Loading...
DUDEK CONTRACT SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and DUDEK for PROFESSIONAL CIVIL ENGINEERING SERVICES FOR STORM DRAIN DEFICIENCY IMPROVEMENT PROGRAM,FY16-17 - 1 - 01203.0006/318392.1 AGREEMENT FOR CONTRACT SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND DUDEK THIS AGREEMENT FOR CONTRACT SERVICES (herein "Agreement") is made and entered into this 20th day of September,2016 by and between the City of Rancho Palos Verdes,a California municipal corporation ("City") and Dudek ("Consultant" or "Dudek"). 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. - 1 - 01203.0006/318392.1 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 instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes -2- 01203.0006/318392.1 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 Two Hundred and Fifty-Five Thousand and Forty-Two Dollars ($255,042)(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. -3 - 01203.0006/318392.1 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 -4- 01203.0006/318392.1 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 fmal 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 "D"). 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: a. Timothy Muli,P.E, LEED AP, Project Manager Email:tmuli@dudek.com b. Thomas Ryan,P.E. Email:tjryan@dudek.com c. Jonis C. Smith,P.E., CFM Email:jsmith@dudek.com 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 -5 - 01203.0006/318392.1 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 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 -6 - 01203.0006/318392.1 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 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. - 7- 01203.0006/318392.1 (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 WRITTEN NOTICE TO CERTIFICATE HOLDER NAMED HEREIN. [to be initialed] Consultant Initials 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. - 8 - 01203.0006/318392.1 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 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. -9- 01203.0006/318392.1 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 fmancial 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(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 - 10 - 01203.0006/318392.1 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. 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, - 11 - 01203.0006/318392.1 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 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. - 12 - 01203.0006/318392.1 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. 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. - 13 - 01203.0006/318392.1 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 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. - 14- 01203.0006/318392.1 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 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 - 15 - 01203.0006/318392.1 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 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 L. 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] - 16 - 01203.0006/318392.1 - 17 - 01203.0006/318392.1 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 • .yo ATTEST: ity Clerk APPROVED AS TO FORM: ALESHIRE&WYNDER, LLP 00.4444AcaoligrA-City&kat/ David J. Aleshire,City Attome CONSULTANT: DUD N. a Califomi. . .oration By: l - k (/4- (� Name: "IE' /L IO CA/A 'v Title: V(GE.— P 44t.0 FAST By: - sr�LCoe‘O. _ Name: Title: June Collins Secretary Dudek 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. - 18 - 01203.0006/318392.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 XXXX ) On al6131:11. 3.0/G before me, VANik . , N67A'V1 Puau� Date Here Insert Name and Title of Officer personally appeared JU 4th fA eJpg-it. Ce U./NJ Amo Name(s) of Signer(s) AE> R -Xi Mit.' Q0/KLAN who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that bef they executed the same in /Ie/their authorized capacity(ies), and that by 1)4e/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 -� DANIEL IOL � correct. ` !!' - COMM.#2016308 P� WITNESS my hand and • I eal. � SAN Comet MAR. 2017 I Signature of Notary Pu Place Notary Seal Above 01203.0006/318392.1 EXHIBIT "A" SCOPE OF SERVICES I. Brief description of the work to be performed: Dudek will perform professional design civil engineering services needed to upgrade the City's storm drain facilities. In June 2015, Michael Baker International updated the Master Plan of Drainage ("MPD") for Year 1 of the City's Storm Drain Deficiency Improvement Program ("SDDIP"). This update included recommended improvements. Dudek will perform an independent analysis of the City's storm drain facilities and design plans to implement improvements warranted by this analysis. Dudek will prepare bid ready construction documents for all necessary structural improvements,provide support during the bidding and construction of such improvements,and develop accurate record drawings and GIS data layers for use by the City, all of which is more fully described below. II. Consultant will perform the following Tasks: Task 1.0 Kick-Off Meeting Dudek will conduct a project kick-off meeting with the City to refine, clarify, and discuss project objectives,project schedule,preliminary designs,City data sharing agreement,City strategies,and construction budget. Dudek will also discuss the timing of deliverables outlined in the RFP for each task below. Task 1.1 Site and Data Review Dudek will conduct detailed research on the identified deficient pipe systems and their tributary drainage areas. The research will include review of existing records, including but not limited to any available storm water runoff facility plans, topographic maps, video logs, GIS information, the City's MPD, street base maps, tract maps, relevant geotechnical studies and other reports to aid in the preliminary engineering design. The task will also include review of right-of-way constraints including street right-of-way,construction easements,and utility easements. In addition, Dudek will verify location of storm drain facilities identified in the MPD's list of proposed projects for FY16-17. Specific elements shall include coordinates and invert elevations for inlets,manholes,junction and transition structures,material changes,grade breaks,storm drain sizes, outlets, and all information necessary to help establish accurate pipe alignments and hydraulic capacity. Dudek will meet and coordinate with City maintenance staff to understand design issues such as debris accumulation and historical flooding conditions of the proposed project sites.During a field investigation, Dudek will also attempt to identify the source of sediment for those systems that City maintenance staff indicates as having sediment/debris issues at proposed FY16-17 improvement locations. This will be especially critical for systems conveying runoff from natural 01203.0006/318392.1 canyons and slope areas. Using the information obtained during site and data review, Dudek will review and compile information for project base sheets and identify locations of potential conflicts or constraints,which may affect the design of the project. Task 1.2 Ground Survey Dudek team member, Cornerstone Land Surveying, will provide land-surveying services for the proposed project site locations. Services will be performed in two phases and will include the following: Phase 1: • Research survey records at the City of Rancho Palos Verdes and/or County of Los Angeles and office calculations for the subject street centerlines and right of way, and splice with the City's 2-feet contours for adjacent parcels. • Perform field control survey to establish horizontal and vertical control at the three (3) sites(LAE1 and LAE-7 will be combined into one site)tied to state plane coordinates, and a City/County benchmark. This includes searching for existing street centerline monuments and one (1) private property that the proposed storm drains alignment passes through.Five(5)Aerial targets will be set for each of the three(3)sites for Aerial Mapping. • Provide aerial mapping at a scale of 1"=40' with 1' contours for three (3) sites covering a 200' wide strip along the storm drain alignment(100' each side). • Provide a preliminary Aerial boundary base map at a scale of 1"=40' for three (3) sites. Phase 2: • Provide a supplemental topographic and utility field survey along a 50' wide strip along the alignment of the proposed storm drain. The Aerial will be utilized to pick up the remaining portions of the right of way not field surveyed. This includes existing upstream and downstream tie in structures, catch basin, inlets, outlets, manholes, and catch basins along the existing storm drain alignment. This also includes opening and dipping existing storm drain catch basins and manholes within the project limits and providing depths. • Prepare a fmal comprehensive base map at a Scale of 1"=40' for three (3) sites, street centerline and right of way survey, and drafting of supplemental field topographic and field utility survey. Phase 2 will be refined after preliminary investigations. If after phase 1 it is identified that a wider strip will be required,the additional survey will be done as an addendum to the scope of work. This task has been budgeted to cover only survey work necessary for design of the recommended portions of storm drains facilities per the MPD and as referenced in the RFP(grouped into 3 survey sites),which are part of the FY16-17 improvements. Additional survey work, if determined to be necessary during the field investigations, will be included as an addendum to the scope of work upon the approval by the City. Task 1.3 Geotechnical Investigations Dudek team member,Converse Consultants,will conduct a field investigation,perform laboratory tests, and conduct analyses to develop geotechnical parameters and recommendations for the design and construction of the storm drain lines and structures. The scope of work will include project set-up and subsurface exploration, laboratory testing, engineering analysis, and report preparation. This proposal assumes that site access will be provided at no additional cost to Dudek's team, drilling will be conducted on weekdays between 8:00 am and 5:00 pm, traffic control will include sign,cones and arrow boards in accordance with the WATCH manual,and no flagman will be used. Project Set-Up Project set-up will include obtaining a no fee permit from the City of Rancho Palos Verdes to drill exploratory borings,mark the boring locations, call Underground Services Alert(USA), and rent a drill rig to drill the exploratory borings. Subsurface Exploration The geotechnical exploration summary is presented in the table below: Location Length(Feet) Number of Boring/Depth LAE-1 343 1/20' LAE-2 1,002 2/20' PVN-3 4&5 943 2/20' PVW-7 173 1/20' The borings will be drilled with a truck-mounted rig equipped with 8-inch diameter hollow-stem augur for soil sampling.Each boring will be visually logged and sampled at regular depth intervals and at changes in subsurface soils.The borings will be backfilled with soil cuttings and the surface patched with cold asphalt concrete. Laboratory Testing Laboratory tests will be performed on selected, representative soil samples to determine soil characteristics and pertinent engineering properties that should be considered in engineering evaluation. Tests will include soil classification, insitu density and moisture content, sand equivalent,sieve analysis,R-value,soil corrosivity,laboratory maximum density,and direct shear. Engineering Analyses and Technical Report Converse Consultants will prepare a report summarizing the findings and conclusions of the exploration and provide geotechnical parameters for the design and construction of the proposed storm drain.Data obtained from the exploratory borings and lab-testing program will be evaluated to prepare the report. Included in the report will be project and site description, boring logs summarizing the subsurface conditions, boring locations, depth of groundwater if encountered, discussion of local and regional geology, faults within close proximity of the projects and its impacts,seismic design parameters based on 2013 California Building Code(CBC),laboratory test results, existing pavement sections at boring locations (if encountered), discussion of subsurface conditions, geotechnical parameters for buried pipe design, excavation characteristics of the subsurface materials including ease or difficulty of excavation, temporary trench wall stability evaluation, suitability of excavated materials for use as bedding and backfill, trench backfill recommendation, geotechnical parameters for shoring design, shoring installation recommendation, street structural section to place existing, street subgrade preparation recommendations,aggregate and asphalt concrete placement recommendation. Task 1.4 Hydrology and Hydraulics Analyses The Dudek team will verify and update the existing hydrology models and use the updated hydrology results in hydraulic analysis to develop the project storm drain facilities to eliminate deficient systems that are part of FY16-17 improvements. Dudek will perform hydrology and hydraulic analysis for the 10-, 25-, and 100-years storm events per the guidelines and procedures outlined in the Los Angeles County Hydrology Manual and the Los Angeles County DPW Drainage Design Manual. Hydrology delineation will be based on the City's LAR-IAC generated digital terrain data with two-foot contours, supplemented with field topographic survey data for the project sites. The watershed boundaries will be field verified in combination with the City's available as-built drawings and street plans. Dudek will perform detailed hydraulics analysis review the check for impacts to downstream systems and laterals that discharge to the proposed drainage systems. This process will help identify with accuracy the most critical improvements to be performed as part of FY16-17,which may be different from those identified in the MPD. Both the hydrology and hydraulics analysis will be performed utilizing XP-SWMM computer program that was approved for use by the City in the MPD study. Proposed storm drain line LAE-7 conveys flows from a natural canyon and sloped areas. The Dudek team will evaluate the need for sediment yield analysis for the contributing areas, and provide recommendations to the City. Based on review of the available MPD information and online historical google aerial imagery,Dudek does not anticipate there will be need to incorporate sediment basins or bulked flows as part of the proposed storm drain improvements. The Dudek team in consultation with the City's maintenance staff will perform detailed evaluation to ascertain this conclusion. Sediment yield if determined to be necessary will be completed in accordance with the Los Angeles County Sedimentation Manual. Sediment Yield Analysis is included as an optional fees item in the fee schedule for this proposal. Task 1.5: 30% Design Report Dudek will prepare a design report that will identify the proposed drainage improvements. The report will describe the analysis supporting the design recommendations. The report will also include 30% conceptual plans for each site with storm drain alignments in plan view, annotated with proposed lengths, conduit sizes,right-of-way boundaries, and estimated project construction limits. The 30%design report will also include results and findings of data review, field verification data (GPS coordinates and elevations), GIS layers, hydrologic and hydraulic analysis, modeling input and output files,topographic survey, and geotechnical analysis. Task 1.6 CEQA Documentation (Categorical Exemption) Based on the assumption that the proposed project would occur within the footprint of existing stormwater facilities, it is assumed that the proposed project would not result in any adverse environmental impacts requiring mitigation.As such,it is Dudek's belief that the proposed project would likely be eligible to be processed via a Categorical Exemption, as discussed further below. Dudek understands that the decision of what CEQA document to prepare for the proposed project is at the discretion of the City in compliance with CEQA and the CEQA Guidelines, and Dudek will be available throughout the process to discuss all applicable options with the City, as well as to answer any questions regarding the Categorical Exemption and CEQA processes. Sections 15260 to 15285 of the CEQA Guidelines provides a list of project types that are exempt from CEQA granted by legislative action(Statutory Exemptions),while Sections 15300 to 15332 provide a list of classes of projects that have been determined not to have a significant effect on the environment and that are exempt from the provisions of CEQA. Based on Dudek's understanding of the proposed project, Dudek believes that one or more of the following exemptions may apply to the project: • Section 15269. Emergency Project; • Section 15301. Existing Facilities; • Section 15302. Replacement or Reconstruction; and or • Section 15303.New Construction or Conversion of Small Structure While Section 15300.2 of the CEQA Guidelines provides several exceptions that would otherwise preclude the use of a Categorical Exemption, Dudek has reviewed these exceptions and do not believe that any would apply to the proposed project.Thus,Dudek believes that a statutory and/or categorical exemption could be processed for the proposed project. Dudek will also prepare a brief memorandum that will provide sufficient detail as to why the proposed project qualifies for statutory and/or categorical exemption pursuant to the CEQA Guidelines. In addition to the memorandum, Dudek will assist the City is preparing a Notice of Exemption for the project,which the City would file with the County Clerk. Task 2.1 Final Hydrology and Hydraulics Prepare final hydraulic analysis for the proposed improvement sites on the recommended storm drain improvements identified in preliminary design phase and approved by the City. This engineering analysis will incorporate all City comments on the draft design report and provide verification of the hydraulic operation for the proposed facilities and become the technical engineering basis of the fmal design. The fmal engineering analysis will include hydraulic calculations for the proposed improvement sites with refined fmal storm drain facilities to be implemented. Task 2.2 Utility Notification/Coordination Dudek will perform thorough utility research to establish the expected location of all utilities based on the latest available records and ground survey. Utility coordination will be conducted with the City and all affected agencies prior to developing final design. Dudek will initiate utility research immediately, and maintain a log of all utility requests letters sent and data received. For those utilities that require a letter directly from the City,Dudek will send an electronic copy of the letter to the City to include on their letterhead and obtain signature. Task 2.3 Traffic handling Plans/Construction Staging Dudek will prepare Stage Construction/Traffic Handling Plans for the proposed storm drain improvements. The Stage Construction/Traffic Handling Plans will utilize accepted methods of lane and roadway closure delineation, signage and barricading. Specific work areas will be protected from traffic based on the adopted construction phase,type of work and construction equipment required within the work area. The plans will be designed to maximize lane usage for all traffic movements including bicycles, maintain pedestrian access routes, minimise impacts to traffic, and provide a workable area. The plans will be prepared based on the requirements set forth in the 2014 California Manual on Uniform Traffic Control Devices (CAMUTCD), and the City of Rancho Palos Verdes as appropriate. The plans will be prepared at 1"=40' scale. Dudek will meet with City staff to discuss proposed construction stage, minimum lane requirements,vehicle/pedestrian restrictions, driveway restrictions, lane closures, construction work hours,construction work area required, and potential constraints that may affect the proposed improvements. Task 2.4 60% Design Report Dudek will prepare a 60% design submittal, which will include: 1) Detailed design drawings, 2) preliminary Special Provisions and Notice Inviting Bids (including allowed working days and recommendations for liquidate damages), 3) identification of materials and access requirements, and 4) initial engineer's cost estimate including 20% contingency. Specifications will be as described in Task 2.7,below,and cost estimates will be as described in Task 2.8,below. Task 2.5 90% Design Report Dudek will prepare a 90% design submittal, which will include: 1) nearly final detailed construction drawings with all previous comments addressed, 2) preliminary bid package, 3) engineer's estimate including 10% contingency. Specifications will be as described in Task 2.7, below,and cost estimates will be as described in Task 2.8,below. Task 2.6 100% Plans Based on the results of the 90%review,Dudek will prepare 100%(final)plans for the construction of the proposed improvements. The 100% construction drawings will be endorsed(i.e., stamped and signed) by a Dudek civil engineer. A similar set of plans will be prepared for construction if the plans are amended during the bidding process. Below is a preliminary estimate of Design Sheets needed for this project: • T1 —Title Sheet, (General Notes, Construction Notes,Quantities) • G1 —General Notes, Index of Sheets,Abbreviations,Benchmark/Basis of Bearings • SD1-SD6—Storm Drain Plan and Profile, 6 sheets • SD7—Storm Drain Lateral Profiles, 1 sheet • Dl-D2—Miscellaneous Details,2 sheets • TC—Traffic Control Sheets, 3 sheets • STR1-STR2—Structural/Miscellaneous Details(2 Sheets) -if necessary These sites will most likely require a Stormwater Pollution Prevention Plan(SWPPP). It has not been included in this scope of work,as the City may decide to have the contractor prepare it.Dudek can prepare a SWPPP if requested by the City. The sheet count is based on the lengths of storm drain identified in the RFP and MPD recommendations as being part of FY16-17 improvements and the design fees included are also based on those MPD storm drain lengths. Changes identified in the preliminary design stage that increase the scope of design work will be submitted to the City as an addendum. Based on the review of the MPD, Dudek does anticipate that there will be any non-standard structural details required for this project.If need for structural design becomes eminent,the Dudek Team member, Rende Consulting will prepare required structural calculations and design. This proposal includes an optional structural fees item in the fee schedule, which was based on design of 2 sheets of structural details with supporting calculations.Any additional structural design work will be discussed with the City and submitted as an addendum to the contract. Specifications will be as described in Task 2.7, below, and cost estimates will be as described in Task 2.8,below. Task 2.7 Specifications To complement the construction drawings and communicate the level of quality required during construction, Dudek will prepare the Notice Inviting Bids and Special Provision portion of the Construction Specifications and Contract Documents suitable for bidding and awarding of the Contracts for the civil engineering improvements to be constructed. Preliminary Special Provisions and Notice Inviting Bids will be prepared for the 60% project submittal.This will be updated in the 90%submittal to a complete set of project specifications/bid package. A final set of project specifications that incorporates all the 90% comments will be prepared and submitted with the 100% package. The City will provide standards and examples that will be used in the preparation of the project specifications.The fee for this work item is based on the preparation of one master set of project specifications for the proposed improvements and excludes the development of specifications for multiple construction phases or additional specifications for bidding purposes. Specifications for the project will conform to the most recent applicable standards and specification from the City or Standard Specifications for Public Works Construction. Task 2.8 Engineering Cost Estimates Dudek will provide engineering services for the preparation of the construction quantity and engineer's cost estimate. The quantities will be developed from the final construction plans prepared for the project improvements. Unit costs will be based upon the most current cost information for recent similar projects in the area compiled by Dudek and approved by the City. Construction costs will include an estimate of excavation requirements, street improvements, traffic control plan implementation, and landscape repairs. Three quantity and cost estimates will be prepared at(1)60%project submittal,(2)90%project submittal and(2) 100%project submittal. Task 3 Meeting Attendance and Consultation Dudek will attend project meetings at kickoff, 30%Review, 60%Review, and 90%Review or as needed or requested by the City to provide consulting services related to project coordination.The purpose of these meetings may include a review of the progress of work included in this Contract, or consultation and discussion needed on project issues. Consultation will be provided with the City to resolve design related issues and ensure the progress of the project. The meetings and consultation allows adequate communication with the Client to allow input and feedback during the design process. This task will also include telephone conferences necessary with the same parties for the above-mentioned purposes. This task has been budgeted for approximately 30 person-hours. Additional meeting attendance and consulting services will be completed, if required,on an hourly basis for an additional fee with the approval of the City. Task 4 Bid/Award Support Services Dudek will perform Bid analysis and Identify Lowest Responsive Bidder. After bids are opened, Dudek will perform comparative analysis of the bid items for four lowest bids with engineer's estimate. This process will involve confirming bid accuracy and submissions of all required bid documents of apparent low bidder to determine and identify the lowest responsive bidder. Dudek will also provide on-going support services as required during the bid/award phase for any questions/clarifications from the contractor and/or any revisions that may be necessary due to unforeseen conditions. Task 5 Engineering Support during Construction Dudek will provide engineering support services during construction of the project that will include, but not be limited to, verification that the contractor's layout survey adheres to design documents, response to RFI's, evaluation of value engineering or change orders, and preparation of record drawings.This task does not include Construction Management and Inspection services. Dudek will perform such services(if needed) as an addendum to the contract. Task 6.1 GIS Geo Database Data Collection Dudek will request the current GIS geodatabase from the City of Rancho Palos Verdes for the proposed project sites LAE-1, LAE-7,PVN-3, PVN-4,PVN-5, and PVW-2, or as updated during preliminary design phase, and work with the City's GIS personnel to review the data and discuss details to identify data structure and unique potential layers' attributes prior to project execution. Task 6.2 Update GIS Data for 6 Priority Sites At completion of the proposed improvements, the Dudek team will make the necessary adjustments and updates to the City of Rancho Palos Verdes GIS data for these sites. The Dudek team will also gather any updates to as-built plans to verify changes if necessary. Task 6.3 Atlas Map Update(4) At the completion of the GIS data update, the Dudek team will update the necessary atlas map sheets including annotations and text,pipe and related node placement,and symbology within the atlas sheets where the proposed storm drain improvements are contained. Task 6.4 Project Review Meeting and Coordination Plan and attend meeting necessary to insure successful completion of GIS data development and integration with the City's GIS database, and delivery of accurate Atlas Maps. Task 6.5 Quality Control and Quality Assurance The Dudek team will deliver four(4) atlas maps to the City for one round of QA/QC and from the City comments make the necessary adjustments to the atlas maps. Task 6.6 Final Atlas Map Delivery(4) The Dudek team will create and deliver to the City one(1) final set of atlas maps in pdf format. Task 6.7 Final Data Delivery Dudek will arrange and deliver the fmal updated GIS geodatabase to the City. III. As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: Task 1.0 Deliverables: • Agenda for Kickoff Meeting • Minutes of Kickoff Meeting Task 1.1 Deliverables • Copies of field visit notes and meeting notes with city staff, if any Task 1.2 Deliverables: • Comprehensive Base Map (One(1)hard copy) • Survey data in AutoCAD&PDF Formats(One electronic copy) Task 1.3 Deliverables: • Geotechnical Report(2 hardcopies and 1 electronic copy) • Boring logs and laboratory test results (included as 2 separate appendices for each hardcopy) Task 1.4 Deliverables: • Brief Report on Hydrologic and Hydraulic Analyses Task 1.5 Deliverables: • 30%Design Report(2 hardcopies and 1 electronic copy) Task 1.6 Deliverables: • Categorical Exemption Memorandum(electronic copy) • Notice of Exemption form(electronic copy) Task 2.1 Deliverables: None specified Task 2.2 Deliverables: None specified Task 2.3 Deliverables: • Stage Construction/Traffic Handling Plans(3 Sheets estimated) Task 2.4 Deliverables: • 60%Design Report(2 hardcopies and 1 electronic copy) Task 2.5 Deliverables: • 90%Design Plans(2 hardcopies and 1 electronic copy) • Preliminary Bid Package(2 hardcopies and 1 electronic copy) • Final Basis of Design Report(2 copies) • Structural Design Report if applicable(2 copies) Task 2.6 Deliverables: • 100%Design Submittal(PS&E)—1 set of signed plans,2 sets of project specifications, 2 sets project quantities and cost estimates, 1 copy of digital/electronic (AutoCAD or Pdf Files)PS&E on CD, 1 copy project Bid Package(Word format)and engineer's cost estimate(Excel format). • 100% Amended Design Plans — 1 set of signed plans amended during the bidding process Task 2.7 Deliverables: • See Tasks 2.4,2.5, and 2.6 Task 2.8 Deliverables: • See Tasks 2.4,2.5, and 2.6 Task 3 Deliverables: None specified Task 4 Deliverables: • Bid analysis and identification of Lowest Responsive Bidder, including comparative analysis of the bid items for four lowest bids with engineer's estimate. Task 5 Deliverables: None specified Task 6.1 Deliverables: • Brief Technical Memo describing data and attribute structure to make sure GIS data developed is compatible with the City's GIS database. Task 6.2 Deliverables: • Updated GIS data files for all studied sites, including proposed improvements Task 6.3 Deliverables: None specified Task 6.4 Deliverables: None specified Task 6.5 Deliverables: • Four(4)hardcopy ESRI Map documents for the 4 Atlas Map sheets for review and comment. Task 6.6 Deliverables: • One(1) final set of 4 Atlas Map Sheets in PDF format Task 6.7 Deliverables: • Updated GIS Geodatabase IV. In addition to the requirements of Section 6.2, during performance of the Services, Consultant will keep the City appraised of the status of performance by delivering the following status reports: A. Monthly progress reports V. 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. VI. Consultant will utilize the following personnel to accomplish the Services: Team Member Name Role on Team Dudek Team Members Tim Muli,PE,LEED AP Project Manager Bob Ohlund,PE Principal in Charge Tom Ryan,PE Quality Control Jonis Smith,PE,CFM PS&E Documents Lead Charles Greely,PE,LEED AP,QSD PS&E Documents Brittany Bair PS&E Documents/Hydrology& Hydraulics Jennifer O'Brien PS&E Documents Lien Tran PS&E Documents Collin Ramsey Environmental Lead Caitlin Munson Environmental Specialist VII. City approves the following subconsultants to perform services under this Agreement: A. Michael Baker International(Hydrology and Hydrolics/GIS) Michael Baker Team Members Rebecca McKinney,PE Hydrology&Hydraulics Task Lead Jim McPherson,GISP GIS Task Lead Mujahid Chandoo,PE Hydrology&Hydraulics Daniela Malott Hydrology&Hydraulics B. Cornerstone Land Surveying(Surveying)—Stephan Lanthier C. Rende Consulting Group (Structural Engineering)—Greg Rende D. Converse Consultants (Geotechnical Engineering)—Hashmi Quazi EXHIBIT "B" SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) None. EXHIBIT "C" SCHEDULE OF COMPENSATION Consultant shall perform and be remunerated for the tasks identified in Exhibit A as Tasks 1 through 6(subtasks inclusive) according to the hourly rates listed in Exhibit C-1 on a time and materials basis for work actually performed. An estimated subbudget for each Task, based on the Consultant's estimate of the time and personnel needed to complete each Task,is attached as Exhibit C-2. II. With the approval of the Contract Officer, funds may be shifted from one task or subtask to another so long as the Contract Sum is not exceeded per Section 2.1,unless Additional Services are approved per Section 1.8. III. Optional Services City may request the following optional services, and Consultant will make such services available at the rates included in Exhibit C-1. A. Sediment Yield Analysis (as described in Task 1.4 and as proposed in Exhibit C-2 as Task 7.1) B. Structural Details and Design Calculations (as described in Task 2.6 and as proposed in Exhibit C-2 as Task 7.2) III. Clarifications and Exclusions • Utility relocations are not budgeted in this scope of work • No Right of Way or Easement Acquisition is included • SWPPP to be prepared by contractor • All regulatory permit fees to be paid by City • City will be responsible for CEQA filing fees associated with the project • Newspaper CEQA posting fee not included. • No CEQA scoping meeting included. • No CDFW filing fee to post Notification of Determination included. • Potholing for utilities not included at this time (if needed will be included when final storm drain improvements are determined). IV. The City will compensate Consultant for the Services performed upon submission of a valid monthly invoice. Each invoice is to include: A. Line items for all personnel describing the work performed, the number of hours worked, and the hourly rate. B. Line items for all materials and equipment properly charged to the Services. C. Line items for all other approved reimbursable expenses claimed, with supporting documentation. D. Line items for all approved subcontractor charges for respective services, including contractor's markup. A backup invoice from each subcontractor including itemization of subcontractor's labor, supplies,equipment,materials,and travel properly charged to the Services shall be included with all invoices reflecting charges for subcontractors. V. The total compensation for all the Services shall not exceed a maximum of$255,042 as provided in Section 2.1 of this Agreement. EXHIBIT"C-1" 01203.0006/318392.1 EXHIBIT C-1 DUDEK -2016 STANDARD SCHEDULE OF CHARGES ENGINEERING SERVICES COMPLIANCE SERVICES Project Director $265.00/hr Compliance Director $200.00/hr Principal Engineer III $235.00/hr Compliance Manager $140.00/hr Principal Engineer II $225.00/hr Compliance Project Coordinator $100.00/hr Principal Engineer I $215.00/hr Compliance Monitor $90.00/hr Program Manager $205.00/hr Senior Project Manager $205.00/hr HYDROGEOLOGICAL SERVICES Project Manager $195.00/hr Principal $235.00/hr Senior Engineer III $195.00/hr Sr.Hydrogeologist IV/Engineer IV $215.00/hr Senior Engineer II $185.00/hr Sr.Hydrogeologist III/Engineer III $200.00/hr Senior Engineer I $175.00/hr Sr.Hydrogeologist II/Engineer II $180.00/hr Project Engineer IV/Technician IV $165.00/hr Sr.Hydrogeologist I/Engineer I $165.00/hr Project Engineer Ill/Technician III $150.00/hr Hydrogeologist VI/Engineer VI $150.00/hr Project Engineer II/Technician II $135.00/hr Hydrogeologist V/Engineer V $140.00/hr Project Engineer I/Technician I $120.00/hr Hydrogeologist IV/Engineer IV $130.00/hr Project Coordinator $95.00/hr Hydrogeologist III/Engineer III $120.00/hr Engineering Assistant $85.00/hr Hydrogeologist II/Engineer II $110.00/hr Hydrogeologist I/Engineer I $100.00/hr ENVIRONMENTAL SERVICES Technician $95.00/hr Principal $235.00/hr Senior Project Manager/Specialist II $220.00/hr DISTRICT MANAGEMENT&OPERATIONS Senior Project Manager/Specialist I $210.00/hr District General Manager $175.00/hr Environmental Specialist/Planner VI $190.00/hr District Engineer $160.00/hr Environmental Specialist/Planner V $170.00/hr Operations Manager $150.00/hr Environmental Specialist/Planner IV $160.00/hr District Secretary/Accountant $85.00/hr Environmental Specialist/Planner III $150.00/hr Collections System Manager $95.00/hr Environmental Specialist/Planner II $130.00/hr Grade V Operator $100.00/hr Environmental Specialist/Planner I $120.00/hr Grade IV Operator $85.00/hr Analyst III $110.00/hr Grade III Operator $80.00/hr Analyst II $100.00/hr Grade II Operator $63.00/hr Analyst I $90.00/hr Grade I Operator $55.00/hr Planning Assistant II $80.00/hr Operator in Training $40.00/hr Planning Assistant I $70.00/hr Collection Maintenance Worker II $55.00/hr Collection Maintenance Worker I $40.00/hr COASTAL PLANNING/POLICY SERVICES • Senior Project Manager/Coastal Planner II $215.00/hr OFFICE SERVICES Senior Project Manager/Coastal Planner I $205.00/hr Technical/Drafting/CADD Services Environmental Specialist/Coastal Planner VI $195.00/hr 3D Graphic Artist $155.00/hr Environmental Specialist/Coastal Planner V $175.00/hr Senior Designer $145.00/hr Environmental Specialist/Coastal Planner IV $165.00/hr Designer $135.00/hr Environmental Specialist/Coastal Planner III $155.00/hr Assistant Designer $130.00/hr Environmental Specialist/Coastal Planner II $145.00/hr GIS Specialist IV $150.00/hr Environmental Specialist/Coastal Planner I $135.00/hr GIS Specialist III $140.00/hr ARCHAEOLOGICAL SERVICES GIS Specialist II $130.00/hr GIS Specialist I $120.00/hr Senior Project Manager/Archaeologist II $210.00/hr CADD Operator III $125.00/hr Senior Project Manager/Archaeologist I $200.00/hr CADD Operator II $120.00/hr Environmental Specialist/Archaeologist VI $180.00/hr CADD Operator I $105.00/hr Environmental Specialist/Archaeologist V $160.00/hr CADD Drafter $95.00/hr Environmental Specialist/Archaeologist IV $150.00/hr CADD Technician $85.00/hr Environmental Specialist/Archaeologist III $140.00/hr Environmental Specialist/Archaeologist II $130.00/hr SUPPORT SERVICES Environmental Specialist/Archaeologist I $120.00/hr Technical Editor III $140.00/hr Environmental Specialist/Paleontologist III $160.00/hr Technical Editor II $125.00/hr Environmental Specialist/Paleontologist II $140.00/hr Technical Editor I $110.00/hr Environmental Specialist/Paleontologist I $120.00/hr Publications Specialist III $100.00/hr Paleontological Technician III $80.00/hr Publications Specialist II $90.00/hr Paleontological Technician II $70.00/hr Publications Specialist I $80.00/hr Paleontological Technician I $50.00/hr Clerical Administration II $85.00/hr Archaeologist Technician II $70.00/hr Clerical Administration I $75.00/hr Archaeologist Technician I $50.00/hr CONSTRUCTION MANAGEMENT SERVICES Forensic Engineering-Court appearances,depositions,and interrogatories as Principal/Manager $195.00/hr expert witness will be billed at 2.00 times normal rates. Senior Construction Manager $180.00/hr Emergency and Holidays-Minimum charge of two hours will be billed at 1.75 Senior Project Manager $160.00/hr times the normal rate. Material and Outside Services-Subcontractors, rental of special equipment, Construction Manager $150.00/hr special reproductions and blueprinting, outside data processing and computer Project Manager $140.00/hr services,etc.,are charged at 1.15 times the direct cost. Resident Engineer $140.00/hr Travel Expenses - Mileage at current IRS allowable rates. Per diem where overnight stay is involved is charged at cost Construction Engineer $135.00/hr Invoices,Late Charges.-All fees will be billed to Client monthly and shall be due On-site Owner's Representative $130.00/hr and payable upon receipt.Invoices are delinquent if not paid within thirty(30)days Construction Inspector III $125.00/hr from the date of the invoice. Client agrees to pay a monthly late charge equal to Construction ion If1S Inspector II $115.00/hr one percent(1%)per month of the outstanding balance until paid in full. Pe Annual Increases-Unless identified otherwise,these standard rates will increase Construction Inspector I $105.00/hr 3%annually. Prevailing Wage Inspector $135.00/hr DUDEK Effective January 1,2016 EXHIBIT"C-2" 01203.0006/318392.1 EXHIBIT`C-2" SCHEDULE OF COMPENSATION Rende ConsultingStru Cornerstone ctures Converse Dudek MBI DUDEK MBI Land Surveying Geotechnical Reimbursables Reimbursables Task Task Descri.tion Fees Fees Fees Fees Fees TOTAL FEE Task 1 Kick-Off Meeting $ 1,510 $ - $ 1,510 1.1 Site and Data Review $ 3,815 $ - $ 400 $ 4,215 1.2 Ground Survey S 1,645 $ - $39,575 $ 41,220 1.3 Geotechnical Investigations $ - $ - $17,000 S 17,000 1.4.1 Hydrology&Hydraulics Analyses(XPSWMM) $ 1,820 $ 15,792 5 17,612 1.5 30%Design Report $ 8,865 S - 5 2,000 S 10,865 1.6 CEQA Documentation(Categorical Exemption) $ 9,315 5 - $ 368 5 9,683 Subtotal Task 1 $ 26,970 $ 15,792 $ 39,575 $ - 5 17,000 $ 2,768 5 - 5 102,105 Task 2 2.1 Final Hydrology and Hydraulics $ 1,480 $ 4,316 $ 500 $ 6,296 2.2 Utility Notification/Coordination $ 4,250 $ - $ 4,250 2.3 Traffic Handling and Construction Staging $ 7,390 $ - $ 350 $ 7,740 2.4 60%Plans(Plans,Prelim Specs,Prelim Costs) $ 31,140 $ - $ 350 $ 31,490 2.5 90%Plans(Plans,Specs,Estimate,Draft Report) $ 37,460 $ - S 500 $ 37,960 2.6 100%Plans(Plans,Specs,Estimate,Report) $ 16,680 $ - $ 1,000 $ 17,680 2.7 ' Specifications' $ 7,720 $ - 5 700 $ 8,420 2.8 Engineering Cost Estimates3 $ 6,020 $ - $ 6,020 Subtotal Task 2 $ 112,140 S 4,316 S - S - S - S 2,900 S 500 $ 119,856 • Task 3 3.1 Progress Meetings Attendance and Consultation S 7,470 $ 1,360 $ 600 $ 9,430 Subtotal Task 3 $ 7,470 $ 1,360 5 - 5 - $ - $ 600 S - S 9,430 Task 4 Bid/Award Support Services $ 7,970 $ - 5 350 S 8,320 Subtotal Task 4 $ 7,970 $ - $ - $ - $ - $ 350 $ - S 8,320 Task 5 5,1 Engineering Support During Construction $ 9,360 $ - $ 500 S 9,860 Subtotal Task 5 $ 9,360 $ - $ - S - s - s 500 5 - 5 9,860 Task 6 Geographical Information System Update 6.1 GIS Geodatabase Data Collection $ 195 5 525 S 720 6.2 Update GIS Data for 6 priority sites $ - S 1,002 S 1,002 6.3 Atlas Map Update(4) $ - S 862 S 862 6.4 Project Review Meetings and Coordination $ 390 $ 140 S 530 6.5 Quality Control and Quality Assurance $ 210 $ 474 $ 684 6.6 Final Atlas Map Delivery(4) $ - $ 528 $ 528 6.7 Final Data Delivery $ 620 5 525 S 1,145 Subtotal 6 5 1,415 S 4,056 $ - $ - $ - S 5,471 Total Non-Optional Hours and Fee $ 165,325 $ 25,524 $ 39,575 $ - $ 17,000 $ 7,118 $ 500 $ 255,042 Optional Services I I I I I I I I 7.1 Sediment Yield Analysis $ 195 $ 3,176 S 3.371 Subtotal 7.1 $ 195 $ 3,176 S 3.371 7.2 Structural Details&Design Calculations $ 6,000 S 6.000 Subtotal 7.2 $ 6,000 S 6,000 I Total Optional Hours and Feel $ 195 I $ 3,176 I $ - I $ 6,000 I $ - I $ - I $ - I $ 9,371 'Notes: Fees for CEQA are comprehensive.Some tasks can be performed by City if desired. 2 Specification Fee for 60,90-and 100-percent 3 Engineering Cost Estimates Fee for 60-,90-,and 100- MBI-Michael Baker International EXHIBIT "D" SCHEDULE OF PERFORMANCE I. Consultant shall perform all Services timely in accordance with the schedule shown on Exhibit D-1 and subject to the written approval of the Contract Officer. H. Consultant shall deliver the tangible work products listed in Exhibit A,Section III,to the City by the dates indicated in the project schedule for the Task corresponding with the work product. III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. 01203.0006/318392.1 EXHIBIT D-1 Project Schedule f ask Name Duration Start f Hush nr(L In:k••1 NI vJrntn /pi M•i.a niary 1 rrnrnary Ma,'r 1 Aire 1 May 1 .alu•1 9i%`10/YIO/1_11,'611/1111;4IJ,tlf 1/1 1r1S11;191/1I1/Jb?/11S/164/5a/.,?5j(5111Sb/4 F 1.0 Kick Off Mtg 1 day Mon 10/3/16 Mon 10/3/16 L1 Site&Data Review 5 days Thu 10/6/16 Wed 10/12/1G 1.2 Ground Survey 4 wks Thu 10/20/16 Wed 11/16/16 e. 1.3 Geotechnical Investigations 20 days Mon 11/28/16 Fri 12/23/16 I 1 1.4 Hydrology&Hydraulics Analyses 10 days Mon 11/28/16 Fri 12/9/16 1.5 30%Design Report 5 days Tue 12/13/16 Mon 12/19/16 L•,i f 1.6 CEQA 20 wks Tue 12/6/16 Mon 4/24/17 •► 0 2.1 Final Hydrology/Hydraulics 10 days Tue 12/27/16 Mon 1/9/17 1' 2.2 Utility Notification&Coord 10 days Tue 12/27/16 Mon 1/9/17 T 2.3 Traffic Control/Construction Staging 10 days Tue 12/27/16 Mon 1/9/17 46111 2.4 60%Plans 20 days Tue 12/27/16 Mon 1/23/17 V 2.5 90%Plans 25 days Tue 2/7/17 Mon 3/13/17 lirr,>• - 2.6 100%Plans 15 days Tue 3/28/17 Mon 4/17/17 � + 2.7 Specifications 50 days Tue 2/7/17 Mon 4/17/17 2.8 Engineering Cost Estimates 50 days Tue 2/7/17 Mon 4/17/17 NIXIIIIIIIIIIIMPIIIIIIMMIII 3.1 Progress Meetings/Coordination 24 wks Fri 10/14/16 Mon 4/3/17 4.1 Bid/Award Support Services 14 days Wed 4/26/17 Mon 5/15/17 V 5.1 Construction Support 0 wks Mon 5/22/17 Mon 5/22/17 lj 4/22 6 GIS Update 5 days Tue 5/16/17 Mon 5/22/17 L 01203.0006/318392.1