Palos Verdes. Should you have questions during the selection process, please contact me at 310.525.0678. Sincerely, Charles Stephan Vice President Sunbeam Consulting -,C1j i. fii:ePI('%i ;,if ...cit.Pi� €.�3-; ,, ','s'- 6 ..C,A1 City of Rancho Palos Verdes ,_,. Engineering Design Services for i Miraleste Drive Arterial Roads Project .p.: CONSULT 1 NG Sunbeam Technologies, Inc., doing business as Sunbeam � � ,� Consulting, provides civil engineering, capital improvement project management, construction management and 1817 Josie Avenue inspection services to public agencies and private sectors in long Beach CA 90815 addition to our founding energy related services. Sunbeam Technologies, Inc. was established in 2008 to provide Tel:866.714.BEAM engineering design, management, and contracting services to www.sunbeamtech.net public agencies, business, and private clients. Sunbeam's senior management offers decades of experience on public E-mail: chuck@sunbeamtech.net infrastructure and building projects with Southern California Direct: 310.525.0678 agencies. Contractor License No. . Civil Engineering 915894(A&B) * Project Management • Construction Management&Observation FEED Accredited Professionals • Staff Assistance California Registered Engineers • NPDES Implementation • ADA Assessment&Improvements * Plan Checking * Highway&Infrastructure Design * Storm Drainage&Design * Signing and Striping Plans * Parking Design&Analysis P A G E 2 of , .3 VI EngiCityneering Rancho DesignPalos Services fo Miraleste Drive Arterial Roads Project vu � ,. -. SCOPE OF WORK Project Understanding The City of Rancho Palos Verdes plans to construct pavement rehabilitation and improvements to Miraleste Drive from Palos Verdes Drive East to the south City limit. Anticipated improvements include pavement repairs and resurfacing, curb repairs and construction, walkway repairs, ADA compliant curb ramps and walkway improvements, utility adjustments, existing storm drain improvements, surveying and survey monument documentation, MUTCD compliant traffic signing and striping, curb addresses, and consideration of improvements to the Mlraleste/PVDE intersection. We have included line item cost details for complete survey monumentation services as required by state regulations, including preliminary record research, field investigation, tie-outs, reestablishment after construction, and final recording. sus kt ,, m ° �e .„daSat �' ° .04k ,4,,, ,,, 4,,''' -` 4,4v-rift'''. , ' 4 .4 ‘` ;-.`” a ,,,-,,- •.,:,,,t, ,At '... * ,,„e.,,,i,r,.4 c .,,,--7p.,,...,.. . $06.: '4".,,„ ,ig. ' ii-*-‘g.-AA ir As, ilt.„ $._ Harter•. �. u ,,, "� : .° � a4.te � mli �= o"� '. i 1. 'f.': 3. iigt $ Ir... , 4. ., 4„,its ., frascaci ° y ° i C., Pa -. D Pond Part' § '''''' ' .i, *i s,, 1, .,, '.,IVIL",„.- ', 4,.., ' , ‘.s..0.*it.;itlizt.. %*•.-w t.7 s t'v ,,, a-,400,0,, Is 4 ., t.,-. ,f A. 4-4w0„, -a‘ cTiiic .„4. :, - :,,,k.* '4, At,,,,,,,,;;Lisf i 4 P f,00° 'a..,? ,.‘„ . v..,,,,,,„ of „1„,,,,,*-pfqz. 4, ''.1 , . „ .. ..-;.,.; , ,,' .3','-i'l, ::gi lifi4itkiseirI, II :Atif 4 Ot,' : ':' '0 k '''' Miraleste Drive Project Area G E 3 City of Rancho Palos Verdes j Engineering Design Services for Miraleste Drive Arterial Roads Project Project Commencement/Review Existing Records Sunbeam Consulting will meet with City staff to review the project scope of work in detail, finalize document formats, and review the project schedule. Sunbeam will review existing City and utility records, including street improvement, traffic, and storm drain plans, base maps, GIS data, and tax assessor maps. We will establish coordination with the City's designated representative for field investigation and design questions and commence work immediately upon approval.We will begin work as soon as practicable to meet the City's design completion date for this project. We will attend meetings with the City throughout the design effort. We note that the complete project budget is $2.6 million. We will work with the City to ensure that the final design and complete project cost, including design, management, inspection, and testing is within the allotted budget. We will attend bi-weekly meetings with City staff during the design phase. Field Inventory and Pavement Analysis Sunbeam Consulting will conduct a thorough field investigation and review of this data, and inventory existing and proposed improvements throughout the project area. We will coordinate with City staff during the field work to discuss and clarify the intent and budget for construction. We will discuss our field findings with the City, review the various alternatives available for construction improvements and rehabilitation, and based upon these discussions, provide a written report of recommendations for design.Our field investigation work will include: > Evaluation of conformance to current Americans with Disabilities Act (ADA) requirements, including curb access ramps at intersections and crossings. Note that, depending on the level of construction work performed, federal regulations require that the project area be brought into conformance with current ADA standards. > Notation of sidewalk and driveway deficiencies including displacements, severe cracking, and potential trip hazards. ➢ Notation of curb,gutter,and cross gutter deficiencies including displacements and ponding. ➢ Curb drains will be noted where they are included in sidewalk or curb and gutter replacement work. ➢ Evaluation of pavement condition, including pavement and base failures, cracking, ponding and displacement.Analysis of possible rehabilitation methods considering cost,time of construction, and expected longevity. Recording of proposed pavement remove and replace (R&R) locations and sizes. ➢ Notation of damage caused by tree root intrusion. ➢ Recording of other noticeable deficiencies such as sidewalk obstructions or intrusions, damaged equipment,and broken utility covers. ➢ Notation of valves and manholes that will need to be adjusted to grade. ➢ Recording of all existing signs and sign posts, and verification that signs meet current MUTCD requirements. > Record existing pavement striping and markings, and verify if they meet current MUTCD standards. ➢ Record storm drain facilities and note conditions. p ➢ Evaluate the PVDE intersection. A G E 4 City of Rancho Palos Verdes Engineering Design Services for Miraleste Drive Arterial Roads Project All items will be noted on our field review checklist by street address, on a field map, and field marked where appropriate. Upon conclusion of the field work, or intermittently as work is completed, we will meet with City staff to review our findings, and preliminary construction quantities and costs. Items requiring further investigation by City staff will be discussed. Areas with significant tree root intrusion will be provided for review by the City Arborist for recommendation. Preliminary Design Sunbeam Consulting will meet with the City to review the findings of our field investigation,and discuss the various pavement rehabilitation and proposed site improvement alternatives available. We will discuss the various factors including construction cost/available budget, time of construction, finished appearance, inconvenience during construction, and expected longevity. From our initial investigation, we expect that a combination of edge milling, asphalt concrete level course, and asphalt rubber overlay can be expected. We will avoid the use of PCC curb & gutter where other feasible alternatives can be included. Sunbeam Consulting will develop the preliminary design plans based upon our topographic survey,aerial map and GIS data, field investigation, and project review with the City. Except for areas requiring complete or extensive reconstruction, the plans will be depicted in plan view at a scale of 1"=40', or as necessary for clarity. Construction limits will be hatched to depict the pavement rehabilitation limits, and will include R&R locations,and tables showing concrete construction work.Addresses will be shown for each lot for reference. Striping and signing plans will include work related to street signs and posts, pavement striping, markings, and raised pavement markers. Detailed striping plans will be provided as needed for clarity. The preliminary design will be submitted to the City, along with the preliminary cost estimate for consideration and review. Plans, specifications and estimate will be based on City provided "boilerplate" and reference documents. Sunbeam will review the recommended design alternatives with the City, and discuss cost savings strategies. STORM DRAIN IMPROVEMENTS We understand that improvements to the storm drain system may be included in the project. From our field review for this proposal,we note that some older storm drain inlets could be upgraded to standard curb inlet designs. We can include storm drain replacement or lining work in the plans as directed by City staff. MIRALESTE DR/PVDE INTERSECTION EVALUATION We propose to evaluate the Miraleste Drive/PVDE intersection and develop up to 10 alternative configurations with the goal of improving operation at that intersection. Alternatives may include separated lanes (similar to PVDN & PVDW intersection), a "diverging diamond" layout, a modified roundabout, and a signalized operation. We will review each alternative with the City, discuss merits and drawbacks of each. We will select one or two for further analysis and design, and develop exhibits for further outreach to City staff. If selected, we will develop full plans for a specified alternative for P inclusion in the project. (Note:A separate traffic study will not be conducted for this task). A G E 5 City of Rancho Palos Verdes * Engineering Design Services for Miraleste Drive Arterial Roads Project SURVEY MONUMENTATION Our survey scope of work will entail three main objectives: • Topographic survey and right of way determination to develop CAD document for engineering design purposes. • Identification and tie-out of existing surface and buried survey monuments for pre-construction survey documentation purposes as required by the County Surveyor. • Post-construction replacement and mapping of survey monuments as required by the County Surveyor. Note:All survey labor will conform to State prevailing wage rate determinations. GEOTECHNICAL ENGINEERING We propose to conduct several corings along Miraleste Drive to document the existing pavement thickness and subgrade soil material and structural properties. We will develop pavement resurfacing recommendations based on the laboratory structural findings. Final Design Based upon review of the preliminary design, Sunbeam will prepare the final project Plans, Specifications and Estimate. Plans will include the following sheets: > The Title Sheet will include the project title, project number, DIgAlert information, Sheet Index, Best Management Practices notes,Vicinity Map,Location Map,and signatures. > The Index Map will provide an overview of the entire project area,with an index to the detailed plan sheets. ➢ Detail Sheets will include relevant plan details and information that is in addition to referenced Standard Plans,and Typical Sections.A detail of the curb ramp alternatives and pay limits will be provided. ➢ Street Improvement plan sheets will include pavement rehabilitation limits depicted by unique hatching/shading patterns; R&R locations; concrete work,valve and manhole adjustments;tree, tree root locations;and drainage notes. ➢ Striping and Signing plans will include depiction of all striping, markings, and raised pavement markers; curb paint; and Construction Notes. Work for installing street signs and posts will be included on separate plan sheets if needed for clarity. ➢ Plan & Profile sheets will be developed for locations requiring full or extensive reconstruction work. ➢ Show house address numbers for curb address markings The project plans will include specific references to existing pavement type. Overlay work will note requirements for grinding and levelling course construction, including requirements for pavement preparation and crack sealing. The construction plans will be prepared in AutoCAD format, printed and signed on 24"x36" bond sheets. Electronic files will be provided in .dwg and .pdf format. The final "As Built" plans will be printed and signed on 24"x36" mylar sheets. P A G E 6 �.,• City of Rancho Palos Verdes Engineering Design Services for Miraleste Drive Arterial Roads Project Project specifications will include technical specifications and special provisions describing the requirements for each bid item and construction requirement. Each bid item will be listed separately, and include a description of work, material requirements, and description of payment unit and method. The specifications will include a construction schedule, which will account for City holidays, street sweeping, trash collection, school calendar, and special events or restrictions. The specifications will include specific requirements for conforming to stormwater pollution protection (Note: The Contractor will be required to provide a SWPPP if it is determined that one is required upon completion of the design effort). (Note:We have not included environmental determination in our scope of work). Specifications will be prepared with Microsoft Word, printed and signed on 8.5"x11" bond paper. Electronic files will be provided in .doc and .pdf format. The Engineer's Estimate will include each bid item, quantity, and estimated cost base on similar recent construction bids. The Estimate will be prepared with Microsoft Excel, printed on 8.5"x11" bond paper. Electronic files will be provided in .xls and .pdf format. Construction Phase Sunbeam will support the City throughout the bid period as needed to answer questions, respond to Requests for Information (RFI's), and prepare bid addenda. We can assist the City in reviewing the bids and recommending award. We will attend the preconstruction meeting. Sunbeam will be available to assist the City during construction if needed to respond to RFI's and answer design related questions. We will provide "As Built" record plans to the City upon completion of construction, in printed and electronic format(AutoCAD .dwg and .pdf). Survey Monumentation Sunbeam Consulting will work with KDM Meridian to develop a comprehensive search and database of existing survey monuments located within the project limits, and that may be affected by the proposed work. Findings will be provided to the City. We will discuss options for the protection or re- establishment of monuments during and after construction, with the goal of providing the most cost effective and legally conforming end product. All monuments that are set shall be documented and provided to the County Surveyor for recording. Survey work will include: • 7,900 LF of street topography(counting both sides of Miraleste) • 11 intersection with corners(possible ADA ramp improvements) • 22 survey monuments I. Research &Preparation a. Perform record research with the County Surveyor and City of Rancho Palos Verdes. P b. Organize collected documents/maps for efficient field inventory. A II. Pre-Construction Preservation/Perpetuation G E 7 .W City of Rancho Palos Verdes lo,,1 Engineering Design Services for Miraleste Drive Arterial Roads Project a. Field identify/expose existing monuments, their condition (on surface, buried, destroyed/disturbed/missing), and adjacent ties. b. Set ties and remove monuments as necessary. c. Present an exhibit for surface monuments in slurry reaches for Contractor and Inspector to ensure monuments are protected from slurry material. d. Prepare and file corner records as necessary. III. Post-Construction Preservation/Perpetuation a. Reset new monuments in finished surface. b. Review and ensure existing surface monuments were protected from slurry material. c. Prepare and file corner records as necessary. • This project covers centerline monumentation and property monuments that may be set in existing curbs that is shown on recorded maps, corner records, or other documents available with the County Surveyor or City of Rancho Palos Verdes. P A G E 8 City of Rancho Palos Verdes Engineering Design Services for 11 Miraleste Drive Arterial Roads Project KEY PERSONNEL CHARLES STEPHAN,PE,LEED AP Vice President Education Principal/Design Engineer/Project Manager BS,Agricultural Engineering,California Polytechnic State University, San Professional Experience Luis Obispo(1982) Chuck Stephan has over thirty years of extensive engineering experience including civil engineering design Year Entered Profession and project management on projects for many 1982 municipalities and private firms. He has diverse project experience in planning, design, management, and Registrations Prof. Engineer (Civil) CA #C50481 construction of transportation, educational, institutional, (1993) industrial, aerospace, municipal, residential and commercial projects. Mr. Stephan works in multiple capacities as Prof. Engineer (Civil) OR #1872PE Principal-In-Charge, project manager, project engineer, lead (1995) engineer, design engineer, and construction engineer in Prof. Engineer (Civil) HI # PE-8432(CE) both the civil and construction management disciplines. (1996) • Specializing in Project Management, Civil LEED Accredited Professional (2007) Engineering Design, and Construction Management for municipal Capital Improvement Projects, Professional Affiliations including pavement design and rehabilitation; ADA American Public Works Association improvements; water pipelines; storm drain and American Society of Civil Engineers sanitary sewers; medians and landscaping; parking lots; site improvements; plan checking; NPDES requirements. • Providing staff assistance to municipal engineering departments on temporary or part-time basis as needed; provide staff training in project management, design, and construction management skills. • Manage various funding sources including local, state, and federal-aid projects; SR2S; SRTS; STPL;various grant applications and reimbursement requests. Project Experience City of La Habra Engineering Services — Program Management, Project Management, Design, Construction Management, La Habra,CA 2003 to Present: Provided engineering services to the City of La Habra Department of Public Works for the management, design, and construction of various public works capital improvement projects and studies. Projects included: Annual pavement rehabilitation projects,Annual water main replacement projects A G E 9 City of Rancho Palos Verdes fl E Engineering Design Services for Miraleste Drive Arterial Roads Project • Arterial rehabilitation projects with federal-aid funding • Intersection improvements with federal-aid funding • Pedestrian facilities(Curb,gutter,sidewalk,ADA ramps) with Safe Routes to School funding • Alley reconstruction with CDBG funding • Plan checking • Bid Assistance • Federal-aid reimbursements • Park facility ADA improvements,athletic fields,survey staking • Storm drain improvements City of Torrance Engineering Services — Program Management, Project Management, Design, Construction Management 2000-2003: Interim Project Manager. Provided engineering services to the City of Torrance Department of Public Works for the management, design, and construction of various public works capital improvement projects and studies. Projects included: • Annual pavement rehabilitation projects • Annual water main replacement projects • Arterial rehabilitation projects with federal-aid funding • Street widening and intersection improvements with federal-aid funding • Pedestrian facilities • Plan checking • Bid Assistance • Federal-aid reimbursements • Storm drain improvements Brea Standard Drawings, Brea, CA Engineering Standard Plans and CADD Standards, La Habra,CA Pavement Rehabilitation and Improvement Projects Rancho Palos Verdes Residential Rehabilitation Proejct,Areas 1 and 5B, Rancho Palos Verdes CA Residential &Arterial Overlay 2011 Design,Thousand Oaks,CA Sun Valley EDA Public Improvement Project,Los Angeles, CA Arterial Roads Rehabilitation Project Fiscal Year 2010-2011, Rancho Palos Verdes,CA Sepulveda Boulevard Pedestrian Improvements,Culver City,CA City of Hermosa Beach pavement rehabilitation projects, Hermosa Beach,CA Myrtle Area Improvements, Hermosa Beach,CA Ardmore Avenue Rehabilitation and 215`Street Rehabilitation Projects, Hermosa Beach,CA City of Torrance pavement rehabilitation projects,Torrance,CA 190th Street Reconstruction Project,Torrance,CA Community Redevelopment Agency of Los Angeles pavement rehabilitation, Los Angeles,CA P City of Signal Hill Cherry Avenue Improvement Project,Signal Hill,CA A 10 , , = City of Rancho Palos Verdes • j _ Engineering Design Services for II Miraleste Drive Arterial Roads Project Residential Overlay and Slurry Seal, Rancho Palos Verdes,CA City of Los Angeles Warner Center Transit Hub, Los Angeles,CA City of La Canada various street improvements Verdugo Boulevard Street Improvements, La Canada Flintridge,CA City of Gardena street improvements Street Rehabilitation Projects JN 742,743,745,Gardena,CA City of Malibu street and intersection improvements,Malibu,CA City of Hawthorne street and intersection improvements Off-Site Pedestrian and Traffic Improvements,Culver City Redevelopment Agency,Culver City,CA Lambert Road Rehabilitation Project, La Habra,CA Sidewalk and ADA Improvement Projects City of La Canada sidewalk and ADA curb access ramp improvements, La Canada Flintridge, CA Community Redevelopment Agency of Los Angeles sidewalk and ADA curb access ramp improvements Los Angeles,CA Sidewalk Repair and ADA Ramp Project,La Habra,CA Water Main Improvement and Replacement Projects City of Torrance residential water main replacements City of La Habra residential water main replacements,and transmission pipeline replacement Lambert Rd/Hacienda Rd Rehabilitation and Waterline Replacement Project, La Habra,CA Lambert Rd Sidewalk Gap Closure Project Phases 1 and 2; Lambert Rd and Beach Blvd Intersection Improvement Project, La Habra,CA Residential Streets and Alley Rehabilitation and Water Replacements Project, La Habra,CA Schoolwood Area Hydrogeological Investigation, La Habra,CA Parks Osornio Park Grading Improvements, La Habra,CA City of La Habra Portola Park softball fields,recreation paths,and playground facilities City of La Habra various parks ADA path improvements, playground facilities, and ballfield grading and staking City of La Canada recreation and equestrian trail stabilization and improvements Parking Auto Center Sign, Buena Park,CA Various Parking Lot Rehabilitation Projects, Buena Park,CA Various Parking Lot Rehabilitation Projects,West Hollywood,CA Spaulding Parking Lot Project,West Hollywood,CA City of La Habra community center overflow parking lot City of Torrance City Hall parking lot p Blend and Van Ness Schools Resurfacing Projects, LAUSD, Los Angeles,CA A G E 11 Li: City of Rancho Palos Verdes • Engineering Design Services for Miraleste Drive Arterial Roads Project Plan Checking City of Buena Park arterial rehabilitation projects Public Facilities City of Hermosa Beach Maintenance Yard Improvements City of Hermosa Beach restroom replacement projects A&A Concrete facility Site Plans CityNet fiber optic installation project for the City of Los Angeles Pankow 415 Pacific Coast Highway Civil Improvements Bridges City of La Habra various minor bridge repair projects Bridge Repair and Inspection Project, La Habra,CA ADA Improvements City of Torrance ADA curb access ramp improvements 2006-present City of La Habra ADA curb access ramp improvements 2003-present City of La Habra city-wide ADA Assessment and Recommendation Report City of Rancho Palos Verdes Hesse Park ADA Assessment and Recommendation Report, Rancho Palos Verdes,CA City of Lake Forest ADA curb access ramp improvements 2008, Lake Forest,CA Additional Experience Capital Improvement Projects, Portland,OR Aerospace Engineering and Project Management Department of Public Works,West Linn,OR: Department of Public Works,American Samoa Department of Public Works,Shafter,CA Department of Public Works,Glenn County,CA P A G E 12 City of Rancho Palos Verdes Engineering Design Services for Miraleste Drive Arterial Roads Project PROPOSED SCHEDULE City of Rancho Palos Verdes Miraleste Drive Arterial Roads Project Project Schedule Sunbeam Consulting TASKS May June July August September October 1.Meetings,including Proj.Mgmt&Admin 2.Schedule B-FIELD INVENTORY/PAVEMENT ANALYSIS 1.Field Investigation and Documentation 2.Geotechnical Investigation and Pavement Analysis C- CIVIL DESIGN SERVICES (a)Review Existing Records (b)Prepare Construction Plans Topo Surrey Concept Plans (c)Prepare Engineers Estimate (d)Prepare Technical Specifications and Special Provisions (e)Attend Preconstniction Meeting (Q Construction Support Final Deliverables and As Built P A G E 13 -::141 City of Rancho Palos Verdes 9) Engineering Design Services for Mira'este Drive Arterial Roads Project REFERENCES City of Hawthorne 4455 W. 126th St. Hawthorne,CA 90250 Arnie Shadbehr, Public Works Director (310)349-2985 City of La Habra 201 E. La Habra Blvd La Habra CA 90633-0337 Christine Kaskara,Civil Engineer (562)905-9720 City of Manhattan Beach 1400 Highland Avenue Manhattan Beach,CA 90266 Gilbert Gamboa,Senior Civil Engineer (310)802-5352 City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes,CA Nicole Jules, Deputy Director of Public Works (310)377-0360 P A G E 14 City of Rancho Palos Verdes Miraleste Drive Arterial Roads Project 4/22/2016 Item Amount Comments Time and Materials not to Field Investigation/ Pavement Analysis $ 10,500 exceed amount Time and Materials not to Item 1-Civil Design Services exceed amount (a) Review Existing Records $ 3,750 (b) Prepare Construction Plans $ 130,272 (c) Prepare Engineer's Estimates $ 2,500 (d) Prepare Technical Specifications and Special Provisions $ 20,391 (e)Attend Pre-construction Meeting(s) $ 350 (f) Construction Support $ 6,735 (g) Final Deliverables &As Builts $ 500 TOTAL $ 174,998 NOTE: Detailed Breakdown of Estimated Proposed Costs The proposed costs above include the following detailed costs included in Field Inventory/Pavement Analysis Geotechnical investigation $6,500 included in item(b) Up to 10 conceptual alignment plans for Miraleste/PVDE intersection $10,000 Detailed design for Miraleste/PVDE intersection $30,000 Topographic Survey $46,272 included in item(d) Pre-construction survey monument location,tie-out,and recording $10,890 included in item(1) Post-construction survey monument location,tie-out,and recording $3,850