Loading...
2200 - Bucknam Infrastructure Group, Inc. - Infrastructure Management Services for Pavement Management Service UpdatePROFESSIONAL SERVICES AGREEMENT ENGINEERING SERVICES FOR PAVEMENT MANAGEMENT PROGRAM (PMP) 2022 UPDATE (BUCKNAM INFRASTRUCTURE GROUP, INC.) PARTIES AND DATE. This Agreement is made and entered into this Oft Day of , 201-1 (Effective Date) by and between the City of Rosemead, a municipal organizatidh organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and Bucknam Infrastructure Group, Inc. with its principal place of business at 3548 Seagate Way, Suite 230, Oceanside, CA 92056 ("Consultant'). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing Engineering Services for the Pavement Management Program 2022 Update consulting services to public clients, is licensed in the State of California and is familiar with the plans of City. 2.2 Project. City desires to engage a Consultant to render such ongoing professional Engineering Services for Pavement Management Program (PMP) 2022 Update ("Services") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services: Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional Engineering Services for the Pavement Management Program 2022 Update services necessary for the Project, herein referred to a "Services". The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from the Effective Date shown above to June 30, 2023, at the sole and absolute discretion of the City, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services: Consultant shall perform the Services expeditiously, within the term of this Agreement. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements: All work prepared by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel: Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. 3.2.5 City's Representative: The City hereby designates the City Manager, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Agreement. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative: Consultant hereby designates Peter J. Bucknam, or his/her designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her professional skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services: Consultant agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees: Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant represents that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. 3.2.9 Laws and Regulations: Consultant shall keep itself fully informed of and in compliance with applicable local state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any liability to the extent found to be arising out of any failure to comply with such laws, rules or regulations. 3.2.10 Insurance: Consultant shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit B attached to and part of this agreement. 3.2.11 Safety: Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of its employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation: Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed Twenty Nine Thousand Nine Hundred and Sixty One Dollars ($29,961) and in accordance with consultant's proposal dated July 18, 2022. Consultant's proposal is hereby incorporated and found in Exhibit "A". Extra Work may be authorized in writing, as described below, and will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation: Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 30 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses: Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work: At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages: Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws to the extent they are applicable to Consultant. City shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Consultant shall make copies of the prevailing rates of per diem wages for each craft; classification or type of worker needed to execute the Services available to interested parties upon request and shall post copies at the Consultant's principal place of business and at the project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection: Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination: City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination: If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents/ Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services: In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices: All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: Bucknam Infrastructure Group, Inc. 3548 Seagate Way, Suite 230 Oceanside, CA 92056 Attn: Peter J. Bucknam Tel: (760) 216-6529 CITY: City of Rosemead 8838 Valley Boulevard Rosemead, CA 91770 Attn: Michael Chung Director of Public Works Tel: (626) 569-2150 Such notice shall be deemed made when personally delivered or when mailed, forty- eight (48) hours by certified mail or deposit in the U.S. Mail, first-class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property: This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. The Documents & Data are intended for use solely with respect to the project for which they were prepared. Any reuse or modification by City shall be at City's sole risk. 3.5.3.2 Confidentiality: All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts: The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees: If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all costs of such action as part of prevailing party's total damages as determined by court of competent jurisdiction or as agreed upon by the parties in settlement. 3.5.6 Indemnity and Defense. a. Indemnity and Defense To the fullest extent permitted by law, Consultant shall indemnify and hold harmless Agency and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including legal counsel's fees and costs, to the extent caused by the negligent or wrongful act, error or omission of Consultant, its officers, agents, employees or subconsultants (or any agency or individual that Consultant shall bear the legal liability thereof) in the performance of services under this agreement. Consultant's duty to indemnify and hold harmless Agency shall not extend to the Agency's sole or active negligence. b. Duty to Defend In the event the Agency, its officers, employees, agents and/or volunteers are made a party to any action, lawsuit, or other adversarial proceeding arising from the performance of the services encompassed by this agreement, and upon demand by Agency, Consultant shall defend the Agency at Consultant's cost or at Agency's option, to reimburse Agency for its costs of defense, including reasonable attorney's fees and costs incurred in the defense of such matters to the extent the matters arise from, relate to or are caused by Consultant's negligent acts, errors or omissions. Payment by Agency is not a condition precedent to enforcement of this provision. In the event of any dispute between Consultant and Agency, as to whether liability arises from the sole or active negligence of the Agency or its officers, employees, or agents, Consultant will be obligated to pay for Agency's defense until such time as a final judgment has been entered adjudicating the Agency as solely or actively negligent. In no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault. 3.5.7 Entire Agreement: This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law: This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence: Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants: City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns: This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 Assignment or Transfer: Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions: Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification: No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 Waiver: No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries: There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability: If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests: Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees or subconsultants to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment: Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.20 Labor Certification: By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self- insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 Authority to Enter Agreement: Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts: This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required: Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [Signatures on next Page] CITY OF ROSEMEAD BUCKNAM INFRASTRUCTURE GROUP, INC. i By. Bgr+Kim- yManager V -- - Name: -Attest: -_ Title: Eric -0Hernandez, City Clerk Date [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Approved as to Form: By. Name: %f�e7,- ,dU!!G,✓^-+,,. Rachel Richman Date City Attorney Title: SLf-llAl /T" EXHIBIT A SCOPE OF SERVICES/ RATE SCHEDULE PROPOSAL FOR PROFESSIONAL ENGINEERING SERVICES FOR PAVEMENT MANAGEMENT PROGRAM (PMP) 2022 UPDATE (RFP NO. 2022-15) City of Rosemead, CA July 18, 2022 Submitted by: Bucknam Infrastructure Group, Inc. City of Rosemead, CA Pavement OondMon 3018 a T .PM ROS�EMEAD cxy oral—an:u-......... Table of Contents L w Section Page Table of Contents, Cover Letter TOC Approach / Scope of Work .............................. 1-1 Project Understanding / Scope of Work ......................................... 1-1 ElProject Team, Key Personnel and Resumes...... 2-1 Key Project Team Members............................................................ 2-1 Organization Chart .......................................................................... 2-3 Resumes.......................................................................................... 2-4 3 Company Qualifications..................................3-1 Bucknam PMP Qualifications.......................................................... 3-1 Delineation of Bucknam Infrastructure Group Strengths ............... 3-2 Quality Management Plan.............................................................. 3-3 1 I References......................................................4-1 Relevant Project Experience........................................................... 4-1 5 Standard Contract / Insurance Requirements.. 5-1 6 Fee Proposal (separate envelope) ................... 6-1 Proposed Fee Schedule................................................................... 6-2 Hourly Rate Schedule...................................................................... 6-3 City of Rosemead TOC 2022 Pavement Management Program July 18, 2022 Mr. Eddie Chan City Engineer City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Subject: Proposal for Pavement Management Program (PMP) 2022 Update Dear Eddie, It is our pleasure to submit our proposal to assist the City of Rosemead in the continued proactive management of your Pavement Management Program (PMP). With the City seeking to move toward stronger infrastructure management methodologies through comprehensive pavement inspections, neighborhood maintenance scheduling, Capital Improvement reporting (CIP), and GIS implementation, Bucknom Infrastructure Group, Inc. has identified a proactive and cost efficient method to assist the City in updating your PMP. Our team will focus our long-term PMP knowledge, extensive Rosemead -Los Angeles County experience and GIS/GPS technologies to optimize the City's maintenance dollars by implementing a manageable and reliable PMP methodology. With Bucknam assisting the City with PMP services since 2010, our project staff, again, can be relied upon to provide continued, outstanding service to the City. This will be accomplished by assisting the City in implementing a common-sense neighborhood M&R schedule, formulating a proactive Arterial CIP budget and providing realistic maintenance recommendations. Our firm is unique in that we provide: Relevant and accurate PMP services based on our ongoing work with numerous Los Angeles, Orange County and San Diego local agencies such as: 0 30 Los Angeles County local agencies; 34% of LA County cities (e.g., La Verne, Alhambra, Monterey Park, South Pasadena, Sierra Madre, Monrovia, Rancho Palos Verdes, Lynwood, , South Gate, Long Beach, etc.) 0 20 Orange County local agencies; 0 12 San Diego/Inland Empire local agencies; and o Army Corps of Engineers ASTM D6433-20 compliant surveying, reporting and pavement analysis on an annual basis; Our project manager has worked within the SoCal Pavement Management industry for over twenty-four (24) years and has worked extensively with MicroPAVER and StreetSaver PMP software's through turn -key data conversion projects to long-term, proactive pavement CIP scheduling that relies on accurate and cost-efficient bid documentation; 'a 556BUCKNAM'eC^ INFRASTRUCTURE ;� .bucknamincxom Project/engineering experience that brings the understanding that MicroPAVER results are not set in stone; we proactively use the available data to enhance budget forecasting and CIP/O&M project planning; Use of Bucknam-Fuscoe cloud -based learning Artificial Intelligence (AI) to calculate, compare and qualify all AC/PCC asphalts within the City of Rosemead :• Cost effective management methodologies, from the project kickoff through final reporting, gained through our Project Manager's experience and use of GIS tablet -based / digital roadway imaging surveys / MyRoads•'" dynamic PMP -GIS link; As Project Manager, my goal is not just to meet the requirements of this project but establish a living document (Arterial & Local pavement CIP submittal) that will be used throughout the term of the CIP as well as implement achievable long-term infrastructure management goals in coordination with City schedules. Offeror: Bucknam Infrastructure Group, 3548 Seagate Way, Suite 230, Oceanside, CA 92056; Company FID # 45-2723662 Mr. Peter Bucknam (Project Manager) will be providing day-to-day operational and management services; he is authorized to sign the agreement for this contract. He can be contacted at 760-216-6529 (work) 714-501-1024 (cell) or email at peter@bucknam- inc.com. Mr. Steve Bucknam, P.E. (Principal) will be responsible for project oversight (steve@ buckna m.net). By selecting Bucknam Infrastructure Group, Inc., the City of Rosemead will continue to have a strong, knowledgeable, innovative, and communicative team with the experience to implement a cost-effective pavement management program. Our handpicked pavement management professionals are committed to delivering quality services to the City. We have already scheduled time for your project and eagerly await our kick-off meeting with City staff and you. Respectfully submitted, Bucknam Infrastructure Group, Inc. Peter J. Bucknam President/Project Manager Approach / Scol)e of Work Project Understanding / Approach As the City of Rosemead infrastructure matures, the City s staff is striving to update the City's Pavement Management Program (PMP) through "annual" cost effective condition surveys, engineering cost evaluation, Arterial CIP and "neighborhood" budgetary reporting and work history updates within the PMP database. Bucknam's experience through adherence to scope, schedule and cost have proven itself over the past twelve (12) years of PMP service to Rosemead Public Works. Bucknam has assisted the City in improving the overall PCI from 74 in 2010 to where it stood in the latest 2019 update (76.5). The City requires a team that will continue to not only resurvey the defined sections using cost- conscious methodologies but will create a comprehensive program that includes the enhancement of your multi-year PMP CIP, neighborhood maintenance, educational training, essential data for PS&E bid document preparation, stewardship of the PMP, GIS links to the PMP, and the knowledge of the inner workings of the PMP software. Bucknam will provide these services through our proactive and accurate update of your PMP; we will address the City's primary goals of: • Providing all necessary PMP documentation to LA County METRO at or before the defined RFP deadline; • Updating MicroPAVER with 2022 inspections, work history and maintenance data; or • Enhance the Rosemead PMP database with 2018 to 2022 work history data entries; • Surveying 85 miles of Arterial, Collector, Local and Alley streets; provide variance PCI reporting based upon 2018 PCI's vs. 2022; • Verifying / Updating pavement centerline and metric data (PMP vs. GIS); • Generating 2022 Pavement Condition Index (PCI) ratings for each AC/PCC segment; • Developing a proactive preventative slurry seal / overlay maintenance schedules based on existing capital funding; o Divide City into five maintenance zones in order to implement a five-year slurry seal cycle program; • Establishing solid recommendations for current /future maintenance needs; • Utilizing the City's existing funding to generate a baseline five (5) year Capital Improvement Program (CIP); • Recommending alternative maintenance budgets that demonstrate realistic return -on - investments (ROI), i.e. Scenarios 1, 2, 3, "actual" budget model, maintain PCI model, etc. City of Rosemead 1-1 2022 Pavement Management Program of Work We have defined detailed phases to the scope of work in accordance to the City's RFP; 1. Project Implementation 2. Client Satisfaction 3. Project Schedule (See Task 3.1) 4. Scope of Work (Major Tasks) 1) Project Implementation TASK 1.1: Project Kickoff The first step in implementing a successful pavement management program truly resides in frequent communication and timely scheduled data updates. For the City of Rosemead it will be essential to establish, up front, the Public Works Division (Engineering/Public Services) pavement management priorities. Our team will set a Project Kickoff meeting with the City Engineer (Mr. Eddie Chan) to further discuss and review in detail the expectations of the project, technical approach, section ID / GIS management & surveys, district/zone maintenance, software upgrades & use, deliverables within the scope of work and the review of schedule. This effort will build consensus between the Public Works/Public Services staff as well as build stronger ARTERIAL CIP and LOCAL neighborhood maintenance programs that complement large Public Works CIP projects and annual maintenance projects. The first key topics to be discussed will include the review and assessment of the existing MicroPAVER pavement plan/data; its current and future use, survey areas based on recent maintenance work and schedules, new construction, data quality and condition, current pavement procedures, historical expenditure levels, software implementation and desired service levels. Deliverable: Meeting minutes, revised project schedule (if necessary) TASK 1.2: Project Status Meetings - Quality Control Program Status Meetings and Progress Reports • Minimum of three meetings during the project (kickoff, field, and status meetings) — minimum of eight (8) hours; Field review meetings; Monthly progress status reports will be delivered to City project manager. Quality Control (QC) We will use a statistical sampling approach for measuring the quality of our field technician's work. In this manner, 10 percent of the original annual surveys will be re- surveyed by an independent survey crew, supervised by a field supervisor, and the results will be compared to the original surveys (this will include 8.5 miles of arterial/local/alley QC). Our QC process involves checking the field crews' work in a City of Rosemead 1-2 2022 Pavement Management Program "blind study" fashion. Quality control checks will be performed at the end—dr each survey week. This will ensure that all field personnel are properly collecting distresses and pavement quantities for all street segments. PCI variance reporting will be performed where previous PCI data will be compared to newly inspected 2022 PCI data; if PCI's vary more than ten (10) points per year Bucknam staff will assess the potential cause through unrecorded work history, accelerated pavement deterioration, etc. Bucknam will record/log any discrepancies between the previous and current PMP databases (any corrections/changes to the database shall not be made without prior City staff approval). Since we are collecting distress information on our field Tablets with the Rosemead PMP database live, our staff will perform several quality control tests within the pavement management software using a sample set of the City of Rosemead's street distress data. City will provide acceptance of the quality control data prior to any finalization of the PCI Report. See Section 3 for more details regarding our QA/QC methodologies. This will ensure that all system and analysis settings as well as City recommendations and standards are being followed. Over the past two years, Bucknam has submitted fifty (50) METRO/OCTA compliant reports for LA and Orange County municipalities, they include: Long Beach i Alhambra I EI Segundo Duarte i Culver City i... . Rancho Palos V_er_d_es ....._.........._ Palmdal ........... ...._._ ........................_Lomita......_....... . ..... ................ ..._ . Signal Hill ..... Pomona ...____._.._..._..__..._...__.._..._.._.__--___.-.__._..._.........._..._.................................. . _ ..._.4..............._ .......... ........ SierraMadre Park j Hermosa Beach .South _Pasadena .Monterey Compton --'----......--'--"----...__._...........................:...........-...._—_._.._.._....-..............._......._.___..._.............._ Lynwood Norwalk ......_...__......... MonroviaRosemead .___..___...__....______._._........._. _.._.................. _.......................... ............ ... __._..._.._.__.__._._..._._......_._.__..._..._.._.._.._ Bellflower Lawndale Covina BeverlyHills _....._._._........_._.........----'_..... ....... La Verne ._ ..... _............................ _._................_._ _. :...............-. .-.: .H.....i..l..l_s .... ........_ _._............. _ ...South Gate _. ._..._. �._...-...-.-.-. La, Habra Heights ... -- ... ........... ... _ Gardena I ' Orange County PMP Clients (Current) Brea la Palma I RSM .__.___._........_..._....__._....._._.__._....._....i_..._._._._..._._..._.._._._.__._.__._..._._.._..__.____._i._____...____._.____.___..__ Costa Mesa Tustin .............._._._..-.._._._.__.__. j._._...____..__._Oran�e .........__._....................._._!.__.___._._._..._....._._ ._._._...__...._...._.__ Laguna Hills Laguna Beach i Westminster Fountain Valley San Juan_ Capistrano La Habra . _ _Huntinv. .Beach _ ; .Laguna Woods_ _' Fullerton Seal Beach Santa Ana Placentia Our surveys follow the accepted ASTM D6433 procedure requirements. A copy of the QA/QC plan utilized by our staff during the project will be submitted along with the PMP certification documents. Our staff attends the OCTA PMP Distress Training Classes held in each year, 2011 thru 2022. City of Rosemead 1-3 2022 Pavement Management Program In February 2022 our staff was acknowledged as "qualified inspectors and firm" to prepare PMP's compliant with the OCTA Countywide Pavement Management Guidelines (this certification/compliance runs through June 2024). Additionally, Bucknam was selected by the Orange County Transportation Authority (OCTA) in July, 2021 to perform a 10 -year Pavement Management Plan analysis on ALL 35 Orange County local agencies PMP's. 2) Client Satisfaction TASK 2.1: Project Deliverables Shown throughout our Scope of Work, each Task is summarized with project deliverables. Client satisfaction will derive from frequent communication with the Project Manager and key staff members from the Engineering / Public Services departments. Project success is created by delivering on three main factors; 1) Adherence to scope tasks and deliverables 2) Performing to the standard set by the Project Schedule; and 3) Controlling costs. Our Project Manager will follow each of these factors throughout the duration of the project Deliverable: Project Status Updates, as stated in Task 1.2 3) Project Schedule TASK3.1: Work Flow/ Project Schedule Our project schedule shows each major task identified in our scope of work, as well as quality control milestones and meetings. Buckram currently has ample staff to apply to this project in order to meet an aggressive schedule (3 field technicians will drive the proactive schedule). With a completed survey, our team will work with you to establish a PMP that provides specific, manageable pavement segments, detailed maintenance schedules of needed repairs and cost conscious maintenance recommendations that will assist you in preparing budget estimates required to complete the scheduled work for fiscal year 2022-23 and beyond. City of Rosemead 1-4 2022 Pavement Management Program Per the request of the RFP, we have included the Critical Path Method (CPM) Project Schedule that meets and exceeds the City's January 2023 internal and METRO deadline. 4) Scope of Work (Major Tasks) TASK 4.1: Update Maintenance and Rehabilitation History The City will provide Bucknam a complete listing of all major work (overlay, slurry, etc.) in order to update specific section work histories and PCI ratings. Bucknam will review all maintenance and rehabilitation projects completed and/or scheduled by the City since the last update in 2018; this will include work history updates on arterial, locals and alleys. Our staff will enter the necessary work history updates as mentioned above (i.e. data entry of maintenance / rehabilitation activities) into your MicroPAVER software. Once the project is completed, our staff will upload the necessary PMP database files at the City. Deliverable: Update PMP data, Work History report TASK 4.2: Pavement Condition Surveys First and foremost, the assessment of the City's pavement segmentation is one of the key priorities for this project. With four years between major inspections it will be essential to verify that all Arterial, Collector and Local segmentation is up-to-date and that section SF quantities are verified, accurate and reliable. City of Rosemead 1-5 2022 Pavement Management Program h / Scoae of Work This will be completed by utilizing the Bucknam-Fuscoe cloud -based learning technology (AI) to correct quantify square footages for each pavement section (see sample below). Bucknam (powered by Fuscoe's unique use of cloud -based learning technology technology) allows our staff to provide the Al with the City of Rosemead's most recent aerial image; in doing so, all AC and PCC pavement areas are immediately calculated. This instant calculation is possible due to the cloud -based learning tech's inherent working knowledge of how to recognize pavement surfaces and asphalt types. This ability will allow Bucknam to obtain the necessary quality control measurements for all Rosemead PMP segments and to perform segment SF variance reports. This will in turn create a more accurate total centerline / square footage of the Rosemead network as well as for each unique pavement segments. We will review/assess new and/or missing streets previously excluded from the last PMP update and create the necessary segmentation within the Rosemead PMP database + GIS links (this Al effort can be applied through our optional services (see proposed fee). If not selected Bucknam will utilize project setup and field operations to correct true areas. Once the pavement segmentation has been assessed and verified, the necessary 85 miles of Arterial, Collector, Local and Alley inspections will be performed. It is the City's desire to survey all pavement sections this fiscal year. Our survey methodology will include the following approach based on the ASTM D6433 guidelines: 1. Walking - All sections are surveyed through "two -pass test" walking methodologies. AC/PCC distress types will be collected based upon actual surface conditions and physical characteristics of the segment. Surveying methods will be conducted by remaining consistent with ASTM D6433-20 & the Army Corp of Engineers AC/PCC sampling guidelines while being flexible to current City requirements. All sample locations are observed through walking surveys; samples areas will cover a minimum of 20% of the total section area and will be 2,500 SF +/- 1,000 SF in size. According to the City's RFP the following pavement sections are to be surveyed for the upcoming 2022 PMP update: • The inspection of approximately 85 centerline miles of Arterial / Collector, Local and Alley segments will be performed; City of Rosemead 1-6 2022 Pavement Management Program Approach / Scope of Work • Recent overlay rehabilitation will reduce total mileage of survey —TBD; ®' Our use of Tablet -based units allows our staff to collect pavement data with the City of Rosemead's PMP database live in the field. At the end of the day all electronic data is transferred to our office for quality control and management. Roadway Verification Survey - A listing of the field attribute data that is updated/verified during the survey for the pavement management database is listed below: 2. Field Attribute Data (updated and/or verified) From/to, indicating the assigned limits of the section, sample test areas, street name Historical PCI tracking from previous inspections and 2022 PCI inspections Segment rank, length, width, and total true area of the section 3. Conditional data will be evaluated for all street segments and will include: MicroPAVER 20 AC & 19 PCC distresses by type, severity and sample area Sampling/conditional data pulled from within edge -of -pavement to edge -of pavement PCI ratings (0-100), taking into account the surface condition, level of distress 4. Section Distress and PCI Reporting Once inspections are completed, we will generate a draft Pavement Condition Index (PCI) Report for City staff to review. The City and our staff will review these reports to ensure that all inventory data is correct and the project is running smoothly. Our submittal will include: 1. PCI Variance report comparing 2018 PCI's to 2022 PCI's 2. Street centerline miles, lane miles, and pavement area a. Reported as an entire network b. Reported by functional classification (arterial, collector, local) 3. Current street network Pavement Condition Index ratings a. Report as an entire network b. Reported by functional classification (arterial, collector, local) 4. Pavement segment tabular listing for the entire street network a. PCI Report — sorted by PCI (worst to best) b. PCI Report—sorted alphabetically Deliverable: Citywide PCI Reports (30%, 65% and 100% status PCI reports), PCI Variance report City of Rosemead 1-7 2022 Pavement Management Program roach / Scope of Wo DEVELOP RECOMMENDED IMPROVEMENT PROGRAM TASK 4.3: Maintenance and Rehabilitation, History and Decision Tree We will assist the City in developing the most cost-effective preventative maintenance and rehabilitation strategies necessary to achieve the desired level of serviceability. This will be accomplished by meeting with the City to discuss and strategize maintenance activities that are currently being used by the City as well as model the City's "Annual Program of Preventative Pavement Maintenance." Based on the City's current AC & PCC applications, Geotech reports and other maintenance practices used we will conduct an historical and prospective analysis on the conditional and financial impact these practices have on the pavement network. We will establish/update the Rosemead MicroPAVER maintenance "decision tree" that will be used to generate pavement recommendations that match current fiscal year maintenance approaches/City practices. This will be accomplished by assessing/updating the unique and individual PCI ranges and deterioration curves within PMP software based on functional class (i.e. arterial, collector, local) and age. Our staff will review the Rosemead deterioration curves that have been developed based on historical pavement condition, inspection, surface type, and road class. All current market material and labor/unit costs will be integrated into the PMP recommendations and will be derived from the most recent construction bids for pavement rehabilitation. We will account for inflation rates when long-term revenue projections are made. Our Project Manager and Principal will work closely with the City in defining repair and rehabilitation strategies for each fiscal year as well as establish PMP zones for the street/alley networks. Once the repair/rehabilitation strategies have been defined, the identification of a five year Forecasted Maintenance/Rehabilitation schedule will be generated. The recommended budget scenarios will be identified on the basis of several criteria • Assessment and review of the City's Pavement CIP • Present pavement conditions; Desired levels of service and available resources • Projected / Forecasted PCI's per section • Cost benefit of individual strategies (minimum of three (3) scenarios; i.e. Current Budget, Maintain PCI and Improve PCI) • Budgetary recommendations that satisfy METRO guidelines • Local "Neighborhood" fiscal year reporting/improvement scheduling o Create and define five-year cycle slurry seal program based on zone schedules • Future routine maintenance needs based on projected deterioration rates • Pavement improvement scheduling with the City's major CIP projects (water, sewer, etc.); when necessary The primary emphasis of this task is to maximize the scheduling of street maintenance using the most cost-effective strategies available and taking into account a life -cycle cost analysis. City of Rosemead 1-8 2022 Pavement Management Program TASKAIA Final Citywide CIP/METRO Compliance Budget Reports We will deliver the Final Report to the City which will be essential for staff reference / use as well as presented in a way that is beneficial for elected officials/upper management. This report will assist the City in complying with METRO. The report will be prepared in a format that uses the information delivered by the PMP database in conjunction with the information and analysis performed by our team. The report will provide the City with information on: • Current inventory and pavement conditions indices (PCI) for all road classes • Projected annual rehabilitation programs for street maintenance for a 5 -yr period (ARTERIAL, LOCAL and ALLEY Forecast Maintenance Reports) that show the largest return on investment and acceptable levels of service; • Recommended five-year Slurry Seal Program focusing on efficiently prolonging the life of the Rosemead PMP road network; • Modeling and comparison of at least three (3) budget scenarios that typically include: • Future PMP conditions based upon historical funding levels; • Identification of annual funding to maintain current after 5 -years; • Increase current PCI within 5 -years; • Gradual, Frontloaded, Constrained and Unlimited funding analysis; • Strategies and recommendations for the City's maintenance programs and procedures, including a preventative maintenance schedule; • Publication of multiple budget scenarios within MyRoads'" (Bucknam web- portal/dashboard); Supporting documentation required by METRO to assist City staff; • A detailed breakdown of deferred maintenance (backlog); and • Quality Management Plan document. Our recommendations will provide guidance to the City on how to implement better preventative maintenance / rehabilitation strategies and/or increase funding through PMP data examples. Bucknam will attend public meetings upon City request. Registered Engineer Mr. Steve Bucknam, P.E. will review all completed data and sign a final report incorporating the results of our pavement evaluation and conditions. We will provide recommendations for pavement rehabilitation and replacement design based upon field data and analysis. Deliverable: Upon final approval, three (3) bound copies of the Final Pavement PMP Report, in binder and electronic form (.pdf), will be sent to the City. Bucknam will provide one copy of the Final PMP database and will assist the City with the internal IT installation and access. City of Rosemead 1-9 2022 Pavement Management Program TASK 4.5: PMP - GIS Mapping As an enhancement and proactive approach to this project, our staff will update the existing Pavement -GIS link between Micro PAVER and the City's GIS system. Bucknam currently has the 2018 PMP -GIS shapefile in -hand; this allows our staff to immediately utilize the file and prepare for internal PMP editing, survey and reporting. Our staff will review, with City staff, all ongoing upcoming capital projects that may impact the GIS mapping delivered for this project. The maps described below will be incorporated into the City's Final PMP report: • PCI values for every section • Work History identifications • 5 -yr Arterial/ Local Rehabilitation and Slurry Seal Programs • Functional classification maps Once the City has approved the Pavement Condition Report, we will update the necessary MicroPAVER-GIS linkages (street names will be shown on all maps). By using the unique ID's within the PMP and the City's ESRI street shapefile ID's, we will update the one-to-one match for each pavement section in the GIS. Our staff will coordinate all project deliveries with the Public Works and the GIS division to ensure that the most current and accurate PMP -GIS maps are represented within the City's GIS enterprise. Deliverable: Complete GIS files/themes based on list above (shapefiles). TASK 4.6: Rosemead MyRoads' PMP Web -Portal Rosemead MyROadS"" Web -Portal — Bucknam's proprietary option of MyRoads'" is a great match for the Rosemead PMP today and the future. Our web -app brings your PMP data to life within a dynamic PMP dashboard) Bucknam now provides all our PMP clients with a unique and agency driven "MyRoads'"" web - portal that provides instantaneous access to your pavement management database. This "dashboard" allows users to toggle through individual sections via GIS mapping selections, zone queries, rank selection, PCI ranges, etc. to review all section metrics, latest/previous inspections, work histories generate filtered PCI reports and identify potential maintenance costs based upon your unique needs. City of Rosemead 1-10 2022 Pavement Management Program Bucknam has shown the Rosemead MVRoads•" account actively working! This tool will be accessed by City staff simply through a Username/Password methodology. As changes are made to the Rosemead PMP database the MyRoadsTM' dataset is changed to reflect work history edits, PCI inspections and section changes. In summary, MyRoads' allows the user perform the following dynamic functions: • Query specific pavement segment(s) to view current/historic PCI, work history inspection; • Filter for pavement sections within a defined zone, PCI range and/or functional class; • Select a pavement section or grouping of section through the on -board GIS tool; • Enter slurry, overlay & reconstruction unit costs to determine preliminary cost of maintenance and resulting citywide PCI o Display critical street / sidewalk / ROW assets along pavement section(s) that are critical to Engineering Bid development and solicitation (ADA ramps, utilities, manholes, trees, etc. • Displays all final GIS project maps (PCI, work history, 5 -yr forecasted maintenance, etc.) • Bucknam will train Rosemead staff on the simply use of the MyRoads" dashboard. TASK 4.7: PMP Training With PMP software use being one of the key components to a successful PMP implementation, we will provide City staff with quality, certified training and the necessary skills needed to maintain the PMP. Bucknam will provide City staff with all collected pavement/GIS data, as well as updated operation manuals for both field data collection and software use. Peter Bucknam and staff will conduct comprehensive training sessions covering PMP implementation, PMP methodologies, field survey practices, PCI calculations, MicroPAVER use, editing/updating the database, MyRoadsm, budget needs analysis, and how to publish PMP data to GIS. City of Rosemead 1-11 2022 Pavement Management Program Approach / Scope of Work 4 Training typically involves one (1) day of training on the MicroPAVER software and GIS linkages. There is no minimum or maximum amount of people that can be trained under this methodology. Bucknam will assist the City in obtaining one (1) license copy of MicroPAVER v7.0.11 that will be utilized in the training and future management of the PMP network. PMP Technical Support - Technical support will include the provision of up to 40 hours of PMP support for one year upon completion of the project (annually). Bucknam will provide quality and accurate use of the in-house operation of MicroPAVER software. Once the City has approved the Pavement Condition Index Report under this years work effort, this service will become active. Our typical On -Call services include: • Additional budget scenarios, general reporting, deterioration studies • Additional visual inspections above the mileage amount indicated in Task 4.2 • Additional pavement management—GIS mapping • Additional MicroPAVER training, operational use • GIS Enterprise assessment, management, implementation, support The agreement will include the provision of onsite and telephone support for the City staff. Deliverable: PMP software training, field and internal technical support City of Rosemead 1-12 2022 Pavement Management Program Project Team — Key Stajf The Bucknam pavement management team's local agency expertise is demonstrated through: Our experience of managing pavement projects over the past twenty-four (24) years; with Rosemead since 2010; :• Assisting cities comply with County PMP Propositions/Measures (METRO); s Implementing MicroPAVER throughout Southern California; 4. Extensive Los Angeles, Riverside, Orange, San Diego and Inland Empire PMP project management experience; Our understanding of public works projects from the "city/agency' side through City Engineer and Public Works Director experience; o Implementing a realistic, proactive and sustainable PMP methodology that matches your agencies needs and goals. Bucknam will continue to bring our extensive experience to the No key person designated to City of Rosemead by building upon our knowledge and this project will be removed understanding of your PMP goals. Mr. Bucknam's pavement or replaced w/o prior team includes ten (10) dedicated, qualified managers and field written consent from the technicians that have served under his management for over Agency twenty years on PMP projects. His team of inspectors will update your PMP through sound Army Corps of Engineers — MicroPAVER inspection methodologies. Mr. Bucknam's experience covers the management and implementation of infrastructure management programs that exceeds 60,500 miles of pavement for more than 80 cities and 700+ PMP projects. Bucknam — Key Project Team / Experience PETER BUCKNAM, Project Manager, will be responsible for the day-to-day management, daily performance of the project, conditional review and provide budgetary modeling/ analysis. He has managed 700+ pavement management projects over the past 24 years in the Southern California region and will be the Project Manager for Rosemead's PMP project. Within this time he has served as project manager for seventy agencies in the Southern California. Peter is committed to the project from the receipt of the notice -to -proceed through completion and furthermore he is a PMS software trainer on MicroPAVER/StreetSaver and performed numerous training sessions for local agencies. He has performed over 50 training workshops covering software's such as MicroPAVER, StreetSaver and CarteGraph. Our niche team of PMP experts allows our Project Manager and staff to survey the network in four (4) weeks and deliver the Final PMP Report prior to the Agency's deadline. He brings his expertise to cities through converting, implementing, updating, and enhancing pavement management programs; this covers 20+years (14 with Bucknam Infrastructure Group, 5 with Bucknam & Associates and 5 with Berryman and Henigar).Mr. Bucknam will bring new, fresh and proactive recommendations to this project and will identify realistic program management and fiscal goals to assist the Agency City of Rosemead 2-1 2022 Pavement Management Program Project Team in its upcoming CIP. Rosemead will continue to receive recommendations that are so and achievable, rather than timid or unrealistic. STEVE BUCKNAM, P.E., Principal, will be responsible for the overall performance of the project and provide quality assurance review. Mr. Steve Bucknam is a licensed Civil Engineer (LIC #20903) and will oversee all tasks for this project. Mr. Bucknam is a former Deputy City Managerfor Public Works and City Engineer of Norwalk, and City Engineer in Arcadia and Pacifica, California. He has over 45 years of professional experience and has managed street maintenance, reconstruction and improvement programs. SHAUN RUSSO, Lead Field Technician, will be the lead field surveyor for this project. His responsibilities will include surveying, quality control, and working with our management staff ensuring the updated PMP database is complete. He has been involved with over 86 pavement management projects and brings his wealth of PMP software, GIS and inspection experience to this project. Shaun is a certified OCTA/ASTM D6433-20 inspector. AARON SUTTON, GIS Manager, will oversee all GIS and PMS data migration prior and during the project. He drives all GIS creation, PMS mapping, editing and deliverables for the project and is our key staffer for the ArcGIS Online web -hosting services that we provide. Mr. Sutton has been involved with over 92 pavement management projects within San Bernardino, Riverside, LA, San Diego and Orange counties. LINDA WILLIAMS, GIS Analyst, will be a supportive GIS on-site / field technician for this project. Her responsibilities will include data population, surveying, daily quality control, and working with our management staff ensuring the GIS projects are complete and delivered proactively. Linda will be on-site at the City once specific priority projects are scheduled; our technicians will be responsible for coordinating and communicating GIS work activities with City staff when on-site. Technicians will also work off-site at Bucknam offices when project workload and schedules require it. Our technicians are well -versed with ESRI ArcMap 10 and web -based GIS systems. TIM FENNESSY, Field Technician, will be a supportive field surveyor for this project. His responsibilities will include surveying, quality control, and working with our management staff ensuring the updated PMP database is complete. He has been involved with over 56 pavement management projects and brings his wealth of PMP software, GIS and inspection experience to this project. Tim is a certified OCTA/ASTM D6433-20 inspector. AARON COHODAS, Field Technician, will be a supportive field surveyor for this project. His responsibilities will include surveying, quality control, and working with our management staff ensuring the updated PMP database is complete. Mr. Cohodas has been involved with over 56 pavement management projects and brings his wealth of PMP software, GIS and inspection experience to this project. Aaron is a certified OCTA/ASTM D6433-20 inspector City of Rosemead 2-2 2022 Pavement Management Program Proiect T With five technicians on this project that are trained in the Army Corps of Engineer methodology and available to begin work immediately; our survey schedule will be expedited. Our team will be able to survey the entire 85 miles of pavement within four (4) weeks' time due to our familiarity with the Rosemead PMP network, experience, availability and man -power. In case of heavy rain that can potentially delay scheduled street inspections, our team includes two (2) additional certified PMP inspectors that can be added to our Field Technician team above, if necessary. Team Organization Chart Team Resumes on the following pages City of Rosemead 2-3 2022 Pavement Management Program Peter J. Bucknam / Project Manager Director of Infrastructure Management — GIS EDUCATION B.A., Geography — Urban Planning, San Diego State University, 1997 PROFESSIONAL DATA Member, American Public Works Association Member, Maintenance Superintendents Association Chair, Transportation Committee, Inland Empire Report Card (ASCE) — 2005/06 & 2008/09 Co -Chair, Member APWA Committee for Street and Technology 2003-2015 Certificate of Professional Development —ASTM D6433-18; MicroPAVER Certificate of Completion — OCTA MicroPAVER / StreetSaver Distress Training (2011 thru 2022) NASSCO —Certificate, National Pipeline Assessment Certification Program (PACP) QUALIFICATIONS / EXPERIENCE OVERVIEW Peter Bucknam is an expert in infrastructure project management, pavement management -training, planning, resource management, implementation and program management. He has over twenty years' experience in the area of Geographic Information Systems and infrastructure asset management. Mr. Bucknam has managed a wide range of infrastructure project tasks including the collection and input of infrastructure survey data, preparation of Public Works capital improvement program projections and reports, infrastructure/software needs assessments, GIS/GPS data collection, data conversion and quality control. Mr. Bucknam has performed infrastructure management services to over 70+ local agencies and is currently serving as project manager for numerous pavement management programs throughout Southern California. He has personally served as project manager for 700+ PMP projects throughout Riverside, San Bernardino, San Diego, Orange and Los Angeles counties. He has worked with over 12 Inland Empire County cities, 30 Los Angeles cities and he is currently working with 19 of the 34 Orange County agencies regarding Measure M2 Micro PAVER/StreetSaver compliance. His project level and management experience covers: pavement/sidewalk management, Traffic Control Device Inventories (TCDI), GIS implementation, Traffic Signal surveys, Right -of -Way (ROW) surveys, and ADA survey/compliance. In managing over 700+ infrastructure projects in the past twenty-four years, Mr. Bucknam has used a diverse amount of software to assist local agencies implement infrastructure management programs and GIS Enterprises. These programs include MicroPAVER, MTC StreetSaver, LambdaTech's GPSVision, Cart6Graph, ESRI products, Crossroads, Lucity, Energov, Spillman, GBA Master Series, and Mapinfo. Prior to joining Bucknam Infrastructure Group, Inc., Mr. Bucknam served as Director of Infrastructure Management -GIS with an Engineering consulting firm where he managed numerous public works infrastructure/ROW projects ranging from surveying, maintenance life -cycles, cost & benefit analysis, financing and construction cost estimating. This included researching, surveying, converting and implementing multiple phase pavement management projects which provided better management practices, data efficiencies and GIS functionality within local governments and maintenance facilities. In addition, he provided technical (software) support for the on-going citywide PMS projects as well as developing capital improvement plans/budgets for integrating Tablet -GIS data management functionality into future maintenance efforts. SAMPLE OF PETER BLICKNAM'S PROJECT MANAGEMENT EXPERIENCE (1997-2022) • 2022 Pavement Management Program, City of Monrovia • 2022 Pavement Management Program, City of Covina • 2022 Pavement Management Program, City of La Habra Heights • 2022 Pavement Management Program, City of Laguna Hills • 2022 GIS Enterprise Support Services, City of Alhambra • 2022 GIS Enterprise Support Services, City of Big Bear Lake • 2022 Pavement Management Program, City of Big Bear Lake • 2022 Pavement Management Program, City of Rialto • 2022 Pavement Management Program, City of Vista • 2022 GIS Enterprise Support Services, City of Fountain Valley • 2022 Pavement Management Program, City of Rancho Santa Margarita • 2022 Pavement Management Program, City of EI Segundo • 2022 Sign Inventory Program, City of Norwalk • 2022 Pavement Management Program, City of La Palma • 2022 Pavement Management Program, City of Laguna Woods • 2022 GIS Enterprise Support Services, City of Duarte • 2022 Pavement Management Program, City of Culver City • 2022 Pavement Management Program, City of Pomona • 2022 Pavement Management Program, City of Westminster • 2022 Sign Inventory Program, City of Tustin • 2022 Pavement Management Program, City of Placentia • 2022 Pavement Management Program, City of Buena Park • 2022 Pavement Management Program, City of Huntington Beach • 2022 Pavement Management Program, City of Rancho Palos Verdes • 2022 Pavement Management Program, City of Laguna Beach • 2022 Pavement Management Program, City of Signal Hill • 2022 Pavement Management Program, City of Seal Beach • 2022 Pavement Management Program, Inland Empire Utilities Agency • 2022 Pavement Management Program, City of Costa Mesa • 2021 Pavement Management Program, City of Lawndale • 2021 Pavement Management Program, City of Monterey Park • 2021 Pavement Management Program, City of Santa Ana • 2021 OCTA Pavement Management Plan (10 Year Study— OCTA) • 2021 Pavement Management Program, City of Lake Elsinore • 2021 Pavement Management Program, City of Bellflower • 2021 Pavement Management Program, City of Indian Wells • 2021 Pavement Management Program, City of Solana Beach • 2021 Pavement Management Program, City of Barstow • 2021 Sign Inventory Program, City of Norwalk • 2021 Pavement Management Program, City of San Juan Capistrano • 2021 Pavement Management Program, City of La Habra • 2021 Pavement Management Program, City of Gardena • 2021 Pavement Management Program, City of Menifee • 2021 Pavement Management Program, City of Duarte 0 2020 Pavement Management Program, City of Pomona • 2020 Pavement Management Program, City of Covina • 2020 Pavement Management Program, City of Redlands • 2020 Pavement Management Program, City of Lomita • 2020 Sign / Pavement Management Programs, City of National City • 2020 Sign / Pavement Management Programs, City of Murrieta • 2020 Pavement Management Program, City of Brea • 2020 Pavement Management Program, City of Tustin • 2020 Pavement Management Program, City of Compton • 2020 Pavement Management Program, La Cresta HOA, Temecula • 2020 Pavement Management Program, City of Glendora • 2020 Pavement Management Program, City of La Palma • 2020 Pavement Management Program, City of Laguna Beach • 2020 Pavement Management Program, City of Sierra Madre • 2020 Sidewalk / Pavement Management Programs, City of Lynwood • 2020 Pavement Management Program, City of Alhambra • 2020 Pavement Management Program, Inland Empire Utilities Agency • 2020-25 Pavement Management Program, City of Orange • 2020-23 Pavement Management Program, City of Fullerton • 2020-25 Pavement Management Program, City of Ontario • 2020 Pavement Management Program, City of Huntington Beach • 2020 Pavement Management Program, City of La Verne • 2020 Pavement Management Program, City of Monrovia • 2020 Pavement Management Program, City of Norwalk • 2020 Sign Inventory Program, City of Aliso Viejo • 2020 Pavement Management Program, City of South Pasadena • 2020 Pavement Management Program, City of Westminster • 2019 Pavement Management Program, City of Rialto • 2019 Pavement Management Program, City of Palmdale • 2019 Pavement Management Program, City of EI Segundo C. Stephen Bucknam, Jr., P.E., Principal -in -Charge EDUCATION B.S., Civil Engineering, Loyola University of Los Angeles, 1967 M.S., Environmental Engineering, Loyola University of Los Angeles, 1972 PROFESSIONAL DATA Registered Professional Engineer, States of California (No.20903) and Washington (No.17310) California State Community College Teaching Credential Fellow, American Society of Civil Engineers Former, City Engineer, Deputy City Manager, City of Norwalk Member, Board of Directors— Urban Water Institute Life Member, American Public Works Association Member, Water Environment Foundation Member, University of California Irvine, Civil & Environmental Engineering Affiliates Honorary Member, Chi Epsilon EXPERIENCE OVERVIEW Over forty years' experience in the administration, management, planning, design and construction management of public works and development programs and projects including: water and wastewater projects, pavement management programs, transportation, drainage, including: program management, master planning, infrastructure planning and maintenance programming, environmental studies, street, highway, alley, storm drain, water and sewer system design, rate studies, emergency planning, facilities design, groundwater studies, wells, reservoirs, site studies, pump stations, lift stations, intergovernmental negotiations and agreements, hydrology, treatment facilities, building design, grants, regulatory permitting, system appraisals, R/W negotiations, acquisitions and documentation, project management, production control, operations studies, capital improvement programming and budgeting, hydroelectric projects, underground utilities, assessment districts, surveying, mapping, legal testimony to public boards, commissions and councils, and direction of technical advisory committees to joint powers agencies and water districts. Transportation / Streets — Highways - Traffic Served as Contract City Engineer for the City of Arcadia responsible for long range advanced planning of the City's transportation engineering program. Directed the preparation of the City's Transportation Master Plan which identified, consistent with the City's General Plan the transportation related needs under these requirements so of AB 1600 nexus constraints. Acted as Principal in charge over a Pacific Coast Highway (SR-1)/Newport Boulevard (SR -55) interchange, City of Newport Beach. Project involves a study of various alternatives, conventional and unconventional, for improvements to the existing interchange. Restraints include limited right-of-way, environmental challenges (e.g., Newport channel bridge widening, "Arches" liquor store and restaurant property acquisition, and existing bridge aesthetics), and potential hazardous waste issues. Alternatives were evaluated and selected to include in the PSR. Included project coordination with various agencies and sub consultants, and oversight of concept geometries, cost estimating, and report preparation. Conceptual study, Project Study Report, and Project Report for 1-710/Firestone Boulevard interchange modification and Firestone Boulevard improvements for City of South Gate. Also involved a feasibility study which included preparation of a traffic study, conceptual plans for several types of interchanges, construction cost estimates, and preliminary Caltrans Project Study Report. Prepared ISTEA National Highway System funding application for authorization and appropriation. Coordination with Caltrans District 7. Mr. Bucknam has served as the working Principal / Civil Engineer for all pavement management related projects that Bucknam has performed. This includes projects listed below: • 2022 Pavement Management Program, City of Monrovia • 2022 Pavement Management Program, City of Covina • 2022 Pavement Management Program, City of La Habra Heights • 2022 Pavement Management Program, City of Laguna Hills • 2022 GIS Enterprise Support Services, City of Alhambra • 2022 GIS Enterprise Support Services, City of Big Bear Lake • 2022 Pavement Management Program, City of Big Bear Lake • 2022 Pavement Management Program, City of Rialto • 2022 Pavement Management Program, City of Vista • 2022 GIS Enterprise Support Services, City of Fountain Valley • 2022 Pavement Management Program, City of Rancho Santa Margarita • 2022 Pavement Management Program, City of EI Segundo • 2022 Sign Inventory Program, City of Norwalk • 2022 Pavement Management Program, City of La Palma • 2022 Pavement Management Program, City of Laguna Woods • 2022 GIS Enterprise Support Services, City of Duarte • 2022 Pavement Management Program, City of Culver City • 2022 Pavement Management Program, City of Pomona • 2022 Pavement Management Program, City of Westminster • 2022 Sign Inventory Program, City of Tustin • 2022 Pavement Management Program, City of Placentia • 2022 Pavement Management Program, City of Buena Park • 2022 Pavement Management Program, City of Huntington Beach • 2022 Pavement Management Program, City of Rancho Palos Verdes • 2022 Pavement Management Program, City of Laguna Beach • 2022 Pavement Management Program, City of Signal Hill • 2022 Pavement Management Program, City of Seal Beach • 2022 Pavement Management Program, Inland Empire Utilities Agency • 2022 Pavement Management Program, City of Costa Mesa • 2021 Pavement Management Program, City of Lawndale • 2021 Pavement Management Program, City of Monterey Park • 2021 Pavement Management Program, City of Santa Ana • 2021 Pavement Management Program, City of Lake Elsinore • 2021 Pavement Management Program, City of Bellflower • 2021 Pavement Management Program, City of Indian Wells • 2021 Pavement Management Program, City of Solana Beach • 2021 Pavement Management Program, City of Barstow • 2021 Sign Inventory Program, City of Norwalk 2 • 2021 Pavement Management Program, City of San Juan Capistrano • 2021 Pavement Management Program, City of La Habra • 2020 Pavement Management Program, City of Gardena • 2020 Pavement Management Program, City of Menifee • 2020 Pavement Management Program, City of Duarte • 2020 Pavement Management Program, City of Lomita • 2020 Sign / Pavement Management Programs, City of National City • 2020 Sign / Pavement Management Programs, City of Murrieta • 2020 Pavement Management Program, City of Brea • 2020 Pavement Management Program, City of Tustin • 2020 Pavement Management Program, City of Compton • 2020 Pavement Management Program, La Cresta HOA, Temecula • 2020 Pavement Management Program, City of Glendora • 2020 Pavement Management Program, City of La Palma • 2020 Pavement Management Program, City of Laguna Beach • 2020 Pavement Management Program, City of Sierra Madre • 2020 Sidewalk/ Pavement Management Programs, City of Lynwood • 2020 Pavement Management Program, City of Alhambra • 2020 Pavement Management Program, City of Orange • 2020 Pavement Management Program, City of Fullerton • 2020 Pavement Management Program, City of Ontario • 2020 Pavement Management Program, City of Huntington Beach • 2020 Pavement Management Program, City of La Verne • 2020 Pavement Management Program, Inland Empire Utilities Agency • 2020 Pavement Management Program, City of Monrovia • 2020 Pavement Management Program, City of Norwalk • 2020 Sign Inventory Program, City of Aliso Viejo • 2020 Pavement Management Program, City of South Pasadena • 2020 Pavement Management Program, City of Westminster 3 V EDUCATION ► BA, Geography California State University Fullerton REGISTRATIONS/CERTIFICATIONS ► GIS Instructor, Santiago Canyon College ► GIS Advisor, USGBC LEED Regionalization, Pacific Chapter ► FAA Remote Pilot - sUAS ► FAA Section 333 UAV Exemption ► FAA Spain Pilot Ucense (pending) AFFILIATIONS ► Association for Unmanned Vehicle Systems International (AUVSI) PATENTS ► US Potent No. US 10,297,074 B2 Three -Dimensional Modeling from Optical Capture MIKE IJAMS Geospatial Technology Manager I I...11 Irvine, CA Mike brings o unique cross section ofskills, expertise and innovation asthe leaderof Fuscoe'sGIS &Technology team, which provides specialized services that enhance and complement Fuscoe's civil engineering work. An avid aviator, Mike spearheaded Fuscoe's UAV drone program which captures aerial imagery and processes it into 3D point cloud and topographic surveys. In addition to drone services, Mike's main specialties are Geographic Information Systems and 3D visualization. He uses both to facilitate communication between designers, clients and the public, and to clarify design intent, resulting in streamlined project approval. Mike's relevant project work includes: • Rancho Guejito Aerial Tree Survey- UAV aerial tree survey of 23,000 acres in San Diego County. Artificial Intelligence is being used to assess, count and sort trees and classify, special vegetation. • City of Lake Forest Street Pavement Assessment- Fuscoe provided image capture and processing of arterial streets in Lake Forest. Artificial intelligence was used to analyte and identify street pavement conditions. This technology helped the ON to prioritize and plan annual street maintenance. • Fairmont Miramar Hotel Revitalization, Engineering & Tree Survey - Fuscoe provided civil engineering, UAV trWinventory survey, topographic and site surveys, GIS documentation and EIR support. FEI provided UAV 3D Point Cloud imagery of trees, gardens, pools, buildings and surrounding neighborhood. • Rancho Mission Viejo PA3 Cow Camp Road Aerial Survey - Fuscoe provided UAV aerial surveys to help visualize Planning Area 3, the newest ranch -oriented community. • Newland Sierra 3D Model & View Simulation - Fuscoe provided a 3D model and view simulation video of the proposed residential master planned community to help build community consensus. Additionally, Mike has applied our technology services to numerous projects including, Villas at Fashion Island (monitor and document monthly progress of apartment construction in Newport (enter in ultra-high definition 4R video); ARDA Veteran's Cemetery Site Feasibility (video simulation); St. Mary's College Campus Master Plan (topographic survey and aerial imagery), among others. He also established a web -based GIS and file system for the ON of Yorbo Undo following the Freeway Fire and mudslides. Mike was instrumental in obtaining Fuscoe's 2019 technology potent. Fuscoe patented its exclusive Three - Dimensional Modeling from Optical Capture. He also served as a Santiago Canyon College instructor, where FEI TEAM MEMBER SINCE 2004 he taught on Introduction to GIS as part of the College's Survey and Mapping Sciences curriculum. u I I c i r c I e t h i n k i n g Firm Profile and Qualifications Bucknam Infrastructure Group, Inc. (est. 2011, S -Corporation) has a full-service office in Southern California and is committed to building stronger relationships with government organizations through frequent communication and team building. We build long-term partnerships with agencies that expect and require accuracy, efficiency, and integrity in all aspects of community services. Our experienced staff is committed to ensuring that immediate and long-term goals are met and are a top priority in the development of pavement management, infrastructure management, financial, geographic information systems (GIS), and facility management projects. Our full-service Infrastructure Management - GIS Division provides comprehensive engineering and infrastructure/GIS management services, as well as database management, pavement / ROW field inspection services, and GIS automation and management. Our staff consists of registered civil engineers; former Director of Public Works -City Engineers and maintenance specialists who can help implement solutions based upon your specific facility/infrastructure needs and will provide assistance through each step of your project. Our extensive professional service offerings include: Regarding Pavement Management Programs, our firm is currently assisting 60+ local agencies comply with SD. LA. Orange and Inland Empire County's pavement reporting requirements. Pavement-CIP Pavement Data Conversion Pavement Condition Surveys .................................... ..___............. ..­­_ ............................................. PMP Assessments / Software ......................................... .........................._.................... ---.......... PMP/GIS Deliverables ........-...................... -....................................__.... _.............................. ArcGIS Online Apps / Tool Developm ......-................ -................ -.__........._...........-...................................... Public Right -of -Way Inventories ........ - _........_�.._ ........... . PMP OCTA- Compliance Reportm Public Works Manageme ................................................................................................. ADA Self- Eva Iuation/Transition GASB 34 C Intranet Traffic Control Device/ Sign Inventory ..._..........._......................... --.... -................ _...... _.................................. _. Maintenance Management Programs Record Retention/ Scanning Services ..................................................................................................................... Utility GIS Services Regarding Pavement Management Programs, our firm is currently assisting 60+ SoCal local agencies comply with the County pavement reporting requirements. In addition to the extensive knowledge and experience of our infrastructure management professionals, Bucknam provides a broad scope of administrative, inspection, construction management, civil engineering, and GIS services to public agencies. The extensive experience of Bucknam's staff, coupled PMP service to more than 100 cities and other public agencies, assures our clients that the firm is a broad based resource with an understanding of today's infrastructure issues and knows how to provide the necessary solutions to public agencies in today's complex governmental environment. We bring a wealth of experience to the City through our successful track record, pavement management knowledge through application, and relationship building through trust and adherence to schedule. We look forward to working with you on your project. Our handpicked City of Rosemead 3-1 2022 Pavement Management Program alification management professionals are committed to delivering quality services to the City. Our office are located in Oceanside. CA 3548 Seagate Way, Suite 230 (30 employees) Delineation of Bucknam Infrastructure Group's Strengths As Bucknam approaches twenty-five (25) years of pavement management experience, our firm is distinct and unique in the fact that we have continued to improve upon our long-term local agency client based throughout Los Angeles County. Building and establishing long-term client relationships through PMP management is a clear delineation of our professional services. Bucknam's experience and qualifications directly related to this project and other key delineation strengths include: • Continuous Rosemead PMP assistance and support since 2010; o Assisting staff in scheduling and forecasting PMP maintenance/ CIP projects; • Providing PMP services to 30 of the 88 Los Angeles County local agencies in the past two years (34%); • Providing PMP services for 20 of the 34 Orange County local agencies in the past two years (59%); • Bucknam now implements Oth y;Mj6• Fuscoe's Cloud -based Artificial . Bmlasn bhwam.e bwp Intelligence (Al) Learning Technology to calculate all pavement section AC/PCC SF quantities; Bucknam PMP LA Clients (30 of 88) Mm • Implementation of Rosemead MyRoads' — PMP mapping (web -based access/use); requires no GIS software to view your PMP online (See Task 4.6 within Scope of Work); • Staff / Firm is certified through OCTA and MTC for use and management of MicroPAVER / StreetSaver respectively o Bucknam is ASTM D6433-20 certified through OCTA until June, 2024 for PMP services to local agencies; • Focused managers / field technicians that perform infrastructure management services at cost -competitive rates and deliver quality products; • Local presence (Oceanside office) allows our firm to be on-site within an hour to respond to Rosemead's requests and needs; • Proven Los Angeles County PMP economic ROI regarding long-term Pavement CIP's recommendations, implementation, maintenance applications and increased PCI's City of Rosemead 3-2 2022 Pavement Management Program Company Qualifications Quality Control Program Introduction When performing data collection in any field, the need for quality control is paramount as it is essential for accurate planning, analysis and design. This is particularly true for collecting pavement distress data for a pavement management program. The Quality Assurance / Quality Control (QA/QC) Plan establishes minimum quality standards for performance and procedures for update of the pavement management program. Objectives This document constitutes a formal QA/QC Plan for the City of Rosemead. Specifically, it is intended for the 2022 Pavement Management Program Update. The focus is on the collection of network -level pavement distress data (defined by National Cooperative Highway Research Program (NCHRP) Synthesis 401 Quality Management of Pavement Data Collection, as "Network -level data collection involves collection of large quantities of pavement condition data, which is often converted to individual condition indices or aggregated into composite condition indices". Structure of QA/QC Plan The following components are addressed in this QA/QC Plan: • Condition survey procedures used; • Accuracy required for data collection; • Inspector qualifications and experience; and • Safety. Condition Survey Procedures cracking LBlow-up/Budding L Comer Breaks cki Crang 3. Divided Slab and 0.Durabili ('D' cracking 5. Faulting a Joint Seal darnage 7. Lane/ShoulderH RefleCion Cracking 8. unearCredin� 9. Patchinj(la a and utilitycuts B Transverse trading 10. Patchingsmall and WingCurt Patching1_Lolis _Phed ate a 12. Popouts 13. Pumpin Crossing IA Puukhout The governing document in L Alli performing performing condition surveys for '2 Bleetlingd 3. BIo the City of Rosemead is ASTM 4. Bum D6433-20 "Standard Practice for S.Carugation Roads and Parking Lots Pavement i Depression ]. FAge[rYkmg Condition Index (PCI) Surveys." B. Joico Both asphalt concrete (AC) and 9. lana/Shoulder Portland cement concrete (PCC) 10_lnnKMkilnal 11. Pain pavements are included in this 12 Polished protocol. The following distresses 13. Potholes 10. Railroad are collected for each pavement 15_ type: City of Rosemead 3-3 2022 Pavement Management Program Rutting 15. Railroad Croainig 16. ShWig S8._Scaling, map cracking and oravril 17_ slippage Cracking 17. Shrinkaga,Crads 18. Swell —_..._ ]A Nwiling 19. Weathering19. III 'dm 20. Ranteling City of Rosemead 3-3 2022 Pavement Management Program Companv Qualifications Our QA/QC plan focuses on the how each pavement inspection is performed, what distresses are collected and ensures that it complies with the METRO guidelines. We have summarized our QA/QC procedures below: a. Descriptions of condition survey - Our staff assesses each pavement section for the minimum AC/PCC distresses outlined shown above. Additionally, based on the pavement conditions found, we collect all MicroPAVER Army Corps of Engineers (ACOE) distresses, if found within the sample sections; for example, if slippage cracking, potholes, etc. are found our survey technicians record the proper information. b. How data was collected - Our surveys follow the ACOE/ASTM D6433 accepted walking requirements. All sections that our staff surveys are performed through the walking method, approximately 10% of all sections surveyed were complemented with windshield surveys based on unique conditions found. Our staff physically measures the width of every section as well as measure for any square footage adjustment that need to be added or taken away from a sections "true area' (i.e. cul-de-sac, bus pads, street width variances, etc.). Samples taken always include a minimum of 2,500 SF coverage unless specific section limits prohibit this. Arterial section samples utilize a 3,500 SF sample size due to the larger section area (this is within the ASTM D6433 sample size calculation. Field crews typically include one individual for residential pavement sections while Arterial (MPAH) routes utilize a two -person crew for safety, traffic control and increases quality control. c. Accuracy required for data collection - We use a statistical sampling approach for measuring the quality of our field technician's work. In this manner, 10 percent of the original surveys are re -surveyed by a different survey crew than the original, supervised by a field supervisor, and the results are compared to the original surveys. Our QC process involves checking the field crews' work in a "blind study" fashion. Quality control checks are performed at the end of each survey week. This ensures that all field personnel are properly collecting section samples, distress types and distress severities for all street segments. When QA/QC issues are found, our staff documents the issues within MicroPAVER's user interface. If distress types found are not within the 97% accuracy our QA/QC is expanded beyond our minimum 10% resurvey to 20% of the original survey d. Random and Systematic Re -Inspections — As described above our staff re -inspects, as a minimum, 10% of the original survey. Per the agencies requests, our staff will submit PCI reports to the agency as project status reports for their review. Agencies will typically review specific pavement sections for PCI accuracy based on recent overlay or slurry seal maintenance; this serves as an initial accuracy check on our surveys (outside Buckram QC efforts). Additionally, our staff performs "ride -a -long" surveys with local agency staff to build consensus on how our Micro PAVER/StreetSaver ACOE surveys are City of Rosemead 3-4 2022 Pavement Management Program Comoanv Qualificat performed, recorded and reported on. Random re -inspections will include a representative selection across the following categories: • Functional classed (i.e. MPAH, locals); • Surface types (e.g. AC or PCC); • Pavement conditions (e.g. good, fair, poor); • Inspectors; • Geographical areas, if applicable. For systematic re -inspections, this could be due to noticed trends such as specific treatment types (e.g. open -graded mixed), a specific inspector or geographical area. In these cases, Bucknam continues to utilize a 10% re -inspection policy. e. PCI Comparison with Past Surveys - if previous inspection data is available, new PCI's calculated through the most recent inspections will be compared to previous PCI's. If the variance in PCI is greater than +/- 10 PCI points, these sections will be flagged for further investigation and/or re -inspection. f. Schedule of data submittal — Pending on the City's last major PMP submittal, Bucknam will assist the agency in submitting the following: Master Plan of Arterial Highways (MPAH) routes will be surveyed and reported on at least once every three years Local streets will be surveyed and reported on every three years Corresponding MPAH and local PCI reporting and budgetary reporting will be submitted every three years g. Experience of Inspectors — Bucknam staff have been trained on the use of MicroPAVER and the ACOE MicroPAVER segment calibration and inspection practices. Mr. Peter Bucknam (Project Manager) and Mr. Shaun Russo (Lead Field Technician) have completed the MicroPAVER Certification of Professional Development courses. All Bucknam field technicians are trained using the ACOE survey methodologies and have passed OCTA's prequalification testing. Bucknam Infrastructure Group inspectors have attended formal training on pavement condition distress surveys. This training was conducted prior to performing any work using the ASTM D6433 protocols. h. Field data collection safety procedures — Bucknam field survey techniques utilize the following procedures: a. All vehicles are properly marked or flagged with appropriate sign markings indicating that a "PAVEMENT SURVEY IS IN PROGRESS" C c of Rosemead 3-5 2022 Pavement Management Program b. All vehicles have the proper flashing amber light beacons placed on the top of the vehicle to allow for proper visibility and line -of -site warning c. Large MPAH routes are surveyed using two field technicians to increase traffic control warning and safety d. While parking or stopping along the survey route, vehicles legally park within the right-of-way or use a parking lot e. All field technicians wear ANSI —105 Class II safety vests City of Rosemead 3-6 2022 Pavement Management Program Relevant PMP Project Experience The following project experience presents our description of work, its relevance in completing similar projects for numerous other agencies, Prop. A & C, METRO compliance, OCTA Measure M & M2 PMP experience, PMP software training expertise, and the broad knowledge of our pavement project team. Our project team brings over 75 years of public/private engineering and data management experience to the City of Rosemead. This includes over 700+ PMP projects covering turn -key projects, simply training of local agency staff with pavement management methods, County Measure/Proposition compliancy, financial strategies and Capital Improvement Programs. Over the past twenty-four years, we have worked on numerous projects similar to Rosemead's current PMP project. We have listed five (5) similar "long-term" pavement management projects that cover the same task descriptions as listed in your RFQ: Bucknam Infrastructure Group, Inc. Pavement Management Program -GIS, City of Monterey Park (2015-22) Mr. Anthony Bendezu, Principal Engineer - (626) 307-1323; 320 West Newmark Ave., Monterey Park, CA 91754 (abendezu@monterevaark.ca.sovj Since 2015 Bucknam has been contracted to perform a citywide pavement management inventories for the City of Monterey Park. Our initial project consisted of a complete turn -key effort in "re -segmenting" the City's PMP network, converting previous PCI inspection data, performing an ASTM D6433-18 based survey, conversion and implementation of StreetSaver and PMP -GIS integration. Additionally, our services included a complete evaluation of the City's PMP budget, short-term and long-term budgetary analysis (Actual, Maintain and Recommended budgets) and GIS services that linked the City's StreetSaver database to the City's GIS enterprise. Since the project completed Bucknam has provided annual PMP support services to the City. Bucknam was recently selected in 2021 to perform another citywide PMP update as well as implement the first Public Works GIS Program for the City. City of Rosemead 4-1 2022 Pavement Management Program References Citywide Pavement Management Program -GIS, City of Duarte (2018-2022) Mrs. Maia McCurley, Associate Engineer- (626) 357-7931; 1600 Huntington Dr., Duarte, CA 91010 (mmcurlev@ accessdua rte.com ) Since 2018 Bucknam has been contracted to perform a citywide infrastructure management inventories for the City of Duarte. Our initial project consisted of a complete turn -key effort in "re -segmenting' the City's pavement management network, converting previous PCI inspection data, performing an ASTM D6433-18 based survey, implementation of PMP software and PMP -GIS integration. Additionally, our services included a complete evaluation of the City's PMP budget, short-term and long-term budgetary analysis (Actual, Maintain and Recommended budgets) and GIS services that linked the City's PMP database to the City's GIS enterprise. Since the project completed Bucknam has provided annual GIS support services to the City. Citywide Pavement Management Program — GIS, City of Covina (2019-2023) Mr. Rafael Fajardo, City Engineer - (626) 384-5489; 125 East College Street, Covina, CA 91723-2199 rfamardo@covinaca.gov During the summer of 2019, Bucknam was d" contracted to perform a citywide pavement ........•--- management inventory for the City of Covina. This project consists of a complete turn -key effort in "re -segmenting" the City's PMP network, converting previous PCI inspection data, performing an ASTM D6433-18 based survey, implementation of PMP software and PMP-GISd n 1 integration. Under this initial project, Bucknam t Cr{ developed a citywide forecast maintenance report to determine what level of funding is necessary to maintain today's conditions. —"" Another critical deliverable was the PMP -GIS layer CN, wcar"v.0 and MyRoads" application which allowed staff to review the study findings as well as develop preliminary PS&E projects/schedules. Bucknam was recently selected in June 2022 to perform the City's triennial PMP / METRO update; this contracts term is through 2024. City of Rosemead 4-2 2022 Pavement Management Program References Citywide Pavement Management Program—GIS, City of Norwalk (2013-22) Mr. Glen Kau, Director of Public Services - (562) 929-5700; 12700 Norwalk Boulevard, Norwalk, CA 90650 gkau@norwalkca.gov mailto:v.damasese@lomitacity.com Bucknam was recently selected in 2020 to perform another citywide PMP update. Historically, In 2013, Bucknam was contracted to perform a citywide pavement management inventory forthe City of Norwalk. This project consisted off a complete turn -key effort in "re -segmenting' the City's PMP network, converting previous PCI inspection data, performing an ASTM D6433 based survey, implementation of MicroPAVER, complete evaluation of the City's PMP budget, short-term and long-term budgetary analysis (Actual, Maintain and Recommended budgets) and GIS integration. .. ,_ "�4 1 anllE ,jf� "� 1'�9lIIIIL!dl 181IIf� l� Citywide Pavement Management Program — GIS, City of Ontario (2001-25) Mrs. Tricia Espinoza, CIP Engineer — (909) 395-2188; 303 East "B" Street, Ontario, CA, 91764 tesoinoza@ontarioca.gov Bucknam was recently selected for the 2020 PMP update and will be assisting Ontario with their PMP through 20251 Historically, Bucknam was contracted with the City in 2004 for Pavement Management services and has performed annual PMP updates for the past 17 years. Mr. Peter Bucknam has served as the City's consultant PMP Project Manager since 2001. Our annual pavement inspection and reporting services for the City's Engineering and Operations PMP has led to yearly, proactive increases in both the City's Arterial and Local conditions (i.e. PCI of 65.3 in 2004 and a PCI of 82.8 in 2021). City of Rosemead 4-3 2022 Pavement Management Program References Additional local agencies our project manager and staff have worked with over the past ten years regarding Pavement Management Programs: Long Beach ................................................ ........................_.....;................................................................................ Alhambra ................ EI Segundo . :................................................... ...................... Duarte ............ .......................... ........................................ _..............................................................................................;............................................................. Culver City Lomita ............ . Rancho Palos Verdes ................................................................................i._............................................................................................e......................................................................... Palmdale Glendora Signal HillPomona ;.............. _............................................................................... Sierra Madre :......................................................................... ................... .................................... Monterey Park €._..........._._..._Hermosa Beach ................ South Pasadena ..................................... ................................................. Santa Ana Placentia _............................................ Monrovia ................................................................................i.................._............................................................................t.......................................................................... Rosemead Bellflower LawndaleCovina _:................................................................................................ Beverly Hills e.......................................................................... .................................................................. LaVerneSouth .............._._..................._....... Gate __..... _.......... _............................................. _.......... _:._.._. La Habra Heights , ................................................................ Gardena Brea ......_............................................................................................:......................................_ ............... ......................................-- ._l. la Palma RSM .............................. Costa MesaOrange .......... _................................................................................ .................................................... Tustin _..... ......... ................... ......................................................._ Laguna Hills [ ................................................................._...... ........ Laguna Beach ...................................................................._.....,. Westminster Fountain Valley ; San Juan Capistrano_..__.................................._La Habra .............................. luntington Beach ...... .......... .............. ....................................... Laguna Woods ... ........................... Fullerton Seal Beach .............._........................................................................................................._...... .......Buena Santa Ana Placentia _............................................ Park.....__ Vista Solana Beach Santee ......................Barstow..........................................................................Ria ................._.........:........................................................................................................................ Ito......................................c............................... Ontario _............................................ Rancho La Quinta HOA Hemet Lake Elsinore ............................... ............. ..... ..................__................_.........................................................................................................._............................................ Murrieta ..........._._._................_........................................................................................:......................._............................................ Menifee La Cresta POA Palm Desert Cathedral City City of Rosemead 4-4 2022 Pavement Management Program Relevant Standard Contract — Insurance Requirements Bucknam has reviewed the City's attached Standard City Contract and Insurance Requirements and we will comply with all aspects of the Agreement. City of Rosemead 5-1 2022 Pavement Management Program Fee Proposal Fee Proposal Buckram Infrastructure Group, Inc. has included a time and materials, not -to -exceed proposed fee for the City consideration (separate document). Our fee follows the described tasks shown within the Scope of Work. As indicated within our fee, all tasks are negotiable. City of Rosemead 6-1 2022 Pavement Management Program CRY OF ROSEMEAD, CA Pavement Management Program 2021 Update Fee Proposal -July 18, 2022 Description Base Fee Manager $295/hr $195/hr Technician(s) 150 hr 98 hr $SO/hr Task 1 Kickoff Meeting PMP Services Task 1.1 Project Kick-off 1 1 $293 Task 1.2 Project Status Meetings- quality Control Program 2 2 10 $1,670 Task Client Satisfaction Task 2.1 Project Deliverables 1 2 2 1 $1,065 Task 3 Project Schedule Task 3.1 Work Flow / Project Schedule 2 3 $684 Task 4 Scope of Work Task 4.1 Update Maintenance and Rehabilitation History Pavement Work History Data Entry 1 12 $1,371 Task 4.2 Pavement Condition Surveys Arterial, local and Alley Street Survey Al SF Calculation of AC/PCC segments $4,522 20225urvey (approx. 85 miles) 3 2 96 $10,293 Task 4.3 Maint. and Rehabilitation, History and Decision Tree 3 1 $683 Task 4.4 Final CRTwide CIP / METRO Compliance Budget Reports 2022 Citywide PMP Reporting 1 22 2 2 1 $5,161 Task 4.5 PMP - GIs Mapping _ PMP - GIS Layer Update 1 6 4 $1,487 Task 4.6 Rosemead MyRoads PMP Web -Portal $500 Task 4.7 PMP Training 2 4 $782 Reimbursables (mileage, printing, materials) $1,450 All deliverables will become property of the City of Rosemead All Tasks are negotiable Total Hours perStaff 2 39 14 133 2 Total Base Fee $ Optional Services 590 $ 7,605 $ 2,100 $ 13,034 $ 160 Task4.7a PMP Technical/As-Needed Annual PMP Support T&M Task 4.7b Purchase of MicroPAVER license $1,149 Additional optional services and/or services outside of this contract will be negotiated with the City where we will use the Standard Hourly Rate Schedule B U C K N A M 'SNEW.nw�Y.M=" Ikx�Yde.G9]D56 [INFRASTRUCTURE GROUP ,1[' y,M., r'EjHp wpm 6-2 Fee P Standard Hourly Rate Schedule 3548 S 0 CA 92056 Category Rate Principal $ 295 Senior Project Manager 215 Senior Engineer/ Planner 195 Construction Manager 195 Pavement Management Project Manager 195 Management Analyst 170 Project Engineer/ Planner 160 Sr. Engineer / Sr. Technician / GIS Manager / Sr. Inspector 150 Assistant Engineer / Technician / GIS Analyst / Inspector 140 CADD Operator 110 Administrative Assistant 105 Field Technician 98 Clerical/ Word Processing 80 Forensic Services Quote Reimbursables Mileage $0.72/mile Subconsultant Services Cost+ 15% Reproduction Cost+ 15% Travel & Subsistence Cost + 15% Fees & Permits Cost+ 15% Computer Services (External) Cost+ 15% Rates Effective 9/1/20 BUCKNAMansd 3548 S 0 CA 92056 INFRASTRUCTURE GROUP, INC I A* T. (760)216b529-6529 vrvnv.bucknan�incxom City of Rosemead 6-3 2022 Pavement Management Program EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less than $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross - liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1 Million per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend the Named Insured. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: Consultant agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 (or otherwise consistent with the insurer's endorsement). Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. A ten (10) day notice to City shall apply to nonpayment of premiums. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. It is acknowledged by the parties of this agreement that all insurance coverage (except Professional Liability and Workers' Compensation) required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self-insurance available to City. 10. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Consultant's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve ACORO® CERTIFICATE OF LIABILITY INSURANCE F DATE(MMIDD/YYYY) 8/16/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(iss) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: WTW MIDWEST INC PxoHE ,(888) 780-5381 FAX Ne: (866)828-2424 DRESS: CenificaIe@Hanover.com 233 S WACKER DR,SUITE 2000 CHICAGO IL 60606 INSURERS AFFORDING COVERAGE NAIC B INSURER A: Citizens ins Cc of America 31534 INSURED Hanover Insurance Co INSURER e : 22292 INSURER C: Hanover American ins Co 36064 BUCKNAM INFRASTRUCTURE GROUP INC INSURER D: 3548 SEAGATE WAY STE 230 INSURER E: OCEANSIDE CA 92056 INSURER F COVERAGES CERTIFICATE NUMBER: DFvlSlnm Mn NrOFD. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE MD—DL SUBR POLICY NUMBER POLICY EFF MMIDD POLICY EXP MM/DD LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE / OCCUR AMAGE TORN 1,000,000 PREMISES Ea occurrence $ MED EXP Any one person $ 10,000 PERSONAL INJURY $ 2,000,000 A Y Y OBC A399956 07 09/16/2021 09/16/2022 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY PRO- PRO- ❑ JECTLOC PRODUCTS - COMP/OP AGO S 4,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea erodent $ 2,000,000 ANYAUTO BODILY INJURY (Per person) $ A OWNED SCHEDULED AUTOS ONLY AUTOS Y Y OBC A399956 07 09/16/2021 09/16/2022 BODILY INJURY Per ecciden0 $ l / Y HIRED / NON -OWNED PROPERTY DAMAGE AUTOS ONLY �/ AUTOS ONLY Per a=rt) $ $ UMBRELLA LIAR ✓ OCCUR EACH OCCURRENCE $ 3,000,000 A EXCESS LIAR CLAIMS -MADE Y Y OBC A39995607 09/16/2021 09/16/2022 AGGREGATE S 3,000,000 DED I I/ I RETENTION$ $ WORKERS COMPENSATION PER OTH- ANDEMPLOYERS'LIABILtTY YIN STATUTE ER E.L. EACH ACCIDENT $ 1,000.000 C OFFICERIMEMBEREXCLUDEDP ECUTIVE NIA N WZC,039994607 09/16/2021 09/16/2022 (M.rdatory In NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yas, describe under E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below 8 Architects 8 Engineers Prof Uab N N LHC H023717 02 09/16/2021 09/16/2022 Claims -Made: $2M Ea Claim/$2M Agg DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, AEEIUonal Remarks Scheduk, may be attached R more apace Is r"ulmd) City of Rosemead, its officials, emplyees and agents are Additional Insured on the General Liability and Auto Liability pursuant to the terms and Conditions by form 391-1586. Additional Insured is Primary and Noncontributory to the extent provided by form 391-1003 (pg 79 of 81). Waiver of Subrogation as provided by form 391-1003 (pg 80 of 81). Cancellation Notice will be provided to the Certificate Holder pursuant to endorsement: 401-1235. Such notice is solely for the purpose of informing the Certificate Holder of the effective date of cancellation and does not grant, alter, or extend any rights or obligations under this policy. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF ROSEMEAD AUTHORRED REPRESENTATIVE 8838 E VALLEY BOULEVARD PO BOX 399 ROSEMEAD CA 91770iti�L�� `--� ACORD 25 (2016/03) ®1988-2015 ACORD The ACORD name and logo are registered marks of ACORD reserved. 4 The 0,\ Hanover insurance Group_ OBCA399956 1309570 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY SUPPLEMENTARY ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM A. Additional Insured by Contract, Agreement or Permit The following is added to SECTION II - LIABILITY, C. Who Is An Insured: Additional Insured by Contract, Agreement or Permit a. Any person or organization with whom you agreed in a written contract, written agreement or permit that such person or organization to add as an additional insured on your policy is an additional insured only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your acts or omissions, or the acts or omissions of those acting on your behalf, but only with respect to: (1) "Your work" for the additional insured(s) designated in the contract, agreement or permit including "bodily injury" or "property damage" included in the "products -completed operations hazard" only if this Coverage Part provides such coverage. (2) Premises you own, rent, lease or occupy; or (3) Your maintenance, operation or use of equipment leased to you. b. The insurance afforded to such additional insured described above: (1) Only applies to the extent permitted by law; and (2) Will not be broader than the insurance which you are required by thecontract, agreement or permit toprovidefor such additional insured. (3) Applies on a primary basis if that is required by the written contract, written agreement or permit. (4) Will not be broader than coverage provided to any other insured. (5) Does not apply if the "bodily injury", "property damage" or "personal and advertising injury" is otherwise excluded from coverage under this Coverage Part, including any endorsements thereto. c. This provision does not apply: (1) Unless the written contract or written agreement was executed or permit was issued prior to the "bodily injury", "property damage", or "personal injury and advertising injury". (2) To any person or organization included as an insured by another endorsement issued by us and made part of this Coverage Part. (3) To any lessor of equipment: (a) After the equipment lease expires; or (b) If the "bodily injury", "property damage", or "personal and advertising injury" arises out of sole negligence of the lessor (4) To any: (a) Owners or other interests from whom land has been leased if the "occurrence" or offense takes place or the offense is committed after the lease for the land expires; or (b) Managers or lessors of premises if: (1) The"occurrence"takes place or the offense is committed after you cease to be a tenant in that premises; or (ii) The "bodily injury", "property damage", "personal Injury" or "advertising injury" arises out of structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. (5) To "bodily injury", "property damage" or "personal and advertising injury"arising out of the rendering of or the failure to render any professional services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" or I he offense which caused the "personal and advertising injury" involved the rendering of or failure to render any professional services by or for you. d. With respect to the insurance afforded to these additional insureds, the following is added to SECTION II - LIABILITY, D. Liability and Medical Expense Limits of Insurance: The most we will pay on behalf of the additional insured for a covered claim is the lesser of the amount of insurance: 391-1586 08 16 Includes copyrighted material of Insurance services Offices, Inc., with its permission. Page 1 of 2 1. Required by the contract, agreement or permit described in Paragraph a.; or 2. Available under the applicable Limits of Insurance shown in the Declarations. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations B. Aggregate Limits of Insurance per Project or per Location The following changes are made to SECTION II - LIABILITY: 1. The following is added to SECTION II - LIABILITY, D. Liability and Medical Expenses Limits of Insurance, paragraph 4: The Aggregate Limits of Insurance apply separately to each of "your projects" or each "location" listed in the Declarations. 2. For the purpose of coverage provided by this endorsement only, the following is added to SECTION II - LIABILITY, F. Liability And Medical Expenses Definitions: 1. "Your project" means: a. Any premises, site or "location" at, on, or in which "your work" is not yet completed; and b. Does not include any "location" listed in the Declarations. 2. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. ALL OTHER TERMS, CONDITIONS, AND EXCLUSIONS REMAIN UNCHANGED. 391-1586 08 16 Includes copyrighted material of Insurance Services Offices, Inc., with its permission. Page 2 of 2 1. SECTION I - PROPERTY, if two or more of this coverage part's coverages apply to the same loss or damage, we will not pay more than the actual amount of the loss or damage. 2. SECTION 11 - LIABILITY, it is our stated intent that the various Coverage Parts, forms, endorsements or policies issued to the named insured by us, or any company affiliated with us, do not provide any duplication or overlap of coverage for the same claim, "suit", "occurrence", offense, accident, "wrongful act" or loss. We will not pay more than the actual amount of the loss or damage. If this Coverage Part and any other Coverage Part, form, endorsement or policy issued to the named insured by us, or any company affiliated with us, apply to the same claim, "suit", occurrence, offense, accident, "wrongful act" or loss, the maximum Limit of Insurance under all such Coverage Parts, forms, endorsements or policies combined shall not exceed the highest applicable Limit of Insurance under any one Coverage Part, form, endorsement or policy. This condition does not apply to any Excess or Umbrella Policy issued by us specifically to apply as excess insurance over this policy. G. Liberalization If we adopt any revision that would broaden the coverage under this policy without additional premium within 45 days prior to or during the policy period, the broadened coverage will immediately apply to this policy. H. Other Insurance 1. SECTION I -PROPERTY If there is other insurance covering the same loss or damage, we will pay only for the amount of covered loss or damage in excess of the amount due from that other insurance, whether you can collect on it or not. But, we will not pay more than the applicable Limit of Insurance of SECTION I -PROPERTY. 2. SECTION II - LIABILITY If other valid and collectible insurance is available to the insured for a loss we cover under SECTION II - LIABILITY, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when paragraph b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share with all that other insurance by the method described in paragraph c. below. 4 me Hanover ]nsurance Group- OBCA399956 1309570 However, if you agree in a written contract, written agreement, or written permit that the insurance provided to any person or organization included as an Additional Insured under this Coverage Part is primary and non-contributory, we will not seek contribution from any other insurance available to that Additional Insured which covers the Additional Insured as a Named Insured except: (1) For the sole negligence of the Additional Insured; or (2) When the Additional Insured is an Additional Insured under another liability policy. b. Excess Insurance This insurance is excess over: (1) Any of the other insurance, whether primary, excess, contingent or on any other basis: (a) That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (b) That is Property Insurance for premises rented to you or temporarily occupied by you with permission of the owner; (c) That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; or (d) If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to SECTION II - LIABILITY, Exclusion g. Aircraft, Auto or Watercraft; and (2) Any other primary insurance available to you covering liability for damages arising out of the premises or operations, or the products and completed operations, for which you have been added as an additional insured by attachment of an endorsement. When this insurance is excess, we will have no duty under SECTION II - LIABILITY to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the 391-1003 08 16 Includes copyrighted material of Insurance services Office, Inc., with its permission. Page 79 of 81 insured's rights against all those other insurers. c. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts under all that other insurance. d. We will share the remaining loss, if any, with any other insurance that is not described in this provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations for this Coverage. e. Method of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable Limit of Insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable Limit of Insurance to the total applicable limits of insurance of all insurers. f. When this insurance is excess, we will have no duty under Business Liability Coverage to defend any claim or "suit" that any other insurer has a duty to defend. If no other insurer defends, we will undertake to do so; but we will be entitled to the insured's rights against all those other insurers. Premiums 1. The first Named Insured shown in the Declarations: a. Is responsible for the payment of all premiums; and b. Will be the payee for any return premiums we pay. 2. The premium shown in the Declarations was computed based on rates in effect at the time the policy was issued. On each renewal, continuation or anniversary of the effective date of this policy, we will compute the premium in accordance with our rates and rules then in effect. 3. With our consent, you may continue this policy in force by paying a continuation premium for each successive one-year period. The premium must be: a. Paid to us prior to the anniversary date; and b. Determined in accordance with paragraph 2. above. Our forms then in effect will apply. If you do not pay the continuation premium, this policy will expire on the first anniversary date that we have not received the premium. 4. Undeclared exposures or change in your business operation, acquisition or use of locations may occur during the policy period that is not shown in the Declarations. If so, we may require an additional premium. That premium will be determined in accordance with our rates and rules then in effect. J. Premium Audit 1. This policy is subject to audit if a premium designated as an advance premium is shown in the Declarations. We will compute the final premium due when we determine your actual exposures. 2. Premium shown in this policy as advance premium is a deposit premium only. At the close of each audit period, we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. 3. The first Named Insured must keep records of the information we need for premium computation and send us copies at such times as we may request. K. Transfer of Rights of Recovery Against Others to Us 1. Applicable to SECTION I - PROPERTY Coverage: If any person or organization to or for whom we make payment under this policy has rights to recover damages from another, those rights are transferred to us to the extent of our payment. That person or organization must do everything necessary to secure our rights and must do nothing after loss to impair them. But you may waive your rights against another party in writing: 391-1003 08 16 Includes copyrighted material of Insurance services Office, Inc., with its permission. Page 80 of 81 4 The L4 Hanover Insurance Croup.. OBCA399956 1309570 a. Prior to a loss to your Covered We waive any right of recovery we may Property. have against any person or b. After a loss to your Covered Property organization with whom you have a written contract, permit or agreement only if, at time of loss, that party is to waive any rights of recovery against one of the following: such person or organization because of (1) Someone insured by this payments we make for injury or insurance; damage arising out of your ongoing (2) A business firm: operations or "your work" done under a (a) Owned or controlled by you; contract with that person or organization and included in the or "products -completed operations (b) That owns or controls you; or hazard". (3) Your tenant. This condition does not apply to You may also accept the usual bills of Medical Expenses Coverage. lading or shipping receipts limiting the L. Transfer of Your Rights and Duties Under liability of carriers. This Policy This will not restrict your insurance. Your rights and duties under this policy 2. Applicable to SECTION II - LIABILITY may not be transferred without our written Coverage: consent except in the case of death of an individual Named Insured. If you die, your rights to recover all or If the insured has ri g rights and duties will be transferred to your part of any payment we have made legal representative but only while that under this Coverage Part, those rights legal representative is acting within the are transferred to us. The insured must scope of their duties as your legal do nothing after loss to impair such representative. Until your legal rights. At our request, the insured will representative is appointed, anyone with bring "suit" or transfer those rights to us proper temporary custody of your property and help us enforce them. will have your rights and duties but only with respect to that property. 391-1003 08 16 Includes copyrighted material of Insurance services Office, Inc., with its permission. Page 81 of 81 OBC A399956 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO DESIGNATED ENTITY(S) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART HANOVER COMMERCIAL FOLLOW FORM EXCESS AND UMBRELLA POLICY COMMERCIAL PROPERTY COVERAGE PART BUSINESS AUTO COVERAGE FORM BUSINESSOWNERS COVERAGE FORM SCHEDULE Name of Design ed Entity Mailing Address or Email Address Number Das Notice CIN OF ROSEMEAD 8838 E. VALLEY BOULEVARD, PO BOX 399 ROSEMEAD CA 91 1O 30 (Information required to complete this Schedule, if not shown above, will be shown In the Declarations.) If we cancel this policy for any reason other than nonpayment of premium, we will give written notice of such cancellation to the Designated Entity(s) shown in the Schedule. Such notice may be delivered or sent by any means of our choosing. The notice to the Designated Entity(s) will state the effective date of cancellation. Unless otherwise noted in the Schedule above, such notice will be provided to the Designated Entity(s) no more than the number of days in advance of the effective date of cancellation that we are required to provide to the Named Insured for such cancellation. Such notice of cancellation is solely for the purpose of informing the Designated Entity(s) of the effective date of cancellation and does not grant, alter, or extend any rights or obligations under this policy. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. Page 1 of 1 401-1235 12 14 Includes copyrighted material of Insurance Services Office, Inc., with its permission. A� o" CERTIFICATE OF LIABILITY INSURANCE DATE/(MMIDff" THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: LIMITS PHONE. (888)780-5381 ac No: (866)828-2424 AIL ADDRESS: Certificate@Hanover.Com WTYV MIDWEST INC INSURER(S) AFFORDING COVERAGE NAICR 233 S WACKER DR,SUITE 2000 INSURER A: Citizens Ins Co of America 31534 CHICAGO IL 60606 INSURED INSURER B. Hanover Insurance Co 22292 INSURER c: Hanover American Ins Cc 36064 INSURER D: BUCKNAM INFRASTRUCTURE GROUP INC INSURER E 3548 SEAGATE WAY STE 230 INSURER F: OCEANSIDE CA 92056 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AWL SUEREFF POLICYNUMBER MOUCYYYY EXP OLI Y POLICY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2.000,000 CLAIMS -MADE OCCUR DAMAGE TORENTED 1,000,000 PREMI E E nce $ MED EXP (Any one person) $ 10,000 PERSONAL S ADV INJURY $ 2,000,000 A Y Y OBC A39995607 09/16/2021 09/16/2022 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 4,000,000 POLICY PRO -LOC ECT PRODUCTS-COMP/OP AGG $ 4,000,000 S OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 2,000,000 Ea eaident BODILY INJURY (Par person) $ ANY AUTO A OWNED SCHEDULED Y Y OBC A399956 07 09/16/2021 09/16/2022 BODILY INJURY Per aodden0 S AUTOS ONLY AUTOS HIRED NON -OWNED � PROPERTY DAMAGE S lPw accident AUTOS ONLY AUTOS ONLY 3 ✓ UMBRELLA Use OCCUR EACH OCCURRENCE $ 3,000,000 AGGREGATE S 3,000,000 A EXCESS7I11 CLAIMS -MADE Y Y OBC A39995607 09/16/2021 09/16/2022 DED RETENTION$ S WORKERS COMPENSATION / PER OTH- AND EMPLOYERS'LIABILRY Y Y STATUTE ER E.L. EACH ACCIDENT S 1,000,000 C � NIA N WZC A39994607 09/16/2021 09/16/2022 E.L. DISEASE - EA EMPLOYEE S 1,000,000 OFFCERPRIET REXCLUDEEXECUDVE (Mandatory In NH) f yea. deeIXIIM under DESCRIPTION OF OPERATIONS below EL.DISEASE - POLICY LIMIT S 1,000,000 B Architects & Engineers Prof Liab N N LHC H023717 02 09/16/2021 09/16/2022 Claims -Made: $2M Ea Claim/$2M Agg DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101, Add'Nonal RemerFa Schedule, may M Seaehed a mora Space is required) City of Rosemead, hs officials, emplyees and agents are Additional Insured on the General Liability and Auto Liability pursuant to the terms and Conditions by form 391-1586. Additional Insured is Primary and Noncontributory to the extent provided by form 391-1003 (pg 79 of 81). Waiver of Subrogation as provided by form 391-1003 (pg 80 of 81). Cancellation Notice will be provided to the Certificate Holder pursuant to endorsement: 401-1235. Such notice is solely for the purpose of informing the Certificate Holder of the effective date of cancellation and does not grant, alter, or extend any rights or obligations under this policy. CERTIFICATE HOLDER CANCELLATION @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF ROSEMEAD AUTHORIZED REPRESENTATIVE 8838 E VALLEY BOULEVARD PO BOX 399 i ' ROSEMEAD CA 91770 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD The L�, 4� Hanover Insurance Group_ OBCA399956 1309570 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILffYSUPPLEMENTARY ENDORSEMENT This endorsement modifies insurance provided under the following BUSINESSOWNERS COVERAGE FORM 3914 586 08 16 Includes copyrighted material of Insurance Services Offices, Inc., with its permission. Page 1 of 2 injury and advertising injury". A. Additional Insured by Contract, Agreement or Permit (2) To any person or organization included as an insured by another endorsement The followingis added to SECTION II - issued by us and made part of this LIABILITY, C. Who Is An Insured: Coverage Part. Additional Insured by Contract, Agreement or (3) To any lessor of equipment: Permit (a) ter the equipment lease expires; a. Any person or organization with whom you or agreed in a written contract, written agreement or permit that such person or (b) If the "bodily injury", "property organization to add as an additional insured damage", or "personal and on your policy is an additional insured only advertising injury" arises out of sole with respect to liability for "bodily injury", negligence of the lessor "property damage", or "personal and (4) To any: advertising injury" caused, in whole or in (a) Owners or other interests from part, by your acts or omissions, or the acts whom land has been leased if the or omissions of those acting on your behalf, "occurrence" or offense takes place but only with respect to: or the offense is committed after (1) "Your work" for the additional insured(s) the lease for the land expires; or designated in the contract, agreement "bodily (b) Managers or lessors of premises if: or permit including injury" or "property damage" included in the (1) The"occurrence"takes place or "products -completed operations hazard" the offense is committed after only if this Coverage Part provides such you cease to be a tenant in that coverage. premises; or (2) Premises you own, rent, lease or occupy; (ii) The "bodily injury", "property or damage", "personal Injury" or (3) Your maintenance, operation or use of "advertising injury" arises out of structural alterations, new equipment leased to you. construction or demolition b. The insurance afforded to such additional operations performed by or on insured described above: behalf of the manager or lessor. (1) Only applies to the extent permitted by (5) To "bodily injury", "property damage" or law; and "personal and advertising injury"arising (2) Will not be broader than the insurance out of the rendering of or the failure to which you are required by thecontract, render any professional services. agreement or permit toprovidefor such This exclusion applies even if the claims additional insured. against any insured allege negligence (3) Applies on a primary basis if that is or other wrongdoing in the supervision, required bythe written contract, written hiring, employment, training or monitoring of others by that insured, if agreement or permit. the "occurrence" which caused the (4) Will not be broader than coverage "bodily injury" or "property damage" or provided to any other insured. the offense which caused the "personal (5) Does not apply if the "bodily injury", and advertising injury" involved the "property damage" or "personal and rendering of or failure to render any advertising injury" is otherwise professional services by or for you. excluded from coverage under this d. With respect to the insurance afforded to Coverage Part, including any these additional insureds, the following is endorsements thereto. added to SECTION II - LIABILITY, D. Liability c. This provision does not apply: and Medical Expense Limits of Insurance: (1) Unless the written contract or written The most we will pay on behalf of the agreement was executed or permit was additional insured for a covered claim is the issued prior to the "bodily injury", lesser of the amount of insurance: "property damage", or "personal 3914 586 08 16 Includes copyrighted material of Insurance Services Offices, Inc., with its permission. Page 1 of 2 1. Required by the contract, agreement or permit described in Paragraph a.; or 2. Available under the applicable Limits of Insurance shown in the Declarations. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations B. Aggregate Limits of Insurance per Project or per Location The following changes are made to SECTION II - LIABILITY: 1. The following is added to SECTION II - LIABILITY, D. Liability and Medical Expenses Limits of Insurance, paragraph 4: The Aggregate Limits of Insurance apply separately to each of "your projects" or each "location" listed in the Declarations. 2. For the purpose of coverage provided by this endorsement only, the following is added to SECTION II - LIABILITY, F. Liability And Medical Expenses Definitions: 1. "Your project' means: a. Any premises, site or "location" at, on, or in which "your work" is not yet completed; and b. Does not include any "location" listed in the Declarations. 2. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. ALL OTHER TERMS, CONDITIONS, AND EXCLUSIONS REMAIN UNCHANGED. 391-1586 08 16 Includes copyrighted material of Insurance Services Offices, Inc., with its permission. Page 2 of 2 me Hanover Insurance Group.. OBCA399956 1309570 1. SECTION I - PROPERTY, if two or more of However, if you agree in a written this coverage part's coverages apply to contract, written agreement, or the same loss or damage, we will not pay written permit that the insurance more than the actual amount of the loss or provided to any person or damage. organization included as an 2. SECTION 11 - LIABILITY, it is our stated Additional Insured under this intent that the various Coverage Parts, Coverage Part is primary and forms, endorsements or policies issued to non-contributory, we will not seek the named insured by us, or any company contribution from any other affiliated with us, do not provide any insurance available to that Additional duplication or overlap of coverage for the Insured which covers the Additional same claim, "suit", "occurrence", offense, Insured as a Named Insured except: accident, "wrongful act" or loss. We will (1) For the sole negligence of the not pay more than the actual amount of Additional Insured; or the loss or damage. (2) When the Additional Insured is If this Coverage Part and any other an Additional Insured under Coverage Part, form, endorsement or another liability policy. policy issued to the named insured by us, b. Excess Insurance or any company affiliated with us, apply to the same claim, "suit", occurrence, This insurance is excess over: offense, accident, "wrongful act" or loss, (1) Any of the other insurance, the maximum Limit of Insurance under all whether primary, excess, such Coverage Parts, forms, contingent or on any other basis: endorsements or policies combined shall (a) That is Fire, Extended not exceed the highest applicable Limit of Coverage, Builder's Risk, Insurance under any one Coverage Part, Installation Risk or similar form, endorsement or policy. coverage for "your work"; This condition does not apply to any (b) That is Property Insurance for Excess or Umbrella Policy issued by us premises rented to you or specifically to apply as excess insurance temporarily occupied by you over this policy. with permission of the owner; G. Liberalization (c) That is insurance purchased If we adopt any revision that would broaden by you to cover your liability the coverage under this policy without as a tenant for "property additional premium within 45 days prior to or damage" to premises rented during the policy period, the broadened to you or temporarily coverage will immediately apply to this policy. occupied by you with H. Other Insurance permission of the owner; or 1. SECTION 1 - PROPERTY (d) If the loss arises out of the If there is other insurance covering the maintenance or use of aircraft, 'autos" or watercraft same loss or damage, we will pay only for to the extent not subject to the amount of covered loss or damage in SECTION II - LIABILITY, excess of the amount due from that other Exclusion g. Aircraft, Auto or insurance, whether you can collect on it or Watercraft; and not. But, we will not pay more than the applicable Limit of Insurance of SECTION 1 (2) Any other primary insurance - PROPERTY. available to you covering liability 2. SECTION II -LIABILITY for damages arising out of the premises or operations, or the If other valid and collectible insurance is products and completed available to the insured for a loss we operations, for which you have cover under SECTION 11 - LIABILITY, our been added as an additional obligations are limited as follows: insured by attachment of an a. Primary Insurance endorsement. This insurance is primary except when When this insurance is excess, we will have no duty under SECTION 11 - paragraph b. below applies. If this LIABILITY to defend the insured insurance is primary, our obligations against any "suit" if any other are not affected unless any of the insurer has a duty to defend the other insurance is also primary. Then, insured against that "suit". If other we will share with all that other defends,insurer rt ake to insurance by the method described in do so, but we w llebelentitled to the paragraph c. below. 391-1003 08 16 Includes copyrighted material of Insurance services Office, Inc., with its permission. Page 79 of 81 insured's rights against all those other insurers. c. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts under all that other insurance. d. We will share the remaining loss, if any, with any other insurance that is not described in this provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations for this Coverage. e. Method of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable Limit of Insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable Limit of Insurance to the total applicable limits of insurance of all insurers. f. When this insurance is excess, we will have no duty under Business Liability Coverage to defend any claim or "suit" that any other insurer has a duty to defend. If no other insurer defends, we will undertake to do so; but we will be entitled to the insured's rights against all those other insurers. Premiums 1. The first Named Insured shown in the Declarations: a. Is responsible for the payment of all premiums; and b. Will be the payee for any return premiums we pay. 2. The premium shown in the Declarations was computed based on rates in effect at the time the policy was issued. On each renewal, continuation or anniversary of the effective date of this policy, we will compute the premium in accordance with our rates and rules then in effect. 3. With our consent, you may continue this policy in force by paying a continuation premium for each successive one-year period. The premium must be: a. Paid to us prior to the anniversary date; and b. Determined in accordance with paragraph 2. above. Our forms then in effect will apply. If you do not pay the continuation premium, this policy will expire on the first anniversary date that we have not received the premium. 4. Undeclared exposures or change in your business operation, acquisition or use of locations may occur during the policy period that is not shown in the Declarations. If so, we may require an additional premium. That premium will be determined in accordance with our rates and rules then in effect. J. Premium Audit 1. This policy is subject to audit if a premium designated as an advance premium is shown in the Declarations. We will compute the final premium due when we determine your actual exposures. 2. Premium shown in this policy as advance premium is a deposit premium only. At the close of each audit period, we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. 3. The first Named Insured must keep records of the information we need for premium computation and send us copies at such times as we may request. K. Transfer of Rights of Recovery Against Others to Us 1. Applicable to SECTION I - PROPERTY Coverage: If any person or organization to or for whom we make payment under this policy has rights to recover damages from another, those rights are transferred to us to the extent of our payment. That person or organization must do everything necessary to secure our rights and must do nothing after loss to impair them. But you may waive your rights against another party in writing: 391-1003 08 16 Includes copyrighted material of Insurance services Office, Inc., with its permission. Page 80 of 81 a. Prior to a loss to your Covered Property. b. After a loss to your Covered Property only if, at time of loss, that party is one of the following: (1) Someone insured by this insurance; (2) A business firm: (a) Owned or controlled by you; or (b) That owns or controls you; or (3) Your tenant. You may also accept the usual bills of lading or shipping receipts limiting the liability of carriers. This will not restrict your insurance. 2. Applicable to SECTION II - LIABILITY Coverage: If the insured has rights to recover all or part of any payment we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair such rights. At our request, the insured will bring "suit' or transfer those rights to us and help us enforce them. The Hanover Insurance Croup_ OBCA399956 1309570 We waive any right of recovery we may have against any person or organization with whom you have a written contract, permit or agreement to waive any rights of recovery against such person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This condition does not apply to Medical Expenses Coverage. L. Transfer of Your Rights and Duties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual Named Insured. If you die, your rights and duties will be transferred to your legal representative but only while that legal representative is acting within the scope of their duties as your legal representative. Until your legal representative is appointed, anyone with proper temporary custody of your property will have your rights and duties but only with respect to that property. 391-1003 08 16 Includes copyrighted material of Insurance services Office, Inc., with its permission. Page 81 of 81 OBC A399956 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO DESIGNATED ENTITY(S) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART HANOVER COMMERCIAL FOLLOW FORM EXCESS AND UMBRELLA POLICY COMMERCIAL PROPERTY COVERAGE PART BUSINESS AUTO COVERAGE FORM BUSINESSOWNERS COVERAGE FORM SCHEDULE Name of Designated Entity Mailing Address or Email Address Number Das Notice CITY OF ROSEMEAD 8838E. VALLEY BOULEVARD, PO BOX 399 ROSEMEAD CA 91770 30 (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) If we cancel this policy for any reason other than nonpayment of premium, we will give written notice of such cancellation to the Designated Entity(s) shown in the Schedule. Such notice may be delivered or sent by any means of our choosing. The notice to the Designated Entity(s) will state the effective date of cancellation. Unless otherwise noted in the Schedule above, such notice will be provided to the Designated Entdy(s) no more than the number of days in advance of the effective date of cancellation that we are required to provide to the Named Insured for such cancellation. Such notice of cancellation is solely for the purpose of informing the Designated Entity(s) of the effective date of cancellation and does not grant, alter, or extend any rights or obligations under this policy. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. Page 1 of 1 401-1235 12 14 Includes copyrighted material of Insurance Services Office, Inc., with Its permission. 19503 ii'' C 5 E M F IF ` C/ C rmaDE `'097 Ato,?oRAT„1gy9 PROFESSIONAL SERVICES AGREEMENT 201E-2019 PAVEMENT MANAGEMENT PROGRAM 1. PARTIES AND DATE. This Agreement is made and entered into this 4 day of .Al/ us r , 20/s (Effective Date) by and between the City of Rosemead, a munical organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and Bucknam Infrastructure Group, Inc. with its principal place of business at 3548 Seagate Way, Suite 230, Oceanside, CA 92056 ("Consultant"). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing Pavement Management services to public clients, is licensed in the State of California, and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render such ongoing general public works and professional engineering services ("Services") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply a comprehensive program that includes the enhancement of the multi-year PMP CIP, neighborhood maintenance, L � 1 BUCKNAM INFRASTRUCTURE GROUP Page 2 of 11 • educational training, efficient data for PS&E bid document preparation, stewardship of the PMP, GIS links to the PMP, the knowledge of the inner working of the PMP software, and other consulting services necessary for the Project ("Services"). The Services and hourly rates are more particularly described in Exhibit A attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from effective date shown above to June 30, 2019, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key BUCKNAM INFRASTRUCTURE GROUP Page 3 of 11 personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. . 3.2.5 City's Representative. The City hereby designates the Director of Public Works, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative. Consultant hereby designates Mr. Steve Bucknam, or his/her designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services. Consultant agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees. Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. Any employee of the Consultant or its sub-consultants who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Consultant and shall not be BUCKNAM INFRASTRUCTURE GROUP Page 4 of 11 re-employed to perform any of the Services or to work on the Project. 3.2.9 Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10 Insurance. 3.2.10.1 Time for Compliance. Consultant shall maintain prior to the beginning of and for the entire duration of this Agreement an insurance coverage and policy as specified in Exhibit B attached to and part of this agreement. 3.2.11 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1. Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement, as specified in the attached Consultant proposal (i.e., hourly rates, expenses, etc.), ® : T,45A ` e:d T ntygiT ya Tho M 9a SIL ;13 iir reINre : 'o'Yla 9kAloot l Such payments shall be made on an as-needed basis as directed by the City. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services BUCKNAM INFRASTRUCTURE GROUP Page 5 of 11 rendered by Consultant. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper, completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section .1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total .compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. City shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Consultant shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant's principal place of business and at the project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. BUCKNAM INFRASTRUCTURE GROUP Page 6 of 11 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents and Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: Bucknam Infrastructure Group, Inc. 3548 Seagate Way, Suite 230 Oceanside, CA 92056 Attn: Steve Bucknam CITY: City of Rosemead 8838 East Valley Boulevard Rosemead, CA 91770 Attn: Public Works Department Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. t. BUCIKNAM INFRASTRUCTURE GROUP Page 7 of 11 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3.5.3.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or other, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.6 Indemnification. Consultant shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner BUCKNAM INFRASTRUCTURE GROUP Page 8 of 11 arising out of or incident to any alleged acts, omissions or willful misconduct of Consultant, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.7 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. • 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants. City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, BUCKNAM INFRASTRUCTURE GROUP Page 9 of 11 employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. • 3.5.14 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees or subconsultants to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment. Consultant represents that it is an. equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. BUCKNAM INFRASTRUCTURE GROUP Page 10 of 11 3.5.20 Labor Certification. By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 Authority to Enter Agreement. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [Signatures on next page] BUCKNAM INFRASTRUCTURE GROUP Page 11 of 11 CITY OF ROSEMEAD BUCKNAM INFRASTRUCTURE GROUP, INC. I IJrioI fir By. i-2/- Gloria Molleda, City Manager Dat- ° Date Name: bv — Attest: Title: e io Eric a.Her andez, City Clerk Date oro or-:on,nY®, Ir NACU Pesi0ent 7reside,;t Sem r LA MO By: Name: Title: PN•t"1\ EXHIBIT A PROPOSED FEE /SCOPE OF SERVICES/ HOURLY RATES (15 PAGES, 3-1 -4-3) A-1 Approach / Scope of Work Project Understanding/Approach As the City of Rosemead infrastructure matures, the City's staff is striving to update the City's Pavement Management Program (PMP) through "annual" cost effective condition surveys, engineering cost evaluation, Arterial CIP and "neighborhood" budgetary reporting and work history updates within the PMP database. Bucknam's experience through adherence to scope, schedule and cost have proven itself over the past ten (10)years of PMP service to Rosemead Public Works. The City requires a team that will continue to not only resurvey the defined sections using cost- conscious methodologies but will create a comprehensive program that includes the enhancement of your multi-year PMP CIP, neighborhood maintenance, educational training, efficient data for PS&E bid document preparation,stewardship of the PMP,GIS links to the PMP, and the knowledge of the inner workings of the PMP software. Bucknam will provide these services through our proactive and accurate implementation of your PMP;we will address the City's primary goals of: • Updating MicroPAVER with 2018 .AC/PCC inspections, work history and METRO compliance; • • Enhance the Rosemead PMP database with 2015 to 2018 work history data entries; • Surveying 76.4 miles of,Arterial, Collector, Local and Alley streets; provide variance PCI reporting based upon 2015 PCI's vs.2018; • Verifying/Updatingpavement centerline and metric data (PMP vs. GIS); • Generating 2018 Pavement Condition Index(PCI) ratings for each segment; • Developing a proactive preventative slurry se&/ overlay maintenance schedules based on existing capital funding; • Establishing solid recommendations for current/future maintenance needs; • Utilizing the City's existing funding to generate a baseline five (5) year Capital Improvement Program (CIP); • Recommending alternative maintenance budgets that demonstrate realistic return-on- investments(ROI), i.e. Scenarios 1, 2,3, "actual" budget model, maintain PCI model, etc. We have defined detailed phases to the scope of work in accordance to the City's RFP; 1. Project Implementation • 2. Client Satisfaction 3. Project Schedule (See Section 6) 4. Scope of Work(Major Tasks) 3-1 174 Approach / Scope �.� 1) Project Implementation TASK 1e1: Project Kickoff The first step in implementing a successful pavement management program truly resides in frequent communication and timely scheduled data updates. For the City of Rosemead it will be essential to establish, up front, the Public Works Division (Engineering/Maintenance) pavement management priorities. Our team will set a Project Kickoff meeting with the Public Works Director (Mr. Charles Herbertson, the Engineering Services Manager (Mr. Mate Gaspar) and the Maintenance Operations Manager (Mr. Eric Mirzaian) to further discuss and review in detail the expectations of the project, technical approach, section ID / GIS management & surveys, district/quadrant maintenance, software upgrades & use, deliverables within the scope of work and the review of schedule. This effort will build consensus between the Maintenance and Public Works staff as well as build stronger ARTERIAL CIP and LOCAL neighborhood maintenance programs that complement large Public Works CIP projects and annual maintenance projects. The first key topics to be discussed will include the review and assessment of the existing MicroPAVER pavement plan/data; its current and future use,survey areas based on recent maintenance work and schedules, new construction, data quality and condition, current pavement procedures, historical expenditure levels, software implementation and desired service levels. Deliverable: Meeting minutes, revised project schedule (if necessary) TASK 1.2: Project Status Meetings- Quality Control Program Status Meetings and Progress Reports • Field review meetings • Monthly progress status reports will be delivered to City project manager • Minimum of four meetings during the project(kickoff,field, and status meetings —30%, 65%and 100%) PMP Quality Control (QC) We will use a statistical sampling approach for measuring the quality of our field technician's work. In this manner, 10 percent (8 miles out of 76.4 miles) of the original surveys will be re-surveyed by an independent survey crew, supervised by a field supervisor,and the results will be compared to the original surveys. Our QC process involves checking the field crews' work in a "blind study" fashion. Quality control checks will be performed at the end of each survey week. This will ensure that all field personnel are properly collecting distresses and pavement quantities for all street segments. 3-2 • Approach / Scope of Work ry PCI variance reporting will be performed where previous 2015 PCI data will be compared to 2018 data; if PCI's vary more than three (3) points per year Bucknam staff will assess the potential cause through unrecorded work history, accelerated pavement deterioration, etc. Since we are collecting distress information on our field Tablets with the Rosemead PMP database live, our staff will perform several quality control tests within the pavement management software using a sample set of the City of Rosemead's street distress data. This will ensure that all system and analysis settings as well as City recommendations and standards are being followed. Over the past year, Bucknam has submitted twenty-two (22) METRO compliant reports for LA municipalities,they include: tfiosAra miles Loud P P Client Pomona Alhambra El Segundo Duarte Culver City Lomita RPV Palmdale South Gate South Pasadena La Habra Heights Sierra Madre Monterey Park Hermosa Beach South Pasadena Compton Lynwood Norwalk La Verne Rosemead Bellflower Rancho Palos Verdes Over the past year, Bucknam has submitted seventeen (17) OCTA compliant reports for OC municipalities,they include: Orange Cori PMP Clients Brea Irvine RSM Costa Mesa Aliso Viejo Tustin Laguna Hills Laguna Beach Westminster Fountain Valley San Juan Capistrano La Habra Huntington Beach Newport Beach Fullerton La Palma San Clemente Our field surveys follow the accepted ASTM D6433-16 walking requirements and are proven and continue to be utilized for our SoCal clients shown above. A copy of the QA/QC plan utilized by our staff during the project will be submitted along with the PMP certification documents. Our staff attends the OCTA MicroPAVER PMP Distress Training Classes held each winter (FY 2011 thru 2017). In January 2018 our staff was acknowledged as "qualified ASTM D6433 inspectors and firm" to prepare Pavement Management Plans compliant with the OCTA Countywide Pavement Management Guidelines (this compliance runs through June 2020). 15 3-3 L - 3 Approach / Scope of Work ‘ - Registered Engineer/Lead Engineer Mr. Steve Bucknam, P.E. will supervise all operations, review all completed data and prepare and sign a final report incorporating the results of our pavement evaluation and conditions. We will provide engineered recommendations for pavement rehabilitation and replacement based upon field data and analysis. Deliverable: Monthly Project Status reports, field review and project status meetings, QA/QC Plan 2) Client Satisfaction TASK 2.1: Project Deliverables Shown throughout our Scope of Work,. each Task is summarized with project deliverables. Client satisfaction will derive from frequent communication with the Project Manager and key staff members from the Engineering and Public Services departments. Project success is created by delivering on three main factors; 1)Adherence to scope tasks and deliverables 2) Performing to the standard set by the Project Schedule; and 3) Controlling costs. Our Project Manager will follow each of these factors throughout the duration of the project Deliverable:Project Status Updates,as stated in Task 1.2 3)Project Schedule TASK 3.1: Work Flow/Project Schedule Our project schedule shows each major task identified in our scope of work, as well as quality control milestones and meetings. Bucknam currently has ample staff to apply to this project in order to meet an aggressive schedule(3 field technicians will drive the proactive schedule). With a completed survey, our team will work with you to establish a PMP that provides specific, manageable pavement segments, detailed maintenance schedules of needed repairs and cost conscious maintenance recommendations that will assist you in preparing budget estimates required to complete the scheduled work for fiscal year 2018-19 and beyond. Per the request of the RFP,we have included the Critical Path Method (CPM)Project Schedule within Section 6 of our proposal. • t;b`.: w:..,_: 3-4 • ger Approach / Scope of Work 4)Scope of Work(Major Tasks) TASK 4.1: Update Maintenance and Rehabilitation History The City will provide Bucknam a complete listing of all major work (overlay, slurry, etc.) in order to update specific section work histories and PCI ratings. Bucknam will review all maintenance and rehabilitation projects completed and/or scheduled by the City since the last update in 2015;this will include work history updates on arterial, locals and alleys. Our staff will enter the necessary work history updates as mentioned above (i.e. data entry of maintenance / rehabilitation activities) into your MicroPAVER software. Once the project is completed, our staff will upload the necessary PMP database files at the City. Deliverable: Update PMP data,Work History report TASK 4e2: Pavement Condition Surveys First and foremost, the assessment of the City's pavement segmentation is one of the key priorities for this project. With three years between major inspections it will be essential to verify that all Arterial, Collector and Local segmentation is up-to-date and that section SF quantities are verified, accurate and reliable. Once the pavement segmentation has been assessed and verified,the necessary inspections will be performed. Our survey methodology will include one of the following approaches based on the ASTM D6433-16 guidelines: 1. Walking- All sections are surveyed through walking methodologies. Distress types will be collected based upon actual surface conditions and physical characteristics of the segment. Sample locations, distress types, extents and severities will be collected based upon actual surface conditions and physical characteristics of the segment. Surveying methods will be conducted by remaining consistent with ASTM D6433-16 sampling guidelines while being flexible to current City practices. Live GIS files will be used to enhance field survey locations, data access and quality control measures. All sample locations are observed through walking surveys; additional unique conditional factors such as unique distress areas found outside our sample areas will be recorded. e The inspection of approximately 76.4 miles of Arterial, Collector, Local and Alley streets will be performed; o 29.5 Arterial/Collector streets; and o 46.9 Local and Alley streets. • Recent slurry seal and overlay maintenance will reduce the amount of necessary { survey, Bucknam will coordinate mileage reduction with City prior to survey; and ._ 3-5 erifz Approach / Scope of Work �` ' ® 1 o No private streets will be surveyed under this effort. 2. Automated Digital Roadway Imaging (see Optional Task 4.8) survey; Bucknam has recently performed this service for the cities of Compton, , RPV, Aliso Viejo, Bellflower, Rosemead, Beverly Hills, Palmdale, Fountain Valley, Cypress, RSM, Santa Ana, La Habra Heights, National City and Palm Desert for PMP and ROW inspections. Our staff will establish all inspection sample locations for survey based on ASTM D6433-16 guidelines; this effort replaces the walking field operations; all pavement condition inspections are then completed in-house through our automated processes. Surveys are quality controlled with field operations. Our use of MicroPAVER Tablet units allows our staff to collect pavement data with the City of Rosemead's PMP database live in the field. At the end of the day all electronic data is transferred to our office for quality control and management. Our Tablet methodology sets us apart from the competition since we are using a paper-less inventory process to enter data; this in turn generates cost savings to enhance other portions of the project such as CIP reporting,GIS implementation, PMP software training,and on-call services. Roadway Verification Survey-A listing of the field attribute data that is updated/verified during the survey for the pavement management database is listed below: 1.Field Attribute Data (updated and/or verified) + From/to, indicating the assigned limits of the section, sample test areas, street name,a street codification (i.e.truck route, school zone, maintenance district) •e• Street ranking indicating local, arterial, collector,#of lanes,surface type • Street segmentation implemented continuously from west to east and south to north • Historical PCI tracking from previous inspections and 2018 PCI inspections • Segment quantities, indicating the length, width, and total true area of the section 4> Structural sections(if available from previous reports or City documents) 2.Conditional data will be evaluated for all street segments and will include: • 20 AC&19 PCC distresses by type,severity and sample area •e• PCI ratings(0-100),taking into account the surface condition, level of distress • PCI values will reflect "per segment and overall" results (not per direction of travel); • Reporting that indicates PCI current and future performance for the next five years based on performance prediction modeling and local condition; ❖ Drainage Condition Rating(standing water, etc.) • Traffic volumes(ADT, if available) -- - :. 3-6 • e•• Approach / Scope of Work � r • In developing the PMP and through our field surveys if our staff modifies or changes any street segment we will notify the City Project Manager and gain approval for such changes before any modifications are made. We welcome staff members from the City of Rosemead to join our surveys. Under the use of MicroPAVER all pavement data will be entered into the Bucknam's most current licensed software. All items listed above will be maintained by our staff for the duration of this project. Data management will be performed in-house at our Oceanside office. At the completion of the project, the PMP database will be placed within your internal Public Works network. 3. Section Distress and PCI Reporting Once inspections are completed, we will generate a draft Pavement Condition Index (PCI) Report for City staff to review. The City and our staff will review these reports to ensure that all inventory data is correct and the project is running smoothly. Our submittal will include: 1. PCI Variance report comparing 2015 PCI's to 2018 PCI's(will be performed annually) 2. Street centerline miles, lane miles, and pavement area a. Reported as an entire network b. Reported by functional classification (arterial, collector, local) 3. Current street network Pavement Condition Index ratings a. Report as an entire network b. Reported by functional classification (arterial, collector, local) 4. Pavement segment tabular listing for the entire street network a. PCI Report—sorted by PCI (worst to best) b. PCI Report—sorted alphabetically 5. Creation of pavement performance curves and definitions for maintenance strategies, decision tree models and pavement life-cycle analysis 6. PCI report will be signed and sealed by our registered engineer Deliverable:Citywide PCI Reports(30%, 65%and 100%status PCI reports), PCI Variance report f 3-7 Approach / Scope of Work DEVELOP RECOMMENDED IMPROVEMENT PROGRAM TASK 4.3: Maintenance and Rehabilitation, History and Decision Tree In regard to the pavement maintenance that has been performed by in-house staff as well as through contractual maintenance, our staff will review all street activities that have been performed since the last major PMP update (FY 2015). All street maintenance data will be entered into MicroPAVER to improve upon section deterioration projections that will in turn enhance the recommendations for the upcoming budgetary analysis and CIP reporting. We will assist the City in developing the most cost-effective preventative maintenance, repair and rehabilitation strategies possible. This will be accomplished by meeting with the City to discuss and strategize maintenance activities/unit costs that are currently being used by the City. This effort is typically scheduled for when our pavement surveys reach 65%complete. Based on the City's current available budget, AC & PCC applications/costs and other maintenance practices used we will conduct an historical and prospective analysis on the conditional and financial impact these practices have on the pavement network. The maintenance strategies that are typically reviewed are localized stop gap maintenance, slurry seals, rehabilitation and reconstruction (R&R), the expected improvement in pavement condition, the life-cycle extension that would result and the unit costs for maintenance. Based on our fiscal and deterioration analysis, we will present our results and recommendations to City staff. This analysis will become an essential building block for the recommended 2018- 2023 maintenance programs/scenarios. Bucknam will provide an engineering discussion that includes priority listings as well as several sets of priority/cost-benefit analysis scenarios. We will establish a maintenance "decision tree" that will be used to generate pavement recommendations that match current 2018 maintenance approaches. This will be accomplished by assessing/updating the unique and individual deterioration curves within the database based on functional class (i.e. arterial, collector, local) and age. Our staff will review the Rosemead's deterioration curves that have been developed based on historical pavement condition, inspection, surface type, and road class. The curves will be modified based on 2018 pavement conditions. All maintenance practices/unit costs will be integrated into the MicroPAVER database and will be derived from the most recent construction bids for pavement rehabilitation. We will account for annual inflation rates and PMP project contingencies when long-term revenues projections are made. Our staff will also recommend updates to the City's arterial/residential maintenance neighborhood approach. We will focus on projecting budgets and maintenance recommendations for all streets within maintenance "neighborhoods"; this will allow us to proactively schedule maintenance efforts throughout the 5-year CIP as well as achieve the desired level of PCI across the City. Our Project Manager and key staff will work closely with City in defining repair and rehabilitation strategies during each fiscal year and within each tract/area defined by the City. u;=, c: nti:: ;; ,, 3-8 • Approach / Scope of Work y Once the repair/rehabilitation strategies have been defined, the identification of a five-year Forecasted Maintenance schedule will be generated. The recommended budget scenarios will be identified on the basis of several criteria: • Assessing the City's current PMP funding sources (i.e. Gas Tax, SB1, Prop. C, Measure M,General fund, etc.); • Present pavement conditions; Desired levels of service and available resources; • Scheduling 'with the City's maintenance neighborhoods and other capital projects (water,sewer); • Accrued backlog levels and stabilization of maintenance backlog; and • Future routine maintenance needs based on projected deterioration rates. The primary emphasis of this task is to maximize the programming of street maintenance projects using the most cost-effective strategies available and taking into account a life-cycle cost analysis.A working "draft" Final Report will be generated for City staff to review. The Draft and Final PMP reports will include: • Executive Summary/Findings and Recommendations; • Purpose statement for PMP to establish goals and objectives; • Assessment of current and projected pavement condition (condition analysis and prediction modeling); • 'Pavement Condition Index(PCI) reports; • Identification of sections where additional structural testing (i.e. deflection testing) may be necessary; • Multiple CIP scenarios identifying arterial and residential maintenance (per section & district) recommendations (slurry, overlay, recon, etc.) associated with contingency costs; City will provide funding source budget allocations; • Recommendations for residential maintenance in "groupings"or neighborhoods; and • GIS mapping. Deliverable: Hierarchy model of pavement maintenance decision tree,two(2)copies of the Draft Pavement Management Program Report TASK 4.4: Budgetary Analysis and Final PMP Reporting We will deliver the Final Report to the City which will be essential for staff use/reference and beneficial for elected officials/upper management. The report will be prepared in a format that uses the information delivered by PMP in conjunction with the information and analysis performed by our team. The report will provide the City with information on: • Current inventory and pavement conditions indices(PCI) for all road classes 3-9 Approach / Scope of Work i ° -- 1 Projected annual rehabilitation programs for street maintenance for a 5-yr period (ARTERIAL and LOCAL Forecast Maintenance Reports) that show the largest return on investment and acceptable levels of service; • Modeling and comparison of budget scenarios typically include: • Current/Actual budget 5-year projection (citywide approach) • Identification of annual funding to maintain current PCI after 5-years • Increase current PCI within 5-years • Gradual, Frontloaded, Constrained and Unlimited funding analysis Strategies and recommendations for the City's maintenance programs and procedures, including a preventative maintenance schedule; • Supporting documentation required by METRO; and • The PMP will be presented to the Rosemead City Council and/or upper management and we will support Rosemead staff in the development of the presentation; pro bona Registered Engineer Mr. Steve Bucknam, P.E. will supervise all operations, review all completed data and prepare and sign a final report incorporating the results of our pavement evaluation and conditions. We will provide engineered recommendations for pavement rehabilitation and replacement design based upon field data and analysis. In summary,the final report will include: Final Deport oeliVetables Executive Summary outlining the completed project. Methodologies utilized for field survey and budget analysis Work history of completed street maintenance,rehabilitationa and reconstruction Current PCI's by section Condition distribution by functional classification • :Projected annual road maintenance R&R programs for streets over a five-year period based on Task 4.4 scenarios Analysis that allows for City to measure cost impact due to deferred maintenance GIS map exhibits and program scenarios as required Present and future PCI rating and a five-yr work program Deliverable: Upon final approval, two (2) bound copies of the Final Pavement PMP Report (plus one original signed by our Registered Engineer, CA No. 20903), in binder and electronic form (.pdf), will be sent to the City. Bucknam will provide one (1) DVD copy of the Final PMP database and will install it at the City. �' r.. _. ... ...: 3-10 Approach / Scope of Work I1 TASK 43: PMP®GIS Link/Mapping As an enhancement and proactive approach to this project, our staff will update the existing Pavement-GIS link between MicroPAVER and the City's GIS system. The PMP-GIS data will allow for expansion / integration with future infrastructure management system modules. Bucknam currently has the 2015 PMP-GIS shapefile in-hand;this allows our staff to immediately utilize the file and prepare for internal PMP editing, survey and reporting. Our staff will review, with City staff, all ongoing upcoming capital projects that may impact the GIS mapping delivered for this project. The maps described below will be incorporated into the City's Final PMS report: a PCI values for every section ® Work History identifications O 5-yr Arterial/Local Rehabilitation and Slurry Seal Programs m Functional classification maps Once the City has approved the Pavement Condition Report, we will update the necessary MicroPAVER-GIS linkages (street names will be shown on all maps). By using the unique ID's within the PMS and the City's ESRI street shapefile ID's, we will create a one-to-one match for each pavement section in the GIS. Our staff will coordinate all project deliveries with the Public Works and the GIS division to ensure that the most current and accurate PMS-GIS maps are represented within the City's GIS enterprise. Deliverable: Complete GIS files/themes based on list above (shapefiles). TASK 4.6: PMP Training and Technical Support With PMP software use being one of the key components to a successful PMP implementation, we will provide City staff with quality, certified training and the necessary skills needed to maintain the PMP. Bucknam will provide City staff with all collected pavement/GIS data, as well as updated operation manuals for both field data collection and software use. Based on the number of future users, our staff will deliver as many copies as needed by City staff to facilitate the program. Peter Bucknam, who is certified in the use of MicroPAVER, will conduct comprehensive multi-day training sessions covering implementation, interfacing with the system, PMP methodologies, field survey practices, PCI calculations, budget needs analysis and editing/updating the database. This is estimated to consist of a minimum of 8 hours of training. Training typically involves one (1) day of training on the PMP software and GIS linkages. There is no minimum or maximum amount of people that can be trained under this methodology. We can train one key individual or an entire classroom using a City training facility pending on your needs; the intent of this training is to empower and allow City staff to continue updating the PMS database on their own after this project is completed. 3-11 )44 Approach / Scope of Work i;7 Technical support will include the provision of up to 40 hours of PMP support for three years upon completion of the project (annually); a separate purchase order will be issued for this annual service. Bucknam will provide quality and accurate use of the MicroPAVER software. Once the City has approved the Pavement Condition Index Report under this year's work effort, this service will become active. Our typical On-Call services include: % Additional budget scenarios, general reporting, deterioration studies Additional visual inspections above the mileage amount indicated in Task 4.2 Additional pavement management—GIS mapping % Additional MicroPAVER training, operational use % GIS Enterprise assessment, management, implementation, support The agreement will include the provision of onsite and telephone support for the City staff. Deliverable: PMP software training,field and internal technical support OPTIONAL SERVICES TASK 4.7: Presentation to the City Council(Optional) As a pro-bono effort, Bucknam will prepare and present the PMP to the City Council and/or upper management. This effort will include the development and finalization of a PowerPoint presentation (approved by City staff); the report will reflect all data collected and reported on during the project. Deliverable: Delivery of PowerPoint presentation,assistance with presentation to City Council TASK 4.8: Automated Digital Roadway Imaging (Optional) As an alternative survey methodology, our staff will implement a pavement survey methodology that will support Task 4.2 efforts as well as implement a proactive and cost efficient GPS survey methodology -fes�`I that will allow for the collection of numerous Rosemead (City owned) . . assets and their GPS locations using "one" set of digital imagery (e.g. seven citywide infrastructure surveys for the cost of one). With verification of street segmentation, the inspection of approximately 76.4 miles will be surveyed. ASTM D6433 - Army Corp of Engineers AC and PCC distress types will be collected based upon actual surface conditions and physical characteristics of the segment while being flexible to current City practices. Our automated digital imaging allows technicians to collect the following: 3-12 Approach / Scope of Work • Continuous pavement imaging (images taken every 5 meters, competition typically surveys at every 8 meters/25 feet intervals) • ASTM D6433-16 AC and PCC distresses (e.g. linear/transverse cracking, alligator, patching, bleeding, block cracking, etc. • Surface roughness ratings (IRI); rutting depth (full width of lane or street), if called out by the City as needed • Imaging captures 100%of each pavement segment(not just one lane) • Data transfers seamlessly to your PMP database • 2mm pixel images allows for centimeter horizontal and vertical accuracy The first survey process will involve the mobile GPS vehicle taking approximately one-week's time to survey the Rosemead street network; additionally, the vehicles drive the posted speed limits. The images that are collected are taken by using Sony digital stereographic cameras (4 to 6 cameras) positioned on the vehicle. The images have a resolution of 2448 x 2050 and are geo- referenced by means of inertial GPS equipment contained within the van; images are taken every 4 to 6 meters, 15 ft. intervals. All images taken are owned by the City and can be used for future data extraction within the Feature Extraction software. Survey vehicles are equipped with digital measuring instrumentation (DMI) that will be used to verify all pavement section lengths and widths. Our vehicles can be equipped with road roughness rating equipment, strip mapping cameras and are set to record 360 degree street imaging. The PCI conditional surveys will be performed by the Bucknam team (in-house, with 20% field QC review) that is experienced and trained in pavement condition assessment using LambdaTech's"Feature Extraction" software. Bucknam will measure specific distress types from the digital image set. A listing of the field attributes that will be collected during the survey is listed above in Task 4.2. The quality of the imagery and its GIS / record collecting capabilities within the software provided allows the technician to accurately identify the required pavement distresses defined by the pavement software and the project(distresses are collected in-house). All pavement GIS data associated with each pavement section will be entered into the City's working software. If the City elects to collect other street and ROW assets under this contract these assets will be collected at the same time as the pavement. Beyond the pavement survey capabilities, the City will be able to collect other infrastructure assets in the future such as: • Sign Inventory(Warning,Regulatory,Guide,City Unique signs,etc.; • Right-of-Way assets; • Street lights,Catch Basins, Manhole/Water Valves;and • Pavement markings, legends and other ROW features. A tremendous costs savings that reaches$300,000 over the next 3 years. ( 3-13 d;g it...�i. CITY OF ROSEMEAD,CA • 2018 Update of Pavement Management Program Proposed Fee-July 5,2018 Description Principal Project GIS Planner Field Admin Total by Task Manager Technician(s) Base Fee $250/hr $180/hr $145/hr $88/hr $75/hr Task 1 Rick-off Meeting PMP Services Task 1.1 Project Kick-off 1 1 $268 Task 1.2 Project Status Meetings-Quality Control Program 2 2 18 $2,234 Task 2 Client Satisfaction Task 2.1 Project Deliverables 1 2 2 1 $975 Task 3 Project Schedule Task 3.1 Work Flow/Project Schedule 2 3 $624 Task 4 Scope of Work Task 4.1 Update Maintenance and Rehabilitation History Pavement Work History Data Entry 1 6 $708 Task 4.2 Pavement Condition Surveys Arterial,Local and Ailey Street Survey 2018 Survey(approx.76.4 miles) 4 3 80 $8,195 Task 4.3 Maint.and Rehabilitation,History and Decision Tree 4 1 $808 Task 4.4 Budgetary Analysis and Final PMP Reporting 2018 Citywide PMP Reporting 1 18 2 2 1 $4,031 Task 4.5 Mapping and GIS PMP-GIS Layer Update Cost 2 10 2 $1,986 Task 4.6 PMP Training and Technical Support 2 2 8 $1,354 Reimbursables(mileage,printing,materials) $1,810 All deliverables will become property of the City of Rosemead All Tasks are negotiable Total Hours per Staff 2 38 21 121 2 Total Base Fee $ 500 $ 6,840 $ 3,045 $ 10,648 $ 150 $22,993 Optional Services Task 4.6 Technical/As-Needed Annual PMP Support T&M Task 4.7 Presentation to City Coucil Pro Bono $0 Task 4.8 Automated Digital Roadway Imaging(Citywide-76.4 miles) Pavement survey data extraction from digital images* Cost shown within Task 4.2 *Cost replaces walking based survey Task 4.2) Additional Sign,ROW,Utility,Traffic Control assets can be collected TBD (all digital images complete with GPS coordinates @ 15ft intervals) Additional optional services and/or services outside of this contract will be negotiated with the City where we will use the — Standard Hourly Rate Schedule ISI 4-2 Standard H.-urly Rate Schedule Category Rate Principal $250 Senior Project Manager 215 Senior Engineer/Planner 195 Construction Manager 185 Pavement Management Project Manager 180 Management Analyst 165 Project Engineer/Planner 155 Senior Engineer/Senior Technician/GIS Planner/Senior Inspector 145 Asst. Engineer/Asst. Technician/Asst. GIS Planner/Inspector .135 CADD Operator 110 Administrative Assistant 105 Field Technician 88 Clerical/Word Processing 75 Forensic Services Quote Reimbursables Mileage $0.65/mile Subconsultant Services Cost+5% Reproduction ' Cost+5 Travel&Subsistence Cost+5% Fees&Permits Cost+5% Computer Services(External) Cost+5% Standard Hourly Rates shown will not be BUCKNAM INFRASTRUCTURE GROUP,INC. changed and/or 3548 Se=atet'Yay, Suite 236 Oceanside,CA'926.56 increased during the 7.769216.5529 F'.769-.216.6.565 - bucknam.net contract period 4-3 • 1 EXHIBIT INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend,supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self- insured retention for liability not covered by primary but covered .by the umbrella. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1 Million per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on- a policy form coverage specifically designed to protect against acts, errors or B-1 omissions of the consultant and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of' the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on. or before the effective date of this agreement. - Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant:- 1. onsultant:-1. Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. • 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period), that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured B-2 } • endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. • 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10.Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11.Consultant agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self-insure its obligations to City. If Consultant's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or selfinsured retention, substitution of other coverage, or other solutions. 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. B-3 13.For purposes of applying insurance coverage only, .this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14.Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or.any other regard. 15.Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16.Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18.Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. • 20.The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21.Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this B-4 agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. B-5 ® DATE(MM/DD/YYYY) A`�® CERTIFICATE OF LIABILITY INSURANCE 7/30/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHO(A/C. .Ext): (888)780-5381 FAX No): (877)'737-8498 WILLIS OF ILLINOIS,INC. ADDRESS: Certificate@Hanover.com . 233 S WACKER DR,SUITE 2000 INSURER(S)AFFORDING COVERAGE NAIC# CHICAGO IL 60606INSURERA: Citizens Ins Co of America 31534 INSURED INSURER B: Hanover American Ins Co 36064 BUCKNAM INFRASTRUCTURE GROUP INSURER C: INC INSURER D: 3548 SEAGATE WAY STE 230 INSURER E: OCEANSIDE CA 92056 INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER (MM DDIIYPOLICY YYFY) (MMfDD/YYYYI LIMITS POLICY EXP LTR INSD VJVD J COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO CLAIMS-MADE ✓ OCCUR PREMISES(Ea occu RENTED $ 1,000,000 MED EXP(Any one person) $ 10,000 A Y Y OBC A399956 03 09/16/2017 09/16/2018 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY /JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) I ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED Y Y OBC A399956 03 09/16/2017 09/16/2018 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS -$ HIRED / AUTOSNON-OWNED (Per PROPERTY V AUTOS ONLY V . $ UMBRELLALIAB / OCCUR EACH OCCURRENCE $ 9,000,000 A EXCESS LIAB CLAIMS-MADE Y Y OBC A399956 03 09/16/2017 09/16/2018 AGGREGATE $ 9,000,000 DED if RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITYI V PER OTH- ER N B OFFCERM MB REXC UDED?ECUTIVE YN N/A N WZCA39994603 09/16/2017 09/16/2018 E.L.EACH ACCIDENT $ 1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate Holder is an Additional Insured on the General Liability and Auto Liability pursuant to the terms and conditions by form 391-1586. Waiver of Subrogation as provided by form 391-1586.Additional Insured is Primary and Noncontributory to the extent provided by form 391-1586. • CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF ROSEMEAD • AUTHORIZED REPRESENTATIVE 8838 E VALLEY BOULEVARD PO BOX 399 C`/' ROSEMEAD CA 91770 flttl-q„ I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY SUPPLEMENTARY ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM injury and advertising injury". A. Additional Insured by Contract,Agreement or Permit (2) To any person or organization included The followingis added to SECTION II - as an insured by another endorsement issued by us and made part of this LIABILITY,C.Who Is An Insured: Coverage Part. Additional Insured by Contract,Agreement or (3) To any lessor of equipment: Permit a. Any person or organization with whom you (a) orter the equipment lease expires; agreed in a written contract, written agreement or permit that such person or (b) If the "bodily injury", "property organization to add as an additional insured damage", or "personal and on your policy is an additional insured only advertising injury" arises out of sole with respect to liability for "bodily injury", negligence of the lessor "property damage", or "personal and (4) To any: advertising injury" caused, in whole or in (a) Owners or other interests from part, by your,acts or omissions, or the acts whom land has been leased if the or omissions of those acting on your behalf, "occurrence" or offense takes place but only with respect to: or the offense is committed after (1) "Your work" for the additional insured(s) the lease for the land expires; or designated in the contract, agreement or permit including "bodily injury" or (b) Managers or lessors of premises if: "property damage" included in the (i) The"occurrence"takes place or "products-completed operations hazard" the offense is committed after only if this Coverage Part provides such you cease to be a tenant in that coverage. premises; or (2) Premises you own,rent, lease or occupy; (ii) The "bodily injury", "property or damage", "personal injury" or (3) Your maintenance, operation or use of "advertising injury" arises out of equipment leased to you. ctructuraalterations, new construction or demolition b. The insurance afforded to such additional operations performed by or on insured described above: behalf of the manager or lessor. (1) Only applies to the extent permitted by (5) To "bodily injury","property damage" or law; and "personal and advertising injury"arising (2) Will not be broader than the insurance out of the rendering of or the failure to which you are required by the contract, render any professional services. agreement or permit to provide for such This exclusion applies even if the claims additional insured. against any insured allege negligence (3) Applies on a primary basis if that is or other wrongdoing in the supervision, required by the written contract,written hiring, employment, training or agreement or permit. monitoring of others by that insured, if the "occurrence" which caused the • (4) Will not be broader than coverage "bodily injury" or "property damage" or provided to any other insured. the offense which caused the "personal (5) Does not apply if the "bodily injury", and advertising injury" involved the "propertydamage" or "personal and rendering of or failure to render any advertising injury" is otherwise professional services by or for you. excluded from coverage under this d. With respect to the insurance afforded to Coverage Part, including any these additional insureds, the following is endorsements thereto. added to SECTION II -LIABILITY, D. Liability c. This provision does not apply: and Medical Expense Limits of Insurance: (1) Unless the written contract or written The most we will pay on behalf of the agreement was executed or permit was additional insured for a covered claim is the issued prior to the "bodily injury", lesser of the amount of insurance: "property damage", or "personal 391-1586 08 16 Includes copyrighted material of Insurance Services Offices, Inc.,with its permission. Page 1 of 2 • Hanover Insurance Group.. OBCA399956 1309570 1. Required by the contract, agreement or added to SECTION II-LIABILITY, F. Liability permit described in Paragraph a.; or And Medical Expenses Definitions: 2. Available under the applicable Limits of 1. "Your project" means: Insurance shown in the Declarations. a. Any premises, site or "location" at, This endorsement shall not increase the on, or in which "your work" is applicable Limits of Insurance shown in the not yet completed; and Declarations b. Does not include any"location" listed B. Aggregate Limits of Insurance per Project or per in the Declarations. Location 2. "Location"means premises involving the The following changes are made to SECTION II - same or connecting lots, or premises LIABILITY: • whose connection is interrupted only by 1. The followingis added to SECTION II - a street, roadway, waterway or right-of-way of a railroad. LIABILITY, D. Liability and Medical Expenses Limits of Insurance, paragraph 4: The Aggregate Limits of Insurance apply separately to each of"your projects"or each "location" listed in the Declarations. 2. For the purpose of coverage provided by this endorsement only, the following is ALL OTHER TERMS, CONDITIONS,AND EXCLUSIONS REMAIN UNCHANGED. 391-1586 08 16 Includes copyrighted material of Insurance Services Offices, Inc., with its permission. Page 2 of 2 ciry c- -t < 1 E M do RI O iiiiiiti PIkill 5 C 1 6 0 0 PROFESSIONAL SERVICES AGREEMENT PAVEMENT MANAGEMENT SYSTEM UPDATE (BUCKNAM INFRASTRUCTURE GROUP, INC.) 1. PARTIES AND DATE. This Agreement is made and entered into this 411dayofift-Y l , 2015 (Effective Date) by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E.Valley Blvd., Rosemead, California 91770 ("City") and Bucknam Infrastructure Group, Inc. with its principal place of business at 3548 Seagate Way, Suite 230, Oceanside, CA 92056 ("Consultant"). City and Consultant are sometimes individually referred to herein as"Party" and collectively as "Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing infrastructure management services to public clients, is licensed in the State of California and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render such infrastructure management services for the Pavement Management System Update("Project"), also referred to as"Services"as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services: Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional infrastructure management services necessary for the Project, herein referred to as "Services". The Services are more BUCKNAM INFRASTRUCTURE GROUP, INC. Page 2 of 10 particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local,state and federal laws, rules and regulations. 3.1.2 Term: The term of this Agreement shall be from the Effective Date shown above to December 31, 2015 unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this agreement is necessary to complete the Services 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor: The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services: Consultant shall perform the Services expeditiously, within the term of this Agreement. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements: All work prepared by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel: Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the BUCKNAM INFRASTRUCTURE GROUP, INC. Page 3 of 10 Project by the Consultant at the request of the City. 3.2.5 City's Representative: The City hereby designates the City Engineer, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Agreement. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative: Consultant will designate a designee to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services: Consultant agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees: Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License,and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. 3.2.9 Laws and Regulations: Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10 Insurance: Consultant shall maintain prior to the beginning of and for the BUCKNAM INFRASTRUCTURE GROUP, INC. Page 4 of 10 duration of this Agreement insurance coverage as specified in Exhibit B attached to and part of this agreement. 3.2.11 Safety: Consultant shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C)adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed Twenty-One Thousand Eight Hundred Ninety-Three Dollars ($ 21,893.00). Extra Work may be authorized in writing, as described below, and will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment and Compensation: Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses: Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work: At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work"means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages: Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable"public works"or"maintenance"project, as defined by the Prevailing Wage Laws, BUCKNAM INFRASTRUCTURE GROUP, INC. Page 5 of 10 and if the total compensation is$1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. City shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Consultant shall make copies of the prevailing rates of per diem wages for each craft; classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant's principal place of business and at the project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers,employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection: Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination: City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination: If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents/ Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services: In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: BUCKNAM INFRASTRUCTURE GROUP, INC. Page 6 of 10 CONSULTANT: Bucknam Infrastructure Group, Inc. 3548 Seagate Way, Suite 230 Oceanside, CA 92056 Attn: Peter J. Bucknam, Project Manager Phone: (760) 216-6529 CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Rafael M. Fajardo, P.E., City Engineer Phone: (626) 569-2151 Fax: (626) 569-2303 Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property: This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement("Documents & Data"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents and Data at anytime, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3.5.3.2 Confidentiality: All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not,without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known,to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity BUCKNAM INFRASTRUCTURE GROUP, INC. Page 7 of 10 pertaining to the Services or the Project in any magazine, trade paper, newspaper,television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts: The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees: If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.6 Indemnification: To the fullest extent permitted by law, Consultant shall defend, indemnify and hold the City, its officials, officers, employees, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of, pertaining to, or relating to any negligence, errors or omissions, recklessness, or willful misconduct of Consultant, its officials, officers, employees, agents, and Consultants arising out of or in connection with the performance of the Consultant's Services, including without limitation the payment of all consequential damages, expert witness fees, and attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents, or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents, or volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse City and its directors, officials, officers, employees, agents, and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, official's officers, employees, agents, or volunteers. 3.5.7 Entire Agreement: This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law: This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence: Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants: City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns: This Agreement shall be binding on the successors and assigns of the parties. BUCKNAM INFRASTRUCTURE GROUP, INC. Page S of 10 3.5.12 Assignment or Transfer: Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions: Since the Parties or their agents have participated fully in the preparation of this Agreement,the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification: No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 Waiver: No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries: There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability: If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction,the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests: Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees or subconsultants to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment: Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor,employee BUCKNAM INFRASTRUCTURE GROUP, INC. Page 9 of 10 or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.20 Labor Certification: By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 Authority to Enter Agreement: Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts: This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required: Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [Signatures on next page] BUCKNAM INFRASTRUCTURE GROUP, INC. Page 10 of 10 CITY OF ROSEMEAD BUCKNAM INFRASTRUCTURE GROUP,INC. BY: sat A gif 1 J: All i..'""ity Ma lager Date" , Date Name: Pr-Te.--- s7,-)cc- 44„, Attest: Title: e�, ,Oln a Uhl : t C Gloria Molleda, City Clerk Date [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONSULTANT REQUIRED] Approved as to Form: By: 4:)___ 54;42. _ 3-5 - Is Date f �> 312 it 7hr Name: gt=fFd_ Y3‘clw,q,.,— 'ache) H. Richman Date City Attorney Title: 5c-clic-Tavel BUCKRAM INFRASTRUCTURE GROUP, INC. EXHIBIT A SCOPE OF SERVICES SEE REQUEST FOR PROPOSAL(RFP) AND CONSULTANT'S PROPOSAL A-1 CITY OF ROSEMEAD 2015 Pavement Management Sy n Fee Proposal-February 12,2015 Description Project Assistant Field Total by P Principal Manager Planner Technician(s) Admin Task 2015 Base Fee $250/hr $175/hr $135/hr $86/hr $75/hr Task 1 Project Implementation Task 1.1 Project Kickoff _ 2 1 $485 Task 1.2 Project Status Meetings-Quality Control 2 1 12 $1,517 Task 2 Client Satisfaction -- Task 2.1 Project Deliverables _ 2 2 $620 Task 3 Project Schedule Task 3.1 Work Flow/Project Schedule 2 2 $620 Task 4 Scope of Work - - Task 4.1 Update Maintenance and Rehabilitation Activities 1 _ 3 $433 Task 4.2 Pavement Condition Survey(76.4 miles-Windshield) 2 3 80 $7,635 Task 4.3 Mapping and GIS Update _ 2 _ 16 2 _ $2,6R2 Task 4.4 Preparation of Multi-Yr Pavement CIP 1 _ 22 1 _ _ 1 $4,310 4.5 Pavement Field&Software Training 2 4 6 $1,406 Task 4.6 Annual PMS Maintenance Services __ 4 4 $1,240 Task4.7 Deliverables $0 Reimbursables(mileage,printing,materials) _. $945 All deliverables will become property of the City of Rosemead All Tasks are negotiable Total Hours per Staff _ 1 41 34 103 1 2015 Total Base Fee $ 250 $ 7,175 $ 4,590 $ 8,858 $ 75 $21,893 Optional Tasks Task 5.1 Automated Digital Roadway Imaging(76.4 miles) TM) _ Additional services outside of this contract will he negotiated with the City where we will use the Standard Hourly Rate Schedule shown I _ 5-2 Standard Hourly Rate Schedule Category Rate Principal $250 Senior Project Manager 215 Senior Engineer/Planner 195 Construction Manager 185 Pavement Management Project Manager 175 Management Analyst 165 Project Engineer/Planner 155 Senior Engineer/Senior Technician/GIS Planner/Senior Inspector 135 Asst. Engineer/Asst. Technician/Asst.GIS Planner/Inspector 125 C400 Operator 110 Administrative Assistant 105 Field Technician 86 Clerical/Word Processing 75 Forensic Services Quote Reimbursables Mileage $0.65/mile Subconsultant Services Cost+15% Reproduction Cost+15% Travel&Subsistence Cost+15% Fees&Permits Cost+15% Computer Services(External) Cost+15% Standard Hourly Rates shown will not be changed and/or RUCKNAM INFRASTRUCTURE GROUP,INC. 3534 Se=_e[e My] Su i! ISO Oceansi de.CA S2C55 increased during the contract period 5-3 February 12,2015 Mr. Rafael Fajardo City Engineer CITY OF ROSEMEAD 8838 E.Valley Boulevard Rosemead,CA 91770 Subject: Proposal for Citywide Pavement Management System Update Dear Rafael: It is our pleasure to submit our proposal to assist the City of Rosemead in the continued development of your Pavement Management System (PMS). With the City seeking to move toward stronger infrastructure management methodologies through advanced pavement inspections,zone maintenance, MicroPAVER software use, Capital Improvement reporting (CIP), METRO compliance and GIS development, Bucknam Infrastructure Group, Inc has identified a proactive and cost efficient method to assist the City in implementing a successful PMS. Our team will focus our long-term PMS knowledge, extensive Los Angeles County-Southern California experience and GIS/GPS technologies to optimize the City's maintenance dollars by implementing a manageable and reliable PMS methodology. Our project staff can be relied upon to provide outstanding service to the City because we will provide: • Relevant and accurate PMS services based on our ongoing work with the Los Angeles County local agencies (Bucknam has assisted sixteen (16) LA agencies comply with METRO in the past year) • Army Corps of Engineers ASTM 06433 compliant surveying, reporting and pavement analysis by May,2015 r Local-Los Angeles County knowledge and experience gained through our management of 70 local agency PMS's within Southern California; Mr. Peter Bucknam is currently serving as the PMS Project Manager for numerous local agencies in the Los Angeles area (i.e. Rancho Palos Verdes, Compton, Pico Rivera, Palmdale, Alhambra, Hermosa Beach, Culver City, Diamond Bar, La Habra Heights, Arcadia, Rosemead, El Segundo, Lomita, Sierra Madre, South Pasadena, Bellflower) and he has personally managed over 200 PMS projects over the past sixteen years • Project/engineering experience that brings the understanding that MicroPAVER results are not set in stone; we proactively use the available data to enhance budget forecasting, project planning and maintenance zone development UCKNAM INFRASTRUCTURE GROUP,NC. n3s - Cost effective management methodologies, from the project kickoff through final reporting, gained through our Project Manager's experience and use of GIS tablet-based /digital roadway imaging surveys Professional Engineering experience through our Principal/Lead Engineer, Mr. Steve Bucknam, P.E. who brings 40+ years of public/private local agency experience. Mr. Bucknam has served as City Engineer, Deputy City Manager, Design Engineer and Utilities Director for numerous public agencies and brings a tremendous amount of relative pavement management knowledge to this project. As Project Manager, my goal is not just to meet the requirements of this project but establish a living document(Arterial&Local pavement CIP/METRO submittal)that will be used throughout the term of the CIP as well as implement achievable long-term infrastructure management goals in coordination with City schedules. Offeror: Bucknam Infrastructure Group, 3548 Seagate Way, Suite 230, Oceanside, CA 92056 Mr. Peter Bucknam will represent our firm for this project and can be contacted at 760-216-6529(work)714-501-1024(cell)or email at peter@bucknam-inc.com. By selecting Bucknam Infrastructure Group, Inc., the City of Rosemead will receive a strong, knowledgeable, innovative, and communicative team with the experience to implement a cost- effective pavement management program. Our handpicked pavement management professionals are committed to delivering quality services to the City. We have already scheduled time for your project and eagerly await our kick-off meeting with City staff and you. Bucknam agrees with the Professional Services Agreement attached to this RFP (including the insurance requirements). This proposal is valid for sixty(60)days. The City's REP is incorporated in its entirety as part of our proposal and all information submitted within our proposal is true and correct. Respectfully submitted, Bucknam Infrastructure Group,Inc. Peter J. Bucknam Project Manager Scope of Work s _ Vii• . a Scope of Services • "'' We have defined a detailed scope of work in accordance to the City's goals; tal 1. Project Implementation; 2. Client Satisfaction; 3. Project Schedule; 4. Scope of Work; 5. Optional Tasks(On-Call Services/Automated Digital Roadway Imaging Survey) 1)Project Implementation TASK 1.1: Project Kickoff The first step in updating a successful pavement management system truly resides in frequent communication and timely scheduled data updates. For the City of Rosemead it will be essential to establish, up front the Public Works and Maintenance department PMS priorities. Our team will set a Project Kickoff meeting to further discuss and review in detail the expectations of the project, technical approach,finalization of the scope of work and the review of schedule and budget. With three years between major pavement inspections and reporting, Bucknam will ensure that all available work history, public/private designations and street segmentation is established prior to survey;data accuracy and knowledge will he essential for this project. This effort will build consensus between the Maintenance and Public Works departments as well as build stronger ARTERIAL and RESIDENTIAL maintenance programs. Our staff already has the necessary data pertaining to the City's street rankings and maintenance zones. If changes have been made to this data, we will incorporate the changes within the Rosemead MicroPAVER database. The first key topics to be discussed will include the review and assessment of existing pavement plan/data, Los Angeles County MTA(METRO)compliance,survey areas based on recent maintenance work and schedules, new construction, data quality and condition, current pavement procedures, historical expenditure levels, MicroPAVER implementation and desired service levels. TASK 1.2: Project Status Meetings- Quality Control Program Status Meetings and Progress Reports • Minimum of three meetings during the project (kickoff, field, and status meetings) • Field review meetings • Monthly progress status reports will be delivered to City project manager Quality Management Plan(QMP) We will use a statistical sampling approach for measuring the quality of our field technician's work. In this manner, 10 percent (7.6 miles) of the original surveys will he re-surveyed by an independent survey crew, supervised by a field supervisor, and the results will be compared to the original surveys. 1-1 AMAScope of Work !fT►; Our QC process involves checking the field crews' work in a "blind study" fashion. Quality control checks will be performed at the end of each survey week. This will ensure that all field personnel are properly collecting distresses and pavement quantities for all street segments. Since we are collecting distress information on our field Tablets with the Rosemead MicroPAVER database live, our staff will perform several quality control tests within the pavement management software using a sample set of the City of Rosemead's street distress data. This will ensure that all system and analysis settings as well as City recommendations and standards are being followed; Bucknam will provide several data submittals to the City of review and acceptance. Registered Engineer/Lead Engineer Mr. Steve Bucknam, P.E. will supervise all operations, review all completed data and prepare and sign a final report incorporating the results of our pavement evaluation and conditions. We will provide engineered recommendations for pavement rehabilitation and replacement design based upon field data and analysis. 2) Client Satisfaction TASK 2.1: Project Deliverables Shown throughout our Scope of Work, each Task includes major work efforts and deliverables. Client satisfaction will derive from frequent communication with the Project Manager and key staff members from the Public Works and Maintenance departments. Project success is created by delivering on three main factors; 1) Adherence to scope tasks and deliverables, 2) Performing to the standard set by the Project Schedule and 3) Controlling costs. Our Project Manager will follow each of these factors throughout the duration of the project. See Task 4.7 for specific line item deliverables based upon the scope below. 3)Project Schedule TASK 3.1: Work Flow/Project Schedule Our project schedule shows each major task identified in our scope of work, as well as quality control milestones and meetings. Bucknam currently has ample staff to apply to this project in order to meet an aggressive schedule(2 to 3 field technicians will drive the proactive schedule). With a completed survey, our team will work with you to establish a PMP that provides specific, manageable pavement segments, detailed maintenance schedules of needed repairs and cost conscious maintenance recommendations that will assist you in preparing budget estimates required to complete the scheduled work for fiscal year 201445 and beyond. We have included a complete"critical-path"project schedule in Section 4 of our proposal. 1-2 Scope of Work dati igprikricl 4)Scope of Work(Major Tasks) TASK 4.1: Update Maintenance and Rehabilitation Activities Based on the pavement maintenance that has been performed by in-house staff as well as contractual maintenance, our staff will review all street activities that have been performed during the past three years (2012 to 2015). This data will be entered into MicroPAVER to enhance the recommendations for the upcoming budgetary analysis and OP reporting. Deliverable:Citywide Work History Report TASK 4.2: Conduct Pavement Condition Survey Once the pavement segmentation has been assessed and verified, the inspection of approximately 76.4 centerline miles of streets will be performed. Our survey methodologies will include one of the following approaches based on the City's cost and benefit analysis: 1. Windshield/Walking (Standard) based Army Corps of Engineers (06433 ASTM) MicroPAVER survey performed on Tablets live in the field. Our staff will establish all inspection sample locations for survey based on ASTM/MicroPAVER guidelines; 2. Automated Digital Roadway Imaging(Optional Task 5.2)survey; Bucknam has recently performed this service for the cities of Bellflower, Culver City, Fountain Valley, Cypress, RSM, Santa Ana, La Habra Heights, National City and Palm Desert for PMP and ROW inspections. Our staff will establish all inspection sample locations for survey based on ASTM/MicroPAVER guidelines; Distress types will be collected based upon actual surface conditions and physical characteristics of the segment. Surveying methods will be conducted by remaining consistent with MicroPAVER & the Army Corp of Engineers sampling guidelines while being flexible to current City practices. Our staff will take one digital image for all streets / roadways surveyed (one per residential and one photo per mile for collector and arterial streets, and at change of pavement type/age). All survey staff will wear the necessary/required safety equipment and will provide traffic control. Through our surveys, we use a mixture of windshield and walking surveys based on the functional classification of the roadway and the street conditions found. We will use the City's GIS centerline live in the field to reduce survey times and project schedules. If the City has a recent high-resolution aerial (approx. 3") we will use this file during our field survey efforts to verify street measurements and other segment attributes. Our use of MicroPAVER-Tablet units allows our staff to collect pavement data with the City of Rosemead's MicroPAVER database live in the field. At the end of the day all electronic data is transferred to our office for quality control and management. Our Tablet methodology sets us apart from the competition since we are using a paper-less inventory process to enter data; 1-3 Scope of Work this in turn generates cost savings to enhance other portions of t" ' tject such as CIP reporting,GIS implementation, MicroPAVER training,and on-call services. Roadway Verification Survey-A listing of the field attribute data that is updated/verified during the survey for the pavement management database is listed below: 1.Field Attribute Data(updated and/or verified) • From/to, indicating the assigned limits of the section, sample test areas, street name,a street codification(i.e.truck route,school zone,maintenance district) O Street ranking indicating local,alley,arterial,collector,#of lanes,surface type • Street segmentation implemented continuously from west to east and south to north O Historical PCI tracking from previous inspections and 2015 PCI inspections • Segment quantities, indicating the length, width, and total true area of the section O Presence of curb&gutter/sidewalk Structural sections(if available from previous reports or City documents) • One digital image for all streets/ roadways surveyed (one per residential and one photo per mile for collector and arterial streets, and at change of pavement type/age). • Our surveys will also identify where additional structural testing (deflection testing)may be necessary 2.Conditional data will be evaluated for all street segments and will include: O MicroPAVER 20 AC&19 PCC distresses by type,severity and sample area • PCI ratings(0-100), taking into account the surface condition,level of distress O Drainage Condition Rating(standing water,etc.) • Traffic volumes(ADT,if available) We welcome staff members from the City of Rosemead to join our surveys. Under the use of MicroPAVER all pavement data will be entered into the City's most current licensed software; if the City does not have the most recent MicroPAVER version, Bucknam will assist the City in obtaining a new license. All items listed above will he maintained by our staff for the duration of this project. Data management will be performed in-house at our Laguna Niguel office. At the completion of the project, the MicroPAVER database will be placed within the City's IT network. 3.Section Distress and PCI Reporting Once inspections are completed, we will generate a draft Pavement Condition Index (PCI) Report for City staff to review. The City and our staff will review these reports to ensure that all inventory data is correct and the project is running smoothly. 1-4 Scope of Work • S a-1 Our submittal will include: 1. Street centerline miles, lane miles,and pavement area a. Reported as an entire network b. Reported by functional classification (arterial,collector, local,alley) 2. Current street network Pavement Condition Index ratings a. Report as an entire network b. Reported by functional classification(arterial,collector,local,alley) 3. Pavement segment tabular listing for the entire street network a. PCI Report—sorted by PCI (worst to best) b. PCI Report—sorted alphabetically 4. Creation of pavement performance curves and definitions for maintenance strategies,decision tree models and pavement life-cycle analysis 1-5 lbScope of Work TASK 4.3: Mapping and GIS Update CAs an enhancement andproactive approach to this g;..,..,:_'•••2o2 pp project, our staff will update the dynamic Pavement-GIS link between —li i MicroPAVER and the City's GIS system (ESRI ArcMap 10); ''''-AT�l ` Bucknam established this in 2012. The City's centerline will I'. t -- rk. be used as base file for implementing a unique pavement-GIS ...�.. ' :- layer. r � 4 Prior to the establishment of pavement surveys, we will .�1 j+e� 1,cca (-I - update the necessary MicroPAVER-GIS linkages. By using the 110-- update 1"(- unique ID's within the PMP and the City's GIS street segment 'fi fl Vi Elfa ID's, we will ensure there is a one-to-one match for each - pavement section in the GIS. As new pavement inspections - and edits are entered into the PMP the link that we have ' '>:�. created will display the most current PMP data through the City's GIS. - ' The maps described below will be incorporated into the City's r."'..,:,iCondRoam"d,Map CA =---- Q Final PMP report and all digital GIS data will be provided to the City: 4 PCI values for every section Work History identifications • Five-yr Arterial, Residential Rehab,Overlay,Cape/Slurry Seal Programs Alternative ArcGIS Online Implementation(replaces ArcMap option) Lc.r,o,wi.mv. ..9 9 3_, — _— -- _ - - q 014= a .. --- — -- i d term/ ' w_ Bucknam services are unique in that we now provide your Rosemead PMP live on the web through ESRI's web hosting services, you simply need to log in through our client portal at www.bucknam-inc.com. 1-6 f id Scope of Work ai This functionality displays your PMP in a "editing, viewing and query" environment that allows you to view PCI's, run queries, view budgetary reports, work histories and create/delete new sections. As seen above,the user has the ability to edit any pavement data shown. Additionally, any electronic document / image type (i.e. street improvement plans, videos, digital images,site assessment photos, etc.)can be linked to the service shown above. A simple hyperlink will be provided within the table structure shown. As shown in the PCI map above, by using ESRI's ArcGIS Online, the existing PCI data will be uploaded to the Bucknam Infrastructure Group's ArcGIS Online organizational account. The GIS data is securely stored and hosted by ESRI. In addition to hosting the data, a web service is created to use in web-mapping applications. The web-mapping application, ArcGIS Viewer for Flex, is a ready-to-deploy configurable dient application that was built by ESRI. By modifying configuration (XML) files, the application can utilize the web service to query, view and modify the Rosemead PMP-GIS data. The web- mapping application can be further customized to add more GIS layers and more functionality such as printing,exporting data, etc. Bucknam will host the web-based application on its own servers. City Hall will not be required to use any City resources. Access to the web-based application will be secured through a username/password combination to be assigned to the City. Bucknam will ensure that all past, current and future PMP-GIS data and their links to improvement plans are working and accurate. We will provide the necessary training on the use of the PMS-GIS thematic data. DEVELOP RECOMMENDED MASTER PLAN OF STREETS TASK 4.4: Preparation of Multi-yr Pavement CIP With the City desiring to update and develop a comprehensive five/seven-year Pavement CIP internally, our staff will review all pavement treatments that were previously recommended as well as current 2015 applications. Through our experience in developing numerous pavement CIP reports on a yearly basis, we will support city staff through each essential phase of the development of the OP. These services will include: Review and determination of maintenance strategies Review of grant applications and status • Analysis of alternative pavement materials and applications for possible use by the City in upcoming years C. Assistance with METRO Pavement Compliance reporting We will assist the City by preparing the report in a format that uses the information found in the PCI reports in conjunction with the information and analyses performed by our team. The report will include: 1-7 Scope of Work c F • Current inventory and pavement conditions indices (PCI) shown in tabular and GIS layouts for all road classes and surface types(pavement condition report,priority listings). • Assessment of current unit costs for materials and application of asphalt treatments as well as future costs over the five/seven-year program. • Projected Arterial/Residential-Alley, 5-yr annual repair/rehabilitation programs for street maintenance, for each street, for a defined CIP term (Pavement CIP report) that demonstrates the greatest return on investment — Priority Listings indicating PCI's from worst to first. • Three options will be included in the CIP report,they typically include: • #1— Model current"actual budget'funding against found 2015 conditions • #2 — Model a recommended report that proactively increases the City's weighted PCI and lowers backlog of maintenance • #3 — Model a recommended budget that achieves a high weighted PCI value / unlimited budget S Identification of potential funding sources for the street rehabilitation projects. • Recommendations for each section and/or neighborhood zones will be identified that will include maintenance type,estimated cost to complete and encumbered inflation. - 4 A distinct and separate section will identify the City's annual slurry seal program that will cover yearly priority recommendations, neighborhood programs and annual estimated costs. 4. A detailed breakdown of deferred maintenance (backlog) which will allow the City to measure and understand its impact to current and future capital projects. Final budgetary mapping will include: recommended maintenance year, specific minor/major recommendations, PCI's. • Bucknam will support the City with preparation and presenting the PMS report and findings to upper management/elected officials—pro-bono TASK 4.5: Pavement Field& Software Training With software use being one of the key components to a successful PMP implementation, we will provide City staff with quality, certified training and the necessary skills needed to maintain the PMP. Bucknam will provide City staff with all collected pavement/GIS data, as well as updated operation manuals for both field data collection and software use. Based on the number of future users, our staff will deliver as many copies as needed by City staff to facilitate the program. Peter Bucknam, who is certified in the use of MicroPAVER, will conduct comprehensive multi-day training sessions covering implementation, interfacing with the system, PMP methodologies,field survey practices, PCI calculations, budget needs analysis and editing/updating the database. This is estimated to consist of a minimum of S hours of training. 1-8 Scope of Work Training typically involves two to three hour sessions held once a week for three weeks. There is no minimum or maximum amount of people that can be trained under this methodology. We can train one key individual or an entire classroom using a City training facility pending on your needs; the intent of this training is to empower and allow City staff to continue updating the PMS database on their own. TASK 4.6: Annual PMS Maintenance Services Pavement Management System Support Bucknam will provide annual support for a period of three years where we will provide quality and accurate use of the in-house operation of MicroPAVER software. Once the City has approved the Pavement Condition Index Report under this year's work effort, this service will become active. Our typical Annual PMS services include: 4 Additional budget scenarios,general reporting,deterioration studies 4 Additional visual inspections above the mileage amount indicated in Task 4.2 4 Additional pavement management—GIS mapping 4 Additional MicroPAVER training,operational use 4 GIS Enterprise assessment,management, implementation,support The agreement will to include the provision of onsite and telephone support for the City staff. TASK 4.7: Deliverables Our deliverable(s)for the project will include the following items below: 1. Kick-off meeting with City staff to review parameters of the project 2. Conduct monthly meetings and provide monthly progress reports(with billings) 3. Provide draft and final PCI/budgetary reports to City staff for review 4. Provide Executive Summary/Final PMP report(3 sets of final report) a. One CD version of full MS Word report 5. Provide link for PMP to the City's GIS(i.e. ESRI ArcMap,ArcGIS Online,etc.) a. Installation of GIS software within the City's network(if selected) b. Provide final electronic copy of PMS database(.e65 file) 6. Presentation — Bucknam will provide a comprehensive PMP presentation to the City— Pro-bono 1-9 tt / Scope of Work 7. MicroPAVER training(if required) 8. All project,database and mapping data(two (2)CD copies) 9. Post-implementation—Annual PMS Maintenance Services 10. Installation of MicroPAVER software on the City's dedicated workstations/server a. Our staff will install the database and software on the City's network and/or stand-alone workstations. 5) Optional Services (typically provided by our PMP Team) TASK 5.2: Automated Digital Roadway Imaging As an alternative survey methodology, our staff will implement a pavement survey methodology that will support Task 4.2 efforts as well as implement a proactive and cost efficient GPS survey methodology that will allow for the collection of numerous GPS locations using"one" set of digital imagery (e.g. five citywide infrastructure surveys for the /moi cost of one). - Beyond the pavement survey capabilities, the City will be able to collect other infrastructure assets in the future such as signs, catch basins, street lights, manhole/water covers, fire hydrants, pavement markings and other ROW features; a tremendous costs savings that reaches$300,000 over the next 3 years. With verification of street segmentation, the inspection of approximately 76.4 miles will be surveyed. MicroPAVER - Army Corp of Engineers AC and PC distress types will be collected based upon actual surface conditions and physical characteristics of the segment while being flexible to current City practices. Our automated digital imaging allows technicians to collect the following: • Continuous pavement imaging (images taken every 5 meters, competition typically surveys at every 8 meters/25 feet intervals) • MicroPAVER AC and PCC distresses (e.g. linear/transverse cracking, alligator, patching, bleeding,block cracking,etc. • Surface roughness ratings (IRI);rutting depth (full width of lane or street) • Imaging captures 100%of each pavement segment(not just one lane) • Data transfers seamlessly to MicroPAVER • 2mm pixel images allows for centimeter horizontal and vertical accuracy The first survey process will involve the mobile GPS vehicle taking approximately two-week's time to survey the Rosemead's street network;additionally,the vehicles drive the posted speed limits. The images that are collected are taken by using Sony digital stereographic cameras (6 cameras) positioned on the vehicle. The images have a resolution of 1600x1200 and are geo- 1-10 Scope of Work referenced by means of inertial GPS equipment contained within th v_. ; mages are taken every 4 to 6 meters, 15 ft intervals. The quality of the imagery and its GIS / record collecting capabilities within the software provided allows the technician to accurately identify the required pavement distresses defined by the pavement software and the project (distresses are collected in-house). All pavement GIS data associated with each pavement section )Orfrialll.1111111r-rFifrnine will be entered into the City's working software. r .,- Survey vehicles are equipped with digital __ measuring instrumentation (DMI) that will be �ID—gam - used to verify all pavement section lengths and widths. Our vehicles can be equipped with road roughness rating equipment, strip mapping cameras and are set to record 360 degree street YF imaging. The survey will be performed by the Bucknam team that is experienced and trained in pavement condition assessment using LambdaTech's "Feature Extraction" software. Bucknam will measure specific distress types from the digital image set. A listing of the field attributes that will be collected during the survey is listed above in Task 4.2. 1-11 Project Team o� Project Team — Key Staff The Bucknam pavement management team's local agency expertise is demonstrated through: ❖ Our experience of managing pavement projects over the past sixteen years; • Assisting cities comply with County PMS Propositions • Implementing MicroPAVER throughout Southern California • Extensive Los Angeles, Orange, San Diego, Ventura, and Inland Empire PMS project management experience; • Our understanding of public works projects from the "city" side through City Engineer and Public Works Director experience; :• Implementing a realistic, proactive and repeatable PMS methodology that matches your agencies needs and goals. Bucknam will continue to bring our extensive experience to the City of Rosemead by building upon our knowledge and understanding of your PMS goals. Mr. Bucknam's pavement team includes six (6) dedicated, qualified managers and field technicians that have served under his management for over sixteen years on PMS projects. His team of inspectors will update your PMS through sound Army Corps of Engineers - MicroPAVER inspection methodologies. Mr. Bucknam's experience covers the management and implementation of infrastructure management programs that exceeds 35,500 miles of pavement for more than 75 cities and 200+ PMS projects. Based on the scope of work related to this project, our team brings a tremendous amount of experience to the City of No key person designated to Rosemead regarding field and in-house training for MicroPAVER this project will be removed and innovative surveymethodologies or replaced w/o prior g (i.e. Tablet-based written consent from the windshield and/or automated digital roadway imaging). We City bring a wealth of experience through projects, pavement application knowledge and relationship building through trust and adherence to schedule. Bucknam Team Experience PETER BUCKRAM, Project Manager, has managed numerous pavement management projects over the past 16 years in the Southern California region and will be the Project Manager for Rosemead's PMS project. Within this time he has served as project manager for 75 agencies in the Southern California. Peter is committed to the project from the receipt of the notice-to- proceed through completion and furthermore he is a certified PMS software trainer on MicroPAVER and performed numerous training sessions for local agencies. He has performed over 40 training workshops covering software's such as MicroPAVER, MTC and CarteGraph. 2-1 Project Team -4.714.1641 He brings his expertise to cities through converting, implementing, updating, and enhancing pavement management programs. Mr. Bucknam has spoken at numerous conferences pertaining to pavement practices,surveying, management and GIS integration as well as conducted numerous City Council pavement studies. As the City moves into the "program management" phase for its pavement program, Mr. Bucknam brings his experience of working with individual cities for numerous years,where he has assisted cities from the onset (turn-key, data conversion) to high-end pavement management and G15 integration and County compliance. Our staff is proud of the numerous long-term, on-call PMS support contracts we continue to serve with local agencies (e.g. Lake Elsinore, Ontario, Fountain Valley, Huntington Beach, Newport Beach, and Rancho Santa Margarita,Irvine,John Wayne Airport). Mr. Bucknam will bring new, fresh and proactive recommendations to this project (i.e. zone maintenance)and will identify realistic program management and fiscal goals to assist the City in its upcoming CIP. Our team brings proven conversion and survey methodologies that efficiently and accurately update all pavement data within the City's PMS. The City will receive recommendations that are sound and achievable,rather than timid or unrealistic. STEVE BUCKNAM, PE, Principal-in-Charge, will be responsible for the overall performance of the project and provide quality assurance review. Mr. Steve Bucknam is a licensed Civil Engineer (LIC #20903) and will oversee all tasks for this project. Mr. Bucknam is a former Deputy City Manager for Public Works and City Engineer of Norwalk, and City Engineer in Arcadia and Pacifica, California. He has over 45 years of professional experience and has managed street maintenance, reconstruction and improvement programs. He has developed and administered Street maintenance and improvement programs in those cities as well as the City of Newport Beach where he served as Design Division head. He has extensive experience in capital program planning, pavement construction and budgeting for street improvement programs. PATRICK MULLEN, G15 Planner, will oversee all GIS and PMS data migration prior and during the project He drives all GIS creation, editing and deliverables for the project and is our key staffer for the ArcGIS Online web-hosting services that we provide. Mr. Mullen has been involved with over 56 pavement management projects within San Diego, LA and Orange counties. GREGORY BUCKNAM, Lead Field Technician, will be the lead field surveyor for this project His responsibilities will include surveying, quality control, and working with our management staff ensuring the updated PMS database is complete. He has been involved with over 80 pavement management projects and brings his wealth of PMS software, GIS and inspection experience to this project. KRIS REINICKE, Field Technician, will be a supportive field surveyor for this project. Her responsibilities will include surveying, quality control, and working with our management staff ensuring the updated PMS database is complete. 2-2 AillProject Team & • y�; Ste% Nj - 4ga•v,M Ms. Reinicke has been involved with over 15 pavement management projects and brings his wealth of PMS software,GIS and inspection experience to this project. DAN LIPINSKI, Field Technician, will be a supportive field surveyor for this project. His responsibilities will include surveying, quality control, and working with our management staff ensuring the updated PMS database is complete. He has been involved with over 48 pavement management projects and brings his wealth of PMS software, GIS and inspection experience to this project. With three technicians on this project that are trained in the Army Corps of Engineers survey methodology and available to begin work immediately;our survey schedule will he expedited. Our team will be able to survey the entire 76.4 miles of pavement within three(3)weeks'time due to our experience,availability and man-power. Born Pnedr41r Chwge I= cism ill „Fs Planner p,ipc Ci2cgrnmar BcJlc:Lccu- Darwin Dahlgren Gregory Buchan' (will be used if optional KS Reinicke survey method is used) mua FeeodoAlv 2-3 Peter J. Bucknam/ Project Manager Director of Infrastructure Management—GIS EDUCATION BA,Geography—Urban Planning,San Diego State University, 1997 PROFESSIONAL DATA Member,American Public Works Association Member, Maintenance Superintendents Association Chair,Transportation Committee,Inland Empire Report Card (ASCE)—2005/06&2008/09 Co-Chair, Member AP WA Committee for Street and Technology 2003-2015 Certificate of Professional Development—MicroPAVER Certificate of Completion—OCTA MicroPAVER Distress Training(2011,2012,2013) NASSCO—Certificate,National Pipeline Assessment Certification Program(PACP) QUALIFICATIONS/ EXPERIENCE OVERVIEW Peter Bucknam is an expert in infrastructure project management, training, planning, resource management, implementation and program management. He has over sixteen years' experience in the area of Geographic Information Systems and infrastructure asset management. Mr. Bucknam has managed a wide range of infrastructure project tasks including the collection and input of infrastructure survey data, preparation of Public Works capital improvement program projections and reports, infrastructure/software needs assessments,GIS/GPS data collection,data conversion and quality control. Mr. Bucknam has performed infrastructure management services to over 70+ local agencies and is currently serving as project manager for numerous pavement management programs throughout Southern California. He has personally served as project manager for 200+PMP projects throughout Riverside, San Bernardino, San Diego, Orange and Los Angeles counties. He has worked with over 20 Los Angeles cities and he is currently working with fifteen (15) of the 34 Orange County agencies regarding Measure M2 MicroPAVER compliance. His project level and management experience covers: pavement/sidewalk management, Traffic Control Device Inventories (TCDD, GIS implementation, Traffic Signal surveys, Right-of-Way (ROW) surveys, and ADA survey/compliance. In managing over 200 infrastructure projects in the past sixteen years, Mr. Bucknam has used a diverse amount of software to assist local agencies implement infrastructure management programs and GASB 34.These programs include MicroPAVER, MTC, LambdaTech's GPSVision, CarteGraph, ESRI products, Crossroads,Stantec,GBA Master Series,and Mapinfo. Prior to joining Bucknam Infrastructure Group, Inc., Mr. Bucknam served as Director of Infrastructure Management-GIS with an Engineering consulting firm where he managed numerous public works infrastructure/ROW projects ranging from surveying, maintenance life-cycles, cost& benefit analysis, financing and construction cost estimating. This included researching, surveying, converting and implementing multiple phase pavement management projects which provided better management practices, data efficiencies and GIS functionality within local governments and maintenance facilities. In addition, he provided technical (software) support for the on-going citywide PMS projects as well as developing capital improvement plans/budgets for integrating Tablet-GIS data management functionality into future maintenance efforts. SAMPLE OF PETER BUCKNAM'S PROJECT MANAGEMENT EXPERIENCE (1997-2014) • 2015 Pavement Management Program,City of Norwalk • 2015 Pavement Management Program,City of South Pasadena • 2015 Pavement Management Program,City of San Juan Capistrano • 2014 Pavement Management Program,City of Bellflower • 2014-17 Pavement Management Program,City of Hermosa Beach • 2014 Pavement Management Program,City of Arcadia • 2014 Pavement Management Program,City of Santa Ana • 2014-16 Pavement Management Program,John Wayne Airport • 2014 Pavement Management Program,City of Lomita • 2014 Pavement Management Program,City of Sierra Madre • 2014 Pavement Management Program, City of Westminster • 2013-16 Pavement Management Program,City of Aliso Viejo • 2013-16 Pavement Management Program,City of Huntington Beach • 2013-16 Pavement Management Program, City of Lake Elsinore-Digital Roadway Imaging • 2013 Pavement Management Program,City of Indian Wells HOA—Digital Roadway Imaging • 2013 Pavement Management Program, City of San Juan Capistrano • 2013 Pavement Management Program,City of Pomona • 2013-16 GIS Annual Contract Services,City of Fountain Valley • 2013 Pavement Management Program,City of Fountain Valley • 2013 Pavement Management Program,City of Huntington Beach • 2012-16 Pavement Management Services,City of Irvine • 2012 Pavement Management Services, City of Costa Mesa • 2012 Pavement Management Program,City of Vista • 2012 Pavement Management Program,City of Hermosa Beach • 2011 Pavement Management Program, City of Arcadia • 2011-12 Pavement Management Program,City of Pico Rivera • 2011-15 Pavement Management Program,City of Palmdale-Digital Roadway Imaging • 2011-12 Pavement Management Program,Ontario Municipal Utilities • 2011 Annual Infrastructure Management-GIS,City of Fountain Valley • 2011 Record Retention Management,City of Tustin • 2011 Pavement Management Program,City of Lomita • 2011 Pavement Management Program,City of Culver City • 2011-16 Pavement Management Program,City of Laguna Hills • 2011 Pavement Management Program, City of National City-Digital Roadway Imaging • 2011 Pavement Management Program,City of Diamond Bar • 2011 Pavement Management Program,City of Ontario • 2011 Pavement Management Program,City of Tustin • 2011-14 Pavement Management Program,John Wayne Airport • 2011 Pavement Management Program,City of Laguna Niguel • 2010-13 Pavement Management Update,City of Newport Beach • 2010 Pavement Management Update,City of La Habra • 2010 Pavement Management Update,City of Brea • 2010 Pavement Management Update,City of Lake Elsinore • 2010-13 Pavement Management Update,City of Irvine • 2010 Park/Facility Sidewalk Inventory, City of Irvine • 2010 Pavement Management Update,City of Huntington Beach • 2010 Pavement Management Update,City of Costa Mesa • 2010 Pavement Management Update,City of Culver City • • 2010-13 Pavement Management Update,City of RSM • 2009 Bike Trail/Parking Lot PMP,City of Irvine C. Stephen Bucknam,Jr.,P.E., Principal-in-Charge EDUCATION �. ::• -. B.S.,Civil Engineering, Loyola University of Los Angeles, 1967 M.S., Environmental Engineering, Loyola University of Los Angeles, 1972 PROFESSIONAL DATA Registered Professional Engineer,States of California (No.20903)and Washington(No.17310) California State Community College Teaching Credential Fellow,American Society of Civil Engineers Former,City Engineer, Deputy City Manager,City of Norwalk Member, Board of Directors—Urban Water Institute Life Member,American Public Works Association Member,Water Environment Foundation Member, University of California Irvine,Civil&Environmental Engineering Affiliates Honorary Member,Chi Epsilon EXPERIENCE OVERVIEW Over forty years' experience in the administration, management, planning, design and construction management of public works and development programs and projects including: water and wastewater projects, transportation, drainage, including: program management, master planning, infrastructure planning and maintenance programming, environmental studies, street, highway, alley, storm drain, water and sewer system design, rate studies, emergency planning, facilities design, groundwater studies, wells, reservoirs, site studies, pump stations, lift stations, intergovernmental negotiations and agreements, hydrology, treatment facilities, building design, grants, regulatory permitting, system appraisals, R/W negotiations, acquisitions and documentation, project management, production control, operations studies, capital improvement programming and budgeting, hydroelectric projects, underground utilities, assessment districts, surveying, mapping, legal testimony to public boards, commissions and councils, and direction of technical advisory committees to joint powers agencies and water districts. Transportation/Streets—Highways-Traffic Served as Contract City Engineer for the City of Arcadia responsible for long range advanced planning of the City's transportation engineering program. Directed the preparation of the City's Transportation Master Plan which identified, consistent with the City's General Plan the transportation related needs under these requirements so of AB 1600 nexus constraints. Acted as Principal in charge over a Pacific Coast Highway(SR-1)/Newport Boulevard (SR-55) interchange,City of Newport Beach. Project involves a study of various alternatives, conventional and unconventional, for improvements to the existing interchange. Restraints include limited right-of-way, environmental challenges (e.g., Newport channel bridge widening, "Arches" liquor store and restaurant property acquisition, and existing bridge aesthetics), and potential hazardous waste issues. Alternatives were evaluated and selected to include in the PSR. Included project coordination with various agencies and sub consultants, and oversight of concept geometries, cost estimating, and report preparation. Conceptual study, Project Study Report, and Project Report for 1-710/Firestone Boulevard interchange modification and Firestone Boulevard improvements for City of South Gate. Also involved a feasibility study which included preparation of a traffic study, conceptual plans for several types of interchanges, construction cost estimates, and preliminary Caltrans Project Study Report. Prepared ISTEA National Highway System funding application for authorization and appropriation. Coordination with Caltrans District 7. Mr. Bucknam has served as the working Principal for all pavement management related projects that Bucknam has performed. This includes projects listed below: • 2015 Pavement Management Program,City of Santa Ana • 2015 Pavement Management Program,City of Norwalk • 2015 Pavement Management Program,City of South Pasadena • 2015 Pavement Management Program,City of San Juan Capistrano • 2014 Pavement Management Program,City of Bellflower • 2014-17 Pavement Management Program,City of Hermosa Beach • 2014 Pavement Management Program,City of Sierra Madre • 2014 Pavement Management Program,City of Westminster • 2013-16 Pavement Management Program,City of Aliso Viejo • 2013-16 Pavement Management Program,City of Huntington Beach • 2013-16 Pavement Management Program,City of Aliso Viejo • 2013-16 Pavement Management Program,City of Huntington Beach • 2010-16 Pavement Management,City of Lake Elsinore 0-Digital Roadway Imaging • 2013 Pavement Management Program,City of Indian Wells HOA—Digital Roadway Imaging • 2013 Pavement Management Program,City of San Juan Capistrano • 2013 Pavement Management Program,City of Pomona • 2013-16 GIS Annual Contract Services,City of Fountain Valley • 2013 Pavement Management Program,City of Fountain Valley • 2013-15 Pavement Management Program,City of Huntington Beach • 2012 Pavement Management Services,City of Costa Mesa • 2012 Pavement Management Program,City of Vista • 2012 Pavement Management Program,City of Hermosa Beach • 2011-12 Pavement Management Program,City of Pico Rivera • 2011-15 Pavement Management Program,City of Palmdale-Digital Roadway Imaging • 2011-12 Pavement Management Program,Ontario Municipal Utilities • 2012 Sign Inventory Program,City of National City • 2012 Pavement Management Program,City of Brea • 2012 Pavement Management Program,City of Ontario • 2012 Pavement Management Program,City of Lake Elsinore • 2012 Pavement Management Program,City of Alhambra • 2012 Pavement Management Program, City of Rosemead • 2012 Pavement Management Program,City of Newport Beach • 2012 Pavement Management Program,City of El Segundo • 2012 Pavement Management Program,City of Irvine • 2012 Pavement Management Program,City of Hermosa Beach • 2011 Pavement Management Program,City of Pico Rivera • 2011 Pavement Management Program,City of Palmdale • 2011 Pavement Management Program, Ontario Municipal Utilities • 2011 Annual Infrastructure Management-GIS,City of Fountain Valley 2 Qualifications & Experiencerao Firm Profile and Qualifications With more than sixteen years of managing change, Bucknam Infrastructure Group, Inc. (5-Corp) is committed to building stronger relationships with government organizations through frequent communication and team building. We build long-term partnerships with agencies that expect and require accuracy, efficiency, and integrity in all aspects of community services. Our experienced staff is committed to ensuring that immediate and long-term goals are met and are a top priority in the development of pavement management, infrastructure management, financial,geographic information systems(GIS),and facility management projects. Our full-service Infrastructure Management - GIS Division provides comprehensive engineering and infrastructure management services, as well as database management, pavement/ ROW field inspection services, and GIS automation and management. Our staff consists of registered civil engineers;former Director of Public Works-City Engineers and maintenance specialists who can help implement solutions based upon your specific facility/infrastructure needs and will provide assistance through each step of your project. Our extensive professional experience includes: Public Works Management Intranet GIS Implementation ADA Self-Evaluation/Transition Planning GIS Custom Applications GASB 34 Compliance/Reporting Water Resources Planning Pavement-CIP Management(PMP) City Engineering Services Pavement Data Conversion Federal &State Funding Assistance _ Pavement Condition Surveys Traffic Control Device/Sign Inventory PMS/GIS Coordination Infrastructure Grant Assistance Public Right-of-Way Inventories Maintenance Management Programs PMP METRO-Compliance Reporting Record Retention/Scanning Services Digital Roadway Imaging/Survey Regarding Pavement Management Programs, our firm is currently assisting 35+ local agencies comply with the County pavement reporting requirements. In addition to the extensive knowledge and experience of our infrastructure management professionals, Bucknam provides a broad scope of administrative, inspection, construction management, civil engineering, and GIS services to public agencies. The extensive experience of Bucknam's staff, coupled with its service to more than 100 cities and other public agencies, assures our clients that the firm is a broad based resource with an understanding of today's infrastructure issues and knows how to provide the necessary solutions to public agencies in today's complex governmental environment. We bring a wealth of experience to the City through our successful track record, pavement management knowledge through application, and relationship building through trust and adherence to schedule. We look forward to working with you on your project. Our handpicked management professionals are committed to delivering quality services to the City. Our offices are located in Laguna Niguel and Oceanside,CA. 3-1 Qualifications & Experience79;119 it Our firm is proactive and specialized in regard to infrastructure assessments, inventories, budgetary/CIP development and GIS services; our firm consists of nine (9) employees that provide niche pavement management services on project like yours. Bucknam Infrastructure Group is in excellent financial standing and has no conditions that will impede our team from performing on-time,quality professional services to the City of Rosemead. Relevant Project Experience The following project experience presents our description of work, its relevance in completing similar projects for numerous other agencies, Prop. A & C, METRO compliance, OCTA Measure M & M2 PMP experience, PMP software training expertise, and the broad knowledge of our pavement project team. Our project team brings over 75 years of public/private engineering and data management experience to the City of Rosemead. This includes over 200+ PMP projects covering turn-key projects, simply training of City staff with pavement management methods, County Measure/Proposition compliancy, financial strategies and Capital Improvement Programs. Mr. Peter Bucknam, our Project Manager, has worked with over five (5) Riverside County local agencies seven (7) San Diego County local agencies, over half the cities within Orange County and 25+ Los Angeles county cities regarding pavement management projects. He served as the Project Manager for the OCTA Pavement Management Software project in 2008-09 where he interviewed all 35 Orange County agencies regarding their unique PMP needs and successfully approved MicroPAVER for County wide use. Over the past sixteen years, Mr. Bucknam has worked on numerous projects similar to Rosemead's current PMP project. We have listed five (5) similar pavement management projects that cover the same task descriptions as listed in your RFP(all use MicroPAVER): 1. FY 2008/15—City of Sierra Madre, "Citywide Pavement Management Program" 2. FY 2010/15—City of Lomita,"Citywide Pavement Management Program" 3. FY 2008/16—City of Irvine, "Citywide Pavement Management Program—GIS 4. FY 2008/17—John Wayne Airport(County of Orange) Pavement Management Program 5. FY 1998/15—City of Fountain Valley, "Citywide PMP,GIS Intranet Implementation 3-2 Qualifications & Experience a V"J Bucknam Infrastructure Group, Inc. Pavement Management—GIS Program City of Sierra Madre(2008-2015) Mr. Bruce Inman, Director of Public Works—(626)355-7135 232 West Sierra Madre Boulevard,Sierra Madre, CA 91024 binman@cisierra-madre.ca.us Bucknam was contracted to perform pavement data conversion services where our staff converted the City's prior PMP from Stanwick to MicroPAVER. The City consists of roughly 37 centerline miles of streets and all pavement records under this project were linked to the City's GIS. Our staff worked closely with Public Works and IT staff to ensure the one-to-one match between the City's XY Maps and MicroPAVER system. We also developed a 5-year Capital Improvement Program to assist the City in identifying the needed revenue to annually maintain an accepted Pavement Condition Index (PCI) value. This was extremely useful for Public Works in that it demonstrated to City Council the annually investment needed to stay proactive with pavement management. Citywide Pavement/Sidewalk Management Program City of Lomita (2010-2015) Mr.Tom Shahbazi,Asst.City Engineer—(310)325-7110 ext. 210 24300 Narbonne Ave, Lomita,CA 90717 t.shahbazi@iomitacity.mm Recently, Bucknam was contracted to perform a citywide pavement management inventory for the City of Lomita. This work effort was completed in the summer of 2011; our staff surveyed 40 miles of pavement(citywide). These inspections drove the development of the City's 2011- 16 pavement management CIP created by Bucknam. Our firm was recently selected again to perform a 2014 PMP update as well. Additionally in 2010, Bucknam was contracted to perform a citywide sidewalk condition inventory for the City of Lomita. This work effort was performed in late 2010 where our staff collected over 3,000 sidewalk distress locations with varying levels of severity. This data was collected through GPS / GIS technologies and transferred into a working management file for City use. As the City begins the process of maintaining sidewalk deficiencies the staff will be able to utilize the Sidewalk Gly layer delivered under the project. Citywide Pavement Management Program Update City of Irvine (2008-2016) Mr.Joe Dillman, Public Works Street Supervisor—(949)724-7696 6427 Oak Canyon, Irvine,CA 92618(idillman@ci.irvine.ca.us) 3-3 Qualifications & Experience T1� — Bucknam was recently selected by the City of Irvine to perform a citywide conversion '' 2'..0• fl of their previous CHEC pavement software CS to MicroPAVER as well as perform 400 milesAiki of pavement survey. Our staff developed a 4 1?-•y citywide capital improvement plan that ��F, � 4 .+ proactively developed an OCTA Measure4:k2.111 �. M2 compliant MPAH network and a local da�: maintenance zone program that will garner the greatest return-on-investment for the 't-! reie /, � ♦ C City. All MicroPAVER data was be linked to the City's GIS system through the GBA Master Series software. Based on our assessment,conversion and implementation efforts,the City contracted with our firm through fiscal year 2014 for pavement management services. Additionally,our staff is currently performing pavement management and inspection services on all designated "off-street" bike and trail pathways, park sidewalk and facility hardscapes. Our firm will be supporting the City with PMP services through fiscal year 2016. John Wayne Airport(JWA), Orange County Pavement Management Program Update—2008 thru 2017) Mr. Leo Tang,A/E Project Manager—(949)252 6068 3160 Airway Avenue,Costa Mesa,CA 92626 Itang(docair.com Bucknam was selected by the John Wayne Airport to perform a facility-wide pavement survey which includes all PCC aprons, taxiways and AC runways. Our staff will be assessing previous MicroPAVER inspection and survey efforts that have been performed over the past six plus years as well as assist JWA staff develop a new FAA required capital improvement program through the use of MicroPAVER. Our work efforts have covered a three-year term and assisted JWA staff in implementing a MicroPAVER-GIS based system to enhance the PMP. Based on the success of our initial project, Bucknam was recently awarded a three-year extension to 2017 for PMP services. 3-4 E Et Qualifications & Experience • IST Citywide Pavement Management Program City of Fountain Valley(1998-2015) Mr. Mark Lewis, Director of Public Works / City Engineer—(714)593-4435 10200 Slater Avenue, Fountain Valley, CA 92708 (mark.lewis @fou ntai nvalley.erg) Mr. Peter Bucknam has managed the City of Fountain Valley's pavement management program for over seventeen (17) years and is currently beginning the 2014-15 annual update ^ n.Eno.tkEeEEEE, „<'o�" for the City's MPAH Measure M2 compliance. ler•V "'""° ars Mr. Bucknam has overseen eight phases of •°°__pay ement FnaboOpallTho pavement survey, built the City's Pavement-GIS .,.�� ,°„«»d.«�°m.,,«<.< „AI"°”"'"""""""°`°" layer, and assisted the City in accomplishing the _ overlay of more than 90% of the City's arterial u. P4Lp Ww€Say ETA., network. Initially, our firm converted all pavement data from CarteGraph to MicroPAVER (2005) based on the use of the program from surrounding agencies and its integration into the City's GIS Intranet program. Residential maintenance zone management is now the focus of the program where our project team is performing survey, coring and the reorganization of the City's slurry/cape seal zones to create a more attainable,proactive residential maintenance program. Bucknam also serves as the City's GIS consultant where we provide citywide GIS services to all departments within the City. This includes Public Works, Utilities, Planning, Police, Fire and Code Enforcement. 3-5 Qualifications & Experience 414 Additional local agencies our project manager and staff have worked with over the past sixteen years regarding Pavement Management Programs: City of Santa Ana City of El Segundo City of Cathedral City City of Temecula City of Sierra Madre City of Westminster City of Burbank City of Alhambra City of San Clemente City of Pico Rivera City of Yorba Linda City of Beverly Hills City of Los Alamitos City of Tustin City of Santa Barbara City of Stanton City of Rancho Palos Verdes City of Palmdale City of Culver City City of Moreno Valley City of Arcadia City of Carlsbad City of Cypress City of Huntington Park City of Costa Mesa City of Diamond Bar City of La Habra City of La Habra Heights City of Lake Elsinore City of Moreno Valley City of National City OCSD OCTA City of Norwalk City of Orange City of Palm Desert City of Santee City of Rosemead City of Santee • 3-6 Project Schedulealla 4^rvn.na.'s' Our Critical Path Method (CPM) project schedule shows each major task identified in our scope of work,as well as quality control milestones and meetings. Task Name 'M-Feb 14-Mar a-Marl 15-Marl 25-Mul 4-Apr l MA.r .r 22 L4 .r1&May 13-mavlT•Mar B ASE SCOPED : rl Praleam emeneatar � � Task 1.1 ProAecc MNott 1 X - Assess PMP data/2sMNlehSurvey I —. Task 42-Project SMtusMeetng -Dt¢IRy Conhq Pro,tti5 Meetings P^ f�Ze 21 Tat Sat f u.-r I . ,. P$ '-.s { � . ..^Su...... „AM-FatedI ¢tables O Project Schedule 1 Task 9.I-Workflow/Project Schedule - 41Scope ofWork I Tack 4.1-Update Muntenanre&Rehab Activities 0 r . I -"" Task4.2 Repauemerrt CamNon Survey — �. j . . I I - [many Co Tai _ x f I puallty Control Checks I - I 1 Develop Recommended tmprovement Program 7.7_73 Task43 M•Ppngand cis upeste _ _ r c I _ I I J Task 4.4 PrEarrton ofMuult}vr I 1 CM PeWew of Draft r_al Report j 1 Proyecl Status Meetlni 1 _' - -M _ j- X : Del MnalOP report I _ - F ! Task 45 PavemeotFieid&Software T I 1 � - —p..iask -Annul PMS Maintenance Services � -'AA 4.7 Deliverables i i DMICMAC SERVCI3 I i Usk 5.i-AUNmrteGOj JBoatlwYlmaing - r gl See key milestone dates from the project schedule below: • Project Kickoff—February 25,2015 • Survey Completion—April 29,2015 • Delivery of draft PMP—May 13, 2015 • City comments returned to Consultant—May 20,2015 • Delivery of City CIP Final Report—May 27, 2015 o All necessary METRO data, reporting and revenue projections will be submitted prior to May, 2015 o Rosemead CIP data/Final Report, reporting and revenue projections will be submitted by May,2015 • Implementation of MicroPAVER—Any time after acceptance of Final PMP o If the City has purchased MicroPAVER, MicroPAVER database will be delivered o All pavement and GIS data pertinent to the project deliverables will be submitted with the Final PMP report,May,2015 4-1 BUCKNAM INFRASTRUCTURE GROUP, INC. EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto)or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Consultant or Consultants employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state-approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf'basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1,000,000.00 per occurrence. B-1 BUCKNAM INFRASTRUCTURE GROUP, INC. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are licensed carriers in the state of California and with an A.M. Bests rating of A-or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: 1. Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultants employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Consultant and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. B-2 BUCKNAM INFRASTRUCTURE GROUP, INC. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10.Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11.Consultant agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self-insure its obligations to City. If Consultant's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. B-3 BUCKNAM INFRASTRUCTURE GROUP, INC. 13.For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14.Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15.Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16.Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18.Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20.The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21.Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or BA BUCKNAM INFRASTRUCTURE GROUP, INC. Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. B-5 CITY OF ROSEMEAD PROFESSIONAL SERVICES AGREEMENT PAVEMENT MANAGEMENT SYSTEM (BUCKNAM INFRASTRUCTURE GROUP, INC.) PARTIES AND DATE. C.,12 8,2.1 This Agreement is made and entered into this day of 20L (Effective Date) by and between the City of Rosemead, a municipal or6janization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ( "City') and Bucknam Infrastructure Group, Inc with its principal place of business at 3548 Seagate Way, Suite 230, Oceanside, CA 92056 ( "Consultant'). City and Consultant are sometimes individually referred to herein as "Party" and collectively as 'Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing pavement management system services to public clients, is licensed in the State of California and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render such pavement management system services, also referred to as "Services" as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services: Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work BUCKNAM INFRASTRUCTURE GROUP, INC. Page 2 of 10 necessary to fully and adequately supply the professional pavement management system services necessary for the Project, herein referred to as "Services ". The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term: The term of this Agreement shall be from the Effective Date shown above to December 31, 2013, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this agreement is necessary to complete the Services 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor: The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services: Consultant shall perform the Services expeditiously, within the term of this Agreement. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements: All work prepared by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel: Consultant has represented to Citythat certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the BUCKNAM INFRASTRUCTURE GROUP, INC. Page 3 of 10 City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. 3.2.5 City's Representative: The City hereby designates the Associate Civil Engineer, or his or her designee, to act as its representative for the performance of this Agreement ( "City's Representative "). City's Representative shall have the power to act on behalf of the City for all purposes under this Agreement. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative: Consultant will designate a designee to act as its representative for the performance of this Agreement ( "Consultant's Representative "). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his /her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services: Consultant agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees: Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. 3.2.9 Laws and Regulations: Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal /OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold.City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply BUCKNAM INFRASTRUCTURE GROUP, INC. Page 4 of 10 with such laws, rules or regulations. 3.2.10 Insurance: Consultant shall maintain priorto the beginning of and forthe duration of this Agreement insurance coverage as specified in Exhibit B attached to and part of this agreement. 3.2.11 Safety: Consultant shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed Twenty One Thousand Eight Hundred Ninety -One Dollars ($21,891.00). Extra Work may be authorized in writing, as described below, and will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment and Compensation: Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses: Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work: At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means anywork which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages: Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ('Prevailing Wage Laws "), which require the BUCKNAM INFRASTRUCTURE GROUP, INC. Page 5 of 10 payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "publicworks" or "maintenance" project, as defined bythe Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. City shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Consultant shall make copies of the prevailing rates of per diem wages for each craft; classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant's principal place of business and at the project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection: Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination: City may, by written notice to Consultant, terminate the whole or any part of this Agreement at anytime and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination: If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents/ Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services: In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. BUCKNAM INFRASTRUCTURE GROUP, INC. Page 6 of 10 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: Bucknam Infrastructure Group, Inc. 3548 Seagate Way, Suite 230 Oceanside, CA 92056 CITY: Attn: Peter J. Bucknam Phone: (760) 216 -6529 City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Rafael Fajardo — Associate Engineer Phone: (626) 569 -2152 Fax: (626) 569 -2303 Such notice shall be deemed made when personally delivered or when mailed, forty -eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property: This Agreement creates a non - exclusive and perpetual license for Cityto copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ( "Documents & Data "). Consultant shall require all subcontractors to agree in writing that City is granted a non - exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3.5.3.2 Confidentiality: All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be BUCKNAM INFRASTRUCTURE GROUP, INC. Page 7 of 10 disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts: The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees: If either party commences an action againstthe other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.6 Indemnification: To the fullest extent permitted bylaw, Consultant shall defend, indemnify and hold the City, its officials, officers, employees, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of, pertaining to, or relating to any negligence, errors or omissions, recklessness, or willful misconduct of Consultant, its officials, officers, employees, agents, and Consultants arising out of or in connection with the performance of the Consultant's Services, including without limitation the payment of all consequential damages, expert witness fees, and attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents, or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents, or volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse City and its directors, officials, officers, employees, agents, and /or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, official's officers, employees, agents, or volunteers. 3.5.7 Entire Agreement: This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law: This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence: Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants: City reserves right to employ BUCKNAM INFRASTRUCTURE GROUP, INC. Page 8 of 10 other consultants in connection with this Project. 3.5.11 Successors and Assigns: This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 Assignment or Transfer: Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions: Since the Parties ortheir agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification: No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 Waiver: No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries: There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability: If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests: Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicitor secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees orsubconsultants to file, a Statement of Economic Interest with the City's Filing Officer as required understate law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall BUCKNAM INFRASTRUCTURE GROUP, INC. Page 9 of 10 have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment: Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non - discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.20 Labor Certification: By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self- insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 Authority to Enter Agreement: Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts: This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required: Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [Signatures on next page] BUCKNAM INFRASTRUCTURE GROUP, INC. Page 10 of 10 CITY OF ROSEMEAD By: J f Allred, City Manager at FAIrml loria Molleda, City Clerk Date Approved as to Form: iA'� �2'L '/ Div L Rachel H. Richman Date City Attorney BUCKNAM INFRASTRUCTURE GROUP, INC. g -q•rL By: Date Name: T'iFn .gyp 9e'-rl [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONSULTANT REQUIRED] By: Z t2 Date Name: ?e ( fv%- c; u c% <,.,A.,..` Title: Seca BUCKNAM INFRASTRUCTURE GROUP, INC. EXHIBIT A SCOPE OF SERVICES SEE REQUEST FOR PROPOSAL (RFP) AND CONSULTANT'S PROPOSAL A -1 CITY OF ROSEMEAO 2012 Pavement Management Program Fee Proposal - July 30, 2012 6 -1 Description Principal Project Manager Assistant Planner Field Technician(s) Admin Total by Task 2012 Base Fee $250 /hr $170 /hr $125 /hr $82 /hr $75 /hr Task 1 Project Implementation Task 1.1 Project Kickoff 2 1 $465 Task 1.2 Project Status Meetings - Quality Control 2 1 10 $1,285 Task 2 Client Satisfaction Task 2.1 Project Deliverables 2 2 $590 Task 3 Project Schedule Task 3.1 Work Flow/ Project Schedule 2 2 $590 Task 4 Scope of Work Task 4.1 Update Maintenance and Rehabilitation Activities 1 3 $416 Task 4.2 Pavement Condition Survey (76.4 miles - Windshield) 2 3 92 $8,259 Task 4.3 Maintenacne & CIP / Budgetary Analysis 6 $1,020 Task 4.4 LACMTA Compliance Reports / Citywide C1 Report 1 22 1 1 $4,190 Task 4.5 Mapping and GISUpdate 2 18 8 $3,246 Task 4.6 Pavement Field & Software Training 4 4 $1,180 Task 4.7 On -Call Services (Annual) T &M Reimbursables (mileage, printing, materials) $650 All deliverables will become property of the City of Rosemead All Tasks are negotiable Total Hours per Staff 1 45 32 113 1 2012 Total Base Fee $ 250 $ 7,650 $ 4,000 $ 9,266 $ 75 $21,891 Optional Tasks Task 5.1 Automated Digital Roadway Imaging (76.4 miles) TBD Additional services outside of this contractwill be negotiated with the City where we will use the Standard Hourly Rate Schedule shown 6 -1 Standard Hourly Rate Schedule cateaorV Principal Senior Project Manager Senior Engineer/ Planner Construction Manager Pavement Management Project Manager Management Analyst Project Engineer/ Planner Engineer /Senior Technician /Planner / Senlor Inspector Assistant Engineer /Technician /Planner/inspector CADD Operator Administrative Assistan t Clerical/ Word Processing Field Technician Forensic Services Reimbursabies Mileage Subconsultant Services Reproduction Travel & Subsistence Fees & Permits Computer Services (External) BUCI(NAM INFRASTRUCTURE CROUP, INC. 35:8 5eap to Y:ay, 5uwraM Gceanside,fA 5205@ T.750.21E.5529 F. M,215,G,6B vmnr.tuoknam.nec Rate $ 250 210 180 172 170 160 155 130 125 105 100 75 82 Quote $ 0.60 1mile Cost + 15% Cost+ 15% Cost+ 15% Cost+ 15% Cost+ 15% 7 -1 July 30, 2012 Mr. Rafael Fajardo Associate Civil Engineer CITY OF ROSEMEAD 8838 E. Valley Boulevard Rosemead, CA 91770 Subject: Proposal for Pavement Management System Update— 2012 Dear Rafael: It is our pleasure to submit our proposal to assist the City of Rosemead in continuing the proactive management of your Pavement Management Program (PMP). With the City seeking to move toward stronger infrastructure management methodologies through advanced pavement inspections, MicroPAVER use, Capital Improvement reporting (CIP), LACMTA (METRO) compliance and GIS development, Bucknam Infrastructure Group, Inc. has identified a proactive and cost efficient method to assist the City in updating your PMP. Our team will focus our high - end pavement management knowledge, extensive Los Angeles County- Southern California experience and GIS /GPS technologies to optimize the City's maintenance dollars by implementing a manageable and reliable PMP methodology. Our project staff can be relied upon to provide outstanding service to the City because we will provide: Relevant and accurate PMP services based on our ongoing work within the Los Angeles County, METRO compliance; Local -Los Angeles County knowledge and experience gained through our management of 60 local agency PMP's within Southern California; Mr. Peter Bucknam is currently serving as Project Manager for numerous Los Angeles County PMP projects (i.e. Hermosa Beach, Lomita, Sierra Madre, Palmdale, Alhambra, Arcadia, Culver City, Diamond Bar, and Huntington Parkj and he has personally managed over 120 PMP projects over the past fourteen years; Project /engineering experience that brings the understanding that MicroPAVER results are not set in stone; we proactively use the available data to enhance budget forecasting, and project planning; Cost effective management methodologies, from the project kickoff through final reporting, gained through our Project Manager's experience and use of GIS tablet -based / digital roadway imaging surveys; and BUCKNAA4 INFRASTRUCTURE GROUP, INC. 3543 Sea t ?:'Fay, SuiteM 9cesmide,M 92C5u T.7EQ,216.E523 F.70,21E65?4 vvmbhuc4nam.nee Professional Engineering experience through our Principal, Mr. Steve Bucknam, P.E. who brings 40+ years of public /private local agency experience. Mr. Bucknam has served as City Engineer, Deputy City Manager, Design Engineer and Utilities Director for numerous public agencies and brings a tremendous amount of relative pavement management knowledge to this project. As Project Manager, my goal is not just to meet the requirements of this project but establish a living document (MPAH & Local pavement CIP / METRO submittal) that will be used throughout the term of the CIP as well as implement achievable long -term infrastructure management goals in coordination with City schedules. By selecting Bucknam Infrastructure Group, Inc., the City of Rosemead will receive a strong, knowledgeable, innovative, and communicative team with the experience to implement a cost - effective pavement management program. Our handpicked pavement management professionals are committed to delivering quality services to the City. We have already scheduled time for your project and eagerly await our kick -off meeting with City staff and you. Mr. Peter Bucknam will represent our firm for this project and can be contacted at 760 -216- 6529 (work) 714 - 501 -1024 (cell) or email at peter @bucknam- inc.com. Our proposal shall be valid for sixty (60) days. Respectfully submitted, Bucknam Infrastructure Group, Inc. Peter J. Bucknam Project Manager/ President Project Schedule Our Critical Path Method (CPM) project schedule shows each major task identified in our scope of work, as well as quality control milestones and meetings. Task Name ?11-AUgi2 &Aug' 4 -Sep i11 -5epl lg -Sep; 25 -sap; 2 -0H y 9-OH 116-0Hj 23 -OHI3U aH 61.113- . BASESCOPEOFWORR j '! i 11 Projea in, ementa U.. Ta sk1A- Pro jeHiGCkoff x __- . . Assess PS9P data /Establish 6uney Task i.2Proj djtatus Meeting - Duality [onfrol _ _ _Pro eH Status Meetings 21 Client Batisfatio -- - eft,,._ _ I_- _ �'�. 2.1 -- _T_azk 3) Protect Schedule g - _ - Task3._-WorkFlow /ProjeH Schedule Task 4.1 -Updae Mamtenance &Rehab AHivifies - .._ ___— _-.-- Task 41- Pavement fnntlition SUrceY r --------- - - - - -- f ! 4ualiR'Centrpl Checks - DeUelopRecommendedlmprovemenlProgram Tazk43- Maintenance &GP /budge1ary Analysis ! ! ' - --------- Task9.4 -MEUIO COmPlianm RePOrts /[IP Report 1 � i---- Revieta ciD2R Fin Final RePCrt _ -- _City PrajaitSYeiusMeeting i ! ! ! I ! ! 1 i _._ Delivery of Final ClP —.__...,___._....-__—__._._.__ .__.—�___I— .._..L— __._.___s_ —._ ._ sk 45 - Task95- Mapping and GlS Update 1 �i_i�€'°'°g' ?•- °Y""'•°^}� °"4 Task 4.6 - Pavemen :Field &SDflvn_re Training_ Tash9] -On -Call Services � t ! ` y __ _ i UPTIONALSERVICES iask 5.1- Automated Digital Roadviay Imaging «F -mm•� ;�;• -�-gi See key milestone dates from the project schedule below: • Project Kickoff — August 21, 2012 • Survey Completion — October 9, 2012 • Delivery of draft PMP — October 23, 2012 • City comments returned to Consultant— October 30, 2012 • Delivery of City CIP Final Report— November 6, 2012 • All necessary METRO data, reporting and revenue projections will be submitted prior to November, 2012 • Rosemead CIP data /Final Report, reporting and revenue projections will be submitted by November, 2012 • Submittal to METRO Certification— November 6, 2012 • Implementation of MicroPAVER version 6.5 —Anytime after acceptance of Final PMP • If the City has purchased MicroPAVER, MicroPAVER database will be delivered • All pavement and GIS data pertinent to the project deliverables will be submitted with the Final PMP report, November 2012 5 -1 BUCKNAM INFRASTRUCTURE GROUP, INC. EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in anyway on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state - approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self- insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to Cityfor injury to employees of Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subjectto approval of Cityfollowing receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1,000,000.00 per occurrence. B -1 BUCKNAM INFRASTRUCTURE GROUP, INC. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are licensed carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size Vll. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Consultant and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. No liability policy shall contain any provision or definition that would serve to eliminate so- called "third party action over' claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. M BUCKNAM INFRASTRUCTURE GROUP, INC. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant agrees not to self- insure or to use any self- insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self- insure its obligations to City. If Consultant's existing coverage includes a deductible or self- insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or self- insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. B -3 BUCKNAM INFRASTRUCTURE GROUP, INC. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non - compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and /or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all - inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or B -4 BUCKNAM INFRASTRUCTURE GROUP, INC. Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. MR Client#: 85887 BUCKAS01 ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDrATY) 0810712012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and Conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Willis Insurance Services of California Inc License#0371719 18101 Von Karmen Ave Suite 600 Irvine CA 92612 N Karen Blake a S,,X 949 885 -1200 949 -895 -1225 Ne e- PAIL • karen.blake@Willis.com NIaP AFFORDING COVERAGE N N INSURER a: Travelers Property Cas Gas Co Ameri 25674 4 INSURED Bucknam Infrastructure Group, Inc. 3548 Seagate Way, Suite 230 Oceanside, CA 92056 INSURER B: Continental Casualty Company 20443 WsuRERC: $10.000 INSURER D: $1,000,000 INSURER E: INSURER F: S OOO 000 GENL AGGREGATE POLICY COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BYppppPAD CLAIMS. L TYPE OF INSURANCE ADDLE INSR a SAID POLICY NUMBER OD F MMID LWIT6 ' • GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE O OCCUR 6806ASS628A 0911612011 0911612012 EACH OCCURRENCE $1 000 800 ERENTED I S7D00000 MED EXP cm pmwl $10.000 PERSONAL& ADV INJURY $1,000,000 GENERAL AGGREGATE S OOO 000 GENL AGGREGATE POLICY LIMIT APPLIES PER PRO- LOC PRODUCTS- COMPIOPAGG $ OOO OOO $ • ALROMCGILE LIABILITY ANY AUTO ALL OWNED aCHEDULED AUTOS AUTOS HIRED AUTOS X NON-OWNED 6806ASS628A 9/16/2011 09116/201 PCOA"e e m SINGLE LIM INCL IN GL BODILY INJURY pm ) S BODILY INJURY (PeraNdeM) S X PROPERTY DAMAGE $ $ UMBRELLAUAD EXCESS UAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ RETENTION S A WORKERS COMPENBATON ANDEMPLOYERS'WBILITY YIN OA ��EOPRIETORIPARTNERIEXECUTIVE® (Mentlet�lln NiR E%XCCLL1I1lUUEE�Dii IL tleacdbe untl� DESCRIPTION OF �ERATK)N8 below NIA XJUB379OT99 9/16/2011 09/16/201 X we srATU- UIH- E.L EACH ACCIDENT S1000000 E.L. DISEASE -EA EMPLOYEE $1000000 E. L. DISEASE -PODGY LIMB $1,000,000 B Professional Llabilitv I MCH288369767 I 9/16/2011 1 09116/201 $1,000,000 Per Claim $1,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ANSch ACORD iOt, Addklm l RemnNs SMledul% V IIum spare N requlrod) City of Rosemead Attn: Ms. Silvia Llamas 8838 E. Valley Boulevard, PO BOX 399 Rosemead, CA 91770 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. REPRESENTATIVE ®1988 -2810 ACORD CORPORATION. All dehts r - &e d ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are reglstemd marks of ACORD #S4881201M485340 KHERE ❑UUNA� V 411CIIIM. JV'VJ ACORD CERTIFICATE OF LIABILITY INSURANCE 2 0812412010 YYY) PRODUCER Willis Ins. SFVcs of CA, Inc. 18101 Von Karman Ave a 5 ite 600 e, CA 92612 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED - Bucknam & Associates, Inc. 30131 Town Center Drive, Suite 268 Laguna Niguel, CA 92677 INSURERA: Travelers Property Casualty CO 36161 INSURER B: Continental Casualty Company 20443 INSURER C: 09/01/10 IN SURER O: EACHOCCURRENCE INSURER E: DAMAGE TO RENTED vv v cn'+vw THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN LTR NSRE TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD/YY POLICY EXPIRATION DATE fMWDDNYI LIMITS A GENERAL UABIUHY X COMMERCIAL GENERAL LIABILITY 68048BOL652 09/01/10 09/01/11 EACHOCCURRENCE $1.000000 DAMAGE TO RENTED $1,000,000 MED EXP (Any one person) $10,000 CLAIMS MADE 51 OCCUR PERSONAL &ADV INJURY $1,000, 000 GENERALAGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG s2,000,000 POLICY El PEP LOC A AUTOMOBILE LIABILITY 680488OL652 09/01/10 09/01/11 COMBINED SINGLE LIMIT (Ea accident) $INCL IN GL - - ,J '0DIILYII�J)URY SCHEDULED $ ANY AUTO ALL OWNED AUTOS AUTOS pR�/! per`' - � ,//Nypp, :yr vl 4.�1 ➢- I o4 I X BODILY INJURY (PeraccitlenQ $ HIRED AUTOS NON -OWNED AUTOS iY i X i, PROPERTY DAMAGE (Per accidenl) $ GARAGE LIABILITY" AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO �' ._........_. __... - $ " - -- AUTO ONLY: AGO A EXCESSAIMBRELLA LIABILITY CUP7637Y444 09/01/10 09101/11 EACH OCCURRENCE $4000000 AGGREGATE s4,000,000 X OCCUR EI CLAIMS MADE $ $ DEDUCTIBLE X RETENTION $ 0 A WORKERS COMPENSATION AND UB711GY58A 09/01/10 09/01111 TORY R IIMIT OIH- E.L. EACH ACCIDENT $1,000 000 EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE- POLICY LIMIT 81,000,000 H yes, SPEC tlIAL PescnbROVe untlISIONer S below B OTHER Professional AEA113988680 r01/02/10 ' 01%02/111 $1,000,000 Per Claim ,Liability $2,000,000 Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS ALL OPERATIONS OF NAMED INSURED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OFROSEMEAD DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL In GAYS WRITTEN ATTN: ERIKA HERNANDEZ , ASST TO THE CITY CLER NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 8838 E VALLEY BLVD IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Rosemead, CA 91770 -0399 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) 1 of 2 #S467966/M467934 HdU � -- -.— —1 - -- • - -- 0 CITY OF ROSEMEAD PROFESSIONAL SERVICES AGREEMENT PARTIES AND DATE. This Agreement is made and entered into this day of , 20_ by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ( "City') and Bucknam & Associates, Inc a corporation with its principal place of business at 30131 Town Center Dr., Suite 295, Laguna Niguel, CA 92677 ( "Consultant "). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing assistance in preparing the pavement management program services to public clients, is licensed in the State of California, and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render such services for the 2009 Rosemead Pavement Management Program project ('Project') as set forth in this Agreement. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional preparing pavement management program (see exhibit A per details) consulting services necessary for the Project ( "Services "). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from April 1 to May 30, 2009 earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. [insert Name of Company] Page 2 of [insert last page of agreement] 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. The key personnel for performance of this Agreement are as follows: 3.2.5 City's Representative. The City hereby designates Rafael Fajardo, Associate Civil Engineer or his or her designee, to act as its representative for the performance of this Agreement ( "City's Representative "). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Consultant shall not accept direction or orders from any person other than the City's Representative or his [insert Name of Company] Page 3 of [insert last page of agreement] or her designee. 3.2.6 Consultant's Representative. Consultant hereby designates Peter J. Bucknam, VP or his /her designee, to act as its representative for the performance of this Agreement ( "Consultant's Representative "). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his /her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services. Consultant agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees. Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. Any employee of the Consultant or its sub - consultants who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Consultant and shall not be re- employed to perform any of the Services or to work on the Project. 3.2.9 Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal /OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this 0 [insert Name of Company] Page 4 of [insert last page of agreement] Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10 Insurance. 3.2.10.1 Time for Compliance. Architect shall maintain prior to the beginning of and for the direction of this Agreement insurance coverage as specified in Exhibit D attached to and part of this agreement. 3.2.11 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit B attached hereto and incorporated herein by reference. The total compensation shall not exceed twenty -one thousands nine hundred ninety -four dollars ($21,994.00) without advance written approval of the city manager's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, [insert Name of Company] Page 5 of [insert last page of agreement] but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ( "Prevailing Wage Laws "), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. City shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Consultant shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant's principal place of business and at the project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished [insert Name of Company] Page 6 of [insert last page of agreement] Documents and Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: Bucknam & Associates, Inc 30131 Town Center Dr., Suite 295 Laguna Niguel, CA 92677 Attn: Peter J. Bucknam CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Rafael Fajardo- Associate Civil Engineer Such notice shall be deemed made when personally delivered or when mailed, forty -eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property. This Agreement creates a non - exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ( "Documents & Data "). Consultant shall require all subcontractors to agree in writing that City is granted a non - exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals [insert Name of Company] Page 7 of [insert last page of agreement] other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3.5.3.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.6 Indemnification. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of, pertaining to, or relating to any negligence, errors or omissions, recklessness, or willful misconduct of Contractor, its officials, officers, employees, agents, consultants, and contractors arising out of or in connection with the performance of the Contractor's Services, including without limitation the payment of all consequential damages, expert witness fees, and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents, or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents, or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents, and /or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to [insert Name of Company] Page 8 of [insert last page of agreement] insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents, or volunteers. 3.5.7 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants. City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 0 • [insert Name of Company] Page 9 of [insert last page of agreement] 3.5.16 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicitor secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees or subconsultants to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non - discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.20 Labor Certification. By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self- insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 Authority to Enter Agreement. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. s. 0 [insert Name of Company] Page 10 of [insert last page of agreement] 3.6.1 Prior Approval Required. Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [signatures on next page] [insert Name of Company] Page 11 of [insert last page of agreement] CITY OF ROSEMEAD By: �G... Oliver Chi City Manager Atte t: 0 long Molleda City Clerk Approved as to Form: Garcia Ca er , 02108 DocumenU M Li Bucknam & Associates, Inc. By:� Name:�•Sf�pfi <y �yc /T✓IA*01 Jr Titles- [if Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] ►Svc (Tsai►+ L . Name: ,fecrr{�ty Title: EXHIBIT A SCOPE OF SERVICES See attached Proposal A -1 �. February 17, 2009 Mr. Rafael Fajardo Associate Engineer CITY OF ROSEMEAD 8838 East Valley Boulevard Rosemead, CA 91770 Subject: Proposal for the 2009 Rosemead Pavement Management Program Dear Rafael: It is our pleasure to submit our proposal to assist the City in continuing the proactive management of your Pavement Management Program (PMP). With City of Rosemead's PMP moving toward automation through condition survey updates, Capital Improvement reporting (CIP), Buckram & Associates has identified a proactive and cost efficient method to assist the City in the continued success of the PhIff program. Our team will focus our high -end pavement management knowledge, extensive Los Angeles /Orange County- Southem California experience, and GIS technology to optimize the City's maintenance dollars by implementing a manageable, reliable automated pavement management program. With cost - conscience Tablet- MicroPAVER pavement inspections, logical work -flow schedules, frequent communication with Public Works and Maintenance staff and timely data deliverables we will help the City update an applicable pavement management program that will answer constituents questions and upper management analysis requests for budgeting and pavement deterioration. Our project staff can be relied upon to provide outstanding service to the City because we will provide; :• A project team that has an outstanding track record working with PMP and GIS projects for public agencies. As Project Manager, I bring my knowledge and experience of working with the over 20 local agencies within LA County; currently serving as Project Manager for OCTA's countywide Pavement Management Software Program and I have personally managed over 70 PNIP projects over the past eleven years Project experience that ranges from turn-key implementation projects to PMP training and GIS — Enteprise Intranet integration. As Project Manager, my goal is not just to meet the requirements of this project but establish a living document (Arterial pavement CIP) that will be used throughout the tern of the CIP as well as implement achievable long -tern infrastructure management goals in coordination with City schedules. Cost effective management methodologies, from the project kickoff through final reporting, gained through our Project Manager's experience of using GIS and tablet- notebook technologies; our Principal, Mr. Steve Bucknam, P.E. who brings 40 years of public /private local agency experience. Mr. Bucknam has served as City Engineer, Deputy City Manager, Design Engineer and Utilities Director for numerous public agencies and brings a tremendous amount of relative pavement management knowledge to this project. 39131 T o�an Ceder Dr., Suite 225 14 aragem e.rd Studies & Ser, ces Lagura Nicuel, C?. 92677 Public'AlorkslAanagemcrt . 4'Ja1Fr Reswn:es Plarming (949) 36320451 + Fax(9d9) 3S3 -SK5 Federal and States Grant Support -City Engineering Services E -1,UH: objm@prodigynet Opontional Studies 0 As a team we bring extensive knowledge of pavement materials and applications, alternative applications (APC, Micro - surfacing, cape seal, etc), MicroPAVER use, METRO project experience and training through our management of over 70 pavement projects to the City; which will be essential in assisting in developing the long -term management of the CIP. A detailed scope that will provide value -added services through cost effective management. Our scope of work not only addresses the City's objectives, but also provides the City with: Common- sense, accurate survey analysis and program stewardship An updated pavement network Pavement Condition Index (PCI) status for all streets using recent . inspections,, work history elements and deterioration models thus reducing project costs Current and future performance of the City's pavement network and each individual street section represented through digital tabular information and applications Thorough and extensive experience in building and managing strong residential maintenance programs through preventative maintenance and rehabilitation programs based on costibenefit analysis and various levels of CIP funding By selecting Bucknan: & Associates, the City of Rosemead will receive a strong, knowledgeable, innovative, and communicative team with the experience to implement a cost - effective pavement management program. Our handpicked pavement management professionals are committed to delivering quality services to the City. We have already scheduled time for your project and eagerly await our kick -off meeting with City staff and you. Our key staff guarantees that we will be committed to perform the required tasks throughout the duration of the contract. Mr. Peter Buckram will represent our firm for this project and can be contacted at 949 -363 -6461 (work) 714 - 501 -1024 (cell) or email at peteri 0 • Project Understanding As the City of Rosemead's infrastructure matures, the City's staff is striving to update the City's Pavement Management Program (PMP) through cost effective citywide condition surveys, linking all pavement data to the City's GIS and establishing NlicrOPAVER as a user - friendly Pavement Management Software (PMS) that is embraced by city staff and is effective for future METRO submittals. The City requires a team that will not only resurvey the pavement network using cost - conscious methodologies but will assist in the creation of a comprehensive program that includes the creation of a multi -year CIP, educational training, operational manuals, stewardship, GIS links, and the knowledge of the inner workings of MicroPAVER. With the iinplementation of MicroPAVER for this project, our team brings the experience of over 75 pavement management projects in Southern California to the City (over 45 of these projects are managed through MicroPAVER). Through our extensive project experience we will not only address the City's primary goals of. • Establishing a user - friendly P1\4S interface; • Surveying 76.4 Arterial and Collector centerline miles of pavement; • Generating 2009 Pavement Condition Index (PCI) ratings for each segment; • Establishing solid recommendations for current / future maintenance needs; and • Creating a multi -year Capital Improvement Program (CIP) that will be used on a annual basis and will identify capital funds necessary to meet a achievable level of service but will efficiently link all collected/updated pavement data to the City's GIS system cost - effectively and within this projects timeframe. Pavement management does not require a daily or monthly task driven project schedule once the system is in place, furthermore, for any data management proaa n to succeed you need staff understanding and motivation. We will work closely with Engineering staff to steward and implement a solid, useable pavement management program that can be updated on a biannual basis through inspections and reporting preformed by City staff and/or through our on -call services. With a completed survey, our team will work with you to establish a pavement management program that provides specific, manageable pavement segments, detailed maintenance schedules of needed repairs and cost conscious maintenance recommendations that will be used in preparing budget estimates required to complete the scheduled work for fiscal year 2009 -10 and beyond. City of Rosemead 1 -3 Citywide Pavement Program 2009 0 Project Approach 0 4 o` 'p� {_ ?w w - 1• The City of Rosemead has recognized the need to continually improve the approach used for managing its pavement network. Over the past couple of pavement program updates, the City has used a pavement condition rating system that is not widely used throughout Southern California; therefore under this project our team will be converting all previous Sandwick pavement data into the Army Corps of Engineers software, MicroPAVER. Our Project Manager, Mr. Peter Bucknam has worked with over 8 pavement management software's, including CarteGraph, MTC, MicroPAVER, PASER, ICON, GBA Master Series, and ITX Stanley throughout Southern California. Mr. Bucknam is a team builder; he will build strong and frequent communication between Engineering, Maintenance and GIS staffs to ensure project success and achievable long -term management goals for the City's Pavement Management Program. With the City needing this project to be completed this fiscal year, our staff is ready to support the City through pavement management services. Through our knowledge and experience of pavement inspection using MicroPAVER, we will provide the City with an updated citywide pavement management program that will. allow for not only the evaluation of prior maintenance strategies, but make cost - effective pavement management decisions that optimize the expenditure of street maintenance funds in today's dollars and practices. We have developed project objectives that will: Assess and develop common sense maintenance zones for survey and slurry seal scheduling Determine the pavement network PCI condition status for all streets using recent inspections, work history events & deterioration models thus reducing project costs :• Enhance pavement rehabilitation/maintenance recommendations of each street segment based on 2009 pavement conditions :• Train & provide MicroPAVER support services for City staff to establish in -house stewardship for future PMP -GIS needs Provide all pavement data within the system to be linked to the City's GIS City of Rosemead 1-4 Citywide Pavement Program 2009 Scope of Services TASK 1: Project Kickoff The success of a pavement management program truly resides in frequent communication and timely scheduled data updates and for the City of Rosemead it will be essential to establish, up front, the City's immediate pavement management priorities. Our team will set a Project Kickoff meeting to further discuss and review in detail the expectations of the project, technical approach, finalization of the scope of work and the review of schedule and budget. The first key topics to be discussed will include the review and assessment of the existing MicroPAVER pavement plan /data, survey areas, data quality and condition, current pavement procedures within Engineering, available resources, historical expenditure levels, and desired service levels. Through these discussions our project team will gain further understanding of the City's unique needs and identify specific areas of concern that will need to be included as part of the pavement management program. Inventory & Review PIAP and Street Network The first step in conducting the pavement condition assessment will be to validate and confirm the inventory segmentation criteria for the City's pavement network. This will involve reviewing recent pavement segmentation alterations based on the latest construction efforts performed within the City. Our staff will assist the City in acquiring the GIS centerline file from the previous consultant; this will be used to enhance our pavement segmentation development. Deliverable: Meeting minutes, project goals, action items, revised project schedule which includes future project meetings and data updates. TASK 2: Update Maintenance and Rehabilitation Activities Based on the pavement maintenance that has been performed by in -house staff as well as contractual maintenance, our staff will review all activities that have been performed since FY 2004. This data will be entered into the pavement management software to enhance the accuracy and reconunendations for the upcoming budgetary analysis and CIP reporting. Deliverable: Project status letter indicating work completion and project schedule for survey City of Rosemead 1 -5 Citywide Pavement Program 2009 TASK 3: Pavement Condition Survey Once the pavement network to be surveyed has been verified, the inspection of approximately 77 centerline miles will be surveyed (all streets and alleys). Distress types will be collected based upon actual surface conditions and physical characteristics of the segment. Surveying methods will be conducted by remaining consistent with MicroPAVER & the Army Corp of Engineers sampling guidelines while being flexible to current City practices. We use a mix of windshield and walking survey based on the street conditions found. If the City has an available high - resolution aerial (approx. 3 "), we will use it to verify street measurement taken in 2004, this will greatly increase survey times and project schedules. if no aerial is available, we will verify segment areas through the City's GIs data and or our quality control efforts in the field. The City may elect to have the pavement condition survey shown as a optional fee, however, we included the task description here to demonstrate the flow of a typical pavement management project. Our first priority will be pavement condition analysis of the City's Arterial and Collectors. METRO compliancy, at a minimum, is essential to the success of this project. We will use the City's maps generated from Task 1 and database to survey the Arterial and Collector streets. The survey will be performed by a Buckman & Associates team that brings a combined 25 years of MicroPAVER inspection experience to the City and has worked under Mr. Peter Bucknam for over ten years. Our use of MicroPAVER- Tablet units allows our staff to collect pavement data with the City of Rosemead's MicroPAVER database live in the field. At the end of the day all data is transferred to our office for quality control and management. This functionality sets us apart from the competition where we are spending less man -hours to enter the data using the Tablets, while in turn using those man -hour savings to enhance other portions of the project such as CIP reporting, D1icrOPAVER training, on -call services, etc. A listing of the field attribute data that is updated/verified during the survey for the pavement management database is listed below: 1. Field Attribute Data (updated and/or verified) Frotm/to, indicating the assigned limits of the section, street name, a street codification Street classification indicating i.e. local, arterial, or collector, 4 of lanes, surface type PCI tracking of historical values from previous inspections and 2008 PCI inspections Segment quantities, indicating the length, width, and total true area of the section Structural sections (if available from previous reports or City documents) We welcome staff members from the City of Rosemead to join any portion of our survey efforts. � Condition data will be evaluated for all street senents and shall include the following condition characteristics: ACOE Pavement 19 AC & PCC distresses by type, severity and area Pavement Condition Index (PCI), taking into account the surface condition, level of distress. The PCI value ranges between 0 -100, with 100 indicating new pavement. City of Rosemead 1 -6 Citywide Pavement Program 2009 :• Other known or found issues (standing water, etc) Our staff.will input all collected pavement data into the City's most current licensed software (we will assist the City in obtaining the most recent version of MicroPAVER if the City has not already done so). Using this software, all items listed above will be maintained by our staff for the duration of this project. All data management will be performed in -house at our Laguna Niguel office using the software's most recent version release. From there we will coordinate with your staff to implement the new files within your information services /communication network. Quality Control, Status Meetings and Progress Reports We will use a statistical sampling approach for measuring the quality of our field technician's work. In this manner, 10 percent (8 miles) of the original surveys will be re- surveyed by a different crew, supervised by a field supervisor, and the results will be compared to the or ginal surveys. The quality control process involves checking the two field crews' work in a "blind study" fashion. Quality control checks will be performed at the end of each work week during the survey efforts. This will be done to ensure that all field personnel are properly categorizing the distresses and that correct pavement quantities are established for all street segments. At the time of surveying, our staff will perform several quality control tests within the pavement management software using a sample set of Rosemead's street distress data. This will ensure that all system and analysis settings as well as City recommendations and standards are programmed correctly. As the project progresses, the database will be updated on a daily basis and evaluated for missing data. If missing items are found, field personnel are notified and the data, if available, is collected. During the pavement condition survey, regular status meetings between Buclmana & Associates and the City's Project Manager will be held to report on the status, schedule control, budgets, issues, and quality control efforts. This is typically done with monthly meetings depending upon the City's current workload. Any action items that arise from these meetings will be completed and data collection/entry will continue. There will be a minimum of three meetings during the project (Kickoff, field, and status meetings) Monthly progress memos will be delivered to the City to update City managernent on the progress of key scope tasks. Section Distress and Treatment Report Once inspections are completed, we will generate a draft Pavement Condition Index (PCI) Report for City staff to review. Upon completion of the pavement condition survey and City review of the draft PCI report, we will prepare a report that documents the condition of all inventoried pavement segments. The City and our staff will review these reports to ensure that all inventory data is correct and the project is running smoothly. Our staff will generate a Pavement Condition Report that will include: Network/street database PCI report City of Rosemead 1 -7 CityzNide Pavement Program 2009 :• Work history report :• GIS Maps presenting PCI finding by section Deliverable: Project status letter (monthly), quality control schedule report (monthly), draft PCI report, GIS maps, distress types for each section. DEVELOP RECOMMENDED IMPROVEMENT PROGRAM TASK 4: Budgetary Analysis and Capital Improvement Reports Following the acceptance of the Pavement Condition Report (PCI Report), various repair /rehabilitation strategies will be discussed. We will assist the City in developing the most cost - effective preventative maintenance, repair and rehabilitation strategies possible as well as, optimize the City's Maintenance program This will be accomplished by meeting with the City to discuss and strategize on maintenance activities that would be applicable to the City. Based on the City's slurry seal practices over the past several years we will conduct an analysis on the condition and financial impact these practices have made to the residential and industrial pavement sections in town. Based on our findings, we will present the results and recommendations to City staff for consideration. This analysis will become an essential part of the Maintenance program review. We will establish a maintenance "decision tree' that will be used to generate pavement recommendations that match current 2008 maintenance approaches. The pavement software will generate a deterioration curve based on functional class (arterial, residential, industrial), age, etc; we will model the pavement deterioration curves for each function class within our Final Report. All changes to the City Maintenance program and practices will become an essential part of the decision tree. The strategies that are typically reviewed and included are rehabilitation and reconstruction (R &R), localized maintenance, cape seals, slurry seals, overlays, and reconstructions (based on the condition of the "maintenance sections "), the expected improvement in pavement condition, the life -cycle extension that would result and the unit costs for maintenance. All maintenance practices /unit costs will be integrated into PA4S and will be derived from the review of the most recent construction bids for pavement rehabilitation and will account for inflation when long -term projections are made through the program software. All strategy assignments will be based on road class, PCI weighted average /range and type of surface, which are adjustable within the program. The key factor here is to get the largest return-on- investment (ROI) through developing a "decision tee " that addresses all pavement information and is cost - conscience. Deliverable: Project meeting minutes, summary report of maintenance and budget approach used for Final Report City of Rosemead I-S Citltride Pavement Program 2009 0 F � F �`°+ou.rtc 6f Pavement Improvement and Priority Listing Reports Our Project Manager and Principal will work closely with City staff in defining repair and rehabilitation strategies during each fiscal year (i.e. 2009- 2014). Once the repair /rehabilitation strategies have been defined, the software will be used to identify the recommended maintenance and rehabilitation projects for each street over a given period of time, which will cover a multi -year CIP schedule. The recommended budget scenarios and needs will be identified on the basis of several critena Cost benefit of individual strategies Present pavement conditions for that given year Multiple budget scenarios (Unlimited Budget, Current $3 million budget, Recommended budget and $0 Budget Accrued backlog levels and stabilization of maintenance backlog Y Future routine and major maintenance needs based on projected deterioration rates Future County and AHRP goals and improving citywide weighted PCI average to a acceptable level of condition Desired levels of service and available resources The primary emphasis of this task is to maximize the programming of street maintenance projects using the most cost - effective strategies available and taking into account a life -cycle cost analysis of each strategy recommended. This task will generate a minimum of three scenario's, a working "current" budget based on current Rosemead pavement spending levels, a "recotmnended" budget which will identify the capital expenditures needed to reach a given PCI level desired by City in and a "zero" budget demonstrating a diminished funding allocation such as the City being unable to fund maintenance for several fiscal years. Our reporting doesn't simply take budget allocations into account, we enhance our analysis and recommendations by reviewing previous work history efforts; we then project maintenance in a way that is logistically and economically viable for both the Arterial program and the Residential program. A working "draft" Final Report will be generated for City staff to review. This report will include an executive summary, the Pavement Condition Report as well as a summary of our findings from generating the actual and proposed budget scenarios. It will also include: r. Priority listings (PCI's from 100 -0) Budget allocation percentage's based upon parameters such as cost - effectiveness vs. repair for residential streets in poor condition. Multi -Year CIP identifying arterial and residential maintenance (per section) Recommendations /reports for neighborhood residential maintenance in "groupings" or zones. •:t Executive Summary n.,r.,o.�61n• Prniert meeting minutes, summary report of budget scenarios used for Final Report City of Rosemead 1-9 Citynvide Pavement Program 2009 • 0 4�4 TASK 5: Executive Summary and Final CIP Reports Based on the City staffs review and comments of the Draft Final Report we will deliver the Final Report to the City which will be technically useful for staff reference and presented in a way that is beneficial for elected officials. The Final Pavement Management Program Report will provide a summary of the findings from the condition survey with the corresponding recommendations for the implementation of the most cost - effective maintenance program each year (this report will be suited for an audience of managers and council members). The report will be prepared in a format that uses the information found in the computerized PMP reports in conjunction with the information and analyses performed by our team. City staff will supply a list of the projects that should be included in the study. The report will also provide the City with information on: Current inventory and pavement conditions indices (PCI) shown in tabular and GIS layouts for all road classes and surface types (pavement condition report, priority listings) :• Projected annual repair /rehabilitation programs for street maintenance, for each street, for a multi- year thmeframe (forecast maintenance report) that demonstrates the largest return on investment Strategies and recommendations for the City's Maintenance programs and procedures, including a preventative maintenance schedule. 3 Priority projects that should be scheduled for irmnediate maintenance, based on user - defined priorities and existing conditions Exhibits showing the current and proposed annual work to be performed based on the mutt -year CIP package A detailed breakdown of deferred maintenance (backlog) which will allow the City to measure and understand its impact to current and future capital projects Deliverable: We will submit three copies (one original) of the Draft Pavement Aanagement Program Report, in binder form, to be reviewed by the City. Three (3) copies of the Final Pavement Management Program Report will be delivered to the City once all comments and reviews are completed. Digital copies of the report will also be delivered for the City convenience. Final pavement management database will be installed at City. City of Rosemead 1 -10 Citywide Pavement Program 2009 0 0 •�E TASK 6: Mapping of the Pavement Network As the City continues to mature in its GIS development, programming and use, our understanding of the GIS short-term and long-term goals will play a large part in implementing a successful PMS -GIS link for this project. Our staff will update the stand - alone °Pavement Management -GIS" theme layer that we created by the previous consultant to be used by Engineering for reference and budgetary development. We will support the City with GIS services that: Establish a Pavement Management GIS theme that will include the following information for a given pavement segment: PCI values for every section which follows 0 to 100 Standard Ratings Work History identifications :• Multi -yr Arterial Rehabilitation, Residential Rehabilitation and Slurry Seal Programs Functional classification maps Year of construction (if available from the City) Pavement areas, width, length and material type We will also support the PMS -GIS delivery through the following services: GIS training in respects to teaching City staff in the use of PMS —GIS theme, map creation, editing, data management and spatial analysis. Once the City has approved the Pavement Condition Report, our staff will complete the development of all necessary pavement -GIS linkages. By using the unique ID's within the PMS and the City's ArcGIS centerline ID's, we will create a one -to -one match for each pavement section in the GIS. As new pavement inspections are completed and entered into the pavement program, the link tltat we have established will show the roost current inspection PCI's through the City's ArcGIS interface. Deliverable: Complete GIS files /themes based on list above. TASK 7: On -Call Services (Optional) Pavement Management Program Support Bucliimn & Associates will provide annual support for a period of two years where we will provide quality and accurate use of the in -house operation of MicroPAVER software. Once the City has approved the Pavement Condition Index Report under this years work effort, this service will become active. Our typical On -Call services include: Additional budget scenarios, general reporting, deterioration studies s Additional visual inspections above the mileage amount indicated in Task 3 Additional pavement management— GIS mapping City of Rosemead 1 -11 Cit3ivide Pavement Program 2009 Additional MicroPAVER training, operation use Also, if requested, Bucknam & Associates will enter yearly pavement maintenance records into the City's PMP system, assess and review the City's upcoming maintenance schedule for that fiscal year. The . agreement will continue to include the provision of onsite and telephone support for the City staff. With the combination of City and Bucknam & Associates staff working as a team, pavement management knowledge, and defined project goals, the additional two years of support will be' essential to the continued success of this project. Any major tasks above and beyond those mentioned herein will be considered a change in scope; our staff will negotiate additional tasks with the City if the arise. Work Flow / Project Schedule Our project schedule shows each major task identified in our scope of work, as well as quality control milestones and meetings. With a completed survey, our team will work with you to establish a PNJP that provides specific, manageable pavement segments, detailed maintenance schedules of needed repairs and cost conscious maintenance recommendations that will assist you in preparing budget estimates required to complete the scheduled work for fiscal year 2009 and beyond. Our goal is to have all City comments addressed and included in the Final Report by June 2009; this will allow for the City to comply with the 2009 METRO Eligibility submittal. �]J -FeL IAAm 19 -M tl My 31 Tazk t. Projee, KLkoil Y TavN} P en COtl Survey _ _ Oue %Y Cattlml CTeckz PCI WoOV n9... ... . -. .. .: . _ Uy Rrnew vl Ntlwa_F 06e P.epwt _ _ _ _ Y .. '. .. •.. ... ,meml E 1 pr PI-0- -- ilneP XMt6XeTn 'Trnell�ea - " la k5 Crt1 Me Ert SLKMmN.Y.i Fnal Report _.. .'. . _,. GY ftevint'o10enN'e Y _. ,... NMI, t ne,GP Repvtl 1DCN TasNT -On CAR SelKce ll NTn ELI City of Rosemead 1 -12 Citywide Pavement Program 2009 69 F— ~ C E Q [`7 N fag V3 69 r � n 7a t v V V V7 3s v V N 1 N v h v 7 c 1 wU 7 V - 4 C v.7i d Q � �a�rz z t3� =1g co 00 = O N N C-4 L6 a) CL s Q N L o] V 7 CL a) @ m n m LL U f� en CC O L L T E O N N @ O O @ 'O O O 'E co N > }a) ~ U O ate_ @ W E LL g 3 ca „ 0 CD W A N O O O U CL a Z C N "' U LL }. C @ y 2 a � 0 O m % LL C 3r i U @ O V co = ° E m CL o O N 6 a C 0 O E ° O p y o Q @ T __ N O C LLLI3 m U U Q E a° E m a c o c r c a o ao 0 o m o m U o c o x E Q Of E g '' m ti O w> n o E LL U o m o c 0 o w a � m'aE m �za° tL E ° E d v -o Z9U-o = ai m oa N m m e y @@ ° o m� p �° y cm 3 mo=o E ELL = N N N � O � O C LL = C CJ d Q� � N d U (6 O d Y m> @@ j y > 3 f6 (n C aci Q- m LL o a 9? m � m S m =- U g R d� m c ��- m m o 4�0 o Q= a o$'@ x CO n`.Daomw2 0 C�¢ ¢¢ t- f- 00 r N (`) V co 7a t v V V V7 3s v V N 1 N v h v 7 c 1 wU 7 V - 4 C v.7i d Q � �a�rz z t3� =1g 0 9 City of Rosemead Firm Profile and Experience Founded in 1996, Bucknant & Associates (C- corporation) is committed to building stronger relationships with government organizations frequent communication and team building. We build long -term partnerships with agencies that expect and require accuracy, efficiency, and integrity in all aspects of community services. Our experienced staff is committed to ensuring that immediate and long -term goals are met and are a top priority in the development of program management, infrastructure management, financial, geographic information systems (GIs), and facility management projects. Our full- service Infrastructure Management - GIS Division provides comprehensive engineering and infrastructure management services, as well as database management, field inspection services, and GIS automation and management. Our staff consists of registered civil engineers; former Director of Public Works -City Engineers and maintenance specialists who can help implement solutions based upon specific facility /infrastructure requirements and provide assistance through each step of the project. Our extensive experience includes: •. Public Works Management °0 Management Studies & Services �O ADA Self- Evaluation/Transition Planning 11 GASB 34 Compliance /Reporting :• Pavement — CIPManagement %• Pavement Data Conversion 4'• Pavement Condition Surveys O'+ PINTS /GIS Coordination •�• Intranet GIS Implementations d• GIS Custom Applications Vv GPS Digital / Stereo Imaging •r Water Resources Planning :+ City Engineering Services v% County PMP Compliance Reporting rA Federal & State Funding Assistance f.• Traffic Control Device Inventory /Sign Inventories Infrastructure Grant Assistance •id Maintenance Management Programs •. Record Retention Services In addition to the extensive knowledge and experience of our infrastructure management professionals, Bucknam & Associates provides a broad scope of administrative, inspection, construction management, civil engineering, and GIS services to public agencies. The extensive experience of Bucknam & Associates staff, coupled with its service to more than 100 cities and other public agencies, assures our clients that the firm is a broad based resource with an understanding of the problems and solutions necessary for efficient public agency operations m today's complex governmental environment. 01 Roy e;n,�ad 2 -1 0 City of Rosemead 0 Bucknam & Associates commits to providing its clients with personalized service. By selecting Bucknam & Associates, the City of Rosemead will receive a strong, knowledgeable, innovative, and communicative team with the experience to implement a cost - effective management program. Our handpicked management professionals are committed to delivering quality services to the City. Our office, supported by 15 employees, is located in Laguna Niguel, CA. We bring a wealth of experience to the City through our successful track record, pavement management knowledge through application, and relationship building through trust and adherence to schedule. We look forward to working with you on your project. Representative Project Experience The following project experience presents our description of work, relevant experience in completing similar projects for numerous other agencies, training expertise, and the experience of our project team. Our project team brings over 75 years of public /private engineering and data management experience to the City of Rosemead. This includes over 70 PMP projects covering tum -key projects, simply training of City staff with pavement management methods, County Measure/Proposition compliancy, financial strategies and Capital Improvement Programs. Bucknam & Associates Citywide Pavement Management Program City of Ontario (2002 - 2008) Mr. Tim Minitrack, Deputy City Engineer — (909) 395 -2112 303 East `B" Street, Ontario, CA 91764 ( mlivinastonO.citvofpalmdale.ora ) Mr. Peter Bucknam (Project Manager) has worked with the City of Ontario for over six years. Currently, Bucknam & Associates is within a three -year contract where we perform surveys on 1/3 of the City (Ontario has over 600 miles of pavement). Our staff updates the City's MicroPAVER data on an annual basis and develops strategic budgetary scenario's to assist staff to identify, manage and administrate the PMP. We provide C1P reports that our comprehensive and include various budgetary models such as constrained, actuallcurrent, recommended, unlimited etc. This assist Public Works in identifying annual maintenance budgets for both the arterial and residential programs. 06 of Ri'semead 0 0 City of Rosemead Pavement Management - GIS Program City of Alhambra (2007 -2009) Ms. Mary Swink, Director of Public Works — (626) 570 -5067 3160 Airway Avenue, Costa Mesa, CA 92626 mswink0citvofalhambra.ora Over the past year, Bucknam & Associates has performed two major pavement management projects for the City. Our staff initially performed an arterial and collector survey to assist the LA County city in complying with Proposition C (LACMTA). All pavement segmentation within the City was linked to the City's GIS system. From there our staff performed a residential and alley survey to proactively develop a preventative maintenance program for these networks. Pavement Management - GIS Program City of Sierra Madre (2006 -2007) Mr. Bruce Inman, Director of Public Works — (626) 355 -7135 232 West Sierra Madre Boulevard, Sierra Madre, CA 91024 binmanaci.sierra- madre.ca.us Bucknam & Associates was contracted to perform pavement data conversion services where our staff converted the City's prior PMP from Stanwick to MicroPAVER. The City consists of roughly 37 centerline miles of streets and all pavement records under this project were linked to the City's GIS. Our staff worked closely with Public Works and IT staff to ensure the one -to -one match between the City's XY Maps and MicroPAVER system. We also developed a 5 -year Capital Improvement Program to assist the City in identifying the needed revenue to annually maintain an accepted Pavement Condition Index (PCI) value. This was extremely useful for Public Works in that it demonstrated to City Council the annually investment needed to stay proactive with pavement management. Citywide Pavement Management Program City of Fountain Valley (1998 -2008) Mr. Mark Lewis, City Engineer— (714) 593 -4435 10200 Slater Avenue, Fountain Valley, CA 92708 (mark Iewise.fountainvallev.ore) Mr. Peter Bucknam has managed the City of Fountain Valley's pavement management program for over ten (10) years and is current beginning the 2008 annual update for Arterials and Collectors for Measure M compliance. Over the ten years Mr. Bucknam as overseen six phases of survey, built the City's Pavement -GIS layer, and assisted the City in accomplishing the overlay of more than 80% of the City's arterial network. This fiscal year, our firm is implementing an Intranet AreNS system to assist the City in managing its pavement, traffic, storm; sewer and water GIS data. Additionally, our firm converted all pavement data from CarteGraph to MicroPAVER (2005) based on the use of the program from surrounding agencies and its integration into the City's GIS Intranet pro -gain. E:it7 ofl usemcad 2 -3 • 0 City of Rosemead Residential maintenance zone management is now the focus of the program where our project team is performing survey, coring and the reorganization of the City's slurry/cape seal zones to create a more attainable, proactive residential maintenance program. Citywide Pavement Management Program Update City of Irvine (2008) Mr. Michael Apodaca, Street Maintenance Supervisor— (949) 724 -7665 6427 Oak Canyon, Irvine, CA 92618 (mapodaca0ci.irvine.ca.us) Buckram & Associates was recently selected by the City of Irvine to perform a city -wide conversion of their previous C14EC pavement software to MicroPAVER as well as perform 400 miles of pavement survey. Our staff will be developing a citywide capital improvement plan that will proactively develop a OCTA compliant arterial network and a residential maintenance zone program that will gamer the greatest return-on- investment. All MicroPAVER data will be linked to the City's GIS system. John Wayne Airport (JWA), Orange County Pavement Management Program Update - 2008 thru 2011) Mr. Bill Mohler, A/E Project Manager — (949) 252 -6013 3160 Airway Avenue, Costa Mesa, CA 92626 (bmohler0ocair.com) Bucknatn & Associates was selected by the John Wayne Airport to perform a facility -wide pavement survey which includes all PCC aprons, taxiways and AC runways. Our staff will be assessing previous MicroPAVER inspection and survey efforts that have been performed over the past six plus years as well as assist JWA staff develop a new FAA required capital improvement program through the use of MicroPAVER. Our work efforts will cover a three -year term and will additionally assist JWA staff in implementing a MicroPAVER -GIS based system to enhance the PMP. Citywide Pavement Management Program City of Huntington Beach 2002 -2003 & 2005 -2009 Dereck Livermore, Maintenance Supervisor — (714) 960 -8861 2000 Main Street, P.O. Box 190, Huntington Beach, CA 92648 Moving the City to a higher level of management through GIS was the focus of the City's pavement management efforts in 2002. Mr. Peter Buckram was project manager and instrumental from the beginning of the project even before it was contracted. The project consisted of moving the City PMS database from a proprietary software program to a more user friendly interface, CarteGraph, that would allow not only the engineering staff to use it but allow upper management to have the ability to request PMS data through ESRI products. Our project team now continues to support the City and the project through annual updates and is contracted this fiscal year to continue the development of the residential program. City of Rosemead 2 -4 0 City of Rosemead The project also consisted of complying with Measure M under a short schedule. The City consists of 466 miles of streets that not only had to be surveyed within two months but had to be reported on through a CIP. Citywide Pavement Management Program (2000 -2003, 2006- 2007) - City of Cypress Mr. Kamran Dadbeh, Senior Engineer — (714) 229 -6756 5275 Orange Avenue, Cypress, CA 90630 This fiscal year, following the approach that numerous other Orange County agencies are taking, Buckram & Associates, under the project management of Mr. Peter Buckram, assisted the City in converting from CarteGraph to MicroPAVER. The project also consisted of surveying all streets within the City and developing a Capital hnprovement Program that was compliant with Measure MIOCTA. The 2000 -01 project consisted of surveying both arterial and collectors over a two year span which assisted the City in developing a specific CIP, complying with Measure M in a proactive manner and establishing a slurry seal cycle of maintenance. Mr. Buckram wrote an article for Public Works Magazine (February 2002) which highlighted the management of Personal Data Assistant technology. A five -year CIP was established which is still being used today. This project is featured in the February 2002 issue of Public Works Magazine (pages 36 -38). Our staff continues to assist Public Works staff with infrastructure management services such as GIS development, digital roadway imaging, and GPS and GIS management. Other local agencies our project manager and staff have worked with over the past ten years: City of Santa Ana City of El Segundo City of Cathedral City City of Temecula City of Laguna Hills City of Laguna Woods City of Burbank City of La Mesa City of San Clemente City of Pico Rivera City of Yorba Linda City of Poway City of Los Alamitos City of Newport Beach City of Santee City of Stanton City of Rancho Palos Verdes City of Vista City of Carlsbad City of Moreno Valley City of San Marcos C ;tF. of R<Jsein -ad 2 -5 0 • EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state - approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self- insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf" basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $ per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on D -1 a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Consultant also agrees to require all contractors, and subcontractors to do likewise. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so- called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured M% 0 • endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant agrees not to self- insure or to use any self- insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self- insure its obligations to City. If Consultant's existing coverage includes a deductible or self- insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or selfinsured retention, substitution of other coverage, or other solutions. 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. D -3 9 • 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non - compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and /or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all - inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this ME agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. IDW