CITY OF SIMI VALLEY MEMORANDUM. City Council Board of Directors, Ventura County Waterworks District No. 8 AWARD OF CONTRACTS FOR PROFESSIONAL SERVICES

Size: px
Start display at page:

Download "CITY OF SIMI VALLEY MEMORANDUM. City Council Board of Directors, Ventura County Waterworks District No. 8 AWARD OF CONTRACTS FOR PROFESSIONAL SERVICES"

Transcription

1 CITY OF SIMI VALLEY MEMORANDUM July 15, 2013 TO: FROM: SUBJECT: City Council Board of Directors, Ventura County Waterworks District No. 8 Department of Public Works AWARD OF CONTRACTS FOR PROFESSIONAL SERVICES STAFF RECOMMENDATION It is recommended that the City Council/Board of Directors: 1. Award the attached professional services contracts to the following firms and authorize the Mayor/Chair of the Board to execute the contracts: a. Twining, Inc., BTC LABS-Vertical Five, and Geocon West, Inc. for pavement engineering, material testing, and inspection services (pages 4, 27, and 44); b. Benner and Carpenter, Inc. (B&C), RBF Consulting (RBF), and Hovell & Pilarski Engineering Inc., for survey services (pages 60, 77, and 93); c. Overland, Pacific & Cutler (OPC) and Hamner, Jewell & Associates for real property services (pages 109, and 124). 2. Authorize the City Manager/District Manager, or his designee, to balance workload between the contracts in accordance with the budgetary authority, and approve any subsequent contract amendments to incorporate future budgeted funds into the contract amounts and extend the contracts for up to two additional two-year terms; CITY MANAGER S RECOMMENDATION The City Manager concurs with Public Works Department recommendation. BACKGROUND AND OVERVIEW The Public Works Department utilizes consulting firms when specialized services are needed for capital improvement projects and development projects in the City. The Department does not maintain staff for these specialized services due to the fluctuating workload and need. To streamline the consultant selection process, contracts for professional services have been utilized. The Department contracts with multiple firms in C1316.SR.DB

2 2 the event that one consultant becomes unavailable due to workload, a conflict of interest, or the need for unexpected third-party peer review. FINDING AND ALTERNATIVES Requests for Proposals (RFPs) were developed for pavement engineering, material testing, and inspection services; surveying services; and real property services. The RFPs were mailed to consultants on the City s List of Consultants with expertise in these areas including local firms, and posted on the City s website. On June 17, 2013, nine proposals were received for pavement, soils, material testing, and inspection; five for surveying; and two proposals for real property services. City staff evaluated and rated each of the proposals based on the following criteria: Understanding of the work scope 20% Demonstrated professional skill and credentials of the staff to be assigned 30% Related experience and references 20% Approach to performing this type of service 20% Familiarity with the Federal requirements, and DBE participation 10% The recommended firms were rated as the most qualified to perform the services requested in each of the categories. The following alternatives are available to the City Council: 1. Award the attached professional services contracts to the following firms and authorize the Mayor/Chair of the Board to execute the contracts: a. Twining, Inc., BTC LABS-Vertical Five, and Geocon West, Inc. for pavement engineering, material testing, and inspection services (pages 4, 27, and 44); b. Benner and Carpenter, Inc. (B&C), RBF Consulting (RBF), and Hovell & Pilarski Engineering Inc., for survey services (pages 60, 77, and 93); c. Overland, Pacific & Cutler and Hamner, Jewell & Associates for real property services (pages 109, and 124); 2. Authorize the City Manager/District Manager, or his designee, to balance workload between the contracts in accordance with the budgetary authority, and approve any subsequent contract amendments to incorporate future budgeted funds into the contract amounts and extend the contracts for up to two additional two-year terms; 3. Do not authorize award of contracts for one or more of the listed consultants; 4. Provide staff with additional direction. C1316.SR.DB

3 3 SUMMARY The Public Works Department utilizes consulting firms when specialized services are needed for capital improvement projects and development projects in the City. To streamline the consultant selection process, contracts for professional services have been utilized. The Department contracts with multiple firms in the event that one consultant becomes unavailable due to workload, a conflict of interest, or the need for unexpected third-party peer review. It is recommended that the City Council/Board of Directors award the attached professional services contracts to the recommended firms, and authorize the City Manager/District Manager, or his designee, to balance workload between the contracts in accordance with the budgetary authority, and approve any subsequent contract amendments to incorporate future budgeted funds into the contract amounts and extend the contracts for up to two additional twoyear terms. Ronald K. Fuchiwaki, Director Department of Public Works INDEX Page Contract with Twining... 4 Contract with BTC LABS Vertical Five Contract with Geocon West, Inc Contract with Benner and Carpenter, Inc Contract with RBF Consulting Contract with Hovell & Pilarski Engineering Inc Contract with Overland, Pacific & Cutler Contract with Hamner, Jewell & Associates C1316.SR.DB

4 4 CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND TWINING, INC., FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES THIS CONTRACT is made and entered into in the City of Simi Valley on this day of 2013, by and between the CITY OF SIMI VALLEY and the VENTURA COUNTY WATERWORKS DISTRICT NO. 8, municipal corporations, hereinafter referred to as CITY/DISTRICT, and TWINING, INC., a California corporation, hereinafter referred to as CONSULTANT. RECITALS WHEREAS, on June 7, 2013, CITY/DISTRICT requested proposals for the Annual Professional Pavement Engineering, and Material Testing and Inspection Services; and WHEREAS, pursuant to said request, CONSULTANT submitted a proposal, which was accepted by CITY/DISTRICT for said Services. AGREEMENT NOW, THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Recitals. The foregoing recitals are true and correct and are a part of this CONTRACT. 2. Term. A. The term of this CONTRACT shall be from the effective date of this CONTRACT as set forth herein above, through June 30, This CONTRACT may be extended for up to two (2) additional two (2)-year terms upon mutual written consent of the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT. B. It is understood that the CONSULTANT S work under the Work Orders issued may not be completed within the terms of this CONTRACT; however, all terms and conditions of the CONTRACT including all rights and obligations, shall survive until the work is completed, except the CITY/DISTRICT S right to issue, and the CONSULTANT S right to accept, additional Purchase Orders. C. Pricing shall remain firm during the entire term of the CONTRACT. In the event a price increase is negotiated at the time of an extension period, the increase rate shall not exceed the Consumer Price Index (CPI) rate for Los Angeles-Riverside-Orange County area for the previous 12-month period (March to March). C1316.CON.TWINING.DB

5 5 3. Description of Services. The Services to be performed by CONSULTANT are as follows: Professional pavement engineering, material testing and inspection services. CONSULTANT agrees to perform the Services more specifically set forth in the Scope of Work attached hereto and incorporated herein as Exhibit A. 4. Compensation and Payment. A. The total compensation payable to CONSULTANT by CITY/DISTRICT for Services under this CONTRACT, shall not exceed the sum of $300,000, and shall be earned as the work progresses. Payment will be made based on the rates contained in the Schedule of Fees as set forth in Exhibit B attached hereto and incorporated herein. B. After CONSULTANT has performed the Services as specified in this CONTRACT, CITY/DISTRICT shall be obligated to pay CONSULTANT based upon the actual CITY/DISTRICT-authorized Services received by CITY/DISTRICT at the rates established as a part of this CONTRACT. C. Payments to the CONSULTANT shall be made within thirty (30) days after receipt of an original invoice from the CONSULTANT and acceptance of the Services by CITY/DISTRICT. D. CONSULTANT shall provide CITY/DISTRICT with written verification of the actual compensation earned, which written verification will be in a form satisfactory to CITY/DISTRICT. Invoices shall include the work performed including a list of hours worked by personnel. 5. CONSULTANT s Representations and Obligations. A. CONSULTANT shall perform as required by this CONTRACT. CONSULTANT also warrants on behalf of itself and all subcontractors engaged for the performance of this CONTRACT that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. B. CONSULTANT shall obey all Federal, State, local, and special district laws, ordinances, and regulations. C. CONSULTANT acknowledges CITY/DISTRICT may contract with other parties for the performance of Services or supplemental services as they relate to the project during the term of this CONTRACT. D. CONSULTANT agrees to abide by CITY s Business Tax Ordinance, of which proof of payment must be obtained prior to performance of this CONTRACT. E. To the extent required by law, CONSULTANT agrees to abide by the following provisions pertaining to Prevailing Wages and Federally Funded Projects; C1316.CON.TWINING.DB

6 6 i. Pursuant to the provisions of the California Labor Code the California Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the CONTRACT. Such wage scale is set forth at length in a Schedule of Prevailing Rates of Wages that is on file at the California Department of Industrial Relations and is available at ii. CONSULTANT shall assist in locating, qualifying, hiring, and increasing the skills of minority group employees and applicants for employment, as set forth in Executive Orders and iii. For Federally Funded Projects the current Federal General Wage Determinations shall apply as predetermined by the Secretary of Labor. If there is a difference in the Federal minimum wage rates and the California Department of Industrial Relations for similar classifications of labor, the CONSULTANT and its subcontractors shall pay not less than the higher wage rate. The wage rate for any classification not listed by the Federal Department of Labor or the California Department of Industrial Relations, but which may be required to execute the Contract, shall be in accord with specified rates for similar or comparable classifications or for those performing similar or comparable duties, within the agencies determinations. 6. Audit. A. At any time during normal business hours and as often as CITY/DISTRICT may deem necessary, CONSULTANT shall make available to CITY/DISTRICT for inspection its records pertaining to this CONTRACT. CONSULTANT shall permit CITY/DISTRICT to audit, examine and/or reproduce such records. CONSULTANT will retain such financial records, time sheets, work progress reports, invoices, bills and project records for at least two (2) years after termination or final payment under this CONTRACT. B. CITY/DISTRICT shall have the option of inspecting and/or auditing all records and other written materials used by CONSULTANT in preparing its statements to CITY/DISTRICT as a condition precedent to any payment to CONSULTANT. 7. Hold Harmless and Indemnification. A. To the fullest extent permitted by law (including, without limitation, California Civil Code Sections 2782 and ), CONSULTANT shall defend, and provide legal defense with attorney(s) acceptable to CITY/DISTRICT, indemnify, and hold harmless the CITY/DISTRICT, its agents, officials, officers, representatives, and employees, (collectively Indemnitees ) from and against all claims, lawsuits, liabilities or damages (including, without limitation, injury to or death of an employee of CONSULTANT or its sub-consultant), expense and liability of every kind, nature and description (including, without limitation incidental and consequential damages, court costs, attorney s fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of litigation) that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, any sub-consultant, anyone directly or indirectly employed by them, or anyone that they control. C1316.CON.TWINING.DB

7 7 B. To the extent there is an obligation to indemnify under this Section of this CONTRACT, CONSULTANT shall be responsible for incidental and consequential damages resulting from CONSULTANT S negligence, recklessness, or willful misconduct. The provisions of this Section survive completion of the Services or the termination of this CONTRACT. The provisions of this Section are not limited by the provisions of this CONTRACT relating to insurance. The CONSULTANT shall thoroughly investigate any and all claims subject to the provisions of this Section, and indemnify the CITY/DISTRICT and do whatever is necessary to protect any and all Indemnitees. 8. Amendments. Any amendments, modifications, or variations from the provisions of this CONTRACT, shall be in writing and shall be effective only upon mutual written approval by the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT including changes to the CONTRACT amount and term of the CONTRACT. 9. Anti-Discrimination. In the performance of the terms of this CONTRACT, CONSULTANT shall not engage in, nor permit subcontractors to engage in, discrimination in employment of persons because of the age, race, color, religious creed, sex, sexual orientation, national origin, ancestry, physical disability, mental disability, medical condition, or marital status of such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code Section Termination. A. Either party may terminate this CONTRACT at any time prior to the expiration date by giving thirty (30) days advance written notice thereof to the other party. B. If, during the term of this CONTRACT, CITY/DISTRICT determines that CONSULTANT is not faithfully abiding by any term or condition contained herein, CITY/DISTRICT may notify CONSULTANT in writing of such defect or failure to perform. The notice must give to the CONSULTANT a ten (10) day period of time thereafter in which to perform said work or cure the deficiency. If CONSULTANT has not performed the work or cured said deficiency within the ten (10) days specified in the notice, such failure shall constitute a breach of this CONTRACT, and CITY/DISTRICT may terminate this CONTRACT immediately by written notice to CONSULTANT to said effect. C. In addition, CITY/DISTRICT, if it terminates this CONTRACT for cause, may withhold as an offset from payments due CONSULTANT damages occasioned by such breach. The CITY/DISTRICT shall be liable to the CONSULTANT only for those fees accrued by the CONSULTANT to the date CONSULTANT receives said notice of termination. In said event, CONSULTANT shall be entitled to the reasonable value of its services. In no event, however, shall CONSULTANT be entitled to receive in excess of the CONTRACT amount. 11. Delivery of Reports in Cases of Termination. If this CONTRACT is terminated pursuant to any of the provisions contained hereinabove, and if requested to do so in writing by the CITY/DISTRICT, the CONSULTANT shall, within fourteen (14) calendar days after receipt of such written request, deliver and turn over to the CITY/DISTRICT all of its preparation and work on the project which were done to the date of the receipt of the notice of termination. The terms "preparation" and "work" as used in this paragraph, shall refer to and include all data and C1316.CON.TWINING.DB

8 8 materials of whatever type that have been gathered by the CONSULTANT, and contemplated to be used or actually used, in the provision of the Services as specified in this CONTRACT. 12. Complete CONTRACT. This CONTRACT and its accompanying exhibits, shall constitute the complete CONTRACT between the parties hereto. No verbal agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such verbal agreement, understanding, or representation be binding upon the parties hereto. 13. Independent Contractor. It is expressly understood between the parties to this CONTRACT that no employee/employer relationship is intended. CONSULTANT is not an agent or employee of the CITY/DISTRICT and it is not entitled to participate in any pension plan, insurance or other benefits CITY/DISTRICT provides for its employees. CONSULTANT is an independent contractor in performing the Services required under this CONTRACT and will have control of all work and the manner in which it is performed. Any provision of this CONTRACT that may appear to give CITY/DISTRICT the right to direct CONSULTANT as to the details of doing the work required herein, or to exercise a measure of control over the work means that the CONSULTANT will follow the direction of the CITY/DISTRICT as to the results of the work only. 14. Personal Services. This CONTRACT is for professional services, which are personal to CITY/DISTRICT. Mathew Baumgardner is deemed to be especially experienced and is a key member of CONSULTANT S firm, and shall be directly involved in performing, supervising, or assisting in the performance of this work. This key person shall communicate with, and periodically report to, CITY/DISTRICT on the progress of the work. Should any such individual be removed from assisting in this contracted work for any reason, CITY/DISTRICT may terminate this CONTRACT. 15. Time of Performance. Time is of the essence in this CONTRACT. 16. Insurance. CONSULTANT shall, at CONSULTANT S sole cost and expense, provide insurance as contained in Exhibit C, incorporated herein. CONSULTANT shall not commence work on the Services to be performed, until it submits proof of all insurance coverage as required. 17. Federal Forms and Requirements. CONSULTANT shall comply with federal funding (FHWA) and Caltrans requirements and shall timely submit all the forms required as identified in Exhibit D, which forms once completed, shall be attached hereto and incorporated herein this CONTRACT. 18. Ownership of Reports and Data. The originals of all studies, reports, exhibits, documents, data and other work or materials prepared for, or used to comply with any term of this CONTRACT, plus any copies of same required by this CONTRACT to be furnished to the CITY/DISTRICT by any of the other party(ies) with whom the CONSULTANT may have contract(s) pertaining to this project, shall be deemed to be public records open to inspection by the public and, as such, to be and remain the property of the CITY/DISTRICT. C1316.CON.TWINING.DB

9 9 19. Conflict of Interest. A. Neither CONSULTANT nor any employees, agents, or subcontractors of CONSULTANT who will be assigned to this project, to the best of CONSULTANT'S knowledge, own any property or interest in properties, business relationships, or sources of income which may be affected by the performance of this CONTRACT. Should one party hereto learn of any such interest, income source, or business relationship, such fact shall immediately be brought to the attention of the other party hereto. If the parties thereupon cannot mutually agree upon a means to eliminate the conflict, CITY/DISTRICT may terminate the CONTRACT immediately for non-performance pursuant to Section 10. herein. B. In accordance with California Government Code Section 87306, CONSULTANT shall provide, if requested by CITY/DISTRICT, a Conflict of Interest Statement, Form 700 no later than thirty (30) days after execution of this CONTRACT, and annually thereafter prior to April 1st of each year for the duration of the CONTRACT. Failure to file any of the required statements will result in withholding payment for services rendered. 20. Successors and Assigns. The terms hereof shall be binding upon and inure to the benefit of the successors and assigns of the parties hereto; provided, however, that no party hereto shall assign any of the benefits and burdens hereunder, whether voluntarily or by operation of law, without the prior written consent of the other party, and any such assignment without said consent shall be void. 21. Authority to Execute CONTRACT. Both CITY/DISTRICT and CONSULTANT do covenant that each individual executing this CONTRACT on behalf of each party is a person duly authorized and empowered to execute contracts for such party. 22. Jurisdiction and Venue. Jurisdiction is in the State of California and venue lies in Ventura County. 23. Non-Appropriation of Funds. Payments due and payable to CONSULTANT for current Services are within the current budget and within an available, unexhausted and unencumbered appropriation of CITY/DISTRICT. In the event CITY/DISTRICT has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this CONTRACT shall cover only those costs incurred up to the conclusion of the current fiscal year. 24. Taxpayer Identification Number. CONSULTANT shall provide CITY/DISTRICT with a complete Request for Taxpayer Identification Number and Certification, form W-9 (rev. 2000), as issued by the Internal Revenue Service. 25. Permits and Licenses. CONSULTANT, at its sole cost and expense, shall obtain and maintain during the term of this CONTRACT, all appropriate permits, licenses, and certificates that may be required in connection with the performance of this CONTRACT. 26. Waivers. The waiver by one party of any term or condition of this CONTRACT, or any breach thereof, shall not be construed to be a general waiver by the party or as a waiver of any other term or breach. C1316.CON.TWINING.DB

10 Statement of Experience. CONSULTANT warrants that it will perform its Services with at least the due care, diligence and expertise generally accepted in its industry. CONSULTANT also understands and agrees that it is being employed to perform the Services provided for by this CONTRACT because of CONSULTANT S professed expertise and experience in performing such Services. In addition, CONSULTANT understands and agrees that while CITY/DISTRICT or CITY/DISTRICT S officers, employees, agents or volunteers may elect to do so, they have no duty to review, inspect, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. As a consequence, CONSULTANT waives any right of contribution against CITY/DISTRICT or any of CITY/DISTRICT S officers, employees, agents, or volunteers arising out of such failure to inspect, review, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. 28. Notices. All written notices required by, or related to this CONTRACT shall be sent by Certified Mail, Return Receipt Requested, postage prepaid and addressed as listed below. Neither party to this CONTRACT shall refuse to accept such mail; the parties to this CONTRACT shall promptly inform the other party of any change of address. All notices required by this CONTRACT are effective on the day of receipt, unless otherwise indicated herein. The mailing address of each party to this CONTRACT is as follows: CITY/DISTRICT Department of Public Works Ron Fuchiwaki, Director of Public Works City of Simi Valley 2929 Tapo Canyon Road Simi Valley, CA Attn: Sarah Sheshebor, Senior Engineer (805) C1316.CON.TWINING.DB

11 11 CONSULTANT Twining, Inc Portola Road, Suite G Ventura, CA Attn: Mathew Baumgardner, Project Manager (805) IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. Attest: City of Simi Valley and Ventura County Waterworks District No. 8, Municipal Corporations Ky Spangler Assistant City Clerk/District Secretary By: Robert O. Huber, Mayor of the City of Simi Valley, California/Chair of the Ventura County Waterworks District No. 8 Approved as to Form: Twining, Inc., a California Corporation Marjorie Baxter City Attorney/District Counsel Approved as to Content: By: Title: Eric J. Levitt City Manager/District Manager By: Connie Henes-Baird Interim Director of Administrative Services Title: Ronald K. Fuchiwaki, Director Department of Public Works C1316.CON.TWINING.DB

12 12 EXHIBIT A SCOPE OF WORK CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND TWINING, INC., FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES SCOPE OF WORK 1. Tasks. Consultant shall provide Professional Pavement Engineering, and Material Testing and Inspection Services in connection with design and construction of public works projects. The work shall include, but not be limited to, the following tasks as required by the particular project: Perform surface and subsurface soils investigation, testing (relative compaction, R-value, sieve analysis, shear, etc.), evaluation and geotechnical inspection. Perform material testing and inspection of conventional and rubberized asphalt concrete pavement both at the asphalt plant and at the job site, aggregate stock pile at the source; rock and sand base, paving asphalt, liquid asphalt, emulsion, etc. Conduct subgrade test for any unusual characteristics which may cause early failure to the pavement section. Conduct street structural section evaluations including pavement deflection testing, analysis and provide recommendation(s). Provide other geotechnical/soils engineering and material testing as may be needed. Conduct laboratory services, data collection, asphalt concrete batch plant inspection, preparation and submission of engineering reports consisting of test results, with interpretation analysis, and recommendations. All reports, including inspection reports, engineering reports and all supporting documentation prepared by Consultant shall be provided to City/District as requested and in a timely fashion. 2. Additional Requirements. A. Availability Consultant office hours shall be 8:00 a.m. to 5:00 p.m., Monday through Friday, so that the Consultant will be available to City/District staff and design professionals. B. Inspections City/District reserves the right to inspect the work being accomplished by the Consultant at any time. C1316.CON.TWINING.DB

13 13 C. Consultant Personnel Assigned Consultant shall have City/District's written approval prior to making any change in a project team or team member assigned to a project. C1316.CON.TWINING.DB

14 14 EXHIBIT B SCHEDULE OF FEES CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND TWINING, INC., FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES C1316.CON.TWINING.DB

15 C1316.CON.TWINING.DB 15

16 C1316.CON.TWINING.DB 16

17 C1316.CON.TWINING.DB 17

18 C1316.CON.TWINING.DB 18

19 C1316.CON.TWINING.DB 19

20 C1316.CON.TWINING.DB 20

21 C1316.CON.TWINING.DB 21

22 C1316.CON.TWINING.DB 22

23 23 EXHIBIT C INSURANCE REQUIREMENTS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND TWINING, INC., FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES Insurance - The CONSULTANT shall meet the following provisions (Sections 1 through 7) relating to insurance coverages. 1. General Conditions - Without limiting the Contract, CONSULTANT's indemnification of City/District, CONSULTANT shall provide and maintain at its own expense the insurance listed under Section 7 (Evidence of Coverages) covering its operations, subject to the following conditions: a) The City/District, its Boards, Officers, Agents, and Employees shall be included as additional insureds in all liability insurance policies and endorsements thereto except for Workers' Compensation and Professional Errors and Omissions. The City/District shall be named Loss Payee as its interest may appear in all property insurance. b) Such insurance shall be primary with respect to any insurance maintained by City/District and shall not call on City/District's insurance for contributions. c) With respect to the interests of the City/District, the CONSULTANT's insurance shall not be canceled nor reduced in coverage or limits until after thirty (30) days written notice shall have been sent by certified mail (return receipt requested) to the City of Simi Valley, Department of Public Works, 2929 Tapo Canyon Road, Simi Valley, California 93063, and shall contain an unequivocal clause so stating. d) A City/District approved endorsement or certified copy of insurance policy providing coverage shall be submitted to and approved by the City/District's Risk Manager prior to commencement of any work or tenancy. 2. Workers' Compensation - The CONSULTANT shall procure and maintain, during the life of the Contract, workers' compensation insurance or a valid certificate of consent to self-insure for all its employees engaged on or at the site of the project. In case any of the work is sublet, the CONSULTANT shall require all subcontractors to similarly provide workers' compensation insurance for all the latter's employees unless such employees are covered by protection afforded by workers' compensation insurance carried by the CONSULTANT. CONSULTANT hereby certifies that it is aware of the provisions of Section 3700 et seq., of the Labor Code which require every employer to be insured against liability for Workers' Compensation. C1316.CON.TWINING.DB

24 24 3. Aggregate Limits/Blanket Coverage - If any of the required insurance coverages contain aggregate limits or apply to other operations or tenancy of the CONSULTANT outside these specifications, CONSULTANT shall give City/District prompt, written notice of any incident, occurrence, claim, settlement, or judgment against that insurance which may diminish the protection that such insurance affords the City/District. CONSULTANT shall further take immediate steps restoring such aggregate limits or shall provide other insurance protection for such aggregate limits. 4. Modification of Coverage - The City/District reserves the right at any time during the term of any contract executed with the CONSULTANT pursuant to these specifications (Contract) to change the amounts and types of insurance required hereunder by giving CONSULTANT ninety (90) days written notice. If such change should result in a premium increase in excess of ten percent (10%) to CONSULTANT, City/District agrees to negotiate additional compensation proportional to the increased benefit to the City/District. 5. Failure to Procure or Maintain Insurance - CONSULTANT's failure to procure or maintain required insurance program shall constitute a material breach of Contract under which the City/District may immediately terminate the Contract or, at its discretion, procure or renew such insurance to protect the City/District's interests and pay any and all premiums in connection therewith, and recover all monies so paid from CONSULTANT, or deduct all monies so paid from payments due CONSULTANT. 6. Underlying Insurance - CONSULTANT shall be responsible for requiring indemnification and insurance from its employees receiving mileage allowance, consultants, agents, and subcontractors, if any, to protect the CONSULTANT's and the City/District's interests, and for ensuring that such persons comply with any applicable insurance statutes. CONSULTANT is encouraged to seek professional advice in this regard. 7. Evidence of Coverages - Evidence of coverages (as checked below) having as a minimum the limits shown must be submitted and approved prior to commencement of work or any tenancy. Amounts shown are Combined Single Limit (CSL). Split limits may be substituted if the total per occurrence equals or exceeds the CSL amount. Description Limits X Workers' Compensation Statutory (x) Employer's Liability $500,000 (x) Waiver of Subrogation X General Liability (must be written on an Occurrence Form) $1,000,000 (x) Premises and Operations (x) Contractual Liability (x) Independent Contractors (x) Products/Completed Operations (x) Broad Form Property Damage (x) Personal Injury (x) Broad Form Liability Endorsement X Automobile Liability (must be written on an Occurrence Form) $1,000,000 C1316.CON.TWINING.DB

25 (x) Owned Automobiles (x) Nonowned/Hired Automobiles 25 X Professional Liability (Errors and Omissions) $1,000,000 (to be in continuous force from date of contract award until one year after final acceptance of the project) C1316.CON.TWINING.DB

26 26 EXHIBIT D FEDERAL FORMS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND TWINING, INC., FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES Federal Form Requirements: 1. Consultant shall make a good faith effort to meet the DBE Goal that has been established at seven (7) percent for this project. Consultant shall give consideration to securing the services of DBE firms in the performance of the work anticipated in Consultant s Request for Proposal for this contract, as specified in 23 CFR 172.5(b), 49 CFR Part 26, and in the attached Exhibit 10-I Notice to Bidders/Proposers Disadvantaged Business Enterprise Information. 2. Consultant shall submit the completed Exhibit 10-O1, Local Agency Proposer DBE Commitment (Consultant Contract), and Exhibit 10-O2, Local Agency Proposer DBE Information (Consultant Contract), prior to or immediately after award of the contract. 3. Consultant shall submit, upon completion of the contract, regardless of whether DBE participation is obtained, a summary of the DBE records, Exhibit 17-F or equivalent, Final Report Utilization of Disadvantaged Business Enterprises (DBE) First Tier Subcontractors shall be prepared, certified correct, and submitted. 4. Consultant shall comply with Federal and State procedures, with respect to the Disadvantaged Business Enterprise Program, as specified herein and as directed by the County. 5. The following exhibits/forms are made a part hereof, shall be completed if and as required, and shall be considered as part of this contract: Federal Form Exhibits : Exhibit 10-F Exhibit 10-I Exhibit 10-J Exhibit 10-O1 Exhibit 10-O2 Exhibit 10-P Exhibit 10-Q Exhibit 15-H Exhibit 17-F Certification of Consultant Notice to Bidders/Proposers Disadvantaged Business Enterprise Information Standard Agreement for Subcontractor/DBE Participation Local Agency Proposer DBE Commitment (Consultant Contracts) Local Agency Proposer DBE Information (Consultant Contracts) Non-Lobbying Certification for Federal-Aid Contracts Disclosure of Lobbying Activities DBE Information Good Faith Efforts Final Report Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subcontractors C1316.CON.TWINING.DB

27 27 CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND TESTING ENGINEERS SOUTHWEST, INC., DBA BTC LABS-VERTICAL FIVE FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES THIS CONTRACT is made and entered into in the City of Simi Valley on this day of 2013, by and between the CITY OF SIMI VALLEY and the VENTURA COUNTY WATERWORKS DISTRICT NO. 8, municipal corporations, hereinafter referred to as CITY/DISTRICT, and TESTING ENGINEERS SOUTHWEST, INC., DBA BTC LABS-VERTICAL FIVE a California corporation, hereinafter referred to as CONSULTANT. RECITALS WHEREAS, on June 7, 2013, CITY/DISTRICT requested proposals for the Annual Professional Pavement Engineering, and Material Testing and Inspection Services; and WHEREAS, pursuant to said request, CONSULTANT submitted a proposal, which was accepted by CITY/DISTRICT for said Services. AGREEMENT NOW, THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Recitals. The foregoing recitals are true and correct and are a part of this CONTRACT. 2. Term. A. The term of this CONTRACT shall be from the effective date of this CONTRACT as set forth herein above, through June 30, This CONTRACT may be extended for up to two (2) additional two (2)-year terms upon mutual written consent of the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT. B. It is understood that the CONSULTANT S work under the Work Orders issued may not be completed within the terms of this CONTRACT; however, all terms and conditions of the CONTRACT including all rights and obligations, shall survive until the work is completed, except the CITY/DISTRICT S right to issue, and the CONSULTANT S right to accept, additional Purchase Orders. C. Pricing shall remain firm during the entire term of the CONTRACT. In the event a price increase is negotiated at the time of an extension period, the increase rate shall not exceed the Consumer Price Index (CPI) rate for Los Angeles-Riverside-Orange County area for the previous 12-month period (March to March). C1316.CON.BTC.DB

28 28 3. Description of Services. The Services to be performed by CONSULTANT are as follows: Professional pavement engineering, material testing and inspection services. CONSULTANT agrees to perform the Services more specifically set forth in the Scope of Work attached hereto and incorporated herein as Exhibit A. 4. Compensation and Payment. A. The total compensation payable to CONSULTANT by CITY/DISTRICT for Services under this CONTRACT, shall not exceed the sum of $300,000, and shall be earned as the work progresses. Payment will be made based on the rates contained in the Schedule of Fees as set forth in Exhibit B attached hereto and incorporated herein. B. After CONSULTANT has performed the Services as specified in this CONTRACT, CITY/DISTRICT shall be obligated to pay CONSULTANT based upon the actual CITY/DISTRICT-authorized Services received by CITY/DISTRICT at the rates established as a part of this CONTRACT. C. Payments to the CONSULTANT shall be made within thirty (30) days after receipt of an original invoice from the CONSULTANT and acceptance of the Services by CITY/DISTRICT. D. CONSULTANT shall provide CITY/DISTRICT with written verification of the actual compensation earned, which written verification will be in a form satisfactory to CITY/DISTRICT. Invoices shall include the work performed including a list of hours worked by personnel. 5. CONSULTANT s Representations and Obligations. A. CONSULTANT shall perform as required by this CONTRACT. CONSULTANT also warrants on behalf of itself and all subcontractors engaged for the performance of this CONTRACT that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. B. CONSULTANT shall obey all Federal, State, local, and special district laws, ordinances, and regulations. C. CONSULTANT acknowledges CITY/DISTRICT may contract with other parties for the performance of Services or supplemental services as they relate to the project during the term of this CONTRACT. D. CONSULTANT agrees to abide by CITY s Business Tax Ordinance, of which proof of payment must be obtained prior to performance of this CONTRACT. E. To the extent required by law, CONSULTANT agrees to abide by the following provisions pertaining to Prevailing Wages and Federally Funded Projects; C1316.CON.BTC.DB

29 29 i. Pursuant to the provisions of the California Labor Code the California Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the CONTRACT. Such wage scale is set forth at length in a Schedule of Prevailing Rates of Wages that is on file at the California Department of Industrial Relations and is available at ii. CONSULTANT shall assist in locating, qualifying, hiring, and increasing the skills of minority group employees and applicants for employment, as set forth in Executive Orders and iii. For Federally Funded Projects the current Federal General Wage Determinations shall apply as predetermined by the Secretary of Labor. If there is a difference in the Federal minimum wage rates and the California Department of Industrial Relations for similar classifications of labor, the CONSULTANT and its subcontractors shall pay not less than the higher wage rate. The wage rate for any classification not listed by the Federal Department of Labor or the California Department of Industrial Relations, but which may be required to execute the Contract, shall be in accord with specified rates for similar or comparable classifications or for those performing similar or comparable duties, within the agencies determinations. 6. Audit. A. At any time during normal business hours and as often as CITY/DISTRICT may deem necessary, CONSULTANT shall make available to CITY/DISTRICT for inspection its records pertaining to this CONTRACT. CONSULTANT shall permit CITY/DISTRICT to audit, examine and/or reproduce such records. CONSULTANT will retain such financial records, time sheets, work progress reports, invoices, bills and project records for at least two (2) years after termination or final payment under this CONTRACT. B. CITY/DISTRICT shall have the option of inspecting and/or auditing all records and other written materials used by CONSULTANT in preparing its statements to CITY/DISTRICT as a condition precedent to any payment to CONSULTANT. 7. Hold Harmless and Indemnification. A. To the fullest extent permitted by law (including, without limitation, California Civil Code Sections 2782 and ), CONSULTANT shall defend, and provide legal defense with attorney(s) acceptable to CITY/DISTRICT, indemnify, and hold harmless the CITY/DISTRICT, its agents, officials, officers, representatives, and employees, (collectively Indemnitees ) from and against all claims, lawsuits, liabilities or damages (including, without limitation, injury to or death of an employee of CONSULTANT or its sub-consultant), expense and liability of every kind, nature and description (including, without limitation incidental and consequential damages, court costs, attorney s fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of litigation) that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, any sub-consultant, anyone directly or indirectly employed by them, or anyone that they control. C1316.CON.BTC.DB

30 30 B. To the extent there is an obligation to indemnify under this Section of this CONTRACT, CONSULTANT shall be responsible for incidental and consequential damages resulting from CONSULTANT S negligence, recklessness, or willful misconduct. The provisions of this Section survive completion of the Services or the termination of this CONTRACT. The provisions of this Section are not limited by the provisions of this CONTRACT relating to insurance. The CONSULTANT shall thoroughly investigate any and all claims subject to the provisions of this Section, and indemnify the CITY/DISTRICT and do whatever is necessary to protect any and all Indemnitees. 8. Amendments. Any amendments, modifications, or variations from the provisions of this CONTRACT, shall be in writing and shall be effective only upon mutual written approval by the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT including changes to the CONTRACT amount and term of the CONTRACT. 9. Anti-Discrimination. In the performance of the terms of this CONTRACT, CONSULTANT shall not engage in, nor permit subcontractors to engage in, discrimination in employment of persons because of the age, race, color, religious creed, sex, sexual orientation, national origin, ancestry, physical disability, mental disability, medical condition, or marital status of such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code Section Termination. A. Either party may terminate this CONTRACT at any time prior to the expiration date by giving thirty (30) days advance written notice thereof to the other party. B. If, during the term of this CONTRACT, CITY/DISTRICT determines that CONSULTANT is not faithfully abiding by any term or condition contained herein, CITY/DISTRICT may notify CONSULTANT in writing of such defect or failure to perform. The notice must give to the CONSULTANT a ten (10) day period of time thereafter in which to perform said work or cure the deficiency. If CONSULTANT has not performed the work or cured said deficiency within the ten (10) days specified in the notice, such failure shall constitute a breach of this CONTRACT, and CITY/DISTRICT may terminate this CONTRACT immediately by written notice to CONSULTANT to said effect. C. In addition, CITY/DISTRICT, if it terminates this CONTRACT for cause, may withhold as an offset from payments due CONSULTANT damages occasioned by such breach. The CITY/DISTRICT shall be liable to the CONSULTANT only for those fees accrued by the CONSULTANT to the date CONSULTANT receives said notice of termination. In said event, CONSULTANT shall be entitled to the reasonable value of its services. In no event, however, shall CONSULTANT be entitled to receive in excess of the CONTRACT amount. 11. Delivery of Reports in Cases of Termination. If this CONTRACT is terminated pursuant to any of the provisions contained hereinabove, and if requested to do so in writing by the CITY/DISTRICT, the CONSULTANT shall, within fourteen (14) calendar days after receipt of such written request, deliver and turn over to the CITY/DISTRICT all of its preparation and work on the project which were done to the date of the receipt of the notice of termination. The terms "preparation" and "work" as used in this paragraph, shall refer to and include all data and C1316.CON.BTC.DB

31 31 materials of whatever type that have been gathered by the CONSULTANT, and contemplated to be used or actually used, in the provision of the Services as specified in this CONTRACT. 12. Complete CONTRACT. This CONTRACT and its accompanying exhibits, shall constitute the complete CONTRACT between the parties hereto. No verbal agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such verbal agreement, understanding, or representation be binding upon the parties hereto. 13. Independent Contractor. It is expressly understood between the parties to this CONTRACT that no employee/employer relationship is intended. CONSULTANT is not an agent or employee of the CITY/DISTRICT and it is not entitled to participate in any pension plan, insurance or other benefits CITY/DISTRICT provides for its employees. CONSULTANT is an independent contractor in performing the Services required under this CONTRACT and will have control of all work and the manner in which it is performed. Any provision of this CONTRACT that may appear to give CITY/DISTRICT the right to direct CONSULTANT as to the details of doing the work required herein, or to exercise a measure of control over the work means that the CONSULTANT will follow the direction of the CITY/DISTRICT as to the results of the work only. 14. Personal Services. This CONTRACT is for professional services, which are personal to CITY/DISTRICT. Scott Moors is deemed to be especially experienced and is a key member of CONSULTANT S firm, and shall be directly involved in performing, supervising, or assisting in the performance of this work. This key person shall communicate with, and periodically report to, CITY/DISTRICT on the progress of the work. Should any such individual be removed from assisting in this contracted work for any reason, CITY/DISTRICT may terminate this CONTRACT. 15. Time of Performance. Time is of the essence in this CONTRACT. 16. Insurance. CONSULTANT shall, at CONSULTANT S sole cost and expense, provide insurance as contained in Exhibit C, incorporated herein. CONSULTANT shall not commence work on the Services to be performed, until it submits proof of all insurance coverage as required. 17. Federal Forms and Requirements. CONSULTANT shall comply with federal funding (FHWA) and Caltrans requirements and shall timely submit all the forms required as identified in Exhibit D, which forms once completed, shall be attached hereto and incorporated herein this CONTRACT. 18. Ownership of Reports and Data. The originals of all studies, reports, exhibits, documents, data and other work or materials prepared for, or used to comply with any term of this CONTRACT, plus any copies of same required by this CONTRACT to be furnished to the CITY/DISTRICT by any of the other party(ies) with whom the CONSULTANT may have contract(s) pertaining to this project, shall be deemed to be public records open to inspection by the public and, as such, to be and remain the property of the CITY/DISTRICT. 19. Conflict of Interest. C1316.CON.BTC.DB

32 32 A. Neither CONSULTANT nor any employees, agents, or subcontractors of CONSULTANT who will be assigned to this project, to the best of CONSULTANT'S knowledge, own any property or interest in properties, business relationships, or sources of income which may be affected by the performance of this CONTRACT. Should one party hereto learn of any such interest, income source, or business relationship, such fact shall immediately be brought to the attention of the other party hereto. If the parties thereupon cannot mutually agree upon a means to eliminate the conflict, CITY/DISTRICT may terminate the CONTRACT immediately for non-performance pursuant to Section 10. herein. B. In accordance with California Government Code Section 87306, CONSULTANT shall provide, if requested by CITY/DISTRICT, a Conflict of Interest Statement, Form 700 no later than thirty (30) days after execution of this CONTRACT, and annually thereafter prior to April 1st of each year for the duration of the CONTRACT. Failure to file any of the required statements will result in withholding payment for services rendered. 20. Successors and Assigns. The terms hereof shall be binding upon and inure to the benefit of the successors and assigns of the parties hereto; provided, however, that no party hereto shall assign any of the benefits and burdens hereunder, whether voluntarily or by operation of law, without the prior written consent of the other party, and any such assignment without said consent shall be void. 21. Authority to Execute CONTRACT. Both CITY/DISTRICT and CONSULTANT do covenant that each individual executing this CONTRACT on behalf of each party is a person duly authorized and empowered to execute contracts for such party. 22. Jurisdiction and Venue. Jurisdiction is in the State of California and venue lies in Ventura County. 23. Non-Appropriation of Funds. Payments due and payable to CONSULTANT for current Services are within the current budget and within an available, unexhausted and unencumbered appropriation of CITY/DISTRICT. In the event CITY/DISTRICT has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this CONTRACT shall cover only those costs incurred up to the conclusion of the current fiscal year. 24. Taxpayer Identification Number. CONSULTANT shall provide CITY/DISTRICT with a complete Request for Taxpayer Identification Number and Certification, form W-9 (rev. 2000), as issued by the Internal Revenue Service. 25. Permits and Licenses. CONSULTANT, at its sole cost and expense, shall obtain and maintain during the term of this CONTRACT, all appropriate permits, licenses, and certificates that may be required in connection with the performance of this CONTRACT. 26. Waivers. The waiver by one party of any term or condition of this CONTRACT, or any breach thereof, shall not be construed to be a general waiver by the party or as a waiver of any other term or breach. C1316.CON.BTC.DB

33 Statement of Experience. CONSULTANT warrants that it will perform its Services with at least the due care, diligence and expertise generally accepted in its industry. CONSULTANT also understands and agrees that it is being employed to perform the Services provided for by this CONTRACT because of CONSULTANT S professed expertise and experience in performing such Services. In addition, CONSULTANT understands and agrees that while CITY/DISTRICT or CITY/DISTRICT S officers, employees, agents or volunteers may elect to do so, they have no duty to review, inspect, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. As a consequence, CONSULTANT waives any right of contribution against CITY/DISTRICT or any of CITY/DISTRICT S officers, employees, agents, or volunteers arising out of such failure to inspect, review, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. 28. Notices. All written notices required by, or related to this CONTRACT shall be sent by Certified Mail, Return Receipt Requested, postage prepaid and addressed as listed below. Neither party to this CONTRACT shall refuse to accept such mail; the parties to this CONTRACT shall promptly inform the other party of any change of address. All notices required by this CONTRACT are effective on the day of receipt, unless otherwise indicated herein. The mailing address of each party to this CONTRACT is as follows: CITY/DISTRICT Department of Public Works Ron Fuchiwaki, Director of Public Works City of Simi Valley 2929 Tapo Canyon Road Simi Valley, CA Attn: Sarah Sheshebor, Senior Engineer (805) C1316.CON.BTC.DB

34 34 CONSULTANT Testing Engineers Southwest, Inc. dba BTC LABS-Vertical Five 1868 Palma Drive, Suite A Ventura, CA Attn: Scott Moors, President (805) IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. Attest: City of Simi Valley and Ventura County Waterworks District No. 8, Municipal Corporations Ky Spangler Assistant City Clerk/District Secretary By: Robert O. Huber, Mayor of the City of Simi Valley, California/Chair of the Ventura County Waterworks District No. 8 Approved as to Form: Testing Engineers Southwest, Inc. dba BTC LABS-Vertical Five, a Delaware Corporation Marjorie Baxter City Attorney/District Counsel Approved as to Content: By: Title: Eric J. Levitt City Manager/District Manager By: Connie Henes-Baird Interim Director of Administrative Services Title: Ronald K. Fuchiwaki, Director Department of Public Works C1316.CON.BTC.DB

35 35 EXHIBIT A SCOPE OF WORK CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND TESTING ENGINEERS SOUTHWEST, INC. DBA BTC LABS-VERTICAL FIVE FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES SCOPE OF WORK 1. Tasks. Consultant shall provide Professional Pavement Engineering, and Material Testing and Inspection Services in connection with design and construction of public works projects. The work shall include, but not be limited to, the following tasks as required by the particular project: Perform surface and subsurface soils investigation, testing (relative compaction, R-value, sieve analysis, shear, etc.), evaluation and geotechnical inspection. Perform material testing and inspection of conventional and rubberized asphalt concrete pavement both at the asphalt plant and at the job site, aggregate stock pile at the source; rock and sand base, paving asphalt, liquid asphalt, emulsion, etc. Conduct subgrade test for any unusual characteristics which may cause early failure to the pavement section. Conduct street structural section evaluations including pavement deflection testing, analysis and provide recommendation(s). Provide other geotechnical/soils engineering and material testing as may be needed. Conduct laboratory services, data collection, asphalt concrete batch plant inspection, preparation and submission of engineering reports consisting of test results, with interpretation analysis, and recommendations. All reports, including inspection reports, engineering reports and all supporting documentation prepared by Consultant shall be provided to City/District as requested and in a timely fashion. 2. Additional Requirements. A. Availability Consultant office hours shall be 8:00 a.m. to 5:00 p.m., Monday through Friday, so that the Consultant will be available to City/District staff and design professionals. B. Inspections City/District reserves the right to inspect the work being accomplished by the Consultant at any time. C. Consultant Personnel Assigned Consultant shall have City/District's written approval prior to making any change in a project team or team member assigned to a project. C1316.CON.BTC.DB

36 36 EXHIBIT B SCHEDULE OF FEES CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND TESTING ENGINEERS SOUTHWEST, INC. DBA BTC LABS VERTICAL FIVE FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES C1316.CON.BTC.DB

37 C1316.CON.BTC.DB 37

38 C1316.CON.BTC.DB 38

39 C1316.CON.BTC.DB 39

40 40 EXHIBIT C INSURANCE REQUIREMENTS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND TESTING ENGINEERS SOUTHWEST, INC. DBA BTC LABS VERTICAL FIVE FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES Insurance - The CONSULTANT shall meet the following provisions (Sections 1 through 7) relating to insurance coverages. 1. General Conditions - Without limiting the Contract, CONSULTANT's indemnification of City/District, CONSULTANT shall provide and maintain at its own expense the insurance listed under Section 7 (Evidence of Coverages) covering its operations, subject to the following conditions: a) The City/District, its Boards, Officers, Agents, and Employees shall be included as additional insureds in all liability insurance policies and endorsements thereto except for Workers' Compensation and Professional Errors and Omissions. The City/District shall be named Loss Payee as its interest may appear in all property insurance. b) Such insurance shall be primary with respect to any insurance maintained by City/District and shall not call on City/District's insurance for contributions. c) With respect to the interests of the City/District, the CONSULTANT's insurance shall not be canceled nor reduced in coverage or limits until after thirty (30) days written notice shall have been sent by certified mail (return receipt requested) to the City of Simi Valley, Department of Public Works, 2929 Tapo Canyon Road, Simi Valley, California 93063, and shall contain an unequivocal clause so stating. d) A City/District approved endorsement or certified copy of insurance policy providing coverage shall be submitted to and approved by the City/District's Risk Manager prior to commencement of any work or tenancy. 2. Workers' Compensation - The CONSULTANT shall procure and maintain, during the life of the Contract, workers' compensation insurance or a valid certificate of consent to self-insure for all its employees engaged on or at the site of the project. In case any of the work is sublet, the CONSULTANT shall require all subcontractors to similarly provide workers' compensation insurance for all the latter's employees unless such employees are covered by protection afforded by workers' compensation insurance carried by the CONSULTANT. CONSULTANT hereby certifies that it is aware of the provisions of Section 3700 et seq., of the Labor Code which require every employer to be insured against liability for Workers' Compensation. C1316.CON.BTC.DB

41 41 3. Aggregate Limits/Blanket Coverage - If any of the required insurance coverages contain aggregate limits or apply to other operations or tenancy of the CONSULTANT outside these specifications, CONSULTANT shall give City/District prompt, written notice of any incident, occurrence, claim, settlement, or judgment against that insurance which may diminish the protection that such insurance affords the City/District. CONSULTANT shall further take immediate steps restoring such aggregate limits or shall provide other insurance protection for such aggregate limits. 4. Modification of Coverage - The City/District reserves the right at any time during the term of any contract executed with the CONSULTANT pursuant to these specifications (Contract) to change the amounts and types of insurance required hereunder by giving CONSULTANT ninety (90) days written notice. If such change should result in a premium increase in excess of ten percent (10%) to CONSULTANT, City/District agrees to negotiate additional compensation proportional to the increased benefit to the City/District. 5. Failure to Procure or Maintain Insurance - CONSULTANT's failure to procure or maintain required insurance program shall constitute a material breach of Contract under which the City/District may immediately terminate the Contract or, at its discretion, procure or renew such insurance to protect the City/District's interests and pay any and all premiums in connection therewith, and recover all monies so paid from CONSULTANT, or deduct all monies so paid from payments due CONSULTANT. 6. Underlying Insurance - CONSULTANT shall be responsible for requiring indemnification and insurance from its employees receiving mileage allowance, consultants, agents, and subcontractors, if any, to protect the CONSULTANT's and the City/District's interests, and for ensuring that such persons comply with any applicable insurance statutes. CONSULTANT is encouraged to seek professional advice in this regard. 7. Evidence of Coverages - Evidence of coverages (as checked below) having as a minimum the limits shown must be submitted and approved prior to commencement of work or any tenancy. Amounts shown are Combined Single Limit (CSL). Split limits may be substituted if the total per occurrence equals or exceeds the CSL amount. Description Limits X Workers' Compensation Statutory (x) Employer's Liability $500,000 (x) Waiver of Subrogation X General Liability (must be written on an Occurrence Form) $1,000,000 (x) Premises and Operations (x) Contractual Liability (x) Independent Contractors (x) Products/Completed Operations (x) Broad Form Property Damage (x) Personal Injury (x) Broad Form Liability Endorsement X Automobile Liability (must be written on an Occurrence Form) $1,000,000 C1316.CON.BTC.DB

42 (x) Owned Automobiles (x) Nonowned/Hired Automobiles 42 X Professional Liability (Errors and Omissions) $1,000,000 (to be in continuous force from date of contract award until one year after final acceptance of the project) C1316.CON.BTC.DB

43 43 EXHIBIT D FEDERAL FORMS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND TESTING ENGINEERS SOUTHWEST, INC. DBA BTC LABS VERTICAL FIVE FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES Federal Form Requirements: 1. Consultant shall make a good faith effort to meet the DBE Goal that has been established at seven (7) percent for this project. Consultant shall give consideration to securing the services of DBE firms in the performance of the work anticipated in Consultant s Request for Proposal for this contract, as specified in 23 CFR 172.5(b), 49 CFR Part 26, and in the attached Exhibit 10-I Notice to Bidders/Proposers Disadvantaged Business Enterprise Information. 2. Consultant shall submit the completed Exhibit 10-O1, Local Agency Proposer DBE Commitment (Consultant Contract), and Exhibit 10-O2, Local Agency Proposer DBE Information (Consultant Contract), prior to or immediately after award of the contract. 3. Consultant shall submit, upon completion of the contract, regardless of whether DBE participation is obtained, a summary of the DBE records, Exhibit 17-F or equivalent, Final Report Utilization of Disadvantaged Business Enterprises (DBE) First Tier Subcontractors shall be prepared, certified correct, and submitted. 4. Consultant shall comply with Federal and State procedures, with respect to the Disadvantaged Business Enterprise Program, as specified herein and as directed by the County. 5. The following exhibits/forms are made a part hereof, shall be completed if and as required, and shall be considered as part of this contract: Federal Form Exhibits : Exhibit 10-F Exhibit 10-I Exhibit 10-J Exhibit 10-O1 Exhibit 10-O2 Exhibit 10-P Exhibit 10-Q Exhibit 15-H Exhibit 17-F Certification of Consultant Notice to Bidders/Proposers Disadvantaged Business Enterprise Information Standard Agreement for Subcontractor/DBE Participation Local Agency Proposer DBE Commitment (Consultant Contracts) Local Agency Proposer DBE Information (Consultant Contracts) Non-Lobbying Certification for Federal-Aid Contracts Disclosure of Lobbying Activities DBE Information Good Faith Efforts Final Report Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subcontractors C1316.CON.BTC.DB

44 44 CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND GEOCON WEST, INC., FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES THIS CONTRACT is made and entered into in the City of Simi Valley on this day of 2013, by and between the CITY OF SIMI VALLEY and the VENTURA COUNTY WATERWORKS DISTRICT NO. 8, municipal corporations, hereinafter referred to as CITY/DISTRICT, and GEOCON WEST, INC., a California corporation, hereinafter referred to as CONSULTANT. RECITALS WHEREAS, on June 7, 2013, CITY/DISTRICT requested proposals for the Annual Professional Pavement Engineering, and Material Testing and Inspection Services; and WHEREAS, pursuant to said request, CONSULTANT submitted a proposal, which was accepted by CITY/DISTRICT for said Services. AGREEMENT NOW, THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Recitals. The foregoing recitals are true and correct and are a part of this CONTRACT. 2. Term. A. The term of this CONTRACT shall be from the effective date of this CONTRACT as set forth herein above, through June 30, This CONTRACT may be extended for up to two (2) additional two (2)-year terms upon mutual written consent of the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT. B. It is understood that the CONSULTANT S work under the Work Orders issued may not be completed within the terms of this CONTRACT; however, all terms and conditions of the CONTRACT including all rights and obligations, shall survive until the work is completed, except the CITY/DISTRICT S right to issue, and the CONSULTANT S right to accept, additional Purchase Orders. C. Pricing shall remain firm during the entire term of the CONTRACT. In the event a price increase is negotiated at the time of an extension period, the increase rate shall not exceed the Consumer Price Index (CPI) rate for Los Angeles-Riverside-Orange County area for the previous 12-month period (March to March). C1316.CON-GEOCON.DB

45 45 3. Description of Services. The Services to be performed by CONSULTANT are as follows: Professional pavement engineering, material testing and inspection services. CONSULTANT agrees to perform the Services more specifically set forth in the Scope of Work attached hereto and incorporated herein as Exhibit A. 4. Compensation and Payment. A. The total compensation payable to CONSULTANT by CITY/DISTRICT for Services under this CONTRACT, shall not exceed the sum of $300,000, and shall be earned as the work progresses. Payment will be made based on the rates contained in the Schedule of Fees as set forth in Exhibit B attached hereto and incorporated herein. B. After CONSULTANT has performed the Services as specified in this CONTRACT, CITY/DISTRICT shall be obligated to pay CONSULTANT based upon the actual CITY/DISTRICT-authorized Services received by CITY/DISTRICT at the rates established as a part of this CONTRACT. C. Payments to the CONSULTANT shall be made within thirty (30) days after receipt of an original invoice from the CONSULTANT and acceptance of the Services by CITY/DISTRICT. D. CONSULTANT shall provide CITY/DISTRICT with written verification of the actual compensation earned, which written verification will be in a form satisfactory to CITY/DISTRICT. Invoices shall include the work performed including a list of hours worked by personnel. 5. CONSULTANT s Representations and Obligations. A. CONSULTANT shall perform as required by this CONTRACT. CONSULTANT also warrants on behalf of itself and all subcontractors engaged for the performance of this CONTRACT that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. B. CONSULTANT shall obey all Federal, State, local, and special district laws, ordinances, and regulations. C. CONSULTANT acknowledges CITY/DISTRICT may contract with other parties for the performance of Services or supplemental services as they relate to the project during the term of this CONTRACT. D. CONSULTANT agrees to abide by CITY s Business Tax Ordinance, of which proof of payment must be obtained prior to performance of this CONTRACT. E. To the extent required by law, CONSULTANT agrees to abide by the following provisions pertaining to Prevailing Wages and Federally Funded Projects; C1316.CON-GEOCON.DB

46 46 i. Pursuant to the provisions of the California Labor Code the California Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the CONTRACT. Such wage scale is set forth at length in a Schedule of Prevailing Rates of Wages that is on file at the California Department of Industrial Relations and is available at ii. CONSULTANT shall assist in locating, qualifying, hiring, and increasing the skills of minority group employees and applicants for employment, as set forth in Executive Orders and iii. For Federally Funded Projects the current Federal General Wage Determinations shall apply as predetermined by the Secretary of Labor. If there is a difference in the Federal minimum wage rates and the California Department of Industrial Relations for similar classifications of labor, the CONSULTANT and its subcontractors shall pay not less than the higher wage rate. The wage rate for any classification not listed by the Federal Department of Labor or the California Department of Industrial Relations, but which may be required to execute the Contract, shall be in accord with specified rates for similar or comparable classifications or for those performing similar or comparable duties, within the agencies determinations. 6. Audit. A. At any time during normal business hours and as often as CITY/DISTRICT may deem necessary, CONSULTANT shall make available to CITY/DISTRICT for inspection its records pertaining to this CONTRACT. CONSULTANT shall permit CITY/DISTRICT to audit, examine and/or reproduce such records. CONSULTANT will retain such financial records, time sheets, work progress reports, invoices, bills and project records for at least two (2) years after termination or final payment under this CONTRACT. B. CITY/DISTRICT shall have the option of inspecting and/or auditing all records and other written materials used by CONSULTANT in preparing its statements to CITY/DISTRICT as a condition precedent to any payment to CONSULTANT. 7. Hold Harmless and Indemnification. A. To the fullest extent permitted by law (including, without limitation, California Civil Code Sections 2782 and ), CONSULTANT shall defend, and provide legal defense with attorney(s) acceptable to CITY/DISTRICT, indemnify, and hold harmless the CITY/DISTRICT, its agents, officials, officers, representatives, and employees, (collectively Indemnitees ) from and against all claims, lawsuits, liabilities or damages (including, without limitation, injury to or death of an employee of CONSULTANT or its sub-consultant), expense and liability of every kind, nature and description (including, without limitation incidental and consequential damages, court costs, attorney s fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of litigation) that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, any sub-consultant, anyone directly or indirectly employed by them, or anyone that they control. C1316.CON-GEOCON.DB

47 47 B. To the extent there is an obligation to indemnify under this Section of this CONTRACT, CONSULTANT shall be responsible for incidental and consequential damages resulting from CONSULTANT S negligence, recklessness, or willful misconduct. The provisions of this Section survive completion of the Services or the termination of this CONTRACT. The provisions of this Section are not limited by the provisions of this CONTRACT relating to insurance. The CONSULTANT shall thoroughly investigate any and all claims subject to the provisions of this Section, and indemnify the CITY/DISTRICT and do whatever is necessary to protect any and all Indemnitees. 8. Amendments. Any amendments, modifications, or variations from the provisions of this CONTRACT, shall be in writing and shall be effective only upon mutual written approval by the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT including changes to the CONTRACT amount and term of the CONTRACT. 9. Anti-Discrimination. In the performance of the terms of this CONTRACT, CONSULTANT shall not engage in, nor permit subcontractors to engage in, discrimination in employment of persons because of the age, race, color, religious creed, sex, sexual orientation, national origin, ancestry, physical disability, mental disability, medical condition, or marital status of such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code Section Termination. A. Either party may terminate this CONTRACT at any time prior to the expiration date by giving thirty (30) days advance written notice thereof to the other party. B. If, during the term of this CONTRACT, CITY/DISTRICT determines that CONSULTANT is not faithfully abiding by any term or condition contained herein, CITY/DISTRICT may notify CONSULTANT in writing of such defect or failure to perform. The notice must give to the CONSULTANT a ten (10) day period of time thereafter in which to perform said work or cure the deficiency. If CONSULTANT has not performed the work or cured said deficiency within the ten (10) days specified in the notice, such failure shall constitute a breach of this CONTRACT, and CITY/DISTRICT may terminate this CONTRACT immediately by written notice to CONSULTANT to said effect. C. In addition, CITY/DISTRICT, if it terminates this CONTRACT for cause, may withhold as an offset from payments due CONSULTANT damages occasioned by such breach. The CITY/DISTRICT shall be liable to the CONSULTANT only for those fees accrued by the CONSULTANT to the date CONSULTANT receives said notice of termination. In said event, CONSULTANT shall be entitled to the reasonable value of its services. In no event, however, shall CONSULTANT be entitled to receive in excess of the CONTRACT amount. 11. Delivery of Reports in Cases of Termination. If this CONTRACT is terminated pursuant to any of the provisions contained hereinabove, and if requested to do so in writing by the CITY/DISTRICT, the CONSULTANT shall, within fourteen (14) calendar days after receipt of such written request, deliver and turn over to the CITY/DISTRICT all of its preparation and work on the project which were done to the date of the receipt of the notice of termination. The terms "preparation" and "work" as used in this paragraph, shall refer to and include all data and C1316.CON-GEOCON.DB

48 48 materials of whatever type that have been gathered by the CONSULTANT, and contemplated to be used or actually used, in the provision of the Services as specified in this CONTRACT. 12. Complete CONTRACT. This CONTRACT and its accompanying exhibits, shall constitute the complete CONTRACT between the parties hereto. No verbal agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such verbal agreement, understanding, or representation be binding upon the parties hereto. 13. Independent Contractor. It is expressly understood between the parties to this CONTRACT that no employee/employer relationship is intended. CONSULTANT is not an agent or employee of the CITY/DISTRICT and it is not entitled to participate in any pension plan, insurance or other benefits CITY/DISTRICT provides for its employees. CONSULTANT is an independent contractor in performing the Services required under this CONTRACT and will have control of all work and the manner in which it is performed. Any provision of this CONTRACT that may appear to give CITY/DISTRICT the right to direct CONSULTANT as to the details of doing the work required herein, or to exercise a measure of control over the work means that the CONSULTANT will follow the direction of the CITY/DISTRICT as to the results of the work only. 14. Personal Services. This CONTRACT is for professional services, which are personal to CITY/DISTRICT. Neal Berliner is deemed to be especially experienced and is a key member of CONSULTANT S firm, and shall be directly involved in performing, supervising, or assisting in the performance of this work. This key person shall communicate with, and periodically report to, CITY/DISTRICT on the progress of the work. Should any such individual be removed from assisting in this contracted work for any reason, CITY/DISTRICT may terminate this CONTRACT. 15. Time of Performance. Time is of the essence in this CONTRACT. 16. Insurance. CONSULTANT shall, at CONSULTANT S sole cost and expense, provide insurance as contained in Exhibit C, incorporated herein. CONSULTANT shall not commence work on the Services to be performed, until it submits proof of all insurance coverage as required. 17. Federal Forms and Requirements. CONSULTANT shall comply with federal funding (FHWA) and Caltrans requirements and shall timely submit all the forms required as identified in Exhibit D, which forms once completed, shall be attached hereto and incorporated herein this CONTRACT. 18. Ownership of Reports and Data. The originals of all studies, reports, exhibits, documents, data and other work or materials prepared for, or used to comply with any term of this CONTRACT, plus any copies of same required by this CONTRACT to be furnished to the CITY/DISTRICT by any of the other party(ies) with whom the CONSULTANT may have contract(s) pertaining to this project, shall be deemed to be public records open to inspection by the public and, as such, to be and remain the property of the CITY/DISTRICT. C1316.CON-GEOCON.DB

49 Conflict of Interest. A. Neither CONSULTANT nor any employees, agents, or subcontractors of CONSULTANT who will be assigned to this project, to the best of CONSULTANT'S knowledge, own any property or interest in properties, business relationships, or sources of income which may be affected by the performance of this CONTRACT. Should one party hereto learn of any such interest, income source, or business relationship, such fact shall immediately be brought to the attention of the other party hereto. If the parties thereupon cannot mutually agree upon a means to eliminate the conflict, CITY/DISTRICT may terminate the CONTRACT immediately for non-performance pursuant to Section 10. herein. B. In accordance with California Government Code Section 87306, CONSULTANT shall provide, if requested by CITY/DISTRICT, a Conflict of Interest Statement, Form 700 no later than thirty (30) days after execution of this CONTRACT, and annually thereafter prior to April 1st of each year for the duration of the CONTRACT. Failure to file any of the required statements will result in withholding payment for services rendered. 20. Successors and Assigns. The terms hereof shall be binding upon and inure to the benefit of the successors and assigns of the parties hereto; provided, however, that no party hereto shall assign any of the benefits and burdens hereunder, whether voluntarily or by operation of law, without the prior written consent of the other party, and any such assignment without said consent shall be void. 21. Authority to Execute CONTRACT. Both CITY/DISTRICT and CONSULTANT do covenant that each individual executing this CONTRACT on behalf of each party is a person duly authorized and empowered to execute contracts for such party. 22. Jurisdiction and Venue. Jurisdiction is in the State of California and venue lies in Ventura County. 23. Non-Appropriation of Funds. Payments due and payable to CONSULTANT for current Services are within the current budget and within an available, unexhausted and unencumbered appropriation of CITY/DISTRICT. In the event CITY/DISTRICT has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this CONTRACT shall cover only those costs incurred up to the conclusion of the current fiscal year. 24. Taxpayer Identification Number. CONSULTANT shall provide CITY/DISTRICT with a complete Request for Taxpayer Identification Number and Certification, form W-9 (rev. 2000), as issued by the Internal Revenue Service. 25. Permits and Licenses. CONSULTANT, at its sole cost and expense, shall obtain and maintain during the term of this CONTRACT, all appropriate permits, licenses, and certificates that may be required in connection with the performance of this CONTRACT. 26. Waivers. The waiver by one party of any term or condition of this CONTRACT, or any breach thereof, shall not be construed to be a general waiver by the party or as a waiver of any other term or breach. C1316.CON-GEOCON.DB

50 Statement of Experience. CONSULTANT warrants that it will perform its Services with at least the due care, diligence and expertise generally accepted in its industry. CONSULTANT also understands and agrees that it is being employed to perform the Services provided for by this CONTRACT because of CONSULTANT S professed expertise and experience in performing such Services. In addition, CONSULTANT understands and agrees that while CITY/DISTRICT or CITY/DISTRICT S officers, employees, agents or volunteers may elect to do so, they have no duty to review, inspect, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. As a consequence, CONSULTANT waives any right of contribution against CITY/DISTRICT or any of CITY/DISTRICT S officers, employees, agents, or volunteers arising out of such failure to inspect, review, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. 28. Notices. All written notices required by, or related to this CONTRACT shall be sent by Certified Mail, Return Receipt Requested, postage prepaid and addressed as listed below. Neither party to this CONTRACT shall refuse to accept such mail; the parties to this CONTRACT shall promptly inform the other party of any change of address. All notices required by this CONTRACT are effective on the day of receipt, unless otherwise indicated herein. The mailing address of each party to this CONTRACT is as follows: CITY/DISTRICT Department of Public Works Ron Fuchiwaki, Director of Public Works City of Simi Valley 2929 Tapo Canyon Road Simi Valley, CA Attn: Sarah Sheshebor, Senior Engineer (805) C1316.CON-GEOCON.DB

51 51 CONSULTANT Geocon West, Inc N. San Fernando Blvd., Suite 100 Burbank, CA Attn: Neal Berliner, President (818) IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. Attest: City of Simi Valley and Ventura County Waterworks District No. 8, Municipal Corporations Ky Spangler Assistant City Clerk/District Secretary By: Robert O. Huber, Mayor of the City of Simi Valley, California/Chair of the Ventura County Waterworks District No. 8 Approved as to Form: Geocon West, Inc., a California Corporation Marjorie Baxter City Attorney/District Counsel Approved as to Content: By: Title: Eric J. Levitt City Manager/District Manager By: Connie Henes-Baird Interim Director of Administrative Services Title: Ronald K. Fuchiwaki, Director Department of Public Works C1316.CON-GEOCON.DB

52 52 EXHIBIT A SCOPE OF WORK CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND GEOCON WEST, INC., FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES SCOPE OF WORK 1. Tasks. Consultant shall provide Professional Pavement Engineering, and Material Testing and Inspection Services in connection with design and construction of public works projects. The work shall include but not be limited to the following tasks as required by the particular project: Perform surface and subsurface soils investigation, testing (relative compaction, R-value, sieve analysis, shear, etc.), evaluation and geotechnical inspection. Perform material testing and inspection of conventional and rubberized asphalt concrete pavement both at the asphalt plant and at the job site, aggregate stock pile at the source; rock and sand base, paving asphalt, liquid asphalt, emulsion, etc. Conduct subgrade test for any unusual characteristics which may cause early failure to the pavement section. Conduct street structural section evaluations including pavement deflection testing, analysis and provide recommendation(s). Provide other geotechnical/soils engineering and material testing as may be needed. Conduct laboratory services, data collection, asphalt concrete batch plant inspection, preparation and submission of engineering reports consisting of test results, with interpretation analysis, and recommendations. All reports, including inspection reports, engineering reports and all supporting documentation prepared by Consultant shall be provided to City/District as requested and in a timely fashion. 2. Additional Requirements. A. Availability Consultant office hours shall be 8:00 a.m. to 5:00 p.m., Monday through Friday, so that the Consultant will be available to City/District staff and design professionals. B. Inspections City/District reserves the right to inspect the work being accomplished by the Consultant at any time. C. Consultant Personnel Assigned Consultant shall have City/District's written approval prior to making any change in a project team or team member assigned to a project. C1316.CON-GEOCON.DB

53 53 EXHIBIT B SCHEDULE OF FEES CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND GEOCON WEST, INC., FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES C1316.CON-GEOCON.DB

54 C1316.CON-GEOCON.DB 54

55 C1316.CON-GEOCON.DB 55

56 56 EXHIBIT C INSURANCE REQUIREMENTS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND GEOCON WEST, INC., FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES Insurance - The CONSULTANT shall meet the following provisions (Sections 1 through 7) relating to insurance coverages. 1. General Conditions - Without limiting the Contract, CONSULTANT's indemnification of City/District, CONSULTANT shall provide and maintain at its own expense the insurance listed under Section 7 (Evidence of Coverages) covering its operations, subject to the following conditions: a) The City/District, its Boards, Officers, Agents, and Employees shall be included as additional insureds in all liability insurance policies and endorsements thereto except for Workers' Compensation and Professional Errors and Omissions. The City/District shall be named Loss Payee as its interest may appear in all property insurance. b) Such insurance shall be primary with respect to any insurance maintained by City/District and shall not call on City/District's insurance for contributions. c) With respect to the interests of the City/District, the CONSULTANT's insurance shall not be canceled nor reduced in coverage or limits until after thirty (30) days written notice shall have been sent by certified mail (return receipt requested) to the City of Simi Valley, Department of Public Works, 2929 Tapo Canyon Road, Simi Valley, California 93063, and shall contain an unequivocal clause so stating. d) A City/District approved endorsement or certified copy of insurance policy providing coverage shall be submitted to and approved by the City/District's Risk Manager prior to commencement of any work or tenancy. 2. Workers' Compensation - The CONSULTANT shall procure and maintain, during the life of the Contract, workers' compensation insurance or a valid certificate of consent to self-insure for all its employees engaged on or at the site of the project. In case any of the work is sublet, the CONSULTANT shall require all subcontractors to similarly provide workers' compensation insurance for all the latter's employees unless such employees are covered by protection afforded by workers' compensation insurance carried by the CONSULTANT. CONSULTANT hereby certifies that it is aware of the provisions of Section 3700 et seq., of the Labor Code which require every employer to be insured against liability for Workers' Compensation. C1316.CON-GEOCON.DB

57 57 3. Aggregate Limits/Blanket Coverage - If any of the required insurance coverages contain aggregate limits or apply to other operations or tenancy of the CONSULTANT outside these specifications, CONSULTANT shall give City/District prompt, written notice of any incident, occurrence, claim, settlement, or judgment against that insurance which may diminish the protection that such insurance affords the City/District. CONSULTANT shall further take immediate steps restoring such aggregate limits or shall provide other insurance protection for such aggregate limits. 4. Modification of Coverage - The City/District reserves the right at any time during the term of any contract executed with the CONSULTANT pursuant to these specifications (Contract) to change the amounts and types of insurance required hereunder by giving CONSULTANT ninety (90) days written notice. If such change should result in a premium increase in excess of ten percent (10%) to CONSULTANT, City/District agrees to negotiate additional compensation proportional to the increased benefit to the City/District. 5. Failure to Procure or Maintain Insurance - CONSULTANT's failure to procure or maintain required insurance program shall constitute a material breach of Contract under which the City/District may immediately terminate the Contract or, at its discretion, procure or renew such insurance to protect the City/District's interests and pay any and all premiums in connection therewith, and recover all monies so paid from CONSULTANT, or deduct all monies so paid from payments due CONSULTANT. 6. Underlying Insurance - CONSULTANT shall be responsible for requiring indemnification and insurance from its employees receiving mileage allowance, consultants, agents, and subcontractors, if any, to protect the CONSULTANT's and the City/District's interests, and for ensuring that such persons comply with any applicable insurance statutes. CONSULTANT is encouraged to seek professional advice in this regard. 7. Evidence of Coverages - Evidence of coverages (as checked below) having as a minimum the limits shown must be submitted and approved prior to commencement of work or any tenancy. Amounts shown are Combined Single Limit (CSL). Split limits may be substituted if the total per occurrence equals or exceeds the CSL amount. Description Limits X Workers' Compensation Statutory (x) Employer's Liability $500,000 (x) Waiver of Subrogation X General Liability (must be written on an Occurrence Form) $1,000,000 (x) Premises and Operations (x) Contractual Liability (x) Independent Contractors (x) Products/Completed Operations (x) Broad Form Property Damage (x) Personal Injury (x) Broad Form Liability Endorsement X Automobile Liability (must be written on an Occurrence Form) $1,000,000 C1316.CON-GEOCON.DB

58 (x) Owned Automobiles (x) Nonowned/Hired Automobiles 58 X Professional Liability (Errors and Omissions) $1,000,000 (to be in continuous force from date of contract award until one year after final acceptance of the project) C1316.CON-GEOCON.DB

59 59 EXHIBIT D FEDERAL FORMS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND GEOCON WEST, INC., FOR ANNUAL PROFESSIONAL PAVEMENT ENGINEERING, AND MATERIAL TESTING, AND INSPECTION SERVICES Federal Form Requirements: 1. Consultant shall make a good faith effort to meet the DBE Goal that has been established at seven (7) percent for this project. Consultant shall give consideration to securing the services of DBE firms in the performance of the work anticipated in Consultant s Request for Proposal for this contract, as specified in 23 CFR 172.5(b), 49 CFR Part 26, and in the attached Exhibit 10-I Notice to Bidders/Proposers Disadvantaged Business Enterprise Information. 2. Consultant shall submit the completed Exhibit 10-O1, Local Agency Proposer DBE Commitment (Consultant Contract), and Exhibit 10-O2, Local Agency Proposer DBE Information (Consultant Contract), prior to or immediately after award of the contract. 3. Consultant shall submit, upon completion of the contract, regardless of whether DBE participation is obtained, a summary of the DBE records, Exhibit 17-F or equivalent, Final Report Utilization of Disadvantaged Business Enterprises (DBE) First Tier Subcontractors shall be prepared, certified correct, and submitted. 4. Consultant shall comply with Federal and State procedures, with respect to the Disadvantaged Business Enterprise Program, as specified herein and as directed by the County. 5. The following exhibits/forms are made a part hereof, shall be completed if and as required, and shall be considered as part of this contract: Federal Form Exhibits : Exhibit 10-F Exhibit 10-I Exhibit 10-J Exhibit 10-O1 Exhibit 10-O2 Exhibit 10-P Exhibit 10-Q Exhibit 15-H Exhibit 17-F Certification of Consultant Notice to Bidders/Proposers Disadvantaged Business Enterprise Information Standard Agreement for Subcontractor/DBE Participation Local Agency Proposer DBE Commitment (Consultant Contracts) Local Agency Proposer DBE Information (Consultant Contracts) Non-Lobbying Certification for Federal-Aid Contracts Disclosure of Lobbying Activities DBE Information Good Faith Efforts Final Report Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subcontractors C1316.CON-GEOCON.DB

60 60 CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND BENNER AND CARPENTER, INC., FOR ANNUAL ENGINEERING SURVEY SERVICES THIS CONTRACT is made and entered into in the City of Simi Valley on this day of 2013, by and between the CITY OF SIMI VALLEY and the VENTURA COUNTY WATERWORKS DISTRICT NO. 8, municipal corporations, hereinafter referred to as CITY/DISTRICT, and BENNER AND CARPENTER, INC., a California corporation, hereinafter referred to as CONSULTANT. RECITALS WHEREAS, on June 7, 2013, CITY/DISTRICT requested proposals for the Annual Engineering Survey Services; and WHEREAS, pursuant to such request, CONSULTANT submitted a proposal, which was accepted by CITY/DISTRICT for the Services. AGREEMENT NOW, THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Recitals. The foregoing recitals are true and correct and are a part of this CONTRACT. 2. Term. A. The term of this CONTRACT shall be from the effective date of this CONTRACT as set forth herein above, through June 30, This CONTRACT may be extended for up to two (2) additional two (2)-year terms upon mutual written consent of the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT. B. It is understood that the CONSULTANT S work under the Work Orders issued may not be completed within the terms of this CONTRACT; however, all terms and conditions of the CONTRACT including all rights and obligations, shall survive until the work is completed, except the CITY/DISTRICT S right to issue, and the CONSULTANT S right to accept, additional Purchase Orders. C. Pricing shall remain firm during the entire term of the CONTRACT. In the event a price increase is negotiated at the time of an extension period, the increase rate shall not exceed the Consumer Price Index (CPI) rate for Los Angeles-Riverside-Orange County area for the previous 12-month period (March to March). C1316.CON-B&C.DB

61 61 3. Description of Services. The Services to be performed by CONSULTANT are as follows: Engineering Survey Services in connection with design and construction projects at the CITY/DISTRICT. CONSULTANT agrees to perform the Services more specifically set forth in the Scope of Work attached hereto and incorporated herein as Exhibit A. 4. Compensation and Payment. A. The total compensation payable to CONSULTANT by CITY/DISTRICT for Services under this CONTRACT shall not exceed the sum of $240,000, and shall be earned as the work progresses. Payment will be made based on the rates contained in the Schedule of Fees as set forth in Exhibit B attached hereto and incorporated herein. B. After CONSULTANT has performed the Services as specified in this CONTRACT, CITY/DISTRICT shall be obligated to pay CONSULTANT based upon the actual CITY/DISTRICT-authorized services received by CITY/DISTRICT at the rates established as a part of this CONTRACT. C. Payments to the CONSULTANT shall be made within thirty (30) days after receipt of an original invoice from the CONSULTANT and acceptance of the Services by CITY/DISTRICT. D. CONSULTANT shall provide CITY/DISTRICT with written verification of the actual compensation earned, which written verification will be in a form satisfactory to CITY/DISTRICT. Invoices shall include the work performed including a list of hours worked by personnel. 5. CONSULTANT s Representations and Obligations. A. CONSULTANT shall perform as required by this CONTRACT. CONSULTANT also warrants on behalf of itself and all subcontractors engaged for the performance of this CONTRACT that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. B. CONSULTANT shall obey all Federal, State, local, and special district laws, ordinances, and regulations. C. CONSULTANT acknowledges CITY/DISTRICT may contract with other parties for the performance of Services or supplemental services as they relate to the project during the term of this CONTRACT. D. CONSULTANT agrees to abide by CITY s Business Tax Ordinance, of which proof of payment must be obtained prior to performance of this CONTRACT. E. To the extent required by law, CONSULTANT agrees to abide by the following provisions pertaining to Prevailing Wages and Federally Funded Projects; C1316.CON-B&C.DB

62 C1316.CON-B&C.DB 62 i. Pursuant to the provisions of the California Labor Code the California Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the CONTRACT. Such wage scale is set forth at length in a Schedule of Prevailing Rates of Wages that is on file at the California Department of Industrial Relations and is available at ii. CONSULTANT shall assist in locating, qualifying, hiring, and increasing the skills of minority group employees and applicants for employment, as set forth in Executive Orders and iii. For Federally funded projects the current Federal General Wage Determinations shall apply as predetermined by the Secretary of Labor. If there is a difference in the Federal minimum wage rates and the California Department of Industrial Relations for similar classifications of labor, the CONSULTANT and its subcontractors shall pay not less than the higher wage rate. The wage rate for any classification not listed by the Federal Department of Labor or the California Department of Industrial Relations, but which may be required to execute the CONTRACT, shall be in accord with specified rates for similar or comparable classifications or for those performing similar or comparable duties, within the agencies determinations. 6. Audit. A. At any time during normal business hours and as often as the CITY/DISTRICT may deem necessary, CONSULTANT shall make available to CITY/DISTRICT for inspection its records pertaining to this CONTRACT. CONSULTANT shall permit CITY/DISTRICT to audit, examine and/or reproduce such records. CONSULTANT will retain such financial records, time sheets, work progress reports, invoices, bills and project records for at least (2) years after termination or final payment under this CONTRACT. B. CITY/DISTRICT shall have the option of inspecting and/or auditing all records and other written materials used by CONSULTANT in preparing its statements to CITY/DISTRICT as a condition precedent to any payment to CONSULTANT. 7. Hold Harmless and Indemnification. A. To the fullest extent permitted by law (including, without limitation, California Civil Code Sections 2782 and ), CONSULTANT shall defend, and provide legal defense with attorney(s) acceptable to CITY/DISTRICT, indemnify, and hold harmless the CITY/DISTRICT, its agents, officials, officers, representatives, and employees, (collectively Indemnitees ) from and against all claims, lawsuits, liabilities or damages (including, without limitation, injury to or death of an employee of CONSULTANT or its sub-consultant), expense and liability of every kind, nature and description (including, without limitation incidental and consequential damages, court costs, attorney s fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of litigation) that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, any sub-consultant, anyone directly or indirectly employed by them, or anyone that they control.

63 63 B. To the extent there is an obligation to indemnify under this Section of this CONTRACT, CONSULTANT shall be responsible for incidental and consequential damages resulting from CONSULTANT S negligence, recklessness, or willful misconduct. The provisions of this Section survive completion of the Services or the termination of this CONTRACT. The provisions of this Section are not limited by the provisions of this CONTRACT relating to insurance. The CONSULTANT shall thoroughly investigate any and all claims subject to the provisions of this Section, and indemnify the CITY/DISTRICT and do whatever is necessary to protect any and all Indemnitees. 8. Amendments. Any amendments, modifications, or variations from the provisions of this CONTRACT shall be in writing and shall be effective only upon mutual written approval by the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT including changes to the CONTRACT amount and term of the CONTRACT. 9. Anti-Discrimination. In the performance of the terms of this CONTRACT, CONSULTANT shall not engage in, nor permit subcontractors to engage in, discrimination in employment of persons because of the age, race, color, religious creed, sex, sexual orientation, national origin, ancestry, physical disability, mental disability, medical condition, or marital status of such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code Section Termination. A. Either party may terminate this CONTRACT at any time prior to the expiration date by giving thirty (30) days advance written notice thereof to the other party. B. If, during the term of this CONTRACT, CITY/DISTRICT determines that CONSULTANT is not faithfully abiding by any term or condition contained herein, CITY/DISTRICT may notify CONSULTANT in writing of such defect or failure to perform. The notice must give to the CONSULTANT a ten (10) day period of time thereafter in which to perform the work or cure the deficiency. If CONSULTANT has not performed the work or cured the deficiency within the ten (10) days specified in the notice, such failure shall constitute a breach of this CONTRACT, and CITY/DISTRICT may terminate this CONTRACT immediately by written notice to CONSULTANT to such effect. C. In addition, CITY/DISTRICT, if it terminates this CONTRACT for cause, may withhold as an offset from payments due CONSULTANT damages occasioned by such breach. The CITY/DISTRICT shall be liable to the CONSULTANT only for those fees accrued by the CONSULTANT to the date CONSULTANT receives said notice of termination. In said event, CONSULTANT shall be entitled to the reasonable value of its services. In no event, however, shall CONSULTANT be entitled to receive in excess of the CONTRACT amount. 11. Delivery of Reports in Cases of Termination. If this CONTRACT is terminated pursuant to any of the provisions contained hereinabove, and if requested to do so in writing by the CITY/DISTRICT, the CONSULTANT shall, within fourteen (14) calendar days after receipt of such written request, deliver and turn over to the CITY/DISTRICT all of its preparation and work on the project which were done to the date of the receipt of the notice of termination. The terms "preparation" and "work" as used in this paragraph, shall refer to and include all data and C1316.CON-B&C.DB

64 64 materials of whatever type, that have been gathered by the CONSULTANT, and contemplated to be used or actually used, in the provision of the services as specified in this CONTRACT. 12. Complete CONTRACT. This CONTRACT and its accompanying exhibits, shall constitute the complete CONTRACT between the parties hereto. No verbal agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such verbal agreement, understanding, or representation be binding upon the parties hereto. 13. Independent Contractor. It is expressly understood between the parties to this CONTRACT that no employee/employer relationship is intended. CONSULTANT is not an agent or employee of the CITY/DISTRICT and it is not entitled to participate in any pension plan, insurance or other benefits CITY/DISTRICT provides for its employees. CONSULTANT is an independent contractor in performing the Services required under this CONTRACT and will have control of all work and the manner in which it is performed. Any provision of this CONTRACT that may appear to give CITY/DISTRICT the right to direct CONSULTANT as to the details of doing the work required herein, or to exercise a measure of control over the work means that the CONSULTANT will follow the direction of the CITY/DISTRICT as to the results of the work only. 14. Personal Services. This CONTRACT is for professional services, which are personal to CITY/DISTRICT. Larry Frager is deemed to be especially experienced and is a key member of CONSULTANT S firm, and shall be directly involved in performing, supervising, or assisting in the performance of this work. This key person shall communicate with, and periodically report to, CITY/DISTRICT on the progress of the work. Should any such individual be removed from assisting in this contracted work for any reason, CITY/DISTRICT may terminate this CONTRACT. 15. Time of Performance. Time is of the essence in this CONTRACT. 16. Insurance. CONSULTANT shall, at CONSULTANT S sole cost and expense, provide insurance as contained in Exhibit C, incorporated herein. CONSULTANT shall not commence work on the Services to be performed, until it submits proof of all insurance coverage as required. 17. Federal Forms and Requirements. CONSULTANT shall comply with federal funding (FHWA) and Caltrans requirements and shall timely submit all the forms required as identified in Exhibit D, which forms once completed, shall be attached hereto and incorporated herein this CONTRACT. 18. Ownership of Reports and Data. The originals of all studies, reports, exhibits, documents, data and other work or materials prepared for, or used to comply with any term of this CONTRACT, plus any copies of same required by this CONTRACT to be furnished to the CITY/DISTRICT by any of the other party(ies) with whom the CONSULTANT may have contract(s) pertaining to this project, shall be deemed to be public records open to inspection by the public and, as such, to be and remain the property of the CITY/DISTRICT. C1316.CON-B&C.DB

65 Conflict of Interest. A. Neither CONSULTANT nor any employees, agents, or subcontractors of CONSULTANT who will be assigned to this project, to the best of CONSULTANT'S knowledge, own any property or interest in properties, business relationships, or sources of income which may be affected by the performance of this CONTRACT. Should one party hereto learn of any such interest, income source, or business relationship, such fact shall immediately be brought to the attention of the other party hereto. If the parties thereupon cannot mutually agree upon a means to eliminate the conflict, CITY/DISTRICT may terminate the CONTRACT immediately for non-performance pursuant to Section 10 herein. B. In accordance with California Government Code Section 87306, CONSULTANT shall provide, if requested by CITY/DISTRICT, a Conflict of Interest Statement, Form 700 no later than 30 days after execution of this CONTRACT, and annually thereafter prior to April 1st of each year for the duration of the CONTRACT. Failure to file any of the required statements will result in withholding payment for services rendered. 20. Successors and Assigns. The terms hereof shall be binding upon and inure to the benefit of the successors and assigns of the parties hereto; provided, however, that no party hereto shall assign any of the benefits and burdens hereunder, whether voluntarily or by operation of law, without the prior written consent of the other party, and any such assignment without such consent shall be void. 21. Authority to Execute CONTRACT. Both CITY/DISTRICT and CONSULTANT do covenant that each individual executing this CONTRACT on behalf of each party is a person duly authorized and empowered to execute contracts for such party. 22. Jurisdiction and Venue. Jurisdiction is in the State of California and venue lies in Ventura County. 23. Non-Appropriation of Funds. Payments due and payable to CONSULTANT for current Services are within the current budget and within an available, unexhausted and unencumbered appropriation of CITY/DISTRICT. In the event CITY/DISTRICT has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this CONTRACT shall cover only those costs incurred up to the conclusion of the current fiscal year. 24. Taxpayer Identification Number. CONSULTANT shall provide CITY/DISTRICT with a complete Request for Taxpayer Identification Number and Certification, form W-9 (rev. 2000), as issued by the Internal Revenue Service. 25. Permits and Licenses. CONSULTANT, at its sole cost and expense, shall obtain and maintain during the term of this CONTRACT, all appropriate permits, licenses, and certificates that may be required in connection with the performance of this CONTRACT. 26. Waivers. The waiver by one party of any term or condition of this CONTRACT, or any breach thereof, shall not be construed to be a general waiver by the party or as a waiver of any other term or breach. C1316.CON-B&C.DB

66 Statement of Experience. CONSULTANT warrants that it will perform its Services with at least the due care, diligence and expertise generally accepted in its industry. CONSULTANT also understands and agrees that it is being employed to perform the Services provided for by this CONTRACT because of CONSULTANT S professed expertise and experience in performing such Services. In addition, CONSULTANT understands and agrees that while CITY/DISTRICT or CITY/DISTRICT S officers, employees, agents or volunteers may elect to do so, they have no duty to review, inspect, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. As a consequence, CONSULTANT waives any right of contribution against CITY/DISTRICT or any of CITY/DISTRICT S officers, employees, agents, or volunteers arising out of such failure to inspect, review, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT Notices. All written notices required by, or related to this CONTRACT shall be sent by Certified Mail, Return Receipt Requested, postage prepaid and addressed as listed below. Neither party to this CONTRACT shall refuse to accept such mail; the parties to this CONTRACT shall promptly inform the other party of any change of address. All notices required by this CONTRACT are effective on the day of receipt, unless otherwise indicated herein. The mailing address of each party to this CONTRACT is as follows: CITY/DISTRICT Department of Public Works Ron Fuchiwaki, Director of Public Works City of Simi Valley 2929 Tapo Canyon Road Simi Valley, CA Attn: Sarah Sheshebor, Senior Engineer (805) C1316.CON-B&C.DB

67 67 CONSULTANT Benner and Carpenter, Inc. 506 East Main Street Santa Paula, CA Attn: Larry Frager, President (805) IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. Attest: City of Simi Valley and Ventura County Waterworks District No. 8, Municipal Corporations Ky Spangler Assistant City Clerk/District Secretary By: Roberr O. Huber, Mayor of the City of Simi Valley, California/Chair of the Ventura County Waterworks District No. 8 Approved as to Form: Benner and Carpenter, Inc., a California Corporation Marjorie Baxter City Attorney/District Counsel Approved as to Content: By: Title: Eric J. Levitt City Manager/District Manager By: Connie Henes-Baird Interim Director of Administrative Services Title: Ronald K. Fuchiwaki, Director Department of Public Works C1316.CON-B&C.DB

68 C1316.CON-B&C.DB 68 EXHIBIT A SCOPE OF WORK CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND BENNER AND CARPENTER, INC., FOR ANNUAL ENGINEERING SURVEY SERVICES SCOPE OF WORK Consultant shall provide Engineering Survey Services in connection with design and construction of public works projects. 1. Tasks. The work, shall include the following tasks, as may be required by the specific project: Topographic and boundary surveys. Construction staking (for street grading, storm drain, water, sewer, etc.). Cross-section surveys at required intervals, curb return, curb flow line, profiles of the cross gutters. Establish horizontal and vertical controls. Tying-out existing survey monuments prior to construction. Set and/or reset survey monuments after construction. Prepare required "Corner Records" in concurrence with all applicable standards/requirements to file with the County Surveyor. Producing or analyzing Parcel Maps, Record of Surveys, etc. Setting ground control for aerial photographic surveys. All data shall be taken with an EDM (Electronic Distance Meter) using actual elevations. Data point layout on plot with directed scale. In addition to the plot, a data point printout including point description and elevation of the point. Multiple plots are required if data overlap. Other engineering survey services as may be needed. All data to be produced on disk that can be easily transferred to Autocad format as required. The Consultant may be required to attend the pre-construction meetings with City/District's construction contractor. 2. Additional Requirements. A. In the performance of this Scope of Work, CONSULTANT agrees to provide experienced staff possessing the following qualifications: Have experience applying technical knowledge and following proper surveying techniques to examine workmanship and materials and detect deviations from plans, regulations and standard construction practices. Make basic mathematical computations rapidly and accurately. Enforce necessary regulations with firmness and tact.

69 69 Understand and carry out oral and written directions. Communicate clearly and concisely, both orally and in writing. B. Availability. Consultant office hours shall be 8:00 a.m. to 5:00 p.m., Monday through Friday, so that the Consultant will be available to City/District staff and design professionals. C. Inspections. City/District reserves the right to inspect the work being accomplished by the Consultant at any time. D. Consultant Personnel Assigned. The Consultant shall have City/District's written approval prior to making any change in a project team or team member assigned to a project. E. Deliverables. Any reports, data or documentation required by the tasks described hereinabove shall be provided to the City/District in a timely fashion and/or in accordance with any time schedule set by City/District staff. C1316.CON-B&C.DB

70 70 EXHIBIT B SCHEDULE OF FEES CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND BENNER AND CARPENTER, INC., FOR ANNUAL ENGINEERING SURVEY SERVICES C1316.CON-B&C.DB

71 C1316.CON-B&C.DB 71

72 C1316.CON-B&C.DB 72

73 73 EXHIBIT C INSURANCE REQUIREMENTS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND BENNER AND CARPENTER, INC., FOR ANNUAL ENGINEERING SURVEY SERVICES Insurance - The proposer shall meet the following provisions (Sections 1 through 7) relating to insurance coverages. 1. General Conditions - Without limiting the Consultant's indemnification of City/District, Consultant shall provide and maintain at its own expense the insurance listed under Section 7 (Evidence of Coverages) covering its operations, subject to the following conditions: a) The City/District, its Boards, Officers, Agents, and Employees shall be included as additional insureds in all liability insurance policies and endorsements thereto except for Workers' Compensation and Professional Errors and Omissions. The City/District shall be named Loss Payee as its interest may appear in all property insurance. b) Such insurance shall be primary with respect to any insurance maintained by City/District and shall not call on City's/District s insurance for contributions. c) With respect to the interests of the City/District, the Consultant's insurance shall not be canceled nor reduced in coverage or limits until after thirty (30) days written notice shall have been sent by certified mail (return receipt requested) to the City of Simi Valley, Department of Public Works, 2929 Tapo Canyon Road, Simi Valley, California 93063, and shall contain an unequivocal clause so stating. d) A City/District approved endorsement or certified copy of insurance policy providing coverage shall be submitted to and approved by the City's Risk Manager prior to commencement of any work or tenancy. 2. Workers' Compensation - The Consultant shall procure and maintain, during the life of the Contract, workers' compensation insurance or a valid certificate of consent to self-insure for all its employees engaged on or at the site of the project. In case any of the work is sublet, the Consultant shall require all subcontractors to similarly provide workers' compensation insurance for all the latter's employees unless such employees are covered by protection afforded by workers' compensation insurance carried by the Contractor. Consultant hereby certifies that it is aware of the provisions of Section 3700 et seq., of the Labor Code which require every employer to be insured against liability for Workers' Compensation. C1316.CON-B&C.DB

74 C1316.CON-B&C.DB Aggregate Limits/Blanket Coverage - If any of the required insurance coverages contain aggregate limits or apply to other operations or tenancy of the Consultant outside these specifications, Consultant shall give City/District prompt, written notice of any incident, occurrence, claim, settlement, or judgment against that insurance which may diminish the protection that such insurance affords the City/District. Consultant shall further take immediate steps restoring such aggregate limits or shall provide other insurance protection for such aggregate limits. 4. Modification of Coverage - The City reserves the right at any time during the term of any contract executed with the Consultant pursuant to these specifications (Contract) to change the amounts and types of insurance required hereunder by giving Consultant ninety (90) days written notice. If such change should result in a premium increase in excess of ten percent (10%) to Consultant, City agrees to negotiate additional compensation proportional to the increased benefit to the City. 5. Failure to Procure or Maintain Insurance - Consultant's failure to procure or maintain required insurance program shall constitute a material breach of Contract under which the City may immediately terminate the Contract or, at its discretion, procure or renew such insurance to protect the City's interests and pay any and all premiums in connection therewith, and recover all monies so paid from Consultant, or deduct all monies so paid from payments due Consultant. 6. Underlying Insurance - Consultant shall be responsible for requiring indemnification and insurance from its employees receiving mileage allowance, consultants, agents, and subcontractors, if any, to protect the Consultant's and the City's/District s interests, and for ensuring that such persons comply with any applicable insurance statutes. Consultant is encouraged to seek professional advice in this regard. 7. Evidence of Coverages - Evidence of coverages (as checked below) having as a minimum the limits shown must be submitted and approved prior to commencement of work or any tenancy. Amounts shown are Combined Single Limit (CSL). Split limits may be substituted if the total per occurrence equals or exceeds the CSL amount. Description Limits X Workers' Compensation Statutory (x) Employer's Liability $500,000 (x) Waiver of Subrogation X General Liability (must be written on an Occurrence Form) $1,000,000 (x) Premises and Operations (x) Contractual Liability (x) Independent Contractors (x) Products/Completed Operations (x) Broad Form Property Damage (x) Personal Injury (x) Broad Form Liability Endorsement X Automobile Liability (must be written on an Occurrence Form) $1,000,000 (x) Owned Automobiles (x) Nonowned/Hired Automobiles

75 75 X Professional Liability (Errors and Omissions) $1,000,000 (to be in continuous force from date of contract award until one year after final acceptance of the project) C1316.CON-B&C.DB

76 76 EXHIBIT D FEDERAL FORMS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND BENNER AND CARPENTER, INC., FOR ANNUAL ENGINEERING SURVEY SERVICES Federal Form Requirements. 1. Consultant shall make a good faith effort to meet the DBE Goal that has been established at seven (7) percent for this project. Consultant shall give consideration to securing the services of DBE firms in the performance of the work anticipated in Consultant s Request for Proposal for this Contract, as specified in 23 CFR 172.5(b), 49 CFR Part 26, and in the attached Exhibit 10-I Notice to Bidders/Proposers Disadvantaged Business Enterprise Information. 2. Consultant shall submit the completed Exhibit 10-O1, Local Agency Proposer DBE Commitment (Consultant Contract), and Exhibit 10-O2, Local Agency Proposer DBE Information (Consultant Contract), prior to or immediately after award of this Contract. 3. Consultant shall submit, upon completion of the contract, regardless of whether DBE participation is obtained, a summary of the DBE records, Exhibit 17-F or equivalent, Final Report Utilization of Disadvantaged Business Enterprises (DBE) First Tier Subcontractors shall be prepared, certified correct, and submitted. 4. Consultant shall comply with Federal and State procedures, with respect to the Disadvantaged Business Enterprise Program, as specified herein and as directed by the County. 5. The following exhibits/forms are attached, made a part hereof, shall be completed if and as required, and shall be considered as part of this Contract: Federal Form Exhibits : Exhibit 10-F Exhibit 10-I Exhibit 10-J Exhibit 10-O1 Exhibit 10-O2 Exhibit 10-P Exhibit 10-Q Exhibit 15-H Exhibit 17-F Certification of Consultant Notice to Bidders/Proposers Disadvantaged Business Enterprise Information Standard Agreement for Subcontractor/DBE Participation Local Agency Proposer DBE Commitment (Consultant Contracts) Local Agency Proposer DBE Information (Consultant Contracts) Non-Lobbying Certification for Federal-Aid Contracts Disclosure of Lobbying Activities DBE Information Good Faith Efforts Final Report Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subcontractors C1316.CON-B&C.DB

77 77 CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND RBF CONSULTING, FOR ANNUAL ENGINEERING SURVEY SERVICES THIS CONTRACT is made and entered into in the City of Simi Valley on this day of 2013, by and between the CITY OF SIMI VALLEY and the VENTURA COUNTY WATERWORKS DISTRICT NO. 8, municipal corporations, hereinafter referred to as CITY/DISTRICT, and RBF CONSULTING, a California corporation, hereinafter referred to as CONSULTANT. RECITALS WHEREAS, on June 7, 2013, CITY/DISTRICT requested proposals for the Annual Engineering Survey Services; and WHEREAS, pursuant to such request, CONSULTANT submitted a proposal, which was accepted by CITY/DISTRICT for the Services. AGREEMENT NOW, THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Recitals. The foregoing recitals are true and correct and are a part of this CONTRACT. 2. Term. A. The term of this CONTRACT shall be from the effective date of this CONTRACT as set forth herein above, through June 30, This CONTRACT may be extended for up to two (2) additional two (2)-year terms upon mutual written consent of the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT. B. It is understood that the CONSULTANT S work under the Work Orders issued may not be completed within the terms of this CONTRACT; however, all terms and conditions of the CONTRACT including all rights and obligations, shall survive until the work is completed, except the CITY/DISTRICT S right to issue, and the CONSULTANT S right to accept, additional Purchase Orders. C. Pricing shall remain firm during the entire term of the CONTRACT. In the event a price increase is negotiated at the time of an extension period, the increase rate shall not exceed the Consumer Price Index (CPI) rate for Los Angeles-Riverside-Orange County area for the previous 12-month period (March to March). C1316.CON-RBF.DB

78 78 3. Description of Services. The Services to be performed by CONSULTANT are as follows: Engineering Survey Services in connection with design and construction projects at the CITY/DISTRICT. CONSULTANT agrees to perform the Services more specifically set forth in the Scope of Work attached hereto and incorporated herein as Exhibit A. 4. Compensation and Payment. A. The total compensation payable to CONSULTANT by CITY/DISTRICT for Services under this CONTRACT shall not exceed the sum of $240,000, and shall be earned as the work progresses. Payment will be made based on the rates contained in the Schedule of Fees as set forth in Exhibit B attached hereto and incorporated herein. B. After CONSULTANT has performed the Services as specified in this CONTRACT, CITY/DISTRICT shall be obligated to pay CONSULTANT based upon the actual CITY/DISTRICT-authorized services received by CITY/DISTRICT at the rates established as a part of this CONTRACT. C. Payments to the CONSULTANT shall be made within thirty (30) days after receipt of an original invoice from the CONSULTANT and acceptance of the Services by CITY/DISTRICT. D. CONSULTANT shall provide CITY/DISTRICT with written verification of the actual compensation earned, which written verification will be in a form satisfactory to CITY/DISTRICT. Invoices shall include the work performed including a list of hours worked by personnel. 5. CONSULTANT s Representations and Obligations. A. CONSULTANT shall perform as required by this CONTRACT. CONSULTANT also warrants on behalf of itself and all subcontractors engaged for the performance of this CONTRACT that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. B. CONSULTANT shall obey all Federal, State, local, and special district laws, ordinances, and regulations. C. CONSULTANT acknowledges CITY/DISTRICT may contract with other parties for the performance of Services or supplemental services as they relate to the project during the term of this CONTRACT. D. CONSULTANT agrees to abide by CITY s Business Tax Ordinance, of which proof of payment must be obtained prior to performance of this CONTRACT. E. To the extent required by law, CONSULTANT agrees to abide by the following provisions pertaining to Prevailing Wages and Federally Funded Projects; C1316.CON-RBF.DB

79 C1316.CON-RBF.DB 79 i. Pursuant to the provisions of the California Labor Code the California Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the CONTRACT. Such wage scale is set forth at length in a Schedule of Prevailing Rates of Wages that is on file at the California Department of Industrial Relations and is available at ii. CONSULTANT shall assist in locating, qualifying, hiring, and increasing the skills of minority group employees and applicants for employment, as set forth in Executive Orders and iii. For Federally funded projects the current Federal General Wage Determinations shall apply as predetermined by the Secretary of Labor. If there is a difference in the Federal minimum wage rates and the California Department of Industrial Relations for similar classifications of labor, the CONSULTANT and its subcontractors shall pay not less than the higher wage rate. The wage rate for any classification not listed by the Federal Department of Labor or the California Department of Industrial Relations, but which may be required to execute the CONTRACT, shall be in accord with specified rates for similar or comparable classifications or for those performing similar or comparable duties, within the agencies determinations. 6. Audit. A. At any time during normal business hours and as often as the CITY/DISTRICT may deem necessary, CONSULTANT shall make available to CITY/DISTRICT for inspection its records pertaining to this CONTRACT. CONSULTANT shall permit CITY/DISTRICT to audit, examine and/or reproduce such records. CONSULTANT will retain such financial records, time sheets, work progress reports, invoices, bills and project records for at least (2) years after termination or final payment under this CONTRACT. B. CITY/DISTRICT shall have the option of inspecting and/or auditing all records and other written materials used by CONSULTANT in preparing its statements to CITY/DISTRICT as a condition precedent to any payment to CONSULTANT. 7. Hold Harmless and Indemnification. A. To the fullest extent permitted by law (including, without limitation, California Civil Code Sections 2782 and ), CONSULTANT shall defend, and provide legal defense with attorney(s) acceptable to CITY/DISTRICT, indemnify, and hold harmless the CITY/DISTRICT, its agents, officials, officers, representatives, and employees, (collectively Indemnitees ) from and against all claims, lawsuits, liabilities or damages (including, without limitation, injury to or death of an employee of CONSULTANT or its sub-consultant), expense and liability of every kind, nature and description (including, without limitation incidental and consequential damages, court costs, attorney s fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of litigation) that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, any sub-consultant, anyone directly or indirectly employed by them, or anyone that they control.

80 80 B. To the extent there is an obligation to indemnify under this Section of this CONTRACT, CONSULTANT shall be responsible for incidental and consequential damages resulting from CONSULTANT S negligence, recklessness, or willful misconduct. The provisions of this Section survive completion of the Services or the termination of this CONTRACT. The provisions of this Section are not limited by the provisions of this CONTRACT relating to insurance. The CONSULTANT shall thoroughly investigate any and all claims subject to the provisions of this Section, and indemnify the CITY/DISTRICT and do whatever is necessary to protect any and all Indemnitees. 8. Amendments. Any amendments, modifications, or variations from the provisions of this CONTRACT shall be in writing and shall be effective only upon mutual written approval by the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT including changes to the CONTRACT amount and term of the CONTRACT. 9. Anti-Discrimination. In the performance of the terms of this CONTRACT, CONSULTANT shall not engage in, nor permit subcontractors to engage in, discrimination in employment of persons because of the age, race, color, religious creed, sex, sexual orientation, national origin, ancestry, physical disability, mental disability, medical condition, or marital status of such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code Section Termination. A. Either party may terminate this CONTRACT at any time prior to the expiration date by giving thirty (30) days advance written notice thereof to the other party. B. If, during the term of this CONTRACT, CITY/DISTRICT determines that CONSULTANT is not faithfully abiding by any term or condition contained herein, CITY/DISTRICT may notify CONSULTANT in writing of such defect or failure to perform. The notice must give to the CONSULTANT a ten (10) day period of time thereafter in which to perform the work or cure the deficiency. If CONSULTANT has not performed the work or cured the deficiency within the ten (10) days specified in the notice, such failure shall constitute a breach of this CONTRACT, and CITY/DISTRICT may terminate this CONTRACT immediately by written notice to CONSULTANT to such effect. C. In addition, CITY/DISTRICT, if it terminates this CONTRACT for cause, may withhold as an offset from payments due CONSULTANT damages occasioned by such breach. The CITY/DISTRICT shall be liable to the CONSULTANT only for those fees accrued by the CONSULTANT to the date CONSULTANT receives said notice of termination. In said event, CONSULTANT shall be entitled to the reasonable value of its services. In no event, however, shall CONSULTANT be entitled to receive in excess of the CONTRACT amount. 11. Delivery of Reports in Cases of Termination. If this CONTRACT is terminated pursuant to any of the provisions contained hereinabove, and if requested to do so in writing by the CITY/DISTRICT, the CONSULTANT shall, within fourteen (14) calendar days after receipt of such written request, deliver and turn over to the CITY/DISTRICT all of its preparation and work on the project which were done to the date of the receipt of the notice of termination. The terms "preparation" and "work" as used in this paragraph, shall refer to and include all data and C1316.CON-RBF.DB

81 81 materials of whatever type, that have been gathered by the CONSULTANT, and contemplated to be used or actually used, in the provision of the services as specified in this CONTRACT. 12. Complete CONTRACT. This CONTRACT and its accompanying exhibits, shall constitute the complete CONTRACT between the parties hereto. No verbal agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such verbal agreement, understanding, or representation be binding upon the parties hereto. 13. Independent Contractor. It is expressly understood between the parties to this CONTRACT that no employee/employer relationship is intended. CONSULTANT is not an agent or employee of the CITY/DISTRICT and it is not entitled to participate in any pension plan, insurance or other benefits CITY/DISTRICT provides for its employees. CONSULTANT is an independent contractor in performing the Services required under this CONTRACT and will have control of all work and the manner in which it is performed. Any provision of this CONTRACT that may appear to give CITY/DISTRICT the right to direct CONSULTANT as to the details of doing the work required herein, or to exercise a measure of control over the work means that the CONSULTANT will follow the direction of the CITY/DISTRICT as to the results of the work only. 14. Personal Services. This CONTRACT is for professional services, which are personal to CITY/DISTRICT. Gregory A. Helmer is deemed to be especially experienced and is a key member of CONSULTANT S firm, and shall be directly involved in performing, supervising, or assisting in the performance of this work. This key person shall communicate with, and periodically report to, CITY/DISTRICT on the progress of the work. Should any such individual be removed from assisting in this contracted work for any reason, CITY/DISTRICT may terminate this CONTRACT. 15. Time of Performance. Time is of the essence in this CONTRACT. 16. Insurance. CONSULTANT shall, at CONSULTANT S sole cost and expense, provide insurance as contained in Exhibit C, incorporated herein. CONSULTANT shall not commence work on the Services to be performed, until it submits proof of all insurance coverage as required. 17. Federal Forms and Requirements. CONSULTANT shall comply with federal funding (FHWA) and Caltrans requirements and shall timely submit all the forms required as identified in Exhibit D, which forms once completed, shall be attached hereto and incorporated herein this CONTRACT. 18. Ownership of Reports and Data. The originals of all studies, reports, exhibits, documents, data and other work or materials prepared for, or used to comply with any term of this CONTRACT, plus any copies of same required by this CONTRACT to be furnished to the CITY/DISTRICT by any of the other party(ies) with whom the CONSULTANT may have contract(s) pertaining to this project, shall be deemed to be public records open to inspection by the public and, as such, to be and remain the property of the CITY/DISTRICT. C1316.CON-RBF.DB

82 Conflict of Interest. A. Neither CONSULTANT nor any employees, agents, or subcontractors of CONSULTANT who will be assigned to this project, to the best of CONSULTANT'S knowledge, own any property or interest in properties, business relationships, or sources of income which may be affected by the performance of this CONTRACT. Should one party hereto learn of any such interest, income source, or business relationship, such fact shall immediately be brought to the attention of the other party hereto. If the parties thereupon cannot mutually agree upon a means to eliminate the conflict, CITY/DISTRICT may terminate the CONTRACT immediately for non-performance pursuant to Section 10 herein. B. In accordance with California Government Code Section 87306, CONSULTANT shall provide, if requested by CITY/DISTRICT, a Conflict of Interest Statement, Form 700 no later than 30 days after execution of this CONTRACT, and annually thereafter prior to April 1st of each year for the duration of the CONTRACT. Failure to file any of the required statements will result in withholding payment for services rendered. 20. Successors and Assigns. The terms hereof shall be binding upon and inure to the benefit of the successors and assigns of the parties hereto; provided, however, that no party hereto shall assign any of the benefits and burdens hereunder, whether voluntarily or by operation of law, without the prior written consent of the other party, and any such assignment without such consent shall be void. 21. Authority to Execute CONTRACT. Both CITY/DISTRICT and CONSULTANT do covenant that each individual executing this CONTRACT on behalf of each party is a person duly authorized and empowered to execute contracts for such party. 22. Jurisdiction and Venue. Jurisdiction is in the State of California and venue lies in Ventura County. 23. Non-Appropriation of Funds. Payments due and payable to CONSULTANT for current Services are within the current budget and within an available, unexhausted and unencumbered appropriation of CITY/DISTRICT. In the event CITY/DISTRICT has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this CONTRACT shall cover only those costs incurred up to the conclusion of the current fiscal year. 24. Taxpayer Identification Number. CONSULTANT shall provide CITY/DISTRICT with a complete Request for Taxpayer Identification Number and Certification, form W-9 (rev. 2000), as issued by the Internal Revenue Service. 25. Permits and Licenses. CONSULTANT, at its sole cost and expense, shall obtain and maintain during the term of this CONTRACT, all appropriate permits, licenses, and certificates that may be required in connection with the performance of this CONTRACT. 26. Waivers. The waiver by one party of any term or condition of this CONTRACT, or any breach thereof, shall not be construed to be a general waiver by the party or as a waiver of any other term or breach. C1316.CON-RBF.DB

83 Statement of Experience. CONSULTANT warrants that it will perform its Services with at least the due care, diligence and expertise generally accepted in its industry. CONSULTANT also understands and agrees that it is being employed to perform the Services provided for by this CONTRACT because of CONSULTANT S professed expertise and experience in performing such Services. In addition, CONSULTANT understands and agrees that while CITY/DISTRICT or CITY/DISTRICT S officers, employees, agents or volunteers may elect to do so, they have no duty to review, inspect, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. As a consequence, CONSULTANT waives any right of contribution against CITY/DISTRICT or any of CITY/DISTRICT S officers, employees, agents, or volunteers arising out of such failure to inspect, review, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. 28. Notices. All written notices required by, or related to this CONTRACT shall be sent by Certified Mail, Return Receipt Requested, postage prepaid and addressed as listed below. Neither party to this CONTRACT shall refuse to accept such mail; the parties to this CONTRACT shall promptly inform the other party of any change of address. All notices required by this CONTRACT are effective on the day of receipt, unless otherwise indicated herein. The mailing address of each party to this CONTRACT is as follows: CITY/DISTRICT Department of Public Works Ron Fuchiwaki, Director of Public Works City of Simi Valley 2929 Tapo Canyon Road Simi Valley, CA Attn: Sarah Sheshebor, Senior Engineer (805) C1316.CON-RBF.DB

84 84 CONSULTANT RBF Consulting 5051 Verdugo Way, Suite 300 Camarillo, CA Attn: Gregory A. Helmer, Senior Vice President (805) IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. Attest: City of Simi Valley and Ventura County Waterworks District No. 8, Municipal Corporations Ky Spangler Assistant City Clerk/District Secretary By: Robert O. Huber, Mayor of the City of Simi Valley, California/Chair of the Ventura County Waterworks District No. 8 Approved as to Form: RBF Consulting, a California Corporation Marjorie Baxter City Attorney/District Counsel Approved as to Content: By: Title: Eric J. Levitt City Manager/District Manager By: Connie Henes-Baird Interim Director of Administrative Services Title: Ronald K. Fuchiwaki, Director Department of Public Works C1316.CON-RBF.DB

85 C1316.CON-RBF.DB 85 EXHIBIT A SCOPE OF WORK CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND RBF CONSULTING, FOR ANNUAL ENGINEERING SURVEY SERVICES SCOPE OF WORK Consultant shall provide Engineering Survey Services in connection with design and construction of public works projects. 1. Tasks. The work, shall include the following tasks, as may be required by the specific project: Topographic and boundary surveys. Construction staking (for street grading, storm drain, water, sewer, etc.). Cross-section surveys at required intervals, curb return, curb flow line, profiles of the cross gutters. Establish horizontal and vertical controls. Tying-out existing survey monuments prior to construction. Set and/or reset survey monuments after construction. Prepare required "Corner Records" in concurrence with all applicable standards/requirements to file with the County Surveyor. Producing or analyzing Parcel Maps, Record of Surveys, etc. Setting ground control for aerial photographic surveys. All data shall be taken with an EDM (Electronic Distance Meter) using actual elevations. Data point layout on plot with directed scale. In addition to the plot, a data point printout including point description and elevation of the point. Multiple plots are required if data overlap. Other engineering survey services as may be needed. All data to be produced on disk that can be easily transferred to Autocad format as required. The Consultant may be required to attend the pre-construction meetings with City/District's construction contractor. 2. Additional Requirements. A. In the performance of this Scope of Work, CONSULTANT agrees to provide experienced staff possessing the following qualifications: Have experience applying technical knowledge and following proper surveying techniques to examine workmanship and materials and detect deviations from plans, regulations and standard construction practices. Make basic mathematical computations rapidly and accurately. Enforce necessary regulations with firmness and tact.

86 86 Understand and carry out oral and written directions. Communicate clearly and concisely, both orally and in writing. B. Availability. Consultant office hours shall be 8:00 a.m. to 5:00 p.m., Monday through Friday, so that the Consultant will be available to City/District staff and design professionals. C. Inspections. City/District reserves the right to inspect the work being accomplished by the Consultant at any time. D. Consultant Personnel Assigned. The Consultant shall have City/District's written approval prior to making any change in a project team or team member assigned to a project. E. Deliverables. Any reports, data or documentation required by the tasks described hereinabove shall be provided to the City/District in a timely fashion and/or in accordance with any time schedule set by City/District staff. C1316.CON-RBF.DB

87 87 EXHIBIT B SCHEDULE OF FEES CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND RBF CONSULTING, FOR ANNUAL ENGINEERING SURVEY SERVICES C1316.CON-RBF.DB

88 C1316.CON-RBF.DB 88

89 89 EXHIBIT C INSURANCE REQUIREMENTS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND RBF CONSULTING, FOR ANNUAL ENGINEERING SURVEY SERVICES Insurance - The proposer shall meet the following provisions (Sections 1 through 7) relating to insurance coverages. 1. General Conditions - Without limiting the Consultant's indemnification of City/District, Consultant shall provide and maintain at its own expense the insurance listed under Section 7 (Evidence of Coverages) covering its operations, subject to the following conditions: a) The City/District, its Boards, Officers, Agents, and Employees shall be included as additional insureds in all liability insurance policies and endorsements thereto except for Workers' Compensation and Professional Errors and Omissions. The City/District shall be named Loss Payee as its interest may appear in all property insurance. b) Such insurance shall be primary with respect to any insurance maintained by City/District and shall not call on City's/District s insurance for contributions. c) With respect to the interests of the City/District, the Consultant's insurance shall not be canceled nor reduced in coverage or limits until after thirty (30) days written notice shall have been sent by certified mail (return receipt requested) to the City of Simi Valley, Department of Public Works, 2929 Tapo Canyon Road, Simi Valley, California 93063, and shall contain an unequivocal clause so stating. d) A City/District approved endorsement or certified copy of insurance policy providing coverage shall be submitted to and approved by the City's Risk Manager prior to commencement of any work or tenancy. 2. Workers' Compensation - The Consultant shall procure and maintain, during the life of the Contract, workers' compensation insurance or a valid certificate of consent to self-insure for all its employees engaged on or at the site of the project. In case any of the work is sublet, the Consultant shall require all subcontractors to similarly provide workers' compensation insurance for all the latter's employees unless such employees are covered by protection afforded by workers' compensation insurance carried by the Contractor. Consultant hereby certifies that it is aware of the provisions of Section 3700 et seq., of the Labor Code which require every employer to be insured against liability for Workers' Compensation. 3. Aggregate Limits/Blanket Coverage - If any of the required insurance coverages contain aggregate limits or apply to other operations or tenancy of the Consultant outside these C1316.CON-RBF.DB

90 C1316.CON-RBF.DB 90 specifications, Consultant shall give City/District prompt, written notice of any incident, occurrence, claim, settlement, or judgment against that insurance which may diminish the protection that such insurance affords the City/District. Consultant shall further take immediate steps restoring such aggregate limits or shall provide other insurance protection for such aggregate limits. 4. Modification of Coverage - The City reserves the right at any time during the term of any contract executed with the Consultant pursuant to these specifications (Contract) to change the amounts and types of insurance required hereunder by giving Consultant ninety (90) days written notice. If such change should result in a premium increase in excess of ten percent (10%) to Consultant, City agrees to negotiate additional compensation proportional to the increased benefit to the City. 5. Failure to Procure or Maintain Insurance - Consultant's failure to procure or maintain required insurance program shall constitute a material breach of Contract under which the City may immediately terminate the Contract or, at its discretion, procure or renew such insurance to protect the City's interests and pay any and all premiums in connection therewith, and recover all monies so paid from Consultant, or deduct all monies so paid from payments due Consultant. 6. Underlying Insurance - Consultant shall be responsible for requiring indemnification and insurance from its employees receiving mileage allowance, consultants, agents, and subcontractors, if any, to protect the Consultant's and the City's/District s interests, and for ensuring that such persons comply with any applicable insurance statutes. Consultant is encouraged to seek professional advice in this regard. 7. Evidence of Coverages - Evidence of coverages (as checked below) having as a minimum the limits shown must be submitted and approved prior to commencement of work or any tenancy. Amounts shown are Combined Single Limit (CSL). Split limits may be substituted if the total per occurrence equals or exceeds the CSL amount. Description Limits X Workers' Compensation Statutory (x) Employer's Liability $500,000 (x) Waiver of Subrogation X General Liability (must be written on an Occurrence Form) $1,000,000 (x) Premises and Operations (x) Contractual Liability (x) Independent Contractors (x) Products/Completed Operations (x) Broad Form Property Damage (x) Personal Injury (x) Broad Form Liability Endorsement X Automobile Liability (must be written on an Occurrence Form) $1,000,000 (x) Owned Automobiles (x) Nonowned/Hired Automobiles X Professional Liability (Errors and Omissions) $1,000,000

91 91 (to be in continuous force from date of contract award until one year after final acceptance of the project) C1316.CON-RBF.DB

92 92 EXHIBIT D FEDERAL FORMS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND RBF CONSULTING, FOR ANNUAL ENGINEERING SURVEY SERVICES Federal Form Requirements. 1. Consultant shall make a good faith effort to meet the DBE Goal that has been established at seven (7) percent for this project. Consultant shall give consideration to securing the services of DBE firms in the performance of the work anticipated in Consultant s Request for Proposal for this Contract, as specified in 23 CFR 172.5(b), 49 CFR Part 26, and in the attached Exhibit 10-I Notice to Bidders/Proposers Disadvantaged Business Enterprise Information. 2. Consultant shall submit the completed Exhibit 10-O1, Local Agency Proposer DBE Commitment (Consultant Contract), and Exhibit 10-O2, Local Agency Proposer DBE Information (Consultant Contract), prior to or immediately after award of this Contract. 3. Consultant shall submit, upon completion of the contract, regardless of whether DBE participation is obtained, a summary of the DBE records, Exhibit 17-F or equivalent, Final Report Utilization of Disadvantaged Business Enterprises (DBE) First Tier Subcontractors shall be prepared, certified correct, and submitted. 4. Consultant shall comply with Federal and State procedures, with respect to the Disadvantaged Business Enterprise Program, as specified herein and as directed by the County. 5. The following exhibits/forms are attached, made a part hereof, shall be completed if and as required, and shall be considered as part of this Contract: Federal Form Exhibits : Exhibit 10-F Exhibit 10-I Exhibit 10-J Exhibit 10-O1 Exhibit 10-O2 Exhibit 10-P Exhibit 10-Q Exhibit 15-H Exhibit 17-F Certification of Consultant Notice to Bidders/Proposers Disadvantaged Business Enterprise Information Standard Agreement for Subcontractor/DBE Participation Local Agency Proposer DBE Commitment (Consultant Contracts) Local Agency Proposer DBE Information (Consultant Contracts) Non-Lobbying Certification for Federal-Aid Contracts Disclosure of Lobbying Activities DBE Information Good Faith Efforts Final Report Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subcontractors C1316.CON-RBF.DB

93 93 CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND HOVELL & PILARSKI ENGINEERING, INC., FOR ANNUAL ENGINEERING SURVEY SERVICES THIS CONTRACT is made and entered into in the City of Simi Valley on this day of 2013, by and between the CITY OF SIMI VALLEY and the VENTURA COUNTY WATERWORKS DISTRICT NO. 8, municipal corporations, hereinafter referred to as CITY/DISTRICT, and HOVELL & PILARSKI ENGINEERING, INC., a California corporation, hereinafter referred to as CONSULTANT. RECITALS WHEREAS, on June 7, 2013, CITY/DISTRICT requested proposals for the Annual Engineering Survey Services; and WHEREAS, pursuant to such request, CONSULTANT submitted a proposal, which was accepted by CITY/DISTRICT for the Services. AGREEMENT NOW, THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Recitals. The foregoing recitals are true and correct and are a part of this CONTRACT. 2. Term. A. The term of this CONTRACT shall be from the effective date of this CONTRACT as set forth herein above, through June 30, This CONTRACT may be extended for up to two (2) additional two (2)-year terms upon mutual written consent of the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT. B. It is understood that the CONSULTANT S work under the Work Orders issued may not be completed within the terms of this CONTRACT; however, all terms and conditions of the CONTRACT including all rights and obligations, shall survive until the work is completed, except the CITY/DISTRICT S right to issue, and the CONSULTANT S right to accept, additional Purchase Orders. C. Pricing shall remain firm during the entire term of the CONTRACT. In the event a price increase is negotiated at the time of an extension period, the increase rate shall not exceed the Consumer Price Index (CPI) rate for Los Angeles-Riverside-Orange County area for the previous 12-month period (March to March). C1316.CON-H&P.DB

94 94 3. Description of Services. The Services to be performed by CONSULTANT are as follows: Engineering Survey Services in connection with design and construction projects at the CITY/DISTRICT. CONSULTANT agrees to perform the Services more specifically set forth in the Scope of Work attached hereto and incorporated herein as Exhibit A. 4. Compensation and Payment. A. The total compensation payable to CONSULTANT by CITY/DISTRICT for Services under this CONTRACT shall not exceed the sum of $240,000, and shall be earned as the work progresses. Payment will be made based on the rates contained in the Schedule of Fees as set forth in Exhibit B attached hereto and incorporated herein. B. After CONSULTANT has performed the Services as specified in this CONTRACT, CITY/DISTRICT shall be obligated to pay CONSULTANT based upon the actual CITY/DISTRICT-authorized services received by CITY/DISTRICT at the rates established as a part of this CONTRACT. C. Payments to the CONSULTANT shall be made within thirty (30) days after receipt of an original invoice from the CONSULTANT and acceptance of the Services by CITY/DISTRICT. D. CONSULTANT shall provide CITY/DISTRICT with written verification of the actual compensation earned, which written verification will be in a form satisfactory to CITY/DISTRICT. Invoices shall include the work performed including a list of hours worked by personnel. 5. CONSULTANT s Representations and Obligations. A. CONSULTANT shall perform as required by this CONTRACT. CONSULTANT also warrants on behalf of itself and all subcontractors engaged for the performance of this CONTRACT that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. B. CONSULTANT shall obey all Federal, State, local, and special district laws, ordinances, and regulations. C. CONSULTANT acknowledges CITY/DISTRICT may contract with other parties for the performance of Services or supplemental services as they relate to the project during the term of this CONTRACT. D. CONSULTANT agrees to abide by CITY s Business Tax Ordinance, of which proof of payment must be obtained prior to performance of this CONTRACT. E. To the extent required by law, CONSULTANT agrees to abide by the following provisions pertaining to Prevailing Wages and Federally Funded Projects; C1316.CON-H&P.DB

95 C1316.CON-H&P.DB 95 i. Pursuant to the provisions of the California Labor Code the California Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the CONTRACT. Such wage scale is set forth at length in a Schedule of Prevailing Rates of Wages that is on file at the California Department of Industrial Relations and is available at ii. CONSULTANT shall assist in locating, qualifying, hiring, and increasing the skills of minority group employees and applicants for employment, as set forth in Executive Orders and iii. For Federally funded projects the current Federal General Wage Determinations shall apply as predetermined by the Secretary of Labor. If there is a difference in the Federal minimum wage rates and the California Department of Industrial Relations for similar classifications of labor, the CONSULTANT and its subcontractors shall pay not less than the higher wage rate. The wage rate for any classification not listed by the Federal Department of Labor or the California Department of Industrial Relations, but which may be required to execute the CONTRACT, shall be in accord with specified rates for similar or comparable classifications or for those performing similar or comparable duties, within the agencies determinations. 6. Audit. A. At any time during normal business hours and as often as the CITY/DISTRICT may deem necessary, CONSULTANT shall make available to CITY/DISTRICT for inspection its records pertaining to this CONTRACT. CONSULTANT shall permit CITY/DISTRICT to audit, examine and/or reproduce such records. CONSULTANT will retain such financial records, time sheets, work progress reports, invoices, bills and project records for at least (2) years after termination or final payment under this CONTRACT. B. CITY/DISTRICT shall have the option of inspecting and/or auditing all records and other written materials used by CONSULTANT in preparing its statements to CITY/DISTRICT as a condition precedent to any payment to CONSULTANT. 7. Hold Harmless and Indemnification. A. To the fullest extent permitted by law (including, without limitation, California Civil Code Sections 2782 and ), CONSULTANT shall defend, and provide legal defense with attorney(s) acceptable to CITY/DISTRICT, indemnify, and hold harmless the CITY/DISTRICT, its agents, officials, officers, representatives, and employees, (collectively Indemnitees ) from and against all claims, lawsuits, liabilities or damages (including, without limitation, injury to or death of an employee of CONSULTANT or its sub-consultant), expense and liability of every kind, nature and description (including, without limitation incidental and consequential damages, court costs, attorney s fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of litigation) that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, any sub-consultant, anyone directly or indirectly employed by them, or anyone that they control.

96 96 B. To the extent there is an obligation to indemnify under this Section of this CONTRACT, CONSULTANT shall be responsible for incidental and consequential damages resulting from CONSULTANT S negligence, recklessness, or willful misconduct. The provisions of this Section survive completion of the Services or the termination of this CONTRACT. The provisions of this Section are not limited by the provisions of this CONTRACT relating to insurance. The CONSULTANT shall thoroughly investigate any and all claims subject to the provisions of this Section, and indemnify the CITY/DISTRICT and do whatever is necessary to protect any and all Indemnitees. 8. Amendments. Any amendments, modifications, or variations from the provisions of this CONTRACT shall be in writing and shall be effective only upon mutual written approval by the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT including changes to CONTRACT amount and term of the CONTRACT. 9. Anti-Discrimination. In the performance of the terms of this CONTRACT, CONSULTANT shall not engage in, nor permit subcontractors to engage in, discrimination in employment of persons because of the age, race, color, religious creed, sex, sexual orientation, national origin, ancestry, physical disability, mental disability, medical condition, or marital status of such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code Section Termination. A. Either party may terminate this CONTRACT at any time prior to the expiration date by giving thirty (30) days advance written notice thereof to the other party. B. If, during the term of this CONTRACT, CITY/DISTRICT determines that CONSULTANT is not faithfully abiding by any term or condition contained herein, CITY/DISTRICT may notify CONSULTANT in writing of such defect or failure to perform. The notice must give to the CONSULTANT a ten (10) day period of time thereafter in which to perform the work or cure the deficiency. If CONSULTANT has not performed the work or cured the deficiency within the ten (10) days specified in the notice, such failure shall constitute a breach of this CONTRACT, and CITY/DISTRICT may terminate this CONTRACT immediately by written notice to CONSULTANT to such effect. C. In addition, CITY/DISTRICT, if it terminates this CONTRACT for cause, may withhold as an offset from payments due CONSULTANT damages occasioned by such breach. The CITY/DISTRICT shall be liable to the CONSULTANT only for those fees accrued by the CONSULTANT to the date CONSULTANT receives said notice of termination. In said event, CONSULTANT shall be entitled to the reasonable value of its services. In no event, however, shall CONSULTANT be entitled to receive in excess of the CONTRACT amount. 11. Delivery of Reports in Cases of Termination. If this CONTRACT is terminated pursuant to any of the provisions contained hereinabove, and if requested to do so in writing by the CITY/DISTRICT, the CONSULTANT shall, within fourteen (14) calendar days after receipt of such written request, deliver and turn over to the CITY/DISTRICT all of its preparation and work on the project which were done to the date of the receipt of the notice of termination. The terms "preparation" and "work" as used in this paragraph, shall refer to and include all data and C1316.CON-H&P.DB

97 97 materials of whatever type, that have been gathered by the CONSULTANT, and contemplated to be used or actually used, in the provision of the services as specified in this CONTRACT. 12. Complete CONTRACT. This CONTRACT and its accompanying exhibits, shall constitute the complete CONTRACT between the parties hereto. No verbal agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such verbal agreement, understanding, or representation be binding upon the parties hereto. 13. Independent Contractor. It is expressly understood between the parties to this CONTRACT that no employee/employer relationship is intended. CONSULTANT is not an agent or employee of the CITY/DISTRICT and it is not entitled to participate in any pension plan, insurance or other benefits CITY/DISTRICT provides for its employees. CONSULTANT is an independent contractor in performing the Services required under this CONTRACT and will have control of all work and the manner in which it is performed. Any provision of this CONTRACT that may appear to give CITY/DISTRICT the right to direct CONSULTANT as to the details of doing the work required herein, or to exercise a measure of control over the work means that the CONSULTANT will follow the direction of the CITY/DISTRICT as to the results of the work only. 14. Personal Services. This CONTRACT is for professional services, which are personal to CITY/DISTRICT. James T. Pilarski is deemed to be especially experienced and is a key member of CONSULTANT S firm, and shall be directly involved in performing, supervising, or assisting in the performance of this work. This key person shall communicate with, and periodically report to, CITY/DISTRICT on the progress of the work. Should any such individual be removed from assisting in this contracted work for any reason, CITY/DISTRICT may terminate this CONTRACT. 15. Time of Performance. Time is of the essence in this CONTRACT. 16. Insurance. CONSULTANT shall, at CONSULTANT S sole cost and expense, provide insurance as contained in Exhibit C, incorporated herein. CONSULTANT shall not commence work on the Services to be performed, until it submits proof of all insurance coverage as required. 17. Federal Forms and Requirements. CONSULTANT shall comply with federal funding (FHWA) and Caltrans requirements and shall timely submit all the forms required as identified in Exhibit D, which forms once completed, shall be attached hereto and incorporated herein this CONTRACT. 18. Ownership of Reports and Data. The originals of all studies, reports, exhibits, documents, data and other work or materials prepared for, or used to comply with any term of this CONTRACT, plus any copies of same required by this CONTRACT to be furnished to the CITY/DISTRICT by any of the other party(ies) with whom the CONSULTANT may have contract(s) pertaining to this project, shall be deemed to be public records open to inspection by the public and, as such, to be and remain the property of the CITY/DISTRICT. 19. Conflict of Interest. C1316.CON-H&P.DB

98 98 A. Neither CONSULTANT nor any employees, agents, or subcontractors of CONSULTANT who will be assigned to this project, to the best of CONSULTANT'S knowledge, own any property or interest in properties, business relationships, or sources of income which may be affected by the performance of this CONTRACT. Should one party hereto learn of any such interest, income source, or business relationship, such fact shall immediately be brought to the attention of the other party hereto. If the parties thereupon cannot mutually agree upon a means to eliminate the conflict, CITY/DISTRICT may terminate the CONTRACT immediately for non-performance pursuant to Section 10 herein. B. In accordance with California Government Code Section 87306, CONSULTANT shall provide, if requested by CITY/DISTRICT, a Conflict of Interest Statement, Form 700 no later than 30 days after execution of this CONTRACT, and annually thereafter prior to April 1st of each year for the duration of the CONTRACT. Failure to file any of the required statements will result in withholding payment for services rendered. 20. Successors and Assigns. The terms hereof shall be binding upon and inure to the benefit of the successors and assigns of the parties hereto; provided, however, that no party hereto shall assign any of the benefits and burdens hereunder, whether voluntarily or by operation of law, without the prior written consent of the other party, and any such assignment without such consent shall be void. 21. Authority to Execute CONTRACT. Both CITY/DISTRICT and CONSULTANT do covenant that each individual executing this CONTRACT on behalf of each party is a person duly authorized and empowered to execute contracts for such party. 22. Jurisdiction and Venue. Jurisdiction is in the State of California and venue lies in Ventura County. 23. Non-Appropriation of Funds. Payments due and payable to CONSULTANT for current Services are within the current budget and within an available, unexhausted and unencumbered appropriation of CITY/DISTRICT. In the event CITY/DISTRICT has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this CONTRACT shall cover only those costs incurred up to the conclusion of the current fiscal year. 24. Taxpayer Identification Number. CONSULTANT shall provide CITY/DISTRICT with a complete Request for Taxpayer Identification Number and Certification, form W-9 (rev. 2000), as issued by the Internal Revenue Service. 25. Permits and Licenses. CONSULTANT, at its sole cost and expense, shall obtain and maintain during the term of this CONTRACT, all appropriate permits, licenses, and certificates that may be required in connection with the performance of this CONTRACT. 26. Waivers. The waiver by one party of any term or condition of this CONTRACT, or any breach thereof, shall not be construed to be a general waiver by the party or as a waiver of any other term or breach. C1316.CON-H&P.DB

99 Statement of Experience. CONSULTANT warrants that it will perform its Services with at least the due care, diligence and expertise generally accepted in its industry. CONSULTANT also understands and agrees that it is being employed to perform the Services provided for by this CONTRACT because of CONSULTANT S professed expertise and experience in performing such Services. In addition, CONSULTANT understands and agrees that while CITY/DISTRICT or CITY/DISTRICT S officers, employees, agents or volunteers may elect to do so, they have no duty to review, inspect, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. As a consequence, CONSULTANT waives any right of contribution against CITY/DISTRICT or any of CITY/DISTRICT S officers, employees, agents, or volunteers arising out of such failure to inspect, review, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. 28. Notices. All written notices required by, or related to this CONTRACT shall be sent by Certified Mail, Return Receipt Requested, postage prepaid and addressed as listed below. Neither party to this CONTRACT shall refuse to accept such mail; the parties to this CONTRACT shall promptly inform the other party of any change of address. All notices required by this CONTRACT are effective on the day of receipt, unless otherwise indicated herein. The mailing address of each party to this CONTRACT is as follows: CITY/DISTRICT Department of Public Works Ron Fuchiwaki, Director of Public Works City of Simi Valley 2929 Tapo Canyon Road Simi Valley, CA Attn: Sarah Sheshebor, Senior Engineer (805) C1316.CON-H&P.DB

100 100 CONSULTANT Hovell & Pilarski Engineering, Inc Verdugo Way, Suite 300 Simi Valley, CA Attn: James T. Pilarski, Land Surveyor (805) IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. Attest: City of Simi Valley and Ventura County Waterworks District No. 8, Municipal Corporations Ky Spangler Assistant City Clerk/District Secretary By: Robert O. Huber, Mayor of the City of Simi Valley, California/Chair of the Ventura County Waterworks District No. 8 Approved as to Form: Hovell & Pilarski Engineering, Inc., a California Corporation Marjorie Baxter City Attorney/District Counsel Approved as to Content: By: Title: Eric J. Levitt City Manager/District Manager By: Connie Henes-Baird Interim Director of Administrative Services Title: Ronald K. Fuchiwaki, Director Department of Public Works C1316.CON-H&P.DB

101 C1316.CON-H&P.DB 101 EXHIBIT A SCOPE OF WORK CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND HOVELL & PILARSKI ENGINEERING, INC., FOR ANNUAL ENGINEERING SURVEY SERVICES SCOPE OF WORK Consultant shall provide Engineering Survey Services in connection with design and construction of public works projects. 1. Tasks. The work, shall include the following tasks, as may be required by the specific project: Topographic and boundary surveys. Construction staking (for street grading, storm drain, water, sewer, etc.). Cross-section surveys at required intervals, curb return, curb flow line, profiles of the cross gutters. Establish horizontal and vertical controls. Tying-out existing survey monuments prior to construction. Set and/or reset survey monuments after construction. Prepare required "Corner Records" in concurrence with all applicable standards/requirements to file with the County Surveyor. Producing or analyzing Parcel Maps, Record of Surveys, etc. Setting ground control for aerial photographic surveys. All data shall be taken with an EDM (Electronic Distance Meter) using actual elevations. Data point layout on plot with directed scale. In addition to the plot, a data point printout including point description and elevation of the point. Multiple plots are required if data overlap. Other engineering survey services as may be needed. All data to be produced on disk that can be easily transferred to Autocad format as required. The Consultant may be required to attend the pre-construction meetings with City/District's construction contractor. 2. Additional Requirements. A. In the performance of this Scope of Work, CONSULTANT agrees to provide experienced staff possessing the following qualifications: Have experience applying technical knowledge and following proper surveying techniques to examine workmanship and materials and detect deviations from plans, regulations and standard construction practices. Make basic mathematical computations rapidly and accurately. Enforce necessary regulations with firmness and tact.

102 102 Understand and carry out oral and written directions. Communicate clearly and concisely, both orally and in writing. B. Availability. Consultant office hours shall be 8:00 a.m. to 5:00 p.m., Monday through Friday, so that the Consultant will be available to City/District staff and design professionals. C. Inspections. City/District reserves the right to inspect the work being accomplished by the Consultant at any time. D. Consultant Personnel Assigned. The Consultant shall have City/District's written approval prior to making any change in a project team or team member assigned to a project. E. Deliverables. Any reports, data or documentation required by the tasks described hereinabove shall be provided to the City/District in a timely fashion and/or in accordance with any time schedule set by City/District staff. C1316.CON-H&P.DB

103 103 EXHIBIT B SCHEDULE OF FEES CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND HOVELL & PILARSKI ENGINEERING, INC., FOR ANNUAL ENGINEERING SURVEY SERVICES C1316.CON-H&P.DB

104 C1316.CON-H&P.DB 104

105 105 EXHIBIT C INSURANCE REQUIREMENTS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND HOVELL & PILARSKI ENGINEERING, INC., FOR ANNUAL ENGINEERING SURVEY SERVICES Insurance - The proposer shall meet the following provisions (Sections 1 through 7) relating to insurance coverages. 1. General Conditions - Without limiting the Consultant's indemnification of City/District, Consultant shall provide and maintain at its own expense the insurance listed under Section 7 (Evidence of Coverages) covering its operations, subject to the following conditions: a) The City/District, its Boards, Officers, Agents, and Employees shall be included as additional insureds in all liability insurance policies and endorsements thereto except for Workers' Compensation and Professional Errors and Omissions. The City/District shall be named Loss Payee as its interest may appear in all property insurance. b) Such insurance shall be primary with respect to any insurance maintained by City/District and shall not call on City's/District s insurance for contributions. c) With respect to the interests of the City/District, the Consultant's insurance shall not be canceled nor reduced in coverage or limits until after thirty (30) days written notice shall have been sent by certified mail (return receipt requested) to the City of Simi Valley, Department of Public Works, 2929 Tapo Canyon Road, Simi Valley, California 93063, and shall contain an unequivocal clause so stating. d) A City/District approved endorsement or certified copy of insurance policy providing coverage shall be submitted to and approved by the City's Risk Manager prior to commencement of any work or tenancy. 2. Workers' Compensation - The Consultant shall procure and maintain, during the life of the Contract, workers' compensation insurance or a valid certificate of consent to self-insure for all its employees engaged on or at the site of the project. In case any of the work is sublet, the Consultant shall require all subcontractors to similarly provide workers' compensation insurance for all the latter's employees unless such employees are covered by protection afforded by workers' compensation insurance carried by the Contractor. Consultant hereby certifies that it is aware of the provisions of Section 3700 et seq., of the Labor Code which require every employer to be insured against liability for Workers' Compensation. 3. Aggregate Limits/Blanket Coverage - If any of the required insurance coverages contain aggregate limits or apply to other operations or tenancy of the Consultant outside these C1316.CON-H&P.DB

106 C1316.CON-H&P.DB 106 specifications, Consultant shall give City/District prompt, written notice of any incident, occurrence, claim, settlement, or judgment against that insurance which may diminish the protection that such insurance affords the City/District. Consultant shall further take immediate steps restoring such aggregate limits or shall provide other insurance protection for such aggregate limits. 4. Modification of Coverage - The City reserves the right at any time during the term of any contract executed with the Consultant pursuant to these specifications (Contract) to change the amounts and types of insurance required hereunder by giving Consultant ninety (90) days written notice. If such change should result in a premium increase in excess of ten percent (10%) to Consultant, City agrees to negotiate additional compensation proportional to the increased benefit to the City. 5. Failure to Procure or Maintain Insurance - Consultant's failure to procure or maintain required insurance program shall constitute a material breach of Contract under which the City may immediately terminate the Contract or, at its discretion, procure or renew such insurance to protect the City's interests and pay any and all premiums in connection therewith, and recover all monies so paid from Consultant, or deduct all monies so paid from payments due Consultant. 6. Underlying Insurance - Consultant shall be responsible for requiring indemnification and insurance from its employees receiving mileage allowance, consultants, agents, and subcontractors, if any, to protect the Consultant's and the City's/District s interests, and for ensuring that such persons comply with any applicable insurance statutes. Consultant is encouraged to seek professional advice in this regard. 7. Evidence of Coverages - Evidence of coverages (as checked below) having as a minimum the limits shown must be submitted and approved prior to commencement of work or any tenancy. Amounts shown are Combined Single Limit (CSL). Split limits may be substituted if the total per occurrence equals or exceeds the CSL amount. Description Limits X Workers' Compensation Statutory (x) Employer's Liability $500,000 (x) Waiver of Subrogation X General Liability (must be written on an Occurrence Form) $1,000,000 (x) Premises and Operations (x) Contractual Liability (x) Independent Contractors (x) Products/Completed Operations (x) Broad Form Property Damage (x) Personal Injury (x) Broad Form Liability Endorsement X Automobile Liability (must be written on an Occurrence Form) $1,000,000 (x) Owned Automobiles (x) Nonowned/Hired Automobiles X Professional Liability (Errors and Omissions) $1,000,000

107 107 (to be in continuous force from date of contract award until one year after final acceptance of the project) C1316.CON-H&P.DB

108 108 EXHIBIT D FEDERAL FORMS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND HOVELL & PILARSKI ENGINEERING, INC., FOR ANNUAL ENGINEERING SURVEY SERVICES Federal Form Requirements. 1. Consultant shall make a good faith effort to meet the DBE Goal that has been established at seven (7) percent for this project. Consultant shall give consideration to securing the services of DBE firms in the performance of the work anticipated in Consultant s Request for Proposal for this Contract, as specified in 23 CFR 172.5(b), 49 CFR Part 26, and in the attached Exhibit 10-I Notice to Bidders/Proposers Disadvantaged Business Enterprise Information. 2. Consultant shall submit the completed Exhibit 10-O1, Local Agency Proposer DBE Commitment (Consultant Contract), and Exhibit 10-O2, Local Agency Proposer DBE Information (Consultant Contract), prior to or immediately after award of this Contract. 3. Consultant shall submit, upon completion of the contract, regardless of whether DBE participation is obtained, a summary of the DBE records, Exhibit 17-F or equivalent, Final Report Utilization of Disadvantaged Business Enterprises (DBE) First Tier Subcontractors shall be prepared, certified correct, and submitted. 4. Consultant shall comply with Federal and State procedures, with respect to the Disadvantaged Business Enterprise Program, as specified herein and as directed by the County. 5. The following exhibits/forms are attached, made a part hereof, shall be completed if and as required, and shall be considered as part of this Contract: Federal Form Exhibits : Exhibit 10-F Exhibit 10-I Exhibit 10-J Exhibit 10-O1 Exhibit 10-O2 Exhibit 10-P Exhibit 10-Q Exhibit 15-H Exhibit 17-F Certification of Consultant Notice to Bidders/Proposers Disadvantaged Business Enterprise Information Standard Agreement for Subcontractor/DBE Participation Local Agency Proposer DBE Commitment (Consultant Contracts) Local Agency Proposer DBE Information (Consultant Contracts) Non-Lobbying Certification for Federal-Aid Contracts Disclosure of Lobbying Activities DBE Information Good Faith Efforts Final Report Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subcontractors C1316.CON-H&P.DB

109 109 CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND OVERLAND, PACIFIC & CUTLER, INC., FOR ANNUAL REAL PROPERTY SERVICES THIS CONTRACT is made and entered into in the City of Simi Valley on this day of 2013, by and between the CITY OF SIMI VALLEY, and the VENTURA COUNTY WATERWORKS DISTRICT NO. 8, municipal corporations, hereinafter referred to as CITY/DISTRICT, and OVERLAND, PACIFIC & CUTLER, INC., a California corporation, hereinafter referred to as CONSULTANT. RECITALS WHEREAS, on May 2, 2013, CITY/DISTRICT requested proposals for Annual Real Property Services; and WHEREAS, pursuant to such request, CONSULTANT submitted a proposal, which was accepted by CITY/DISTRICT for the Services. AGREEMENT NOW, THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Recitals. The foregoing recitals are true and correct and are a part of this CONTRACT. 2. Term. A. The term of this CONTRACT shall be from the effective date of this CONTRACT as set forth herein above, through June 30, This CONTRACT may be extended for up to two (2) additional two (2)-year terms upon mutual written consent of the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT. B. It is understood that the CONSULTANT S work under the Work Orders issued may not be completed within the terms of this CONTRACT; however, all terms and conditions of the CONTRACT including all rights and obligations, shall survive until the work is completed, except the CITY/DISTRICT S right to issue, and the CONSULTANT S right to accept, additional Purchase Orders. C. Pricing shall remain firm during the entire term of the CONTRACT. In the event a price increase is negotiated at the time of an extension period, the increase rate shall not exceed the Consumer Price Index (CPI) rate for Los Angeles-Riverside-Orange County area for the previous 12-month period (March to March). C1316.CON.OPC.DB

110 Description of Services. The Services to be performed by CONSULTANT are as follows: Real Property Services related to design and construction projects. CONSULTANT agrees to perform the Services more specifically set forth in the Scope of Work attached hereto and incorporated herein as Exhibit A. 4. Compensation and Payment. A. The total compensation payable to CONSULTANT by CITY/DISTRICT for Services under this CONTRACT, shall not exceed the sum of $100,000 and shall be earned as the work progresses. Payment will be made based on the rates contained in the Schedule of Fees as set forth in Exhibit B attached hereto and incorporated herein. B. After CONSULTANT has performed the Services as specified in this CONTRACT, CITY/DISTRICT shall be obligated to pay CONSULTANT based upon the actual CITY/DISTRICT-authorized services received by CITY/DISTRICT at the rates established as a part of this CONTRACT. C. Payments to the CONSULTANT shall be made within thirty (30) days after receipt of an original invoice from the CONSULTANT and acceptance of the Services by CITY/DISTRICT. D. CONSULTANT shall provide CITY/DISTRICT with written verification of the actual compensation earned, which written verification will be in a form satisfactory to CITY/DISTRICT. Invoices shall include the work performed including a list of hours worked by personnel. 5. CONSULTANT s Representations and Obligations. A. CONSULTANT shall perform as required by this CONTRACT. CONSULTANT also warrants on behalf of itself and all subcontractors engaged for the performance of this CONTRACT that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. B. CONSULTANT shall obey all Federal, State, local, and special district laws, ordinances, and regulations. C. CONSULTANT acknowledges CITY/DISTRICT may contract with other parties for the performance of Services or supplemental services as they relate to the project during the term of this CONTRACT. D. CONSULTANT agrees to abide by CITY s Business Tax Ordinance, of which proof of payment must be obtained prior to performance of this CONTRACT. E. CONSULTANT office hours shall be 8:00 a.m. to 5:00 p.m., Monday through Friday, so that the Consultant will be available to CITY/DISTRICT staff and design professional(s). C1316.CON.OPC.DB

111 111 F. CONSULTANT shall cooperate with CITY/DISTRICT so that CITY/DISTRICT may inspect the work being accomplished by CONSULTANT during business hours and other times mutually agreed upon by the parties. G. CONSULTANT shall have the Director of Public Works written approval prior to making any change in a project team assigned to this project. H. CONSULTANT shall submit and pick up all plans, documents, and reports directly to or from the City of Simi Valley, Public Works Department counter at City Hall. All plans, documents, and reports will be transmitted directly between CONSULTANT and CITY/DISTRICT. Once the plans, documents, and reports have been completed and/or reviewed, CONSULTANT will be required to return them to CITY/DISTRICT for further processing and coordination with other departments and divisions within the CITY/DISTRICT. CONSULTANT is required to develop and furnish the Director of Public Works/City Engineer with legible, written review comments pertaining to the plan check. If CONSULTANT fails to submit the required review comments as set forth in this section, CITY/DISTRICT shall have the right to withhold payment, and/or terminate the contract. I. To the extent required by law, CONSULTANT agrees to abide by all federal laws, rules and regulations relating to Federally Funded Projects including the requirement that CONSULTANT assist in locating, qualifying, hiring, and increasing the skills of minority group employees and applicants for employment, as set forth in Executive Orders and Audit. A. At any time during normal business hours and as often as CITY/DISTRICT may deem necessary, CONSULTANT shall make available to CITY/DISTRICT for inspection its records pertaining to this CONTRACT. CONSULTANT shall permit CITY/DISTRICT to audit, examine and/or reproduce such records. CONSULTANT will retain such financial records, time sheets, work progress reports, invoices, bills and project records for at least (2) years after termination or final payment under this CONTRACT. B. CITY/DISTRICT shall have the option of inspecting and/or auditing all records and other written materials used by CONSULTANT in preparing its statements to CITY/DISTRICT as a condition precedent to any payment to CONSULTANT. 7. Hold Harmless and Indemnification. A. To the fullest extent permitted by law (including, without limitation, California Civil Code Sections 2782 and ), CONSULTANT shall defend, and provide legal defense with attorney(s) acceptable to CITY/DISTRICT, indemnify, and hold harmless the CITY/DISTRICT, its agents, officials, officers, representatives, and employees, (collectively Indemnitees ) from and against all claims, lawsuits, liabilities or damages (including, without limitation, injury to or death of an employee of CONSULTANT or its sub-consultant), expense and liability of every kind, nature and description (including, without limitation incidental and consequential damages, court costs, attorney s fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of litigation) that arise C1316.CON.OPC.DB

112 112 out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, any sub-consultant, anyone directly or indirectly employed by them, or anyone that they control. B. To the extent there is an obligation to indemnify under this Section of this CONTRACT, CONSULTANT shall be responsible for incidental and consequential damages resulting from CONSULTANT S negligence, recklessness, or willful misconduct. The provisions of this Section survive completion of the Services or the termination of this CONTRACT. The provisions of this Section are not limited by the provisions of this CONTRACT relating to insurance. The CONSULTANT shall thoroughly investigate any and all claims subject to the provisions of this Section, and indemnify the CITY/DISTRICT and do whatever is necessary to protect any and all Indemnitees. 8. Amendments. Any amendments, modifications, or variations from the provisions of this CONTRACT shall be in writing and shall be effective only upon mutual written approval by the CITY MANAGER/DISTRICT MANAGER or his designee and CONSULTANT including changes to the CONTRACT amount and term of the CONTRACT. 9. Anti-Discrimination. In the performance of the terms of this CONTRACT, CONSULTANT shall not engage in, nor permit subcontractors to engage in, discrimination in employment of persons because of the age, race, color, religious creed, sex, sexual orientation, national origin, ancestry, physical disability, mental disability, medical condition, or marital status of such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code Section Termination. A. Either party may terminate this CONTRACT at any time prior to the expiration date by giving thirty (30) days advance written notice thereof to the other party. B. If, during the term of this CONTRACT, CITY/DISTRICT determines that CONSULTANT is not faithfully abiding by any term or condition contained herein, CITY/DISTRICT may notify CONSULTANT in writing of such defect or failure to perform. The notice must give to the CONSULTANT a ten (10) day period of time thereafter in which to perform the work or cure the deficiency. If CONSULTANT has not performed the work or cured the deficiency within the ten (10) days specified in the notice, such failure shall constitute a breach of this CONTRACT, and CITY/DISTRICT may terminate this CONTRACT immediately by written notice to CONSULTANT to such effect. C. In addition, CITY/DISTRICT, if it terminates this CONTRACT for cause, may withhold as an offset from payments due CONSULTANT damages occasioned by such breach. The CITY/DISTRICT shall be liable to the CONSULTANT only for those fees accrued by the CONSULTANT to the date CONSULTANT receives the notice of termination. In such event, CONSULTANT shall be entitled to the reasonable value of its services. In no event, however, shall CONSULTANT be entitled to receive in excess of the CONTRACT amount. 11. Delivery of Reports in Cases of Termination. If this CONTRACT is terminated pursuant to any of the provisions contained hereinabove, and if requested to do so in writing by C1316.CON.OPC.DB

113 113 the CITY/DISTRICT, the CONSULTANT shall, within fourteen (14) calendar days after receipt of such written request, deliver and turn over to the CITY/DISTRICT all of its preparation and work on the project which were done to the date of the receipt of the notice of termination. The terms "preparation" and "work" as used in this paragraph, shall refer to and include all data and materials of whatever type that have been gathered by the CONSULTANT, and contemplated to be used or actually used, in the provision of the services as specified in this CONTRACT. 12. Complete CONTRACT. This CONTRACT and its accompanying exhibits, shall constitute the complete CONTRACT between the parties hereto. No verbal agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such verbal agreement, understanding, or representation be binding upon the parties hereto. 13. Independent Contractor. It is expressly understood between the parties to this CONTRACT that no employee/employer relationship is intended. CONSULTANT is not an agent or employee of the CITY/DISTRICT and it is not entitled to participate in any pension plan, insurance or other benefits CITY/DISTRICT provides for its employees. CONSULTANT is an independent contractor in performing the Services required under this CONTRACT and will have control of all work and the manner in which it is performed. Any provision of this CONTRACT that may appear to give CITY/DISTRICT the right to direct CONSULTANT as to the details of doing the work required herein, or to exercise a measure of control over the work means that the CONSULTANT will follow the direction of the CITY/DISTRICT as to the results of the work only. 14. Personal Services. This CONTRACT is for professional services, which are personal to CITY/DISTRICT. Maddy Rivera is deemed to be especially experienced and is a key member of CONSULTANT S firm, and shall be directly involved in performing, supervising, or assisting in the performance of this work. This key person shall communicate with, and periodically report to, CITY/DISTRICT on the progress of the work. Should any such individual be removed from assisting in this contracted work for any reason, CITY/DISTRICT may terminate this CONTRACT. 15. Time of Performance. Time is of the essence in this CONTRACT. 16. Insurance. CONSULTANT shall, at CONSULTANT S sole cost and expense, provide insurance as contained in Exhibit C, incorporated herein. CONSULTANT shall not commence work on the Services to be performed, until it submits proof of all insurance coverage as required. 17. Federal Forms and Requirements. CONSULTANT shall comply with federal funding (FHWA) and Caltrans requirements and shall timely submit all the forms required as identified in Exhibit D, which forms once completed, shall be attached hereto and incorporated herein this CONTRACT. 18. Ownership of Reports and Data. The originals of all studies, reports, exhibits, documents, data and other work or materials prepared for, or used to comply with any term of this CONTRACT, plus any copies of same required by this CONTRACT to be furnished to the CITY/DISTRICT by any of the other party(ies) with whom the CONSULTANT may have C1316.CON.OPC.DB

114 114 contract(s) pertaining to this project, shall be deemed to be public records open to inspection by the public and, as such, to be and remain the property of the CITY/DISTRICT. 19. Conflict of Interest. A. Neither CONSULTANT nor any employees, agents, or subcontractors of CONSULTANT who will be assigned to this project, to the best of CONSULTANT'S knowledge, own any property or interest in properties, business relationships, or sources of income which may be affected by the performance of this CONTRACT. Should one party hereto learn of any such interest, income source, or business relationship, such fact shall immediately be brought to the attention of the other party hereto. If the parties thereupon cannot mutually agree upon a means to eliminate the conflict, CITY/DISTRICT may terminate the CONTRACT immediately for non-performance pursuant to Section 10. herein. B. In accordance with California Government Code Section 87306, CONSULTANT shall provide, if requested by CITY/DISTRICT, a Conflict of Interest Statement, Form 700 no later than 30 days after execution of this CONTRACT, and annually thereafter prior to April 1st of each year for the duration of the CONTRACT. Failure to file any of the required statements will result in withholding payment for services rendered. 20. Successors and Assigns. The terms hereof shall be binding upon and inure to the benefit of the successors and assigns of the parties hereto; provided, however, that no party hereto shall assign any of the benefits and burdens hereunder, whether voluntarily or by operation of law, without the prior written consent of the other party, and any such assignment without consent shall be void. 21. Authority to Execute CONTRACT. Both CITY/DISTRICT and CONSULTANT do covenant that each individual executing this CONTRACT on behalf of each party is a person duly authorized and empowered to execute contracts for such party. 22. Jurisdiction and Venue. Jurisdiction is in the State of California and venue lies in Ventura County. 23. Non-Appropriation of Funds. Payments due and payable to CONSULTANT for current services are within the current budget and within an available, unexhausted and unencumbered appropriation of CITY/DISTRICT. In the event CITY/DISTRICT has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this CONTRACT shall cover only those costs incurred up to the conclusion of the current fiscal year. 24. Taxpayer Identification Number. CONSULTANT shall provide CITY/DISTRICT with a complete Request for Taxpayer Identification Number and Certification, form W-9 (rev. 2000), as issued by the Internal Revenue Service. 25. Permits and Licenses. CONSULTANT, at its sole cost and expense, shall obtain and maintain during the term of this CONTRACT, all appropriate permits, licenses, and certificates that may be required in connection with the performance of this CONTRACT. C1316.CON.OPC.DB

115 Waivers. The waiver by one party of any term or condition of this CONTRACT, or any breach thereof, shall not be construed to be a general waiver by the party or as a waiver of any other term or breach. 27. Statement of Experience. CONSULTANT warrants that it will perform its Services with at least the due care, diligence and expertise generally accepted in its industry. CONSULTANT also understands and agrees that it is being employed to perform the Services provided for by this CONTRACT because of CONSULTANT S professed expertise and experience in performing such Services. In addition, CONSULTANT understands and agrees that while CITY/DISTRICT or CITY/DISTRICT S officers, employees, agents or volunteers may elect to do so, they have no duty to review, inspect, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. As a consequence, CONSULTANT waives any right of contribution against CITY/DISTRICT or any of CITY/DISTRICT S officers, employees, agents, or volunteers arising out of such failure to inspect, review, monitor, or supervise the work performed by CONSULTANT pursuant to this CONTRACT. 28. Notices. All written notices required by, or related to this CONTRACT shall be sent by Certified Mail, Return Receipt Requested, postage prepaid and addressed as listed below. Neither party to this CONTRACT shall refuse to accept such mail; the parties to this CONTRACT shall promptly inform the other party of any change of address. All notices required by this CONTRACT are effective on the day of receipt, unless otherwise indicated herein. The mailing address of each party to this CONTRACT is as follows: CITY/DISTRICT Department of Public Works Ron Fuchiwaki, Director of Public Works City of Simi Valley 2929 Tapo Canyon Road Simi Valley, CA Attn: Fuad Shamout (805) C1316.CON.OPC.DB

116 116 CONSULTANT Overland, Pacific & Cutler, Inc Schaufele Avenue, Suite 150 Long Beach, CA Attn: Brian Everett, President/Project Manager (800) IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. Attest: City of Simi Valley and Ventura County Waterworks District No. 8, Municipal Corporations Ky Spangler Assistant City Clerk/District Secretary By: Robert O. Huber, Mayor of the City of Simi Valley, California/Chair of the Ventura County Waterworks District No. 8 Approved as to Form: Overland, Pacific & Cutler, Inc., a California Corporation Marjorie Baxter City Attorney/District Counsel Approved as to Content: By: Title: Eric J. Levitt City Manager/District Manager By: Connie Henes-Baird Interim Director of Administrative Services Title: Ronald K. Fuchiwaki, Director Department of Public Works C1316.CON.OPC.DB

117 SCOPE OF WORK 117 EXHIBIT A SCOPE OF WORK CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND OVERLAND, PACIFIC & CUTLER, INC., FOR ANNUAL REAL PROPERTY SERVICES The Consultant shall provide Real Property Services in connection with design and construction of public works projects. 1. Tasks. The work to be performed includes the following tasks, as may be required by the specific project: Predesign right-of-way consultation Alignment studies County records search Project consultation Land title examination Property ownership analysis Document preparation for legal descriptions, eminent domain, etc. Landowner preliminary contacts Prepare negotiations appraisal reports Provide review appraisal on contract appraisals Liaison between property owner and the City/District Project reports as applicable Escrow services Right-of-way certifications for construction, including Federally funded projects All other real property services and related work as necessary 2. Additional Requirements. A. Consultant shall have a thorough understanding of the FHWA and Caltrans Local Assistance Procedures Manual (LAPM) regarding Annual Anticipated Disadvantaged Business Enterprise (DBE) requirements. B. Any reports, data or documentation required by the task(s) (above), shall be provided to City/District in a timely fashion and/or in accordance with any time schedule set by City/District Staff. C1316.CON.OPC.DB

118 118 EXHIBIT B SCHEDULE OF FEES CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF SIMI VALLEY, THE VENTURA COUNTY WATERWORKS DISTRICT NO. 8, AND OVERLAND, PACIFIC & CUTLER, INC., FOR ANNUAL REAL PROPERTY SERVICES C1316.CON.OPC.DB

119 C1316.CON.OPC.DB 119

CONTRACT BETWEEN THE CITY OF SIMI VALLEY AND TELECOM LAW FIRM, P.C., FOR PROFESSIONAL WIRELESS TELECOMMUNICATION SERVICES THROUGH JUNE 30, 2022

CONTRACT BETWEEN THE CITY OF SIMI VALLEY AND TELECOM LAW FIRM, P.C., FOR PROFESSIONAL WIRELESS TELECOMMUNICATION SERVICES THROUGH JUNE 30, 2022 CONTRACT BETWEEN THE CITY OF SIMI VALLEY AND TELECOM LAW FIRM, P.C., FOR PROFESSIONAL WIRELESS TELECOMMUNICATION SERVICES THROUGH JUNE 30, 2022 THIS CONTRACT is made and entered into in the City of Simi

More information

CITY OF SIMI VALLEY MEMORANDUM AWARD OF CONTRACT FOR WATER QUALITY CONTROL PLANT ELECTRICAL UPGRADES PHASE 1, SPECIFICATION NO.

CITY OF SIMI VALLEY MEMORANDUM AWARD OF CONTRACT FOR WATER QUALITY CONTROL PLANT ELECTRICAL UPGRADES PHASE 1, SPECIFICATION NO. CITY OF SIMI VALLEY MEMORANDUM AGENDA ITEM NO. Consent (4) July 1, 2013 TO: FROM: SUBJECT: City Council Department of Public Works AWARD OF CONTRACT FOR WATER QUALITY CONTROL PLANT ELECTRICAL UPGRADES

More information

CITY OF SIMI VALLEY MEMORANDUM

CITY OF SIMI VALLEY MEMORANDUM CITY OF SIMI VALLEY MEMORANDUM AGENDA ITEM NO. Consent (9) April 20, 2015 TO: FROM: City Council Department of Public Works SUBJECT: AWARD OF CONTRACT FOR THE CONSTRUCTION OF THE WIDENING OF THE EASTSIDE

More information

CITY OF SIMI VALLEY MEMORANDUM SUBJECT: AWARD OF CONTRACT FOR THE ARROYO SIMI SEWER TRUNK LINE REHABILITATION PROJECT, SPECIFICATION NO.

CITY OF SIMI VALLEY MEMORANDUM SUBJECT: AWARD OF CONTRACT FOR THE ARROYO SIMI SEWER TRUNK LINE REHABILITATION PROJECT, SPECIFICATION NO. CITY OF SIMI VALLEY MEMORANDUM AGENDA ITEM NO. Consent (6) September 26, 2016 TO: FROM: City Council Department of Public Works SUBJECT: AWARD OF CONTRACT FOR THE ARROYO SIMI SEWER TRUNK LINE REHABILITATION

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

CITY OF SIMI VALLEY MEMORANDUM

CITY OF SIMI VALLEY MEMORANDUM CITY OF SIMI VALLEY MEMORANDUM AGENDA ITEM NO. Consent (2) May 5, 2014 TO: FROM: City Council Board of Directors, Ventura County Waterworks District No. 8 Board of Directors, Simi Valley Industrial Development

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,

More information

Services Agreement for Public Safety Helicopter Support 1

Services Agreement for Public Safety Helicopter Support 1 SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California

More information

CITY OF SIMI VALLEY MEMORANDUM

CITY OF SIMI VALLEY MEMORANDUM CITY OF SIMI VALLEY MEMORANDUM AGENDA ITEM NO. Consent (8) August 25, 2014 TO: FROM: City Council Department of Administrative Services SUBJECT: AWARD OF CONSULTING CONTRACT TO VERSATERM, INC., TO FACILITATE

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED) Contract Number: Funding Source: Budget Number: Site/Department: Program Responsibility: Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES FORM CONTRACT FOR INDIGENT DEFENSE SERVICES WHEREAS, the City of, Washington (hereinafter City ) provides indigent defense services to individuals who have been certified for representation in criminal

More information

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 17th

More information

City of La Palma Agenda Item No. 5

City of La Palma Agenda Item No. 5 City of La Palma Agenda Item No. 5 MEETING DATE: November 7, 2017 TO: FROM: SUBMITTED BY: CITY COUNCIL CITY MANAGER Mike Belknap, Community Services Director AGENDA TITLE: Award of Contract to Infrastructure

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

More information

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More information

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE This is a contract, entered into on, in Eureka, California, between the HUMBOLDT COUNTY ASSOCIATION OF GOVERNMENTS, hereinafter called HCAOG, and,

More information

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES THIS AGREEMENT made and entered by and between the City of Placerville, a political subdivision of the State of California (hereinafter referred to as

More information

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE THIS AGREEMENT is made and entered into on, by and between the insert appropriate name of contracting agency and name of contracting party and

More information

Staff Report. Scott Conn, Network & Operations Manager (925)

Staff Report. Scott Conn, Network & Operations Manager (925) .b Staff Report Date: April, 01 To: From: Prepared by: City Council Valerie J. Barone, City Manager Joelle Fockler, MMC, City Clerk Joelle.fockler@cityofconcord.org () 1-0 Scott Conn, Network & Operations

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

Exhibit C. CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11. (Riverside County Children and Families Commission and Agency Name)

Exhibit C. CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11. (Riverside County Children and Families Commission and Agency Name) CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11 (Riverside County Children and Families Commission and Agency Name) This Contract for Professional Services is made and entered into by and between

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY

More information

CONSULTING AGREEMENT

CONSULTING AGREEMENT CONSULTING AGREEMENT This Consulting Agreement (Agreement) is made as of the th day of, 2015, by and between NBS GOVERNMENT FINANCE GROUP, a California corporation, dba NBS ( Consultant ), and CENTRAL

More information

RFQ #1649 April 2017

RFQ #1649 April 2017 REQUEST FOR QUALIFICATIONS for ON-CALL EMERGENCY SEWER SERVICES RFQ #1649 April 2017 City of Culver City PUBLIC WORKS/ENGINEERING DIVISION 9770 Culver Boulevard Culver City, CA 90232-0507 RESPONSE DUE:

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM AGENDA ITEM MEETING DATE January 18, 2017 SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM TO: SUBJECT: REQUESTED ACTION: Members of the Governing Board CONTRACT AWARD TO PREMIER CHEMICAL

More information

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

CITY COUNCIL CONSENT CALENDAR

CITY COUNCIL CONSENT CALENDAR CITY COUNCIL CONSENT CALENDAR NOVEMBER 7, 2016 SUBJECT: PREPARED BY: WITH KEYSER MARSTON ASSOCIATES INC. FOR TECHNICAL ASSISTANCE AND ANALYSIS SERVICES RELATED TO HOUSING HUMAN SERVICES & RENT STABILIZATION

More information

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between the City of XX

More information

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO.

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. West Ocean Boulevard, th Floor Long Beach, CA 00-0 CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

Master Service Agreement (Updated 9/15/2015)

Master Service Agreement (Updated 9/15/2015) Master Service Agreement (Updated 9/15/2015) This Master Service Agreement is entered into this day of 20 by and between Multifamily Management, Inc. (MMI) ( Management Agent ), as Agent for Owner, and

More information

PERSONAL SERVICES CONTRACT County of Nevada, California

PERSONAL SERVICES CONTRACT County of Nevada, California PERSONAL SERVICES CONTRACT County of Nevada, California This Personal Services Contract is made between the COUNTY OF NEVADA (herein "County"), and Kimley-Horn and Associates, Inc. (herein Contractor ),

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher

More information

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

AGREEMENT FOR SERVICES FOR CDBG PROGRAM AGREEMENT FOR SERVICES FOR CDBG PROGRAM Agreement No. [Enter #] This Agreement for Services for CDBG Program ( this Agreement ) is entered into in the County of Ventura, State of California, on this [Day]

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

INTRODUCTION TERMS AND CONDITIONS

INTRODUCTION TERMS AND CONDITIONS MASTER AGREEMENT FOR PROFESSIONAL SERVICES (AIA) (Unlimited) THIS AGREEMENT FOR PROFESSIONAL SERVICES shall become effective DATE, 2016, between the City of Meridian, a municipal corporation organized

More information

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

More information

CITY OF SIMI VALLEY MEMORANDUM

CITY OF SIMI VALLEY MEMORANDUM CITY OF SIMI VALLEY MEMORANDUM AGENDA ITEM NO Consent () December 11, 017 TO: FROM: City Council Department of Public Works SUBJECT: AWARD OF CONTRACT FOR PROFESSIONAL ENGINEERING SERVICES TO DESIGN THE

More information

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .q Staff Report Date: July, To: From: Prepared by: Subject: City Council Sitting as the Local Reuse Authority Valerie J. Barone, City Manager Guy S. Bjerke, Director - Community Reuse Planning Guy.bjerke@cityofconcord.org

More information

Harbor Department Agreement City of Los Angeles

Harbor Department Agreement City of Los Angeles Harbor Department Agreement City of Los Angeles FIRST AMENDMENT TO FOREIGN-TRADE ZONE OPERATING AGREEMENT NO. 11-2985 BETWEEN THE CITY OF LOS ANGELES AND KOMAR DISTRIBUTION SERVICES JL ^^ THIS FIRST AMENDMENT

More information

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H Professional Service Contract (Rev 9/18/12) Page 1 DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 11th day of March, 2013, by and

More information

PERSONAL SERVICES CONTRACT

PERSONAL SERVICES CONTRACT PERSONAL SERVICES CONTRACT THIS CONTRACT is entered into on, 20 between the CITY OF BERKELEY ( City ), a Charter City organized and existing under the laws of the State of California, and ( Contractor

More information

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .aa Staff Report Date: June, 0 To: From: Prepared by: City Council Sitting as the Local Reuse Authority Valerie J. Barone, City Manager Guy S. Bjerke, Director, Community Reuse Planning Guy.bjerke@cityofconcord.org

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 5.c Meeting Date: December 5, 2016 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: CITY MANAGER S OFFICE Prepared by: Rebecca Woodbury, Senior Management Analyst City Manager Approval:

More information

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of,

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of, ACTUARIAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into on this day of, 2016, by and between the EMPLOYEES RETIREMENT FUND OF THE CITY OF FORT WORTH d/b/a Fort Worth Employees Retirement Fund

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers CITY OF GLENDORA REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers Prepared by Community Services Department 116 E. Foothill Boulevard Glendora, California 91741 Phone: (626) 914-8228

More information

SERVICE AGREEMENT. wishes to engage SETON HALL to carry out services related to.

SERVICE AGREEMENT. wishes to engage SETON HALL to carry out services related to. SERVICE AGREEMENT This SERVICE AGREEMENT is entered into as of, 200_ by and between, a organized under the laws of having a business office at (hereinafter ) and SETON HALL UNIVERSITY, a non-profit educational

More information

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District This Agreement and Lease is entered into this 12th day of March 2015 between the Napa Valley Community

More information

RFQ #1647 April 2017

RFQ #1647 April 2017 REQUEST FOR QUALIFICATIONS for GENERAL PUBLIC WORKS INSPECTION SERVICES RFQ #1647 April 2017 City of Culver City PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 9770 Culver Boulevard Culver City, CA 90232-0507

More information

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. TABLE OF CONTENTS Section. Page. 1. Relationship of parties. 2 2. Executory clause 2 3. Extensions, renewals, modifications. 2 4. Non-assignment clause.

More information

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS Return recorded document to: Planning and Redevelopment Division 1 North University Drive, Suite 102A Plantation, Florida 33324 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS, SUCCESSORS AND

More information

PROFESSIONAL SERVICES AGREEMENT FOR LUSARDI CREEK PIPELINE RESTORATION PROJECT FOR THE OLIVENHAIN MUNICIPAL WATER DISTRICT 18AGRXXX R-E-C-I-T-A-L-S

PROFESSIONAL SERVICES AGREEMENT FOR LUSARDI CREEK PIPELINE RESTORATION PROJECT FOR THE OLIVENHAIN MUNICIPAL WATER DISTRICT 18AGRXXX R-E-C-I-T-A-L-S PROFESSIONAL SERVICES AGREEMENT FOR LUSARDI CREEK PIPELINE RESTORATION PROJECT FOR THE OLIVENHAIN MUNICIPAL WATER DISTRICT 18AGRXXX This Agreement is entered into by and between the Olivenhain Municipal

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the ATTACHMENT A REV.1/17/18 FINAL CONTRACT FOR TITLE SERVICES-ON AN AS-NEEDED BASIS AGREEMENT made this day of, 2017, by and between the NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the "Authority or NJEDA"),

More information

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

Staff Report. Suzanne McDonald, Financial Operations Manager (925) .d Staff Report Date: February, 01 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Karan Reid, Director of Finance Suzanne McDonald, Financial Operations Manager

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 17th day of December, 2014 by

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

TOWING SERVICE FRANCHISE AGREEMENT

TOWING SERVICE FRANCHISE AGREEMENT TOWING SERVICE FRANCHISE AGREEMENT 1. IDENTIFICATION This Towing Service Franchise Agreement ( Agreement herein), effective as of the date specified in Section 3 below, is entered into by, ( TOWING CARRIER

More information

CITY OF ALHAMBRA. March 31, 2016 RFP2M16-4 CONTRACT DOCUMENTS & REQUEST FOR PROPOSAL FOR SHOPPING CART RETRIEVAL SERVICES IN THE CITY OF ALHAMBRA

CITY OF ALHAMBRA. March 31, 2016 RFP2M16-4 CONTRACT DOCUMENTS & REQUEST FOR PROPOSAL FOR SHOPPING CART RETRIEVAL SERVICES IN THE CITY OF ALHAMBRA CITY OF ALHAMBRA March 31, 2016 RFP2M16-4 CONTRACT DOCUMENTS & REQUEST FOR PROPOSAL FOR SHOPPING CART RETRIEVAL SERVICES IN THE CITY OF ALHAMBRA City of Alhambra 111 South First Street Alhambra, California

More information

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (Geological and Soils Engineering)

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (Geological and Soils Engineering) INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (Geological and Soils Engineering) This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager .d Staff Report Date: December, 1 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Andrea Ouse, Director of Community and Economic Development Abhishek Parikh,

More information

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER TERMS & CONDITIONS 1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

REQUIRED AT PROPOSAL STAGE:

REQUIRED AT PROPOSAL STAGE: DATE: February 13, 2019 SUBJECT: ADDENDUM #1-2401 E. PACIFIC COAST HIGHWAY WILMINGTON, CA 90744 The Port of Los Angeles 2401 E. Pacific Coast Highway Wilmington, CA 90744 Request for Lease Proposals Exhibit

More information

Ceres Unified School District SERVICES CONTRACT

Ceres Unified School District SERVICES CONTRACT Ceres Unified School District SERVICES CONTRACT 2017-2018 This contract is used for any non-professional routine, recurring maintenance and equipment service for less than $15,000. THIS CONTRACT ( Contract

More information

Honorable Mayor and Members of the City Council. Art Bashmakian, AICP, Director of Planning and Building Services

Honorable Mayor and Members of the City Council. Art Bashmakian, AICP, Director of Planning and Building Services TO: ATTENTION: FROM: SUBJECT: Honorable Mayor and Members of the City Council Jeffrey L. Stewart, City Manager Art Bashmakian, AICP, Director of Planning and Building Services Consideration and possible

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information