Loading...
2018 ClearSource Financial Agreement - Fee StudyTO: Frank J. Spevacek, City Manager FROM: Monika Radeva, Deputy City Clerk DATE: May 21, 2018 RE: Contract Services Agreement with ClearSource Financial Consulting for a Citywide Annual Master Fee Schedule Update & Recreational Facility Use Cost of Service Analysis Attached for your signature is the Contract Services Agreement with ClearSource Financial Consulting for a Citywide Annual Master Fee Schedule Update & Recreational Facility Use Cost of Service Analysis for an amount not to exceed $12,000. Please sign the attached agreement(s) and return it to the City Clerk for processing and distribution. Requesting department shall check and attach the items below as appropriate: X Contract payments will be charged to account number: 101-1005-60103 - $12,000 N/A Amount of Agreement, Amendment, Change Order, etc.: N/A X A Conflict of Interest Form 700 Statement of Economic Interests from Consultant(s) is attached with _____ no reportable interests in LQ or ____ reportable interests N/A A Conflict of Interest Form 700 Statement of Economic Interests is not required because this Consultant does not meet the definition in FPPC regulation 18701(2). Authority to execute this agreement is based upon: N/A Approved by the City Council on N/A X City Manager’s signature authority provided under Resolution No. 2015-045 for budgeted expenditures of $50,000 or less N/A Initial to certify that 3 written informal bids or proposals were received and considered in selection The following required documents are attached to the agreement: X Insurance certificates as required by the agreement (approved by Risk Manager on May 21, 2018 - MR) N/A Performance bonds as required by the agreement (originals) X City of La Quinta Business License No.: LIC-0099193; Expires: 05/31/2019 include License copy; or list License No. and Exp. date above X Purchase Order number PO AGREEMENT FOR CONTRACT SERVICES THIS AGREEMENT FOR CONTRACT SERVICES (the “Agreement”) is made and entered into by and between the CITY OF LA QUINTA, (“City”), a California municipal corporation, and ClearSource Financial Consulting (“Contracting Party”). The parties hereto agree as follows: 1. SERVICES OF CONTRACTING PARTY. 1.1Scope of Services. In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those services related to Master Fee Schedule Update and Recreational Facility Use Cost of Service Analysis, as specified in the “Scope of Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the “Services”). Contracting Party represents and warrants that Contracting Party is a provider of first-class work and/or services and Contracting Party is experienced in performing the Services contemplated herein and, in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase “industry standards” shall mean those standards of practice recognized by one or more first-class firms performing similar services under similar circumstances. 1.2Compliance with Law. All Services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of the City and any Federal, State, or local governmental agency of competent jurisdiction. 1.3Wage and Hour Compliance, Contracting Party shall comply with applicable Federal, State, and local wage and hour laws. 1.4Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement, including a City of La Quinta business license. Contracting Party and its employees, agents, and subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required for the performance of the Services required by this Agreement. Contracting Party shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the Services required by this Agreement, and shall indemnify, defend (with counsel selected by City), and hold City, its elected officials, officers, employees, and agents, free and harmless against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against City hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with this Section. 1  1.5Familiarity with Work. By executing this Agreement, Contracting Party warrants that (a) it has thoroughly investigated and considered the Services to be performed, (b) it has investigated the site where the Services are to be performed, if any, and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the Services should be performed, and (d) it fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. Should Contracting Party discover any latent or unknown conditions materially differing from those inherent in the Services or as represented by City, Contracting Party shall immediately inform City of such fact and shall not proceed except at Contracting Party’s risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). 1.6Standard of Care. Contracting Party acknowledges and understands that the Services contracted for under this Agreement require specialized skills and abilities and that, consistent with this understanding, Contracting Party’s work will be held to an industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove, Contracting Party represents to City that it holds the necessary skills and abilities to satisfy the industry standard of quality as set forth in this Agreement. Contracting Party shall adopt reasonable methods during the life of this Agreement to furnish continuous protection to the Services performed by Contracting Party, and the equipment, materials, papers, and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Services by City, except such losses or damages as may be caused by City’s own negligence. The performance of Services by Contracting Party shall not relieve Contracting Party from any obligation to correct any incomplete, inaccurate, or defective work at no further cost to City, when such inaccuracies are due to the negligence of Contracting Party. 1.7Additional Services. In accordance with the terms and conditions of this Agreement, Contracting Party shall perform services in addition to those specified in the Scope of Services (“Additional Services”) only when directed to do so by the Contract Officer, provided that Contracting Party shall not be required to perform any Additional Services without compensation. Contracting Party shall not perform any Additional Services until receiving prior written authorization (in the form of a written change order if Contracting Party is a contractor performing the Services) from the Contract Officer, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of Contracting Party. It is expressly understood by Contracting Party that the provisions of this Section shall not apply to the Services specifically set forth in the Scope of Services or reasonably contemplated therein. It is specifically understood and agreed that oral requests and/or approvals of Additional Services shall be barred and are unenforceable. Failure of Contracting Party to secure the Contract Officer’s written authorization for Additional Services shall constitute a waiver of any and all right to adjustment of the Contract Sum or time to perform this Agreement, whether by way of compensation, restitution, quantum meruit, or the like, for Additional Services provided 2 without the appropriate authorization from the Contract Officer. Compensation for properly authorized Additional Services shall be made in accordance with Section 2.3 of this Agreement. 1.8 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in “Exhibit D” (the “Special Requirements”), which is incorporated herein by this reference and expressly made a part hereof. In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2. COMPENSATION. 2.1 Contract Sum. For the Services rendered pursuant to this Agreement, Contracting Party shall be compensated in accordance with “Exhibit B” (the “Schedule of Compensation”) in a total amount not to exceed Twelve Thousand Dollars ($12,000) (the “Contract Sum”), except as provided in Section 1.7. The method of compensation set forth in the Schedule of Compensation may include a lump sum payment upon completion, payment in accordance with the percentage of completion of the Services, payment for time and materials based upon Contracting Party’s rate schedule, but not exceeding the Contract Sum, or such other reasonable methods as may be specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contracting Party at all project meetings reasonably deemed necessary by City; Contracting Party shall not be entitled to any additional compensation for attending said meetings. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. Regardless of the method of compensation set forth in the Schedule of Compensation, Contracting Party’s overall compensation shall not exceed the Contract Sum, except as provided in Section 1.7 of this Agreement. 2.2 Method of Billing & Payment. Any month in which Contracting Party wishes to receive payment, Contracting Party shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City’s Finance Director, an invoice for Services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the Services provided, including time and materials, and (2) specify each staff member who has provided Services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Contracting Party specifying that the payment requested is for Services performed in accordance with the terms of this Agreement. Upon approval in writing by the Contract Officer and subject to retention pursuant to Section 8.3, City will pay Contracting Party for all items stated thereon which are approved by City pursuant to this Agreement no later than thirty (30) days after invoices are received by the City’s Finance Department.  2.3Compensation for Additional Services. Additional Services approved in advance by the Contract Officer pursuant to Section 1.7 of this Agreement shall be paid for in an amount agreed to in writing by both City and Contracting Party in advance of the Additional Services being rendered by Contracting Party. Any compensation for Additional Services amounting to five percent (5%) or less of the Contract Sum may be approved by the Contract Officer. Any greater amount of compensation for Additional Services must be approved by the La Quinta City Council, the City Manager, or Department Director, depending upon City laws, regulations, rules and procedures concerning public contracting. Under no circumstances shall Contracting Party receive compensation for any Additional Services unless prior written approval for the Additional Services is obtained from the Contract Officer pursuant to Section 1.7 of this Agreement. 3.PERFORMANCE SCHEDULE. 3.1Time of Essence. Time is of the essence in the performance of this Agreement. If the Services not completed in accordance with the Schedule of Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will suffer damage. 3.2Schedule of Performance. All Services rendered pursuant to this Agreement shall be performed diligently and within the time period established in “Exhibit C” (the “Schedule of Performance”). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer. 3.3Force Majeure. The time period specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contracting Party, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Contracting Party shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the forced delay when and if in the Contract Officer’s judgment such delay is justified, and the Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. Extensions to time period in the Schedule of Performance which are determined by the Contract Officer to be justified pursuant to this Section shall not entitle the Contracting Party to additional compensation in excess of the Contract Sum. 3.4Term. Unless earlier terminated in accordance with the provisions in Article 8.0 of this Agreement, the term of this agreement shall commence on May 17, 2018, and terminate on November 30, 2018 (“Initial Term”). This Agreement may be extended for three additional months(s) upon mutual agreement by both parties (“Extended Term”). The extended term shall commence automatically, with no further 4 action or amendment to this Agreement required, unless, with or without cause, and upon no less than thirty (30) days' written notice to Consultant (“notice of non- renewal”), City notifies Consultant that this Agreement shall expire prior to the commencement of the applicable extended term. 4. COORDINATION OF WORK. 4.1Representative of Contracting Party. The following principals of Contracting Party (“Principals”) are hereby designated as being the principals and representatives of Contracting Party authorized to act in its behalf with respect to the Services specified herein and make all decisions in connection therewith: (a)Terry Mads#n, President and Principal Consultant E-mail: TMadsen@ClearSourceFinancial.com (b)  Q+'*B (c) E-mail: It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing Principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing Principals shall be responsible during the term of this Agreement for directing all activities of Contracting Party and devoting sufficient time to personally supervise the Services hereunder. For purposes of this Agreement, the foregoing Principals may not be changed by Contracting Party and no other personnel may be assigned to perform the Services required hereunder without the express written approval of City. 4.2Contract Officer. The “Contract Officer” shall be Monika Radeva, Acting City Clerk, or such other person as may be designated in writing by the City Manager of City. It shall be Contracting Party’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the Services, and Contracting Party shall refer any decisions, that must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of City required hereunder to carry out the terms of this Agreement. 4.3Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability, and reputation of Contracting Party, its principals, and its employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Contracting Party shall not contract or subcontract with any other entity to perform in whole or in part the Services required hereunder without the express written approval of City. In addition, neither this Agreement nor any 5  interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered, voluntarily or by operation of law, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contracting Party, taking all transfers into account on a cumulative basis. Any attempted or purported assignment or contracting or subcontracting by Contracting Party without City’s express written approval shall be null, void, and of no effect. No approved transfer shall release Contracting Party of any liability hereunder without the express consent of City. 4.4Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contracting Party, its agents, or its employees, perform the Services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision, or control of Contracting Party’s employees, servants, representatives, or agents, or in fixing their number or hours of service. Contracting Party shall perform all Services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contracting Party in its business or otherwise or a joint venture or a member of any joint enterprise with Contracting Party. Contracting Party shall have no power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Except for the Contract Sum paid to Contracting Party as provided in this Agreement, City shall not pay salaries, wages, or other compensation to Contracting Party for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Contracting Party for injury or sickness arising out of performing the Services hereunder. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (“PERS”) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. Contracting Party agrees to pay all required taxes on amounts paid to Contracting Party under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contracting Party shall fully comply with the workers’ compensation laws regarding Contracting Party and Contracting Party’s employees. Contracting Party further agrees to indemnify and hold City harmless from any failure of Contracting Party to comply with applicable workers’ compensation laws. City shall have the right to offset against the amount of any payment due to Contracting Party under this Agreement any amount due to City from 6  Contracting Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement or indemnification arising under this Section. 4.5Identity of Persons Performing Work. Contracting Party represents that it employs or will employ at its own expense all personnel required for the satisfactory performance of any and all of the Services set forth herein. Contracting Party represents that the Services required herein will be performed by Contracting Party or under its direct supervision, and that all personnel engaged in such work shall be fully qualified and shall be authorized and permitted under applicable State and local law to perform such tasks and services. 4.6City Cooperation. City shall provide Contracting Party with any plans, publications, reports, statistics, records, or other data or information pertinent to the Services to be performed hereunder which are reasonably available to Contracting Party only from or through action by City. 5.INSURANCE. 5.1Insurance. Prior to the beginning of any Services under this Agreement and throughout the duration of the term of this Agreement, Contracting Party shall procure and maintain, at its sole cost and expense, and submit concurrently with its execution of this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance Requirements”) which is incorporated herein by this reference and expressly made a part hereof. 5.2Proof of Insurance. Contracting Party shall provide Certificate of Insurance to Agency along with all required endorsements. Certificate of Insurance and endorsements must be approved by Agency’s Risk Manager prior to commencement of performance. 6.INDEMNIFICATION. 6.1Indemnification. To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit F” (“Indemnification”) which is incorporated herein by this reference and expressly made a part hereof. 7.RECORDS AND REPORTS. 7.1Reports. Contracting Party shall periodically prepare and submit to the Contract Officer such reports concerning Contracting Party’s performance of the Services required by this Agreement as the Contract Officer shall require. Contracting Party hereby acknowledges that City is greatly concerned about the cost of the Services to be performed pursuant to this Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes aware of any facts, circumstances, techniques, or 7  events that may or will materially increase or decrease the cost of the Services contemplated herein or, if Contracting Party is providing design services, the cost of the project being designed, Contracting Party shall promptly notify the Contract Officer of said fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Contracting Party is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.2Records. Contracting Party shall keep, and require any subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports (including but not limited to payroll reports), studies, or other documents relating to the disbursements charged to City and the Services performed hereunder (the “Books and Records”), as shall be necessary to perform the Services required by this Agreement and enable the Contract Officer to evaluate the performance of such Services. Any and all such Books and Records shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such Books and Records at all times during normal business hours of City, including the right to inspect, copy, audit, and make records and transcripts from such Books and Records. Such Books and Records shall be maintained for a period of three (3) years following completion of the Services hereunder, and City shall have access to such Books and Records in the event any audit is required. In the event of dissolution of Contracting Party’s business, custody of the Books and Records may be given to City, and access shall be provided by Contracting Party’s successor in interest. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of City, for a period of three (3) years after final payment under this Agreement. 7.3Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents, and other materials plans, drawings, estimates, test data, survey results, models, renderings, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings, digital renderings, or data stored digitally, magnetically, or in any other medium prepared or caused to be prepared by Contracting Party, its employees, subcontractors, and agents in the performance of this Agreement (the “Documents and Materials”) shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the expiration or termination of this Agreement, and Contracting Party shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the Documents and Materials hereunder. Any use, reuse or assignment of such completed Documents and Materials for other projects and/or use of uncompleted documents without specific written authorization by Contracting Party will be at City’s sole risk and without liability to Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to such use, revise, or assignment. Contracting Party may retain copies of such 8  Documents and Materials for its own use. Contracting Party shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any Documents and Materials prepared by them, and in the event Contracting Party fails to secure such assignment, Contracting Party shall indemnify City for all damages resulting therefrom. 7.4In the event City or any person, firm, or corporation authorized by City reuses said Documents and Materials without written verification or adaptation by Contracting Party for the specific purpose intended and causes to be made or makes any changes or alterations in said Documents and Materials, City hereby releases, discharges, and exonerates Contracting Party from liability resulting from said change. The provisions of this clause shall survive the termination or expiration of this Agreement and shall thereafter remain in full force and effect. 7.5Licensing 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, rights of reproduction, and other intellectual property embodied in the Documents and Materials. Contracting Party shall require all subcontractors, if any, to agree in writing that City is granted a non-exclusive and perpetual license for the Documents and Materials the subcontractor prepares under this Agreement. Contracting Party represents and warrants that Contracting Party has the legal right to license any and all of the Documents and Materials. Contracting Party makes no such representation and warranty in regard to the Documents and Materials which were prepared by design professionals other than Contracting Party or provided to Contracting Party by City. City shall not be limited in any way in its use of the Documents and Materials at any time, provided that any such use not within the purposes intended by this Agreement shall be at City’s sole risk. 7.6Release of Documents. The Documents and Materials shall not be released publicly without the prior written approval of the Contract Officer or as required by law. Contracting Party shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.7Confidential or Personal Identifying Information. Contracting Party covenants that all City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussion notes, or other information, if any, developed or received by Contracting Party or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contracting Party to any person or entity without prior written authorization by City or unless required by law. City shall grant authorization for disclosure if required by any lawful administrative or legal proceeding, court order, or similar directive with the force of law. All City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussions, or other information shall be returned to City upon the 9  termination or expiration of this Agreement. Contracting Party’s covenant under this section shall survive the termination or expiration of this Agreement. 8.ENFORCEMENT OF AGREEMENT. 8.1California Law. This Agreement shall be interpreted, construed, and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contracting Party covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer; provided that if the default is an immediate danger to the health, safety, or general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party’s right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City’s right to terminate this Agreement without cause pursuant to this Article 8.0. During the period of time that Contracting Party is in default, City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, City may, in its sole discretion, elect to pay some or all of the outstanding invoices during any period of default. 8.3Retention of Funds. City may withhold from any monies payable to Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Contracting Party in the performance of the Services required by this Agreement. 8.4Waiver. No delay or omission in the exercise of any right or remedy of a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. City’s consent or approval of any act by Contracting Party requiring City’s consent or approval shall not be deemed to waive or render unnecessary City’s consent to or approval of any subsequent act of Contracting Party. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 8.5Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies 10  of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 8.6Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7Termination Prior To Expiration Of Term. This Section shall govern any termination of this Agreement, except as specifically provided in the following Section for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days’ written notice to Contracting Party. Upon receipt of any notice of termination, Contracting Party shall immediately cease all Services hereunder except such as may be specifically approved by the Contract Officer. Contracting Party shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except amounts held as a retention pursuant to this Agreement. 8.8Termination for Default of Contracting Party. If termination is due to the failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party shall vacate any City-owned property which Contracting Party is permitted to occupy hereunder and City may, after compliance with the provisions of Section 8.2, take over the Services and prosecute the same to completion by contract or otherwise, and Contracting Party shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Contracting Party for the purpose of setoff or partial payment of the amounts owed City. 8.9Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this Section shall not exceed the hourly rate paid by City for legal services multiplied by the reasonable number of hours spent by the prevailing party in the conduct of the litigation. Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled to attorneys’ fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable 11  whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. 9.CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 9.1Non-liability of City Officers and Employees. No officer, official, employee, agent, representative, or volunteer of City shall be personally liable to Contracting Party, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Contracting Party or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2Conflict of Interest. Contracting Party covenants that neither it, nor any officer or principal of it, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contracting Party’s performance of the Services under this Agreement. Contracting Party further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent, or subcontractor without the express written consent of the Contract Officer. Contracting Party agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to this Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. Contracting Party warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 9.3Covenant against Discrimination. Contracting Party covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of any impermissible classification including, but not limited to, race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry in the performance of this Agreement. Contracting Party shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry. 10.MISCELLANEOUS PROVISIONS. 10.1Notice. Any notice, demand, request, consent, approval, or communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the 12  other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this Section. To City: CITY OF LA QUINTA Attn: Monika Radeva, Acting City Clerk 78495 Calle Tampico La Quinta, California 92253 To Contracting Party: ClearSource Financial Consulting Attn: Terry Madsen, President 7960 B Soquel Drive, Suite 363 Aptos, California 95003 10.2Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 10.3Section Headings and Subheadings. The section headings and subheadings contained in this Agreement are included for convenience only and shall not limit or otherwise affect the terms of this Agreement. 10.4Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument 10.5Integrated Agreement. This Agreement including the exhibits hereto is the entire, complete, and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements, and understandings, if any, between the parties, and none shall be used to interpret this Agreement. 10.6Amendment. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by Contracting Party and by the City Council of City. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 10.7Severability. In the event that any one or more of the articles, phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable, such invalidity or unenforceability shall not affect any of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 10.8Unfair Business Practices Claims. In entering into this Agreement, Contracting Party offers and agrees to assign to City all rights, title, and interest in and 13  to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials related to this Agreement. This assignment shall be made and become effective at the time City renders final payment to Contracting Party without further acknowledgment of the parties. 10.9No Third Party Beneficiaries. With the exception of the specific provisions set forth in this Agreement, there are no intended third-party beneficiaries under this Agreement and no such other third parties shall have any rights or obligations hereunder. 10.10Authority. The persons executing this Agreement on behalf of each of the parties hereto represent and warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors, and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] 14 Digitally signed by Frank J. Spevacek DN: cn=Frank J. Spevacek, o=City of La Quinta, ou=City Manager, email=fspevacek@la-quinta.org, c=US Date: 2018.05.21 13:33:03 -07'00' cn=Monika Radeva, o=City of La Quinta, ou=Deputy City Clerk, email=mradeva@la-quinta.org, c=US 2018.05.21 13:38:48 -07'00' 15 Fee Update / Cost of Service Analysis Master Fee Schedule Update and/or Recreational Facility Use Cost of Service Analysis CITY OF LA QUINTA MAY 10, 2018 PROPOSAL TO PERFORM CONSULTING SERVICES TERRY MADSEN | PRINCIPAL CONSULTANT tmadsen@clearsourcefinancial.com | 831.288.0608 7960 B Soquel Drive, Suite 363 | Aptos, California 95003 www.clearsourcefinancial.com EXHIBIT A Scope of Services 16 CLEARSOURCE PROPOSAL TO THE CITY OF OAKLAND CONTENTS PROPOSAL TOPICS 1 Letter of Interest 2 Consulting Services 9 Qualifications 16 Fee Proposal 18 Schedule 17 7960 B SOQUEL DRIVE, SUITE 363 | APTOS, CALIFORNIA 95003 831.288.0608 | WWW.CLEARSOURCEFINANCIAL.COM May 10, 2018 CITY OF LA QUINTA Attention: Monika Radeva, Deputy City Clerk Via email: mradeva@la-quinta.org Proposal for a Fee Update and/or Cost of Service Analysis (Recreational Facility Use) Dear Monika: Thank you for the opportunity once again to provide cost of service and fee analysis consulting for the City of La Quinta. Considering our long resume with the City and with other California communities, ClearSource is well-qualified, available, and equipped to complete the scope of work envisioned. We trust that our prior work with the City reinforces that we bring an open mind for change and exhibit the energy to do the heavy lifting it takes for a fresh look on fees and related financial performance. We commit to the City of La Quinta to provide premier service, on time, and within budget: PREMIER SERVICE ON TIME WITHIN BUDGET We routinely demonstrate care about the details and the rightful influence of local conditions. We do the hard work to achieve modern and meaningful outcomes that reflect the way our clients serve their communities today. Study outcomes and reporting will be ready for the City’s public approval processes 30 days from project commencement for the Master Fee Schedule Update and 60 days for the Recreational Facility Use Cost of Service Analysis. We will finish the scope of services without change orders, which is our standard practice. We do not ask our clients to bear the risk in estimating what it takes to do this work thoroughly and with successful enactment of results. I am the President of ClearSource Financial Consulting, authorized to negotiate and bind ClearSource contractually. My signature obligates ClearSource to the terms of this proposal and confirms that this proposal shall remain valid for a period of 90 calendar days from the date of this submittal. Sincerely, TERRY MADSEN, PRESIDENT | CLEARSOURCE FINANCIAL CONSULTING COMPANY NAME: ClearSource Financial Consulting CONTACT NAME: Terry Madsen, President and Principal Consultant PHONE NUMBER: 831.288.0608 MAILING ADDRESS: 7960 B Soquel Drive, Suite 363, Aptos, CA 95003 EMAIL ADDRESS: tmadsen@clearsourcefinancial.com WEB: www.clearsourcefinancial.com 18 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA CONSULTING SERVICES ABOUT THE PROJECTS The City of La Quinta is considering two consultant-aided efforts related to user fees: Master Fee Schedule Update The purpose of this project is prepare an updated comprehensive schedule of fees Citywide for use in Fiscal Year 2018/2019, as well as develop a sustainable tool for future, inflationary-based adjustments to City fees. Updates are expected to be mostly inflationary, building from prior cost of service analysis/justification, as well as targeted edits for known changes to fee categories. Recreational Facility Use Cost of Service Analysis The purpose of this project is to develop the underlying cost-basis and other influencing factors (e.g., market, exclusivity, etc.) to serve as justification for fees imposed by the City for use of its recreational facilities. WORK PLAN MASTER FEE SCHEDULE UPDATE ClearSource presents the following step-by-step work plan to complete the Master Fee Schedule Update envisioned by the City of La Quinta. Task 1 | Overall Fee Adjustments ClearSource will review all fees currently listed in the City’s Master Fee Schedule and adjust selected fees to account for cost inflation. The cost inflation adjustment shall be based on the change in the Consumer Price Index (CPI) for the Los Angeles, Anaheim, Riverside Area or another cost inflation index of the City’s choosing. Task 2 | Targeted Fee Edits ClearSource will update, add, or remove selected fees from the City’s Master Fee Schedule. Consultants will meet with representatives of the departments responsible for providing fee related services to discuss any fees recommended for addition to, or removal from, the master fee schedule, and to address any existing fees proposed to be modified by an amount other than the cost inflation adjustment. Items to be reviewed include:  Short-term vacation rental permit refund processing fee  Short-term vacation rental permit code compliance inspection fee  Hourly rate for code compliance services  Code compliance inspection fees  Film permit fees  Processing fee for receipt of non-sufficient funds notice  Bingo permit fee  Public works plan review fees for: - Tract map - Parcel map - Reversion to acreage - Lot line adjustment 19 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA CONSULTING SERVICES - Parcel merger - Street dedication / vacation - Land survey items  Golf cart permit fee  Home occupation permit fee  Pool drain permit fee Task 3 | Master Fee Schedule ClearSource will prepare and deliver an automated, Excel-based, Master Fee Schedule that can be updated at the City’s discretion. Consultants will prepare an updated master fee schedule for City Council consideration. The schedule will identify current and proposed fees. Additionally, the electronic version of the fee schedule will clearly identify input cells, will be formula driven whenever possible, and will contain notes for City staff regarding historical cost inflation adjustments and any fees that are not typically updated to account for cost inflation. Task 4 | Documentation and Support As part of the process of adopting an updated schedule of fees, City staff submits an Administrative Report for City Council review along with a Resolution adopting the updated schedule of fees. ClearSource will assist staff with the preparation of both documents. Additionally, as City staff may have questions about the fee schedule update long after the project is complete, ClearSource will serve as an expert resource regarding any questions received from City staff regarding the initial development or modification of the City’s Master Fee Schedule. Task 5 | Engagement ClearSource will attend the public hearing to consider the updated schedule of fees. Additionally ClearSource will prepare presentation materials for the public hearing, and be available to present findings and answer questions received from the public or the City Council. WORK PLAN RECREATIONAL FACILITY USE COST OF SERVICE ANALYSIS ClearSource presents the following step-by-step work plan to complete the Recreational Facility Use Cost of Service Analysis envisioned by the City of La Quinta. Task 1 | Study Orientation The purpose of this task is to generate common understanding of objectives, known issues that must be addressed by study end, participant roles, expected procedural requirements, schedule and pre-established dates, and data collection and development procedures. Most significantly, this task includes a major upfront effort to examine prevailing fees for known issues and to discuss initial and potential modifications to structures and practices. TASK 1.1 | ONSITE PROJECT KICK-OFF Consultants will prepare for, attend, and facilitate one onsite event with City personnel to initiate the project. Events may be combined 20 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA CONSULTING SERVICES or separated into a series of meetings with involved internal stakeholders. TASK 1.2 | ASSESSMENT OF PREVAILING FEES Prior to project kick-off, ClearSource will evaluate prevailing schedules of fees under review. Assessment will include subjective effectiveness of current structures, in such terms as perceived cost recovery, perceived equity among different applicants/users, alignment of fee categories with the manner in which work is performed currently, perceived or known competitiveness in the region, feasibility and accuracy of billing within current technology or practices, and other considerations. TASK 1.3 | INITIAL FEE STRUCTURE REMODELING After project kick-off, ClearSource will draft an initial fee schedule, with categories and proposed charge bases only, stemming from initial conversations, proposed solutions based on industry standards or regional influences, or initial concepts suggested by ClearSource. This initial fee schedule will be used as the basis for developing critical data inputs in Task 2; however, it does not have to represent the final structure of fees, as quantitative analysis in Tasks 2 and 3 will also inform recommended fee structures. It is important for us to state that discussion of fee remodeling is intended to indicate our willingness to enact substantive change, should the City desire it. Unless our cost of service results indicate an absolute requirement that structures be altered, we are also amenable to continuance of prevailing practices, modified to current costs of service and other influences. In short, we are flexible to conditions on the ground once we arrive. Task 2 | Development of Critical Inputs The purpose of this task is to develop the necessary foundation for subsequent quantitative analysis. We will focus much of our initial work to develop the body of data that will inform every downstream element of the project. TASK 2.1 | GATHER, ANALYZE, AND DEVELOP FINANCIAL DATA Consultants will access detailed budget data from City staff and publicly available resources to describe:  Revenues: Our preference is to examine a three- to five-year history of fee-related revenues at the lowest level of detail possible. To the extent applicable, fund/reserve performance will be included.  Personnel Costs and Organization: This includes listing of full-time equivalent employees, salary and benefit costs, roles and lines of reporting, part-time personnel, and contracted personnel.  Operating Costs: Line-item expenditures will be examined from the currently adopted budget. Additional examination of periodic expenses or capital investments will be researched. Fee schedules for any contacted personnel will be acquired and interpreted. And, internal charges or estimation for central services and/or general governmental overhead will be included. TASK 2.2 | GATHER, ANALYZE, AND DEVELOP ANNUAL LABOR TIME Consultants will determine availability of any existing labor time-tracking information within 21 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA CONSULTING SERVICES the Department. With or without tracked data, ClearSource will conduct onsite individual or group interviews using a questionnaire structure developed for this study to enable individual contributors to estimate a distribution of their annual time across core functions of service. Upon implementing time estimates developed through this process, ClearSource will follow-up remotely with any individuals where further information is warranted. Annual labor time profiles will be circulated to project leads and/or management within the department to enable review and eventual concurrence. TASK 2.3 | GATHER, ANALYZE, AND DEVELOP SERVICE TIMES Consultants will determine availability of any existing labor time-tracking information for different fee-related service categories. With or without tracked data, ClearSource will circulate a questionnaire to appropriate personnel, linked to the remodeled fee structure developed in Task 1, to estimate average or a range of service times for fee-related services. Where information is under-developed with staff input, ClearSource will apply our industry experience to populate the analysis. Service time estimates will be circulated to project leads and/or management within the department to enable review and eventual concurrence. TASK 2.4 | ACQUIRE AND ANALYZE VOLUMETRIC STATISTICS FOR SERVICES Consultants will gather from departmental personnel any existing data sets that will inform workload/activity/use levels for the fee-related services under review. This includes data such as numbers of applications and/or permits opened, in process, and closed over a pre- determined time period. User attributes may be necessary. Acquisition of statistical information from City databases will likely be requested throughout the study as issues for further analysis arise. TASK 2.5 | RECONCILE ESTIMATES AND KNOWN DATA To the degree possible, ClearSource will attempt to reconcile the body of information used: annual time, service time estimates, and service volumes, to ensure a reasonable portrayal of workload and related costs for these services. Task 3 | Cost of Service Analysis The purpose of this task is to generate the quantitative analyses that comprise the “cost of service” basis required by California law for cities to impose these fees as a matter of City Council discretion. The result of this series of analysis is the maximum fee amount that may be imposed as a fee for service. For some fee categories within the recreational facility use category, other analytical methods may also be considered that reflect more of an “exclusive use” and/or “loss of use” approach, which will be determined as the study progresses. TASK 3.1 | FULLY BURDENED HOURLY RATE MODEL ClearSource will develop a model to compute fully burdened hourly rates for work performed in each division and/or department contributing to the fee-related services under review. (It is possible that direct service providers exist outside the responsible department for a particular fee category. To portray an accurate “full cost of service,” time for each contributor should be considered, unless a separate revenue stream is in place for those other divisions/departments.) 22 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA CONSULTING SERVICES Fully burdened hourly rates will be developed three ways: as a composite rate for the participating division, composite rates for classes (subsets) of contributors within each participating division, and individual rates for each contributor. Rates will also be expressed in multiple ways: per available hour, per productive hour, and per direct service hour to enable flexibility in how the City prefers to value increments of time. The ClearSource model will be built to illustrate the “full cost of service,” encompassing labor costs, non-labor operating costs, departmental administration, central services/general governmental administration, periodic investments, and a reserve funding requirement, if applicable. These costs will also be expressed by function of service within each division. The ClearSource model will enable the City to include or exclude these cost layers in its final outcome, should current or eventual policy direct away from full cost recovery. Finally, the ClearSource model will be able to compare total annual cost of service for each division against annual revenues available to provide a global view of cost recovery for programs. This can inform any overall revenue impacts that may be warranted. TASK 3.2 | ACTIVITY COST OF SERVICE MODEL ClearSource will develop a model to compute the cost of service at the activity level for fee- related services. This will involve applying fully burdened hourly rates to service time estimates and incorporating project-specific direct expenses applicable. The analysis will be structured to follow any proposed remodeled fee structure, as well as any additional services for which new fees will be considered. The cost of service model will enable comparison to existing fee levels to determine prevailing cost recovery levels. From that point, internal discussions may ensue as to appropriate or desired changes to fees and fee levels to enhance cost recovery, if in line with City policies, goals, or values. The cost of service model will also be structured to enable calculation of revenue impacts, if adequate data is available. Task 4 | Fee Development and Impact Analysis The purpose of this task is to develop the updated schedule of fees for studied direct services. This task will be influenced by the cost of service results developed in Task 3, regional competiveness, and local values and/or City policy. TASK 4.1 | REGIONAL FEE COMPARISON ClearSource will prepare a limited-scope comparison of fees to up to ten municipalities selected by the City, neighboring or elsewhere in California. Comparison will be limited to fee categories of particular interest and will be best accommodated in areas, such as development review, by creating profiles for an array of “typical” uses in the community. Rather than comparing fee to fee, in many cases, identifying attributes for a sample applicant subject to multiple fees is a more meaningful comparison. For recreational facility use, it is understood that regional conditions may also heavily influence underlying fee justification. TASK 4.2 | COST RECOVERY POLICY Consultants will work with departmental management to develop targeted cost recovery at the activity level for eventual proposal to the City Council. Cost recovery targets will be 23 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA CONSULTING SERVICES applied to activity costs of service to inform a proposed fee amount. Subsidy amounts will be identified. TASK 4.3 | FEE SCHEDULE Consultants will develop inputs for the master fee schedule for the City, useful in presenting proposals, as well as communicating fee descriptions, fee amounts, and charge bases to other City departments, who may have responsibility for maintaining Citywide schedules of fees. If desired, the master fee schedule segment developed can also include a tool for subsequent annual inflationary adjustments to the established fee structures. TASK 4.4 | COMPARATIVE FEE IMPACTS Where fee structures are remodeled extensively, ClearSource will prepare targeted schedules comparing changes to fees, individually and for a selection of sample projects. This comparison assists in presenting and communicating changes to fee structure, and also, it enables further testing of the reasonableness and accuracy of substantial changes to fee approach. TASK 4.5 | REVENUE IMPACTS Upon finalizing fee proposals, ClearSource will attempt to quantify revenue impacts of proposals, depending on data availability and reliability on past workload at the activity level. Subsidies by other funds will be identified. If applicable, fund/reserve performance will be projected, as feasible from available data. Task 5 | Reporting and Deliverable Tools The purpose of this task is to provide the formal documentation encompassing the work and outcomes of the study, as well as deliver the tools developed throughout the study for the City’s ownership and future use. TASK 5.1 | DRAFT REPORT ClearSource will prepare a narrative description of the study, describing key data and assumptions, cost of service outcomes, fee proposals, and impacts. The report will include tables and charts to explain findings, and it will include the complete quantitative analysis as the justification for proposed fees. Reports will be issued in portable document format (PDF) for digital distribution and any necessary printing by the City. It is expected that City personnel will review an initial iteration of the draft report, and ClearSource will modify it before it becomes a document delivered to the City Council and available to the public. TASK 5.2 | PRESENTATION/SUMMARY MATERIALS ClearSource will develop a presentation or summary packet for use in communicating proposals to the City Council and any stakeholders. TASK 5.3 | STAFF REPORT AND NOTICING ASSISTANCE ClearSource will assist City staff in the preparation of the staff report delivered to the City Council as part of the normal agenda process. Consultant will also assist in the drafting of a notice of the public hearing at which fee proposals will be considered for approval. TASK 5.4 | FINAL REPORT Upon review and feedback from the City Council, consultants will revise the draft report and accompanying fee proposals to incorporate 24 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA CONSULTING SERVICES direction received from Councilmembers. The final report will be issued for the City’s public hearing process for implementation of fee proposals. Reports will be issued in PDF for digital distribution and any necessary printing by the City beyond the requested bound and unbound copies delivered by consultants. TASK 5.5 | MODEL/WORK PAPER DELIVERY Upon issuance of the final report, ClearSource will deliver editable versions of all models, documentation, and associated work papers to the City for future use. Models will be delivered in Microsoft Excel and PDF. Documentation will be delivered in Microsoft Word and PowerPoint and in PDF. Additional work papers developed will be delivered in the format in which they were created and in PDF. Task 6 | Engagement The purpose of this task is to facilitate a meaningful level of interaction between consultants, City personnel, and City Councilmembers with the goal of successful approval, implementation, and ongoing maintenance of study proposals. TASK 6.1 | DEPARTMENTAL INTERACTION In addition to the project kick-off event described in Task 1, ClearSource anticipates additional site visits to engage with departmental personnel, such as:  Events to develop data, particularly annual time from individual contributors.  A second interim review session to review the initial iteration of the draft report. TASK 6.2 | CITY COUNCIL INTERACTION ClearSource anticipates two events with the City Council:  One meeting to present the draft report and receive feedback and direction on proposals.  A public hearing to adopt the proposed fees contained in the final report. Consultants will prepare materials for these sessions, present the study, and respond to City Council inquiries and/or enable Councilmember dialogue with supplemental information. 25 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA QUALIFICATIONS WHO IS CLEARSOURCE? ClearSource Financial Consulting is a California- based boutique consulting firm intentionally sized and structured to focus on a highly tailored, high quality study experience for our clients. ClearSource is staffed by a four-person team of seasoned individuals with decades of combined experience in local government financial analysis. We are particularly focused on equitable forms of cost allocation and cost recovery within the challenges and constraints of the ever-evolving California statutory and legal environment, informed respectfully and strategically by the voter driven principles embedded in Propositions 218 and 26. This project will be led from start-to-finish by ClearSource founder and President, Terry Madsen. For 16 years, Terry has provided financial consulting services exclusively to local government agencies. In October 2011, he founded ClearSource, a firm dedicated to providing local government agencies with premier financial consulting services:  Energy and enthusiasm to dive deep into the details  Willingness to do the heavy lifting necessary to implement modernization and lasting change  Commitment to on-time delivery and not- to-exceed fees As the current leader of ClearSource and previously as a key contributor at a competing California firm, Terry has worked in this field of consulting since 2001. His depth of knowledge includes user and regulatory fee studies, indirect cost allocation plans, cost sharing negotiations, internal service fund rate studies, water and wastewater rate studies, and special financing district administration. During his career he has served a diverse selection of California public agencies, such as:  Atherton  Bell “The New Bell”  Chula Vista  East Palo Alto  Escalon  Gustine  Hesperia  La Habra Heights  Laguna Woods  La Quinta  Larkspur  Long Beach  Los Angeles  Malibu  Napa  Oakdale  Ojai  Palos Verdes Estates  Roseville  Sacramento  Sacramento Regional Transit District  San Carlos  San Diego Metropolitan Transit System  San Leandro  Shafter  Sierra Madre  Taft  Torrance  Union Sanitary District  Ventura  West Sacramento 26 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA QUALIFICATIONS CLEARSOURCE FOCUS Services ClearSource provides services to California municipal agencies, consulting on topics focused on revenue management through cost of service-based resources, including the common areas of study and consulting listed in Figure 1 for a wide cross-section of governmental services and funds. Our primary focus is in revenue streams linked to cost of service principles, equity, and local-government control. Throughout these areas of expertise, we often work in harmony with internal and external stakeholders to achieve successful implementation of the necessary solutions. FIGURE 1 | CLEARSOURCE CONSULTING SERVICES Pattern of Repeat Engagements ClearSource prides ourselves in the repeat engagements we earn from our clients, which are a testament to our style of service. We find ourselves providing fee study services to:  Communities projecting premier customer services, such as the City of La Quinta, where we have completed nine projects, with more in progress.  Communities targeting full cost recovery, such as the City of Ventura, where we have completed thirteen projects, with more in progress.  Communities desiring extensive fee structure remodeling, such as the City of Laguna Woods, where we have completed ten projects, with more in progress. As with every study of this type, the successful completion of this project at the City of La Quinta will require positive, professional relationships with City staff, contract service providers, stakeholders, and the City Council. ClearSource clientele can attest to our ability to successfully navigate timing, competing values, and other challenges that arise when completing large scale projects. 27 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA QUALIFICATIONS During his career, Terry Madsen has been awarded for his integrity, client service, dedication, and perseverance. His treatment of internal staff, and respect for the challenges they face and the results they require in order to successfully accomplish their goals and objectives, results in working relationships that span multiple years and projects. COMPARATIVE PROJECTS ClearSource presents the following descriptions of several of our recent assignments with comparable scopes of service for a cross-section of California communities: City of Long Beach, California LAND DEVELOPMENT FEE STUDY – 2017/2018 The City recently created a division focused on serving private development needs within the Engineering Bureau of the Public Works Department. The study involved reviewing all existing fees for services and recommending fees for services currently provided by the division without existing fee recovery.  SERVICES STUDIED: Private Land Development City of San Leandro, California BUILDING AND PLANNING FEE STUDY – 2016/2017 (Most Recent Update) The City has an intensive development review process and desired a schedule of fees that corresponded to the services provided while minimizing complexity. ClearSource specifically considered the unique needs of the City during the fee study instead of trying to mold the City into an existing template of fees. Specifically, the City desired fees that could easily be used as part of an initiative to enact more online components into the permitting process.  SERVICES STUDIED: Building and Safety City of Azusa, California COMPREHENSIVE FEE STUDY – 2015/2016 The City had gone many years without a fee study and the findings of the prior fee study had not been implemented. Completing a fee study with findings that were implementable by the City was critical. Additionally, the City required the consultant to commit to a fixed project timeline.  SERVICES STUDIED: Building and Safety, Planning, Engineering, Utilities, Fire, Police, Business Licensing, Recreation, Transportation, Library, Administration City of Torrance, California USER & REGULATORY FEE STUDY 2017/2018 AND COST ALLOCATION PLAN ANALYSIS The study examined all user and regulatory fees collected by this full service southern California coastal City and included development of fee schedules that can be used for annual fee updating with minimal effort.  SERVICES STUDIED: City Clerk, Building & Safety, Engineering, Planning, Environmental Design & Protection, Library, Parks & Recreation, Parks Services, Finance, Fire Prevention & Hazardous Materials, Airport, Cultural Arts Center, Police, Animal Control, Water (Non-Rate), 28 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA QUALIFICATIONS City of Palos Verdes Estates, Calif. COMPREHENSIVE USER FEE STUDY – 2017/2018 In 2017 the City conducted its first comprehensive user and regulatory fee study. The study involved extensive public education efforts, including multiple presentations before the City Council and a designated fee study review ad-hoc committee. Ultimately, fees were unanimously adopted by the Council.  SERVICES STUDIED: Building, Planning, Engineering, Police, Public Works, Community and Event Permitting, Administration CLEARSOURCE TEAM Project Team Organization This project will be led from start-to-finish by Terry Madsen. He will conduct all meetings, present all reports, and oversee development of all analysis and outcomes. Analytical and strategic support will be provided by Jeanette Hahn and Karyn Johnson. Their experience includes more than 60 years of direct support to local government agencies. FIGURE 2 | CONSULTANT TEAM ORGANIZATION A description of consultant project roles is as follows:  Project Manager | Primary contact for the City, direction of analysis, onsite interaction with City staff and leadership, and face for public procedures.  Principal Consultant | Implementation of analytical direction, targeted analysis, troubleshooting, and quality assurance.  Senior Consultant |Foundational financial analysis, data analysis, strategic sounding board, and quality control interaction.  Senior Analyst | Data input, data structuring, and research. Terry Madsen PROJECT MANAGER / PRINCIPAL CONSULTANT Expected Project Participation: 65% Terry Madsen is the President and Principal Consultant of ClearSource Financial Consulting. For 16 years, he has provided financial consulting services to local government agencies. In October 2011 Terry founded ClearSource Financial Consulting (ClearSource), a firm dedicated to providing local government agencies with premier financial consulting services. From October 2001 to October 2011 Terry was employed by a competing California firm, NBS. Terry’s depth of knowledge includes numerous service areas including user fee studies, indirect cost allocation studies, internal service fund rate studies, water and wastewater rate studies, and special financing district administration. During his career, Terry has served the following agencies, among others: 29 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA QUALIFICATIONS  Atherton  Bell “The New Bell”  Chula Vista  East Palo Alto  Escalon  Gustine  Hesperia  La Habra Heights  Laguna Woods  La Quinta  Larkspur  Long Beach  Los Angeles  Malibu  Napa  Oakdale  Ojai  Palos Verdes Estates  Roseville  Sacramento  Sacramento Regional Transit District  San Carlos  San Diego Metropolitan Transit System  San Leandro  Shafter  Sierra Madre  Taft  Torrance  Union Sanitary District  Ventura  West Sacramento Within the past year, Mr. Madsen has supported cost allocation and user fee studies for California cities, including but not limited to, Azusa, Escalon, Gustine, Laguna Woods, La Quinta, Larkspur, Palos Verdes Estates, Rancho Mirage, San Leandro, Torrance, and Ventura. Terry has worked closely with every level of the public body including property owners, community organizations, council members, special commissions, agency managers, all members of the agency finance team, directors of every agency department, management analysts, and the direct service staff that are the primary contact points for members of the community, such as inspectors, plan reviewers, operators, maintenance personnel, and records staff. Terry’s experience in performing fee studies includes all phases of the work, from project initiation to completion and presentation of final findings. His efforts include data gathering, conducting interviews with agency staff, model development, report preparation, and presentation and delivery of study narratives. He has analyzed fees for a comprehensive array of municipal services, such as planning, land development, building, fire protection, code enforcement, community services, parks, recreation, administration, general governmental, public infrastructure, utilities, and others. Terry is a member of the California Society of Municipal Finance Officers. He received his undergraduate degree (Cum Laude) from Cal Poly, San Luis Obispo. He was awarded a Bachelor of Science in Business Administration with a Finance Concentration and an Economics Minor. He received his graduate degree from California State University, San Bernardino. He was awarded a Master of Business Administration with an Entrepreneurship Concentration. Jeanette Hahn SENIOR CONSULTANT Expected Project Participation: 25% Jeanette Hahn is a Senior Consultant for ClearSource Financial Consulting. She has over 18 years of experience advising municipal agencies on equitable and effective costs of 30 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA QUALIFICATIONS service, cost recovery, and strategic financial planning. Jeanette has analytical and policy expertise in the following subject matter:  Cost of service analysis and cost allocation for cost recovery opportunities, including user fees, regulatory fees, and contracts/partnerships  Water, wastewater, reclaimed water, and storm water/drainage utility rates and fees  Development impact fees and capacity charge nexus analysis/justification  Economic feasibility/decision analysis  Long-range financial planning  Benchmarking Prior to becoming part of the ClearSource team in 2017, Jeanette succeeded at competing consulting firms. She was Director of Financial Consulting for California-based NBS from 2007 to 2011 and served progressive roles at FCS GROUP from 1997 to 2007, including California Regional Manager from 2004 to 2007. Jeanette stepped down from these executive roles in 2011 to focus on motherhood. Jeanette has performed nearly 200 separate engagements for public agencies of diverse size and situation throughout the Western United States, including in California, Washington, Oregon, Idaho, Nevada, Utah, Montana, and Alaska. She is articulate and agile when working within the legal framework of rate and fee- setting across these states, with particular emphasis on California’s Proposition 218 and the state’s Mitigation Fee Act. As an accomplished and highly regarded speaker, Jeanette has earned a reputation for crafting effective and persuasive messages for attaining legislative and public approval of financial plans and accompanying rates and fees. Her skills have been deployed frequently in municipal work to defuse contentious or actively contested matters. Furthermore, she has been repeatedly invited to present in educational and industry forums, such as the California Society of Municipal Finance Officers, League of California Cities, Association of California Water Agencies, and California Special Districts Association, among many others. Within the past year, Jeanette has supported user fee studies for California cities, including but not limited to, Escalon, Palos Verdes Estates, Long Beach, Rancho Mirage, Roseville, San Leandro, Shafter, and Torrance. Jeanette holds a Bachelor of Arts in Economics with a Public Finance concentration from the University of Washington, Seattle. Carolyn Jones SENIOR ANALYST Expected Project Participation: 10% Carolyn Jones is a Senior Analyst for ClearSource Financial Consulting. Prior to joining ClearSource, Carolyn completed 20 years as a financial analyst for the City of Ventura specializing in public works, water/wastewater, and parks and recreation. Included in her study experience are cost allocation, internal service fund rates, user fees, and special assessment district administration. Prior to working in Ventura, Carolyn was a senior management analyst for the City of Moreno Valley Community Services District, which included street lighting and landscape, as well as construction related assessment and community facility districts. She also spent six years with the Municipality of Anchorage, working on the ombudsman team investigating 31 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA QUALIFICATIONS citizen complaints, with operations review of utilities, public safety, general government, planning, and public works. In addition to her public experience, Carolyn spent six years as a management analyst in the private sector with British Petroleum (Amoco). Her responsibilities included all divisional operations of the oil industry; financial, human resources, field support, payroll, and government reporting. Within the past year, Carolyn has supported cost allocation and user fee studies for California cities, including but not limited to, Escalon, Gustine, Laguna Woods, La Quinta, Larkspur, Palos Verdes Estates, Rancho Mirage, San Leandro, Torrance, and Ventura. Carolyn was awarded a Bachelor of Science in Business Administration with a Management Concentration from the University of Alaska, Anchorage. CLIENT REFERENCES Please contact our references to discuss their experience with projects completed by ClearSource. Summary descriptions of these projects were included earlier in this proposal. City of Long Beach, California Joshua Hickman Program Manager joshua.hickman@longbeach.gov 562.570.5714 City of San Leandro, California Thomas Liao Acting Development Services Director tliao@sanleandro.org 510.577.3352 City of Torrance, California Sheila Poisson Assistant Finance Director spoisson@torranceca.gov 310.618.5854 City of Azusa, California Richard Lam Budget Analyst rlam@ci.azusa.ca.us 626.812.5200 City of Palos Verdes Estates, Calif. Anton “Tony” Dahlerbruch City Manager adahlerbruch@pvestates.org 310.378.0383 ClearSource will readily provide additional client references upon request. 32 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA FEE PROPOSAL CONSULTING FEE Total Project Budget ClearSource proposes the following consulting fees for each project. MASTER FEE SCHEDULE UPDATE  A total project budget of $6,000  A total of 40 hours of consultant time dedicated to the City RECREATION FACILITY USE COST OF SERVICE ANALYSIS  A total project budget of $6,000  A total of 40 hours of consultant time dedicated to the City In both projects, ClearSource also proposes:  A commitment to live within this proposal: no change orders to complete the scope of work.  A “not-to-exceed” fixed fee that includes all associated costs incurred by ClearSource to complete our work, such as travel and document production. Figure 3 on the following page illustrates the basis for the proposed budget following major tasks described in the Work Plan. Professional Hourly Rates ClearSource maintains a single hourly rate for professional services performed, regardless of individual contributor: $150 per hour. This rate is all-inclusive of labor and non-labor costs. We anticipate no additional direct expenses within our project budget. Payment Schedule ClearSource will submit monthly progress reports and invoicing to the City, based on hours recorded to the project, with final invoice not submitted until work is completed. Total invoices will not exceed the total fee described above. 33 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA FEE PROPOSAL FIGURE 3 | PROJECT BUDGET DETAIL Work Plan Task Consultant Hours Hourly Rate Total Consulting Fee Master Fee Schedule Update 1 Overall Fee Adjustments 8 $150 1,200.00$ 2 Targeted Fee Edits 12 $150 1,800.00 3 Master Fee Schedule 12 $150 1,800.00 4 Documentation and Support 6 $150 900.00 5 Engagement 2 $150 300.00 Master Fee Schedule Update 40 6,000.00$ Recreational Facility Use Cost of Service Analysis 1 Study Orientation 2 $150 300.00$ 2 Development of Critical Inputs 4 $150 600.00 3 Cost of Service Analysis 12 $150 1,800.00 4 Fee Development and Impact Analysis 12 $150 1,800.00 5 Reporting and Deliverable Tools 8 $150 1,200.00 6 Engagement 2 $150 300.00 Recreational Facility Use Cost of Service Analysis 40 6,000.00$ Total "Not-to-Exceed" for Both Projects 80 12,000.00$ 34 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA SCHEDULE PROJECT TIMELINE ClearSource proposes the following timeline for each project, also illustrated in Figure 4. MASTER FEE SCHEDULE UPDATE  A Draft Report issued 30 days from project commencement.  Timing anticipates commencement in late May with study completion by late June 2018.  The City tentatively plans for City Council presentation on July 17, 2018. RECREATION FACILITY USE COST OF SERVICE ANALYSIS  A Draft Report issued 60 days from project commencement.  Timing anticipates commencement in August, with study completion by the first of October 2018. FIGURE 4 | PROJECT TIMELINE Work Plan Task 0-30 Days 31-60 Days Approval Process, at City's Timing Master Fee Schedule Update 1 Overall Fee Adjustments 2Targeted Fee Edits 3 Master Fee Schedule 4 Documentation and Support 5 Engagement Recreational Facility Use Cost of Service Analysis 1 Study Orientation 2 Development of Critical Inputs 3 Cost of Service Analysis 4 Fee Development and Impact Analysis 5 Reporting and Deliverable Tools 6 Engagement with City Staff with City Council Onsite engagement event, tentative timing shown (actual timing to be determined at project comm Delivery of draft report, ready for legislative approval procedures and public review Approval Process | It is anticipated that engagement with the City Council, including public hearing, will occur after delivery of the Draft Report, following statutory obligations and City legislative priorities. 35 Exhibit B Schedule of Compensation With the exception of compensation for Additional Services, provided for in Section 2.3 of this Agreement, the maximum total compensation to be paid to Contracting Party under this Agreement is Twelve Thousand Dollars ($12,000) (“Contract Sum”). The Contract Sum shall be paid to Contracting Party in installment payments made on a monthly basis and in an amount identified in Contracting Party’s schedule of compensation attached hereto for the work tasks performed and properly invoiced by Contracting Party in conformance with Section 2.2 of this Agreement. 36 CLEARSOURCE PROPOSAL TO THE CITY OF LA QUINTA SCHEDULE PROJECT TIMELINE ClearSource proposes the following timeline for each project, also illustrated in Figure 4. MASTER FEE SCHEDULE UPDATE  A Draft Report issued 30 days from project commencement.  Timing anticipates commencement in late May with study completion by late June 2018.  The City tentatively plans for City Council presentation on July 17, 2018. RECREATION FACILITY USE COST OF SERVICE ANALYSIS  A Draft Report issued 60 days from project commencement.  Timing anticipates commencement in August, with study completion by the first of October 2018. FIGURE 4 | PROJECT TIMELINE Work Plan Task 0-30 Days 31-60 Days Approval Process, at City's Timing Master Fee Schedule Update 1 Overall Fee Adjustments 2Targeted Fee Edits 3 Master Fee Schedule 4 Documentation and Support 5 Engagement Recreational Facility Use Cost of Service Analysis 1 Study Orientation 2 Development of Critical Inputs 3 Cost of Service Analysis 4 Fee Development and Impact Analysis 5 Reporting and Deliverable Tools 6 Engagement with City Staff with City Council Onsite engagement event, tentative timing shown (actual timing to be determined at project comm Delivery of draft report, ready for legislative approval procedures and public review Approval Process | It is anticipated that engagement with the City Council, including public hearing, will occur after delivery of the Draft Report, following statutory obligations and City legislative priorities. EXHIBIT C Scedule of Performance 37 Exhibit D Page 1 of 1 Exhibit D Special Requirements None Exhibit E Page 1 of 6 Exhibit E Insurance Requirements E.1 Insurance. Prior to the beginning of and throughout the duration of this Agreement, the following policies shall be maintained and kept in full force and effect providing insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than A-VI: Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence) $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Non-contributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Workers’ Compensation (per statutory requirements) Must include the following endorsements: Workers Compensation Waiver of Subrogation Workers Compensation Declaration of Sole Proprietor if applicable Contracting Party shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, Commercial General Liability insurance against all claims for injuries against persons or damages to property resulting from Contracting Party’s acts or omissions rising out of or related to Contracting Party’s performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. An endorsement evidencing the foregoing and naming the City and its officers and employees as additional insured (on the Commercial General Liability policy only) must be submitted concurrently with the execution of this Agreement and approved by City prior to commencement of the services hereunder. Contracting Party shall carry automobile liability insurance of $1,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Contracting Party, its officers, any person directly or indirectly employed by Contracting Party, any subcontractor or agent, or anyone for Exhibit E Page 2 of 6 whose acts any of them may be liable, arising directly or indirectly out of or related to Contracting Party’s performance under this Agreement. If Contracting Party or Contracting Party’s employees will use personal autos in any way on this project, Contracting Party shall provide evidence of personal auto liability coverage for each such person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer or semi-trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to such loss. 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 Contracting Party 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. Contracting Party shall carry Workers’ Compensation Insurance in accordance with State Worker’s Compensation laws with employer’s liability limits no less than $1,000,000 per accident or disease. Contracting Party shall provide written notice to City within ten (10) working days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; or (3) the deductible or self-insured retention is increased. In the event any of said policies of insurance are cancelled, Contracting Party shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Contracting Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. E.2 Remedies. In addition to any other remedies City may have if Contracting Party fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Contracting Party to stop work under this Agreement and/or withhold any payment(s) which become due to Contracting Party hereunder until Contracting Party demonstrates compliance with the requirements hereof. c. Terminate this Agreement. Exhibit E Page 3 of 6 Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Contracting Party’s failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Contracting Party may be held responsible for payments of damages to persons or property resulting from Contracting Party’s or its subcontractors’ performance of work under this Agreement. E.3 General Conditions Pertaining to Provisions of Insurance Coverage by Contracting Party. Contracting Party and City agree to the following with respect to insurance provided by Contracting Party: 1. Contracting Party 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. Contracting Party also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the right of subrogation prior to a loss. Contracting Party 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 Contracting Party 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 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. Contracting Party 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 endorsement to Contracting Party’s general liability policy, shall be delivered to Exhibit E Page 4 of 6 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 Contracting Party or deducted from sums due Contracting Party, at City option. 8. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contracting Party or any subcontractor, is intended to apply first and on a primary, non-contributing basis in relation to any other insurance or self-insurance available to City. 9. Contracting Party agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by Contracting Party, provide the same minimum insurance coverage required of Contracting Party. Contracting Party 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. Contracting Party agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 10. Contracting Party agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein (with the exception of professional liability coverage, if required) 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 Contracting Party’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 Contracting Party, which may include reduction or elimination of the deductible or self- insured retention, substitution of other coverage, or other solutions. 11. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contracting Party ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contracting Party, the City will negotiate additional compensation proportional to the increased benefit to City. 12. 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. 13. Contracting Party acknowledges and agrees that any actual or alleged failure on the part of City to inform Contracting Party of non-compliance with any Exhibit E Page 5 of 6 insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 14. Contracting Party 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. 15. Contracting Party 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 Contracting Party’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 (5) days of the expiration of coverages. 16. The provisions of any workers’ compensation or similar act will not limit the obligations of Contracting Party under this agreement. Contracting Party expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials, and agents. 17. 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. 18. 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. 19. The requirements in this Exhibit 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 Exhibit. 20. Contracting Party 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 Contracting Party 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. Exhibit E Page 6 of 6 21. Contracting Party agrees to provide immediate notice to City of any claim or loss against Contracting Party 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. Exhibit F Page 1 of 2 Exhibit F Indemnification F.1 Indemnity for the Benefit of City. a. Indemnification for Professional Liability. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (with counsel selected by City), and hold harmless the Indemnified Parties from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Contracting Party or by any individual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of Contracting Party. c. Indemnity Provisions for Contracts Related to Construction (Limitation on Indemnity). Without affecting the rights of City under any provision of this agreement, Contracting Party shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City’s active negligence accounts for only a percentage of the Exhibit F Page 2 of 2 liability involved, the obligation of Contracting Party will be for that entire portion or percentage of liability not attributable to the active negligence of City. d. Indemnification Provision for Design Professionals. 1. Applicability of this Section F.1(d). Notwithstanding Section F.1(a) hereinabove, the following indemnification provision shall apply to a Contracting Party who constitutes a “design professional” as the term is defined in paragraph 3 below. 2. Scope of Indemnification. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses, including, without limitation, incidental and consequential damages, court costs, reimbursement of attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. 3. Design Professional Defined. As used in this Section F.1(d), the term “design professional” shall be limited to licensed architects, registered professional engineers, licensed professional land surveyors and landscape architects, all as defined under current law, and as may be amended from time to time by Civil Code § 2782.8. F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees to obtain executed indemnity agreements with provisions identical to those set forth herein this Exhibit F, as applicable to the Contracting Party, from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contracting Party in the performance of this Agreement. In the event Contracting Party fails to obtain such indemnity obligations from others as required herein, Contracting Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligations to indemnify and defend City as set forth in this Agreement are binding on the successors, assigns or heirs of Contracting Party and shall survive the termination of this Agreement.