Loading...
AndersonPenna Partners Inc - FY2019-006 CITY OF RANCHO PALOS VERDES CONTRACT SERVICES AGREEMENT FOR DESIGN SERVICES FOR ADA ACCES IMPROVEMENTS CROSSWALKS IN AREA 9 THIS PROFESSIONAL SERVICES AGREEMENT (herein "Agreement") is made and entered into this 20th day of December, 2018, by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation ("City") and ANDERSONPENNA PARTNERS, INC., a California corporation (herein "Consultant"). NOW, THEREFORE,the parties hereto agree as follows: 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Consultant shall perform the work or services set forth in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by reference. Consultant warrants that it has the experience and ability to perform all work and services required hereunder and that it shall diligently perform such work and services in a professional and satisfactory manner. 1.2 Compliance With Law. All work and services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 California Labor Law. If the Scope of Services includes any "public work" or"maintenance work," as those terms are defined in California Labor Code section 1720 et seq. and California Code of Regulations, Title 8, Section 16000 et seq., and if the total compensation is $1,000 or more, Consultant shall pay prevailing wages for such work and comply with the requirements in California Labor Code section 1770 et seq. and 1810 et seq., and all other applicable laws. 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 the Agreement. 1.5 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. 2. COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Consultant shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit"C" and incorporated herein by this reference, but not exceeding the maximum 01135.0006/525876.2 1 contract amount of Eighteen Thousand One Hundred Twenty Dollars ($18,120) ("Contract Sum"). 2.2 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, 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 the City of any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.3 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 cost 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 but not exceeding a total contract amount of Five Thousand Dollars ($5,000) or in the time to perform of up to ninety (90) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. No claim for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. 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 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 thirty(30) days cumulatively. 2 01135.0006/5258762 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Consultant shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding 1 years from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit"D"). The City may, in its sole discretion, extend the Term for 5 additional one-year terms. 4. COORDINATION OF WORK 4.1 Representative of Consultant. Jeff Cooper is hereby designated as being the representative of Consultant authorized to act on its behalf with respect to the work and services specified herein and make all decisions in connection therewith. All personnel of Consultant and any authorized agents shall be under the exclusive direction of the representative of Consultant. 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, and shall keep City informed of any changes. 4.2 Contract Officer. Elias Sassoon, Director of Public Works, and Ron Dragoo, Principal/City Engineer, or such person as may be designated by the City Manager, is hereby designated as being the representative the City authorized to act in its behalf with respect to the work and services specified herein and to make all decisions in connection therewith ("Contract Officer"). 4.3 Prohibition Against Subcontracting or Assignment. Consultant shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Any such prohibited assignment or transfer shall be void. 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. Consultant shall perform all services required herein as an independent contractor of City with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or 3 01135.0006/525876.2 any of its agents or employees are agents or employees of City, or that it is a member of a joint enterprise with City. 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. Without limiting Consultant's indemnification of City, and prior to commencement of any services under this Agreement, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. (b) Automobile liability insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Services to be performed under this Agreement, including coverage for any owned, hired, non- owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. (c) Professional liability (errors & omissions) insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of$1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three(3) years after completion of the services required by this Agreement. (d) Workers' compensation insurance. Consultant shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least$1,000,000). (e) Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit"B". 5.2 General Insurance Requirements. (a) Proof of insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation. Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification 4 01135.0006/525876.2 of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (b) Duration of coverage. Consultant shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Services hereunder by Consultant, its agents,representatives, employees or subconsultants. (c) Primary/noncontributing. Coverage provided by Consultant shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City's own insurance or self-insurance shall be called upon to protect it as a named insured. (d) City's rights of enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. (0 Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. (g) Enforcement of contract provisions (non-estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. (h) Requirements not limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums 5 01135.0006/525876.2 shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (i) Notice of cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. (j) Additional insured status. General liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. (k) Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (1) Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross-liability exclusions. (m) Pass through clause. Consultant agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. (n) Agency's right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant's compensation. (o) Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. (p) Timely notice of claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. 6 01135.0006/525876.2 (q) Additional insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 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, 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, except claims or liabilities occurring as a result of City's sole negligence or willful acts or omissions. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. 5.4 RECORDS,REPORTS,AND RELEASE OF INFORMATION 5.5 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 and shall keep such records for a period of three years following completion of the services hereunder. 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. 5.6 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement or as the Contract Officer shall require. 5.7 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 the City without prior written authorization from the Contract Officer. (b) Consultant 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 the City notice of such court order or subpoena. 7 01135.0006/525876.2 (c) If Consultant provides any information or work product in violation of this Agreement, then the City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorney's fees, caused by or incurred as a result of Consultant's conduct. (d) Consultant shall promptly notify the City should Consultant be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed thereunder. The 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 the City and to provide the City with the opportunity to review any response to discovery requests provided by Consultant. 5.8 Ownership of Documents. All studies, surveys, data, notes, computer files,reports,records, drawings, specifications, maps, designs, photographs, documents and other materials (the "documents and materials") prepared by Consultant in the performance of this Agreement shall be the property of the City and shall be delivered to the 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 the City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. 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. ENFORCEMENT OF AGREEMENT AND TERMINATION 6.1 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. 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. 6.2 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, 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. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. 6.3 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 8 01135.0006/525876.2 claim pursuant to Government Code Sections 905 et. seq. and 910 et. seq., in order to pursue any legal action under this Agreement. 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. 6.4 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. 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,but not exceeding the compensation provided therefore in the Schedule of Compensation Exhibit "C". 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. 6.5 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. MISCELLANEOUS 7.1 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 ensure 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 9 01135.0006/525876.2 7.2 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. 7.3 Notice. 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. 7.4 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 7.5 Severability. In the event that part of 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 portions 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. 7.6 Waiver. No delay or omission in the exercise of any right or remedy by non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. 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. 7.7 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 any be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees, whether or not the matter proceeds to judgment. 7.8 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. 7.9 Counterparts. 10 01135.0006/525876.2 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. 7.10 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. n Consultant's Authorized Initials/.07,, 7.11 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 The Following Page] 11 01135.0006/525876.2 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 City Manager ATTEST: C io City Clerk APPROVED AS TO FORM: ALESHIRE&WYNDER, LLP a). a) City Attorney CONSULTANT: ARDURRA GROUP, INC. dba ANDERSONPENNA PARTNERS, INC. By: Name: Li sA, M M. EIJaJA- Title: L.E PkEs117EIJT By: NameRZW47r� Title: C� Address: 3737 Birch Street, Suite 250 Newport Beach, CA 92660 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. 12 01135.0006/525876.2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES On 40iveo,,1 9, 20 Al before me, , personally appeared`1e )X40_41_proved to me on the basis of satisfactory evidence to a the pers (s)whose names(s)is/are subscribed o the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. tM'''r' CYNTHIA SCAGLIONE WITNESS my hand and official seal. ' :F �` _; Notary Public-State of Florida t Commission a GG 229031 ( Signature: , i�4 _ °F r.S �y Comm.Expires Oct 9,2022 4 ...,Bonded through National Notary Assn. I 41 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) El PARTNER(S) El LIMITED ❑ GENERAL NUMBER OF PAGES El ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR El OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: (NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01135.0006/525876.2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF terargYEV On J 041I(, 20+8-before me, ij eyy 7�personally appeared flu•/ii/1 Q, proved to me on the basis of satisfactory evidence to be the petson(s) whose names(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. BIE ARAGON WITNESS my • d and official seal. NotaryPublic-California Z Orange County Signat re: A / ALI V4,1,iTIV Commission#2182186 My Comm.Expires Mar 3,2021 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: (NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01135.0006/525876.2 EXHIBIT "A" SCOPE OF SERVICES I. Consultant will provide engineering design services for ADA access improvements for the crosswalks in Area 9: A. Research and Record Plans 1. Consultant will conduct a thorough search of the available records to acquire relevant data to assist in the design of the project. Consultant will obtain a list of utility agencies from City and from Underground Service Alert. A spreadsheet will be created to log and track communications with the utility agencies. The information accumulated will include as-built drawings, utility information, and horizontal and vertical control data. Consultant will collect record information, including: a. As-built drawings b. Right-of-way documents c. Centerline intersection ties B. Field Surveys 1. Research and Preliminary Calculations a. Consultant will complete the research necessary to obtain street alignments,record maps, street right-of-way,and benchmark data. 2. Design Survey with Right-of-Way. Consultant shall: a. Locate and tie-out all street centerline, right-of-way, and boundary monuments located within the project area. b. Perform a design survey for each one of the intersections shown on Exhibit"A-1", extending from adjacent right of way lines to 15 feet beyond the curb returns. c. The mapping shall include, but not be limited to, curbs, gutters, sidewalks, drainage features, signs, improvements, buildings, walls, fences, fencing, striping,ADA ramps, street furniture, etc. in addition to all visible utilities. (utility poles,manholes, valves). 01135.0006/525876.2 A-1 d. The survey map will be certified by a licensed land surveyor, prepared in AutoCAD format at scale 1" = 5'based on the latest County benchmark elevations, and delivered in digital form. Subconsultant KelSurveys, Inc., will provide survey that will extend from 10 feet beyond proposed right- of-way line, and will include shots at: right-of-way, lip of pavement, grade breaks, and includes location of all surface utilities, signs, street lights, trees, visible painted locations of utilities and other appurtenant visible improvements in the specific project area. C. Utility Research 1. Consultant shall collect information from all the utility companies and added as a part of the base mapping. Consultant shall obtain a list of utilities within the project area from the City and Underground Service Alert. Consultant will provide a copy of the utility file to the City. Consultant will pay special attention to coordinating the utilities that will need to be relocated and adjusted to grade. Based on Consultant's preliminary review of the project area,the following are some of the key utilities that could be impacted. a. Sewer manholes b. Water meters c. Utility pull boxes Consultant will continue coordination with the utilities throughout the design of the project. Consultant will send notices to all utilities that will be impacted by the project,requesting the relocation of the pertinent facilities. Consultant will conduct a coordination meeting with all affected utilities on the project to identify and discuss schedules and necessary adjustments/relocations. Given the nature of the project, being ramp/sidewalk construction, Consultant does not anticipate the excavations will be much deeper than 1 foot and has assumed potholing will not be required for this project. D. Prepare Base Sheets 1. Consultant will perform a field review and take photographs of potential problem areas or items that need special attention, focusing on the existing private property improvements that could be impacted and utility impacts. The pictures shall serve as a constant reference during design and shall be used for discussion of issues at meetings. As a part of the field review, Consultant will verify the existing surface topographical features per the survey data. Consultant will note any discrepancies and resolve them with the surveyors. Consultant will prepare ramp and sidewalk improvement base sheets (5-scale) using the survey data from Task B. Consultant 01135.0006/525876.2 will use the base sheets to prepare preliminary design concept which will be reviewed and approved by the City prior to final plan preparation. E. Prepare Plan Sheets 1. Based on the City-approved concept, Consultant will prepare final plans and submit them to the City for review at the 60%and (90%and 100% levels. The plans will show removals and new ramp and sidewalk construction including reconstruction of existing cross gutters, where appropriate. City standard plans will be supplemented by American Public Works Association(Greenbook) Standard Plans as needed. Consultant will also prepare typical sections and details. The anticipated number of sheets for the project is as follows: Description #of Sheets Title Sheet 1 T A.Ica!Sections and Details 1 Ram./Sidewalk R air Plans(5-scale) 5 Total Sheets 7 Consultant will prepare all plans in AutoCAD. Consultant will provide digital files and one set of original plans upon final approval by City. F. Prepare Detail Sheets 1. Consultant will prepare all detail sheets in AutoCAD. Consultant will provide digital files and one set of original plans upon final approval by City. G. Specifications, Quantities and Cost Estimate 1. Consultant shall prepare all specifications in Microsoft Word. Consultant will prepare special provisions based on the Standard Specifications for Public Works Construction (Greenbook)and the City's boilerplate, supplemented with Caltrans specifications as required and submitted to the City for review at the 90% and 100% levels. All Consultant's submittals will be in Microsoft Word format. 2. Consultant will prepare and submit to City quantity and cost estimates for review at the 60%, 90%, and 100% levels. Consultant will provide the City with an electronic file of our cost estimate spreadsheet, which can be added to by the City in preparing a bid summary after the construction contractor's bids are received. H. Meetings. Consultant shall: 1. Attend a pre-design (kick-off) meeting with City representatives to review the project in detail, and determine the City's specific requirements in regards to the project design criteria. 01135.0006/525876.2 2. Attend coordination meetings with City staff and an additional meeting with utility companies. 3. Maintain communication with the City's Project Manager throughout the duration of the project. II. As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: A. 60%Plans B. 90%Plans, Specifications&Estimate C. Final Plans, Specifications& Estimate III. In addition to the requirements of Section 6.2,during performance of the Services, Consultant will keep the City updated of the status of performance by delivering the following status reports: NOT APPLICABLE IV. All work product is subject to review and acceptance by the City, and must be revised by the Consultant without additional charge to the City until found satisfactory and accepted by City. V. Consultant will utilize the following personnel to accomplish the Services: A. Bob Merrell, Project Manager B. Manuel Barrios, Design Engineer C. Khalil Essayli, Design Engineer D. Kelvin Kitaoka, Kelsurveys, Inc. 01135.0006/525876.2 FY 2018 / 2019 CDBG ADA IMPROVEMENT PROJECT CONCEPT PLAN Project Goal: 8 _ :' "- i�' 1 t. '•' r •, ;�'�►1, ,;; , . 28006 `�� • To improve ADA access at intersections in I t + 1 �. 28011 + . ' .' '" 1 1.' .' ��, area 9 of Rancho Palos Verdes. to • J' 1r�i,i ' • .- f . (�, / i:,+;. '- ~ °``' - t; F,,,` ��'� • This project will remove material barriers Avenida E._ ticitantc' - '� ..-,,:i: • .. ` i -�... ` that impede access for the mobility „dr" r l gm t $«. 4.-,4 28020 impaired by replacing these non-existent �, YT.:::' j r. 9 ,1�,,'f - �'" 1 • r; r° curb ramps, which do not provide a safe f , r );-,7(),'i 28026 p s;` __.y_:...;_; "' N.'�3; `1"•�` path of travel for the wheelchair bound or 1 1 +1 . } ' MOM L s • ` //+. _ ' someone with a walking disability, with ADA { -'y' 191 �t �1° �" +. 2a 1 1 �� 1923 9 ,1:+i ,', ,,v,. accessible curb ramps. •: 1".' :, *. h .-.GNP 1 7811 .11,, . :�,�, f � a t � , Project Improvements: 14, t ... .'!. • i', ,..Im,- j . .�-,- 1') q f f 311.,4, , 4 111 h I f ! .""'__.- »_ _• ;— _ri _ �.. _ ,� .. 7,1",- ' , ) • Remove 10 sidewalk curb barriers at a Irk ,; 1 .1 'i} , ' �; "' ,� crosswalks and replace with ADA curb r �, �. .� s Q,)„.28202 2��„�7 ��? ramps.These locations are illustrated with s _ -,00111- IMF a 1 28211 •- orange dots on the map to the left. _I._ ° 'Pin"-, a '8' ' �'” 28206 7 - ,v, ,. �.__ •�`� ,�. -- ._28206 • The blue arrows signify paths of _ c 1 gmajor Q ° 19�#8�` ` '����'t_'� ler 1 )� ' �" �t 1 ti.�' travel connectingthe school in the topleft t sal 1 z'',1-- 1 E_ 1'�?' a. 4,`,... r,��.1�} p r gam28212' • �� fj --- - ' _, 4r"` ---' to the main entrance to the neighborhood. 4� :..y �. f This walkwaypath is heavilyused CO Ue(asonde Dr _ 4_. -. 1�i?18. M UM - ' r. te . 1�r ► I - - . I' ' • - • Typical existing curb barrier is detailed in W 111k, IL.�'': ,c, .1.0); .. , 1 laborf1 24:3,) ;.: _ --- the picture below. i. es tm H . ' ' • ! / °nt DrCr0 .r4.. t ' ' ' ' '' ' • ?r , i, . • r t ;Fa:, 7'•R.l.ne di . V4-;.. y41,„ 4n �;, ,. ;,f - r i�f ° le\,..,,,t, ,, 1.1.. ..:etti", r ��y.y.�,� yy.`"g�•gg,y= EXHIBIT "B" SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text is indicated in bold italics, deleted text in strilEethrough. I. Section 4.3 is amended to read: 4.3 Prohibition Against Subcontracting or Assignment. Consultant shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City.Subconsultant KelSurveys,Inc.,shall provide surveying services. Neither this Agreement nor any interest herein may be assigned or transferred,voluntarily or by operation of law,without the prior written approval of City. Any such prohibited assignment or transfer shall be void. II. Section 7.12 is added as follows: 7.2 CDBG Provisions. This Agreement is subject to the rules and regulations governing the use of Community Development Block Grants, as articulated in Exhibit B-1, attached hereto and incorporated herein by reference. 01135.0006/525876.2 B-4 F 9t OC .v�i.+ egt*P OFLOS�"' "'OfLOS 13" EXHIBIT "B- 1" CDBG-FUNDED CONTRACT REQUIREMENTS,PROVISIONS & CLAUSES 1. AUDIT OR EXAMINATION: Consultant/Contractor shall keep all records of funds received from City and make them accessible for audit or examination for a period of five(5)years after final payments are issued and other pending matters are closed. [Los Angeles County Auditor- Controller Contract Accounting and Administration Handbook, Section 3.1] 2. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction, and services by sub-recipients,the conflict of interest provisions in 2 CFR Part 200.318(c)(1)(2) shall apply.No employee, officer or agent of the sub-recipient shall participate in selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 3. POLITICAL ACTIVITY/LOBBYING CERTIFICATION: Consultant/Contractor shall not conduct any political activity or lobbying, including making any payment to any person, officer, or employee of any agency or member of Congress in connection with the awarding of any federal contract, grant, or loan, intended to influence legislation, administrative rule-making or the election of candidates for public office during time compensated for under representation that such activity is being performed as a part of the contract responsibility. 4. COUNTY LOBBY CERTIFICATION: Consultant certifies that(1) it is familiar with the requirements of Chapter 2.160 of the Los Angeles County Code (Los Angeles County Ordinance 93-0031), (2) all persons/entity/firms acting on behalf of Consultant have and will comply with the Chapter 2.160 of County Code, and; (3) it will be (1)disqualified from seeking contracts with the Community Development Commission, (2)denied contracts with the Community Development Commission, and(3) liable in civil action, if any lobbyist, lobbying firm, lobbyist employer or any other person or entity acting on behalf of Consultant fails to comply with the provisions of Chapter 2.160 of the County Code. 5. FEDERAL LOBBYING CERTIFICATION: Consultant/Contractor certifies that it is familiar with the requirements of Section 1352 of Title 31 of the United States Code. 6. NON-DISCRIMINATION: Pursuant to Executive Order 11246,during the performance of this Agreement, Consultant shall not to discriminate against any employee or applicant for employment because of race, religion, sex, color, or national origin. Consultant will take affirmative action to ensure that applicants are employed, and that employees are treated during 01135.0006/525876.2 B-5 employment,without regard to their race, religion, sex, color, or national origin. Such action shall include,but not be limited to,the following: employment upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Consultant shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by Consultant setting forth the provisions of this nondiscrimination clause. 7. SECTION 3 REQUIREMENTS: Pursuant to Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 et seq., and to the greatest extent feasible, Consultant shall provide opportunities for training low-and moderate-income City residents and award contracts to local City businesses. 8. CIVIL RIGHTS ACT OF 1964: Pursuant to Title VI of the Civil Rights Act of 1964, Consultant shall not, on the basis of race, color, or national origin, exclude any person from participation in, deny any person the benefits of, or subject any person to discrimination under any program or activity receiving Federal financial assistance, including this Agreement. 9. HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974: Pursuant to Section 109 of Title I of the Housing and Community Development Act of 1974, Consultant shall not, on the basis of race, color, national origin, or sex, exclude any person from participation in, deny any person the benefits of, or subject any person to discrimination under any program or activity funded in whole or in part with funds made available under Title I, including this Agreement. 10. PROHIBITION OF AGE DISCRIMINATION: Pursuant to Section 504 of the Rehabilitation Act of 1973, Consultant shall not discriminate on the basis of age under the Age Discrimination Act of 1975, or with respect to an otherwise qualified handicapped individual, in the performance of this Agreement. 11. COPELAND ACT: Requires all contractors and subcontractors to submit weekly payroll reports. It is a criminal offense for any person to persuade any other person employed on a federally funded project into giving up any part of their salary to which they are entitled under their contract of employment. 12. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (CWHSSA): All over-time hours worked in excess of 40 hours during any workweek must be paid at the rate of one and one half the times of the regular basic hourly rate of pay, plus fringe benefits for each hour or partial hour worked. 13. CONTRACTING WITH SMALL AND MINORITY OWNED FIRMS,WOMEN'S BUSINESS ENTERPRISES,AND LABOR SURPLUS AREA FIRMS: It is policy to award a fair share of contracts to Small Business and Minority Firms. Accordingly, affirmative steps must be taken to assure that Small Business and Minority Owned Firms are utilized, when possible, as sources of supplies, equipment, construction and services. 01135.0006/525876.2 B-5 14. CLEAN AIR AND WATER ACTS: Contractors with Federally-assisted construction contracts of$100,000 or more must comply, and ensure all sub-contractors comply, with the requirements regulated by the Environmental Protection Agency. 15. TERMINATION: This Agreement may be terminated as provided in Section 3.4.1. [2 C.F.R. Part 200, Appendix II, (B). 16. SOURCE OF FUNDS: This Agreement is funded in whole or in part with Community Development Block Grant(CDBG) funds. 01135.0006/525876.2 B-5 Community Development Commission County of Los Angeles COUNTY LOBBYIST CODE CHAPTER 2.160 COUNTY ORDINANCE NO. 93-0031 CERTIFICATION Name of Firm: Ardurra Group, Inc.dba AndersonPenna Partners, Inc. Address: 3737 Birch Street,Suite 250 State: CA Zip Code: 92660 Telephone Number: ( 949 ) 272-9279 Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the County of Los Angeles and the Community Development Commission, County of Los Angeles. 1) It is understood that each person/entity/firm who applies for a Community Development Commission contract, and as part of that process, shall certify that they are familiar with the requirements of the Los Angeles County Code, Chapter 2.160(Los Angeles County Ordinance 93-0031)and; 2) That all persons/entities/firms acting on behalf of the above named firm have and will comply with the County Code, and; 3) That any person/entity/firm who seeks a contract with the Community Development Commission shall be disqualified therefrom and denied the contract and, shall be liable in civil action, if any lobbyist, lobbying firm,lobbyist employer or any other person or entity acting on behalf of the named firm fails to comply with the provisions of the County Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into contract with the Los Angeles County and the Community Development 01135.0006/525876.2 B-5 Commission, County of Los Angeles. Authorized Official: Ardurra Group, Inc.dba AndersonPenna Partners, Inc. By_ (Contractor/Subcontractor) (Signature) 'Jr Managing Principal (Date) (T ) 01135.0006/525876.2 B-5 EXHIBIT "C" SCHEDULE OF COMPENSATION I. Consultant shall perform the following Services at the following rates: APP APP TASK PM/OA/QC PE DES ENG CADD ODC Subtotal Subconsultants TOTAL ($175) ($145) ($110) (S90) 1 1 Research and Record Plans 4 2 $990 $5,695 10 $6,685 2 2. Field Surveys 6 ( $660 $570 " $1,230 3 3. Utility Research 1 $110 $110 4 4. Prepare Base Sheets 4 16 $2,340 $2,340 5 5. Prepare Plan Sheets 4 16 4 $2,820 $2,820 6 6. Prepare Detail Sheets 3 4 4 4 $1,905 $1,905 7 7.SpeafCations,Quantifies and Cost Estimates , 8 $50 $2,330 $2,330 8 8.Meetings I $700 $700 MANHOUR TOTALS 23, r Pe ° -- FEE TOTALS -,, r,, r ____ �' II. A retention of ten percent (10%) shall be held from each payment as a contract retention to be paid as a part of the final payment upon satisfactory completion of services. NOT APPLICABLE III. Within the budgeted amounts for each Task, and with the approval of the Contract Officer, funds may be shifted from one Task subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Services are approved per Section 2.3. IV. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for all 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 labor, supplies, equipment, materials, and travel properly charged to the Services. V. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. C-1 01135.0006/525876.2 VI. Consultant's billing rates for all personnel are attached as Exhibit C-1. NOT APPLICABLE 01135.0006/525876.2 EXHIBIT "D" SCHEDULE OF PERFORMANCE I. Consultant shall perform all services timely in accordance with the following schedule: City of Rancho Palos Verdes ADA Ramps & Sidewalk Project in Area 9 - CDBG 10 Task Name _.__ _ _ Duration Start Ft-ash January 2019 February 2019 Ma 14 . 19 24 29 I 3 8 I 13 I 18 . 23 26 . 2 7 I 12 I 17 22 27 1 'Notice to Proceed 0 days Thu 12120/18 Thu 12120/18 2 Project Management&Coordination 48 days Thu 12/20118 Mon 2125/19 3 Kick-Off Meeting 0 days Thu 12/20118 Thu 12!20118 - 4 Monthly Meetings 28 days Thu 1/17/19 Mon 2125119 5 Research/Coordination/Survey 48 days Thu 12120/18 Mon 2/25/19 6 Research 3 days Thu 12120118 Mon 12124118 7 Utility Coordination 48 days Thu 12/20/18 Mon 2125/19 8 Survey and Mapping 12 days Thu 12120118 Fri 1/4/19 9 Preliminary and Final Design 36 days Mon 1/7/19 Mon 2/25/19 to Field Review 1 day Mon 1/7119 Mon 1/7/19 0 11 30%Conceptual Plan 5 days Mon 1!7/19 Fri 1111/19 -- 12 City Review 1 day Mon 1/14/19 Mon 1/14/19 ii 13 60%Plans 17 days Tue 1!15119 Wed 2!6119 OsemeemememEmomm. 14 Curb Rarnp/Sidewalk Plan&Estimate 12 days Tue 1/15/19 Wed 1/30119 IMOMMISMir 15 City Review 5 days Thu 1/31/19 Wed 2/6/1911111111117. 16 90%Plans,Specifications&Estimates 8 days Thu 217/19 Mon 2/18/19 17 Prepare Revised Plans 5 days Thu 217/19 Wed 2113/19 18 Prepare Specifications&Estimates 5 days Thu 2/7/19 Wed 2/13119 19 City Review 3 days Thu 2/14/19 Mon 2/18/19 i 20 100%Plans,Specifications&Estimates 5 days Tue 2/19119 Mon 2125/19 21 Revise PS&E 2 days Tue 2/19/19 Wed 2/20/19 IIII 22 City Review 3 days Thu 2/21/19 Mon 2125/19 las Z3 City Approval 1 day? Mon 2/25/19 Mon 2/25/19 ■ II. Consultant shall deliver the following tangible work products to the City by the following dates. A. 60% Plans—January 30, 2019 B. 90% Plans, Specifications & Estimate—February 13, 2019 C. Final Plans, Specifications & Estimate—February 20, 2019 III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. D-1 01135.0006/525876.2