Loading...
2005 RBF Consulting/Hwy 111T4ht 4 4 QUM& PROFESSIONAL SERVICES AGREEMENT 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 RBF CONSULTING ("Consultant"). The parties hereto agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant shall provide those services related to The City of La Quinta Highway 111 Corridor Improvements , Project No. 2001-07A as specified in the Scope of Services attached hereto as Exhibit "A" and incorporated herein by this reference (the "services" or "work"). Consultant warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent in the industry for such services. 1.2 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations and laws of the City of La Quinta and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the services required by this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Consultant warrants that (a) it has thoroughly investigated and considered the work to be performed, (b) it has investigated the site of the work and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the work should be performed, and (d) it fully understands the facilities, difficulties and restrictions attending performance of the work under this Agreement. Should Consultant discover any latent or unknown conditions materially differing from those inherent in the work or as represented by City, Consultant shall immediately inform City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). 1.5 Care of Work. Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work performed by Consultant, 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 work by City, except such losses or damages as may be caused by City's own negligence. The performance of services by Consultant shall not relieve Consultant 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 Consultant. 1.6 Additional Services. In accordance with the terms and conditions of this Agreement, Consultant shall perform services in addition to those specified in the Scope of Services when directed to do so by the Contract Officer, provided that Consultant shall not be required to perform any additional services without compensation. Any addition in compensation not Page 1 of 9 exceeding five percent (5%) of the Contract Sum may be approved by the Contract Officer. Any greater increase must be approved by the City Council. 1.7 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"). 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. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Consultant shall be compensated in accordance with Exhibit "B" (the "Schedule of Compensation") in a total amount not to exceed Two Hundred fifty two thousand eighty hundred Dollars ($252,800.00) (the "Contract Sum"), except as provided in Section 1.6. 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 Consultant's rate schedule, but not exceeding the Contract Sum, or such other methods as may be specified in the Schedule of Compensation. 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. 2.2 Method of Payment. Any month in which Consultant wishes to receive payment, Consultant 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 Consultant specifying that the payment requested is for work performed in accordance with the terms of this Agreement. City will pay Consultant for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule 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. 3.3 Force Maieure. 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 Consultant, 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 Consultant shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the forced delay when and if in his or her judgment such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. Page 2 of 9 3.4 Term. Unless earlier terminated in accordance with Sections 7.7 or 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services, except as otherwise provided in the Schedule of Performance. 4.0 COORDINATION OF WORK 4.1 Representative of Consultant. The following principals of Consultant are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: a. Robert G. Ross, P.E., Vice President b. Brad Donais, R.C.E., Project Manager It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. The foregoing principals may not be changed by Consultant and no other personnel may be assigned to perform the service required hereunder without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be Steve Speer, P.E., Assistant City Engineer or such other person as may be designated by the City Manager of City. It shall be Consultant's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.5 City Cooperation. City shall provide Consultant with any plans, publications, reports, statistics, records or other data or information pertinent to services to be performed hereunder which are reasonably available to Consultant only from or through action by City. 5.0 INSURANCE, INDEMNIFICATION AND BONDS. Page 3 of 9 5.1 Insurance. Consultant shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, personal and public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Consultant's acts or omissions rising out of or related to Consultant'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 Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. The amount of insurance required hereunder shall be determined by the Contract Sum in accordance with the following table: Contract Sum Personal Injury/Property Damage Coverage Less than $50,000 $100,000 per individual; $300,000 per occurrence $50,000 - $300,000 $250,000 per individual; $500,000 per occurrence Over $300,000 $500,000 per individual; $1,000,000 per occurrence Consultant 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 Consultant, its officers, any person directly or indirectly employed by Consultant, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Consultant's performance under this Agreement. 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 Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. Consultant shall carry Workers' Compensation Insurance in accordance with State Worker's Compensation laws. Consultant shall procure professional errors and omissions liability insurance in an amount acceptable to City. All insurance required by this Section shall be kept in effect during the term of this Agreement and shall not be cancelable without thirty (30) days written notice to City of proposed cancellation. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Consultant's obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. 5.2 Indemnification. Consultant shall defend, indemnify and hold harmless the City, its officers, employees, representatives and agents ("Indemnified Parties"), from and against those actions, suits, proceedings, claims, demands, losses, costs, and expenses, including legal costs and attorneys' fees, for injury to or death of person(s), for damage to property (including property owned by City) and for errors and omissions committed by Consultant, its officers, employees and agents, which arise out of Consultant's negligent performance under this Agreement, except to the extent of such loss as may be caused by City's own negligence or that of its officers or employees. In the event the Indemnified Parties are made a party to any action, lawsuit, or other adversarial proceeding in any way involving such claims, Consultant shall Page 4 of 9 provide a defense to the Indemnified Parties, or at the City's option, reimburse the Indemnified Parties their costs of defense, including reasonable attorney's fees, incurred in defense of such claim. In addition, Consultant shall be obligated to promptly pay any final judgment or portion thereof rendered against the Indemnified Parties. 5.3 Remedies. In addition to any other remedies City may have if Consultant 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 Consultant to stop work under this Agreement and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. C. Terminate this Agreement. 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 Consultant'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 Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of work under this Agreement. 6.0 RECORDS AND REPORTS. 6.1 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning Consultant's performance of the services required by this Agreement as the Contract Officer shall require. 6.2 Records. Consultant shall keep such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the cost and the performance of such services. Books and records pertaining to costs shall be kept and prepared in accordance with generally accepted accounting principals. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 6.3 Ownership of Documents. Originals of all drawings, specifications, reports, records, documents and other materials, whether in hard copy or electronic form, which are prepared by Consultant, its employees, subcontractors and agents in the performance of this Agreement, shall be the property of City and shall be delivered to City upon termination of this Agreement or upon the earlier request of the Contract Officer, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Consultant shall cause all subcontractors to assign to City any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages suffered thereby. In the event City or any person, firm or corporation authorized by City reuses said documents and materials without written verification or adaptation by Consultant 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 Consultant from Page 5 of 9 liability resulting from said change. The provisions of this clause shall survive the completion of this Contract and shall thereafter remain in full force and effect. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer or as required by law. Consultant 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. 7.0 ENFORCEMENT OF AGREEMENT. 7.1 California Law. This Agreement shall be construed and interpreted 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 Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. 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 and 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 Section 7.8. 7.3 Retention of Funds. City may withhold from any monies payable to Consultant sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Consultant in the performance of the services required by this Agreement. 7.4 Waiver. 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 Consultant 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 Consultant. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, 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 injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Page 6 of 9 7.7 Termination Prior To Expiration Of Term. This section shall govern any termination of this Agreement, except as specifically provided in the following Section 7.8 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 Consultant. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant 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 as provided in Section 7.3. 7.8 Termination For Default of Consultant. If termination is due to the failure of Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over work and prosecute the same to completion by contract or otherwise, and Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Consultant for the purpose of setoff or partial payment of the amounts owed City as previously stated in Section 7.3. 7.9 Attorneys' Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees and costs of suit from the losing party. 8.0 CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 8.1 Non -liability of City Officers and Employees. No officer or employee of City shall be personally liable to Consultant, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of City shall have any personal interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects his or her personal interest or the interest of any corporation, partnership or association in which she or he is, directly or indirectly, interested, in violation of any State statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or general consideration for obtaining this Agreement. 8.3 Covenant against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin or ancestry in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, consent, approval, 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 other party of the change of address in Page 7 of 9 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 Attention: Thomas P. Genovese City Manager 78-495 Calle Tampico P.O. Box 1504 La Quinta, California 92253 To Consultant: RBF Consulting Attention: Robert G. Ross, P.E. Vice President 74-410 H ig hway 111 Palm Desert, Ca 92260-4114 9.2 Integrated Agreement. This Agreement contains all of the agreements of the parties and all previous understanding, negotiations and agreements are integrated into and superseded by this Agreement. 9.3 Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing signed by both parties. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder. 9.5 Authori . The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. Page 8 of 9 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA a California municipal corporation Date:S- Thomas P. Genovese, City Manager ATTEST: APPROVED AS TO FORM: ,*4.eri nson, City orney CONSULTANT RBF CONSULTING Name: Robert G. Ross, P.E. Title: Vice President Date: I / / z 1 ct 5- Page 9 of 9 Exhibit A Scope of Services The project consists of preparing the Plans, Specifications and Engineer's Estimate (PS&E) Environmental Document and Providing right-of-way acquisitions services for the Highway 111 Corridor Improvements, from Adams Street to Jefferson Street. The Scope of Services to be performed by RBF Consulting, is attached and made a part hereof. Exhibit "A" 1 of 10 Exhibit "A" BASIC SERVICES Task 1.0 Project Management, Coordination and Meetings RBF Consulting (RBF) will manage the project to its completion. As part of this management, RBF will meet and coordinate with the City, utilities, and other stakeholders to promote communication among the parties involved in an effort to facilitate early resolution of key project issues. The first significant coordination event will be the Project Kick -Off meeting with the La Quinta City Staff. RBF intends to hold monthly Project Team Meetings throughout the design process. RBF will prepare and maintain a schedule based on the critical tasks, determined by RBF and the City Staff, based on meeting the City's goal of initiating construction in 2005. The Project Schedule will include: Work items and deliverables identified in accordance with this Scope of Services as developed by RBF and approved by the City, The order, sequence and interdependence of significant work items including survey, engineering design, right-of-way acquisition and utility coordination/relocation, City and Caltrans review periods and other relevant project activities, Work items of agencies and other third parties that may affect or be affected by RBF's activities. RBF will prepare monthly status reports to update the City on the progress to -date, work to be accomplished in the next period, action items, and potential issues of a technical nature or with budget/schedule impacts. Along with the status reports, RBF will keep up to date and regularly distribute an Action Items list. Task 2.0 Research/Investigation/Base Data Review and Field Review RBF will research and review relevant documents including, but not limited to, previous project record drawings, utility plans, and right-of-way documents. In the preparation of this proposal, RBF has already performed a field review of the site and cataloged photographs of the existing conditions to help ensure the design conforms to the visible existing improvements. Task 3.0 Design Survey RBF will perform a detailed design survey to provide adequate base information to facilitate the engineering design of the project. General Topography: RBF will perform a detailed topographic field survey along the Highway 111 corridor from 600' west of La Quinta Drive to Jefferson Street. All Survey work will be in conformance with the State Land Surveyors Act and be performed under the direct supervision of a Licensed Land Surveyor. In order to minimize exposure to hazards for both the survey crew and public traffic, surveys conducted in high volume traffic areas will be performed with reflectorless technology. As a result of using reflectorless technology, lane closures and traffic -control are not anticipated to be needed for this work. Cross Sections: RBF will perform Cross Section Survey at 50' intervals of the existing roadway and intersections in the areas where widening will be required to accommodate the proposed 6-lane section as well as for all proposed double left turn lanes (6 locations). We anticipate the need to CONSULTINO Exhibit "A" 2 of 10 provide a cross section survey for approximately 3800 lineal feet of Highway 111. AutoCAD LDD format files will also be made available to the City for all topographic survey data collected for this project, including a digital terrain model (DTM) of the existing conditions and proposed design surface. Task 4.0 Utility Coordination RBF will identify, coordinate with, and obtain available utility maps from the utility companies within the project limits. RBF will prepare a preliminary utility plan which will include all utility location information as provided by the utility companies. RBF will send this plan to the utility companies within the project limits with a request for review and verification of their respective facilities and any other project specific information. RBF will monitor all responses from the received utility notices, make recommendations for mitigating utility conflicts, and provide written responses to utility companies with regard to stated concerns. Unresolved issues will be brought to the City's attention as the project team continues to work toward a solution. All utility conflict issues will be resolved prior to the completion of the design plans as follows: a. If utilities are required to be relocated, the City will provide the prior rights determination. RBF will request that the owning utility company provide a written acknowledgment of the conflict and a commitment to make necessary adjustments or relocations upon receipt of a written directive from the City. RBF will request utility relocation plans from the affected utility companies. b. In order to avoid potential project delays, RBF will make reasonable efforts to accommodate utility company requests for minor design changes to accommodate their facilities. All above ground and underground facilities for which the utility companies provide information, will be shown on the project improvement plans. All known utility conflicts will be shown on the plans with construction notes indicating action to be taken and by whom. The plans will show all poles, with pole numbers, within the project limits. Task 5.0 Concept Plan RBF will prepare a layout depicting the proposed corridor improvements. The plan will consist of sheets showing all proposed horizontal geometry modifications to Highway 111. The Concept Plan will include sidewalk (only along the La Quinta RDA property west of Dune Palms Drive), widening (to its ultimate General Plan configuration), right turn bays (at major intersections) and double left turn lanes (at westbound La Quinta Drive, both east and westbound at Dune Palms Drive, both east and westbound at Depot Drive and eastbound at Jefferson Street). The Concept Plan will also show the proposed striping necessary to complete the 6-lane section. This plan will be submitted to the City for review and comment prior to RBF moving forward with the final construction plans. The Concept Plan will be prepared on 36" wide roll format. Deliverables: Concept Review Plan (3 copies) Task 6.0 Preliminary Construction Cost Estimate Concurrently with the submittal of the Concept Plan, RBF will prepare a preliminary estimate of construction quantities and costs for the entire project utilizing RBF's cost data from recent similar projects and data from the current edition of Caltrans Contract Cost Data book. Deliverables: Project Preliminary Cost Estimate (2 copies) Exhibit "A" 3 of 10 Task 7.0 Final Roadway Design I Plans Following the City approval of the Concept Plan, RBF will prepare roadway improvement plans in accordance with the City of La Quinta Street Plan Review checklist and Caltrans Standards. This task includes, but is not limited to, the preparation of the following plan sheets: A. Project Title Sheet along with pertinent notes and location maps. B. Typical Sections for the roadway at intervals that adequately represent changes in roadway cross-section. The typical sections will identify existing and proposed improvements. C. Construction Details for items such as curb ramps, curb & gutter transitions, and other items as necessary to provide the Contractor with adequate information to properly construct the roadway. Construction Details will also include Construction Staging Plans for Caltrans approval of the encroachment permit. D. Layout Plan and Vertical Profile Sheets for all roadway improvements. The street layout plans will also include removals and grading requirements based on the approved geometry. For the purpose of the budget, we anticipate all of the improvements listed under Task 5.0 with the exception of the eastbound double left turn lane at Jefferson will be included in the final roadway design. The double left turn lane will be listed in Exhibit "B" — Fee Schedule as an Optional Task. E. Signing and Striping Plans for all necessary traffic signing and striping along State Highway 111 and for the intersecting streets. The plans will be prepared in accordance with the City's and Caltrans' latest Standard Plans and Specifications. F. Traffic Signal Modification Plans are anticipated for the existing signalized intersections at La Quints Center Drive, Dune Palms, and Home Depot Drive. The three signal modification plans will include the relocation of 4 signal poles, two each at the Dune Palms Road and Depot Drive intersections, the possible replacement of the mast arm at the La Quinta Drive, Dune Palms Road and Depot Drive intersections to accommodate the double left turn lane, and the replacement of the loop detectors at the three signals specified previously. The plans will be prepared in accordance with the City's and Caltrans' latest Standard Plans and Specifications. The Exhibit `B" — Fee Schedule will list the signal modification at Jefferson Street for the possible double left turn lane as an Optional Task. G. Roadway Storm Drain Improvement Plans / Hydrology and Hydraulics Report. RBF will prepare a localized, design level hydrology analysis for this roadway segment to determine proposed and ultimate design flows within the proposed street right-of-way to verify that the 10-year storm will not exceed curb height and the 100-year storm will not exceed the right-of-way. Street hydraulic analysis will be performed to evaluate flooded width requirements. A hydraulic analysis to determine the hydraulic grade line of the proposed storm drain improvements will be performed, and plan and profile construction drawings based on City standards for storm drain and associated laterals to connect new catch basins to the existing system. RBF engineers anticipate the design of no more than six (6) temporary retention basins and associated catch basins (6) and lateral connections for this proj ect. A final hydrology/hydraulics report summarizing all pertinent design criteria and calculations will be provided to the City. Deliverables: Final Hydraulics Report (2 copies) CCtN'SAJ6TtNt8 Exhibit "A" 4 of 10 H. Cross Sections: RBF will prepare cross section sheets for the roadway sections that will be widened in addition to the design of the 5 double left turn lane and 4 right turn lanes. These cross sections will be necessary in the Caltrans permit review and approval process. Deliverables: 90% Plan Submittal (6 copies - I "xl 7 ", 2 copies 24 "x36') 100% Plan Submittal (6 copies - I I 'xl 7 ", 2 copies 24' x36') Final Plan Submittal (1 copy - 11 "x17", I Mylar 24"x36') Task 8.0 Final Quantities and Construction Cost Estimate RBF will prepare quantity calculations and construction cost estimates in accordance with City requirements utilizing current edition of Caltrans Contract Cost Data book and RBF's local project bid summaries database. The final engineers estimate will be prepared using a Microsoft Word template provided by the City. Deliverables: 90% Plan Submittal Estimate (2 copies) 100% Plan Submittal Estimate (2 copies) Final Plan Submittal Estimate (2 copies) Task 9.0 Special Provisions and Bid Descriptions For the specific construction requirements of the project, RBF will prepare special provisions in the City's format using Caltrans' Standard Special Provisions (SSP's) as a basis for the technical content. The special provisions will be based upon the July, 2002 editions Caltrans Standard Specifications and Standard Plans. In addition, RBF will prepare a bid item description, listing all of the construction bid items proposed for the project. Deliverables: 90% Plan Submittal Spec (2 copies) 100% Plan Submittal Spec (2 copies) Final Plan Spec Submittal (2 copies) Task 10.0 Caltrans Permit and Coordination With an estimated construction cost of less than $1 million, RBF anticipates Caltrans' approval of this Categorically Exempt project (see Task 16.0) through the Encroachment Permit process. RBF will prepare the encroachment permit application on behalf of the City of La Quinta and coordinate the submittal of all relevant project information needed to support the preparation and approval of the Permit Engineering Evaluation Report (PEER) by Caltrans' staff. To avoid impacts to the Project Schedule, RBF will coordinate a critical review of the Concept Plan and Preliminary Cost Estimate with Caltrans to verify that the PEER is the appropriate project approval document. Task 11.0 Bidding Assistance RBF will be available to assist the City of La Quinta in answering contractor questions throughout the bidding and award process. If requested by the City, RBF will also be available to provide technical support for revisions to the plans as a result of the bidding and/or award process. «. G©NSUL.'ri Nti Exhibit "A" 5 of 10 Task 1 Z 0 Legal Descriptions, Right -of -Way Maps and Exhibits RBF will prepare an overall right of way map showing the parcels adjacent to the project area as well as listing pertinent project information. RBF will review the Title Reports provided by the Title Company and prepare legal descriptions, temporary construction easements, right-of-way maps and exhibits depicting additional right-of-way and easements required for construction of the Project. Cost for title reports is included in the reimbursable budget. RBF will prepare 13 legal descriptions and exhibits for the road right of way, temporary retention basins and billboard relocation. The 13 legal/exhibits includes five (5) road right of way, six (6) temporary basin easement, one (1) landscape easement (Hammer/RDA) and one (1) for potential billboard relocation. Task 13.0 Appraisal Activities Overland Resources, as a sub -consultant to RBF, will prepare all required notification letters to the property owners, site studies, highest and best use analysis, market research and verification, valuation analysis and report preparation associated with appraisal of proposed acquired property. Reports submitted will comply with the Uniform Standards for professional Appraisal Practice and the Uniform Act. They will be suitable for pre-eminent domain activities up to the point of service of process by the City Attorney. This scope covers appraisal activities for one (1) road right of way acquisition and one (1) temporary retention basin easement (Mannino). The Optional Tasks will include full appraisal activities for the additional 4 parcels. Task 14.0 Acquisition Activities Overland Resources, as a sub -consultant to RBF, will prepare all offers to purchase, including the statements of just compensation and appraisal summaries, presenting each owner with the City's offer to purchase the necessary right of way, conducting iterative negotiations with each property owner or representative to identify issues and barriers to reaching settlements (if any) preparing and modifying (as necessary) all right of way agreements, deeds and escrow instructions, coordinating the escrow activities, providing the City Attorney with a complete acquisition/negotiation package to assist in the condemnation action, providing regular status reports of acquisition progress, and attending regular management meeting as deemed necessary. This scope covers acquisition activities for one (1) full road right of way acquisition and one (1) temporary retention basin easement (Mannino), and coordinate dedications on four (4) other parcels (Kessler, McCune, Komar and Mazzella). The Optional Tasks will include full acquisition activities for these four (4) additional parcels. Task 15.0 Geotechnical Studies Sladden Engineering will provide geotechnical information for use in the design and construction of the pavement for the proposed Highway 111 Corridor Improvements, along with recommendations for the construction. Field Investigation The field investigation will include the excavation of 8 to 10 shallow borings (3-5 feet in depth). The shallow borings will be excavated with hand equipment. Disturbed samples will be obtained with in the borings for laboratory testing. r� r CCNSUL.YfND Exhibit "A" 6 of 10 Laboratory Testing Laboratory testing will be performed on soil samples to determine soil characteristics and pertinent engineering properties that should be considered in an engineering evaluation. Testing will include soils classification determination, in -situ density and moisture content determination, maximum density/optimum moisture determination and R-Value determinations. Formal Report A formal report will be prepared summarizing our findings. The report will include descriptions of our field and laboratory procedures and results, discussions regarding the engineering evaluation methods and results, and recommendations. Recommendations will include general site preparation criteria and pavement design parameters. Task 16.0 Environmental Compliance Based upon our understanding of the proposed project, current California Environmental Quality Act (CEQA) regulations, and significant experience with District 08, RBF has also determined that the appropriate "class -of -action" or level of environmental analysis and documentation appropriate is a Categorical Exemption (CE) for CEQA. Our work program has been designed to provide the necessary technical analysis to also support the project's encroachment permit for construction. Environmental Documentation Consultant will initiate the environmental process through the completion of a Historic Resources Compliance Report (HRCR), an Initial Site Assessment (ISA), and Biological Constraints Survey for the project area (refer to Task 1.2, 1.3, and 1.5, below). These studies will provide sufficient disclosure relative to sensitive environmental resources to allow the District to approve an encroachment permit for the project. The remaining tasks identified below, combined with the HRCR, ISA and Biological Constraints Survey shall be completed following Caltrans environmental procedures and provide vital supporting information for the conclusions rendered in the environmental checklist for the project's encroachment permit for construction. A. Screening Level Acoustical Evaluation Consultant will prepare a standalone Screening Level Acoustical Evaluation consistent with the Caltrans Traffic Noise Analysis Protocol (CATNAP) to indicate that detailed noise modeling would not be required based on the lack of sensitive receptors within the immediate project area. Potential construction -related noise impacts, including typical noise levels from standard construction practices will also be addressed within the evaluation. Should a formal acoustical analysis be determined necessary, Consultant will provide a fee estimate to perform such services. B. Historic Resources Compliance Report Cultural Resources Records Search. Consultant will obtain a cultural resources records search from the Eastern Information Center (EIC) at University of California, Riverside. The EIC is the state - designated repository for records concerning cultural resources in Riverside County. The records search will provide information on known cultural resources and on previous cultural resources investigations within one mile of the project. Data sources that will be consulted at the EIC include archaeological site and artifact records, historic maps, reports from previous studies, and the state's Historic Resource Inventory (HRI) for Riverside County, which contains listings for the National Register of Historic Places (NRHP), California Register of Historic Resources (CRHR), California Historical Landmarks (CHL), and California Points of Historical Interest (CPHI) properties. The County of Riverside's Historical Sites Inventory will also be consulted. CCNSULTiNS Exhibit "A" 7 of 10 In accordance with Caltrans guidelines, Consultant will augment the records search by contacting the Native American Heritage Commission (NAHC) in Sacramento regarding the potential for special Native American resources near the project area. The NAHC will be asked to provide a list of Native Americans in the local area who may be contacted in regard to resources in the vicinity. Consultant will also contact the local Historical Society in regard to the potential for resources not identified in county or state inventories. Responses from the NAHC and historical societies will be appended to the technical report. Archaeological Field Survey. Consultant will conduct a reconnaissance archaeological/historical field survey of the project area. Any and all soil exposures will be visually examined for evidence of prehistoric (Native American) or historic (non -Native American) archaeological materials. The general area of the project will also be examined for other potential historical resources such as buildings, structures, bridges, or walls. Any previously unrecorded resources identified during the survey will be recorded on State of California DPR 523 forms to meet Caltrans and Office of Historic Preservation (OHP) standards. Technical Reports. In accordance with the Caltrans Draft Environmental Handbook, Consultant will prepare two (2) technical reports meeting recommendations for non-federal, CEQA-level projects. These will include a Historical Resources Compliance Report (HRCR) and a (Negative) Archaeological Survey Report (ASR). DPR 523 forms for any archaeological or historical resources identified within or directly adjacent to the Project Study Area (PSA) will be included as a Confidential Appendix to the technical report (not for public distribution). In accordance with the Draft Environmental Handbook, Consultant will prepare a Project Location Map (Exhibit 1), Project Vicinity Map (Exhibit 2), and Project Study Area (PSA) Map (Exhibit 3) for the HRCR and ASR. Because of the relative simplicity of the project, an aerial photograph of the project area can be used as the base for the PSA Map at a Caltrans-recommended scale of between 1" =100' and 1" = 400' (commonly 1" = 200'). C. Initial Site Assessment Consultant will prepare a Phase I Initial Site Assessment (ISA) in accordance with ASTM Standard Practice 1527-00 and the Caltrans Project Development Manual to determine if the proposed project area has been compromised by hazardous materials or wastes. Field samples and laboratory analysis are not proposed, although they will be recommended where appropriate. D. Air Quality Assessment Based upon existing and future (2030) traffic projections provided by the client, Consultant will prepare the necessary air quality analysis and conformity documentation for the proposed Project. The analysis will be based on Caltrans requirements and guidelines and requirements of the South Coast Air Quality Management District (SCAQMD). Consultant will discuss potential project short - and long-term impacts upon climate and air quality, focusing on temporary construction dust and exhaust emissions, and long-term emissions associated with daily vehicle travel. Specifically, the analysis will address the following: Regional Conformity/Project Consistency Determination. Consultant will perform a review of the project's consistency with the SCAQMP AQMP to determine if the project meets Federal Conformity requirements as set forth by the Clean Air Act (CAA) Amendments. Consultant will coordinate with the Southern California Association of Government (SCAG) to formally verify that the project is included within the currently conforming Regional Transportation Plan (RTP) and Regional Transportation Improvement Program (RTIP). mpranaftmpm ,► . . CONSULTING Exhibit "A" 8 of 10 Short -Term Construction Impacts. Consultant will discuss potential project short-term impacts upon climate and air quality, focusing on temporary construction dust and exhaust emissions. This Section will also include a comprehensive analysis evaluating construction equipment and worker vehicle - related emissions for the project construction phase. The construction emissions will be calculated using the URBEMIS2002 computer model, which is based on the generation factors adopted by the California Air Resources Board (CARE). The project will then be compared to the established pollutant thresholds for the Salton Sea Air Basin (SSAB) to determine if thresholds are exceeded and mitigation is necessary. For those thresholds, which are exceeded, Consultant will recommend mitigation measures based on the criteria provided in the URBEMIS2002 model with the intent to reduce any potential impacts to less than significant levels. The reduction of emissions from implementation of mitigation measures will be quantified in the study. Operational Analysis. The Carbon Monoxide (CO) analysis will be based on requirements of the SCAQMD, as well as consultation with Caltrans Staff. In addition, the information prepared will be consistent with the Transportation Project -Level Carbon Monoxide Protocol, revised December 1997, prepared by the Institute of Transportation Studies, University of California, Davis. This Protocol establishes a set of procedures used by Caltrans to address local project level air quality impacts. Long-term operation of the proposed project would be expected to improve air quality since the purpose of the project is to relieve future traffic congestion. RBF staff will perform a screening -level analysis according to the Carbon Monoxide Protocol to verify exemption of regional and local CO emissions quantitative analysis. A technical memorandum will be prepared detailing the methodology and conclusions of the screening -level analysis. Should the screening analysis indicate the need for a formal CO hotspots analysis, RBF will provide a separate scope and fee. PM10 Qualitative Analysis. Consultant will prepare a qualitative level PM10 evaluation consistent with Caltrans PM10 protocol requirements for operational emissions. This section will be completed detailing the methodology and conclusions of the screening -level analysis. E. Biological Constraints Survey Consultant will prepare a Biological Constraints. The analysis of the impact area of the proposed project will include a review of the available information regarding the project site and other documents as appropriate. A literature review will be conducted to identify special status species listed by the state, federal, and local resource agencies and organizations, and have potential to occur on the project site that may be- subject to direct and indirect impacts of project implementation. A general walkover survey will be conducted. Vegetation types will be mapped to identify and describe the extent and distribution of various vegetation types on the project site, including any special status vegetation types. A description of the existing quality and species composition of the vegetation types on the project site will be compiled based upon observations and field notes taken during the survey. A representative listing of plant and wildlife species that occur on the project site will be compiled in the field notes during survey observations. Focused surveys for special status plant and wildlife species are not included within this scope of work. The report will make recommendations as to which species may require additional surveys based on the concerns of state, federal and local resource agencies, and the presence of suitable habitat on the project site. Upon completion of the field survey, a detailed letter report will be developed based on the results of various biological surveys, analysis, and data compilation described above. The report will describe: (1) the methodology used to conduct the biological survey; (2) the existing vegetation types and associated wildlife resources on the project site; (3) the potential of the site to support special status CONSULTMO Exhibit "A" 9 of 10 biological resources; (4) potential direct and indirect impacts on the biological resources; and (5) conceptual mitigation options. This scope assumes one version of the Biological Constraints Survey. Additional versions of the report will be billed on a time and materials basis. F. Categorical Exemption (CE) Consultant will prepare and process a Categorical Exemption (CE) through Caltrans as directed in Chapter 6 of the Caltrans Local Assistance Procedures Manual. Deliverables: Acoustical Screening Analysis HRCR Initial Site Assessment Air Quality Assessment Biological Constraints Survey Categorical Exemption Coordination ofEnvironmental Review and Meeting Attendance RBF will be responsible for management and supervision of the Environmental Review as well as consultation with the City and Caltrans. In addition, RBF will undertake consultation and coordination of the project with State and local agencies regarding the environmental documents and review the Environmental Studies for compliance with CEQA requirements. This Task assumes attendance at Project Development Team (PDT) Meetings (limited to 3 meetings) at Caltrans District 8 Headquarters in San Bernardino, and one (1) field review meeting at the project site. Additional meetings shall be billed on a Time and Materials basis. OPTIONAL SERVICES Task A Eastbound Double Left Turn Lane at Jefferson Street If authorized by the City, RBF will prepare final roadway design plans, including plan/profile and signal modification plan sheets to be included in the overall construction plan set. This activity will also include coordination with the City of Indio on the proposed roadway geometry change within the City of Indio. Task B Full Right of Way Services Following authorization by the City, RBF in coordination with Overland Resources will provide the services listed in Tasks 13.0 and 14.0 of the Basic Services for four (4) parcels, Kessler, McCune, Mazzella and Komar, currently anticipating obtaining through dedications. Task C Billboard Relocation Activities If authorized by the City, RBF in coordination with Overland Resources will provide appraisal and relocation services for the Billboard located on the south side of Highway 111 on the Komar property. CCNBULTIN i Exhibit "A" 10 of 10 Exhibit B Schedule of Compensation Payment shall be in full at the rated listed in the Schedule of Billing Rates attached herewith for the actual hours submitted in conformance with Section 2.2 of the Agreement. Total compensation for all work under this contract shall not exceed Two hundred fifty two thousand eight hundred dollar. ($252,800.00) except as specified in Section 1.6- Additional Services of the Agreement. The total not to exceed contract fee includes the following: Basic Contract Services Roadway Design $158,100 Right of Way Services $ 16,800 Environmental Services 24,200 Subtotal Basic Services: $1991100 Contract Budget to reimburse Direct Costs': 11,000 Subtotal Basic Services plus Reimbursable Expenses: $210,100 Optional Services2 Roadway Design Services $10,400 Right-of-way services $25,600 Billboard Relocation 6,700 Sub Total Optional Services: $42,700 Grand Total Not to Exceed Contract Amount. $252,800 ' Eligible direct costs shall be billed at cost plus 5%, up to the budget amount. 2 The optional services described above shall nor be initiated without the expressed written authorization of the City Engineer or designated representative. Exhibit `B" (2 pages) 0 c E m O a M o E f� O Cl O pp O o 0 1- 0 0 f- pp C7 0 p tl> 0 O O 0 p$ O N 0 o$ N 0 o 1� 8 CO 8 N 8 .- 0 O 1� S I� 8 O 0 o 9 0 o tf) 0 o a0 0 $$ co o o O O 0 Oi O g$ o o h O %o 0) cV CC) M cV Lo N CO C) O Ld CV Cn (D - C vof 0 � 0 M LO C') M 10• N tN� N A O E : V W H H H H H H H H H H H N H H H H H H H H N H H N v H H H H H H H N r N V �+ O tOA > > m y CV Q v 4: N N N o c t� H H c m N 3 v o Z m ~ r'n v o � � 0 o c °1 NIt t0 O co O c0 CO O Lp ,�'p c W L O y o C y > W C (p CO qqt CO pp 00 co N .4' N c0 pQ M w N � � f- N cm co 2 00 W c L CO CO O N p N N O N N m a � m � c IL W L CO CO O c0 c0 N N c0 ��pp g N o cN7 O v N N O pp M N r- N N c0 CO N O C m a H W Go co Iq co N CO w 0O N N CO 00 N CSI M O CO co O N CO CO O N � L m N N O C L � IL2 N N N o a L- w c = v r IL c 3 co o m c > 04 $ w - � co v m w c0 .. C O r C c m g m _ w w C N 2 7 8 cc co T V LCL L c m o CCI • � W O` C m Z� C4 nm °C C — y o C o C ° is L Cf)cn 75 ° W V c QEa m •a m` 7 0 N m C7 C C 2 'y C0 O C m M -a c0 d O C N C N m V m m E O J N Q Q ° U C Q m m N o y c 0 _m F ui O wU c co cfl C rn C m y C o m '= C o C>> _ _ O U crn L' E _ > C C Q >+ Cp d w CO 0 f/i wm- € vl t1 4) N Q V :� C C .0 !/i ° O O Cp C j d C ° C E N C 2 d M Q c ° vs CO d C u CD U a a F U in H cn U c y c° = a 'm U w co crn .r � d m 3 Lo m 3 a � � c`3 a L� ¢ ao 0 0 w ii C� i ii o U cm o g o Y � O O O O t p� O O _ > C O F O O O q O O O O O Q p cv C(j M W CC ei v �i cc ac rn r •- •- to mL c l O 0 0 w m N w 0 .? J to ■ Z 0 U J Fy- Z W j IL m � 0 W = OC pd m G U) a� � 00 } z 3 O H a = O $ o EU. co co co co co ao M W r9 !A 10l Nl fA 49 0 H !9 C Goo coo coo GGo ui LA 3 � H N C 0 �ts�eH M >A Z � H V N � O M C = m YI 0 ~ L C � N C 2 00 W C M d C d c W L N N r 0 Da W �m a o a It m a w ut C V CL C m m U) 8 0 � 2 a m C to C S -S \cc ... .. i— m _ = co mar 0 0 3am�— m c Y o o Y Y m m OC c L 'a _m Q H 0 !HIM. WO CL W U.N m co cv r 0 m c C U S L m o Exhibit C Schedule of Performance Consultant shall complete all services within Two hundred Seventy three calendar days (273) days of the date of this Agreement. The consultant's project schedule is attached and made a part of this agreement. Exhibit "C" (1 page) H V W O w , a z W 2 W vad =�5 x00 wo� �v O v a 3 c� Exhibit D Special Requirements None ds FBF CONSULTING LETTER OF TRANSMITTAL To: NAI Consulting, Inc. 68-955 Adelina Road Cathedral City, CA 92234 ATTN: Nick Nickerson Ctb'� DATE: RBF JOB No: REFERENCE: DESCRIPTION: R /[CY5 J -(� C C r .� 1 or 1 /13/2005 20100597 Highway 111 Professional Services Agreement SENT To You VIA: ❑ Mail ❑ Blueprinter ❑ Overnight Delivery (Carrier) ❑ E-Mail ❑ Your Pick -Up ® RBF Messenger ❑ Messenger (Other Courier) No. of No. of Copies Originals 2 DESCRIPTION Signed Agreement SENT FOR YOUR: ❑ Approval ❑ Review ❑ Comments ❑ Files ❑ Signature ® Use ❑ Information ❑ Per Your Request El REMARKS: Nick: I went ahead and replaced the old compensation table with the final revised one. the numbers match the cover sheet of Exhibit B. Let me know if you need anything else. RBF CO BY:r �- Brad Donais COPIES TO: Project Manager H:\PDATA\20100597\Adrrin\correspndnc\011305_NNickerson Agreement.doc File PLANNING S DESIGN 0 CONSTRUCTION 74-410 Highway 111, Palm Desert, CA 92260-4114 ■ 760.346.7481 ■ Fax 760.346.8315 Offices located throughout California, Arizona & Nevada ■ www.RBF.com printed on recycled paper P.O. Box 1504 LA QUINTA, CALIFORNIA 92247-,1504 78-495 CALLE TAMPICO (760) 777-7000 LA QUINTA, CALIFORNIA 92253 FAX (760) 777-7101 January 20, 2005 Mr. Robert G. Ross RBF CONSULTING 74-410 Highway I I I Palm Desert, CA 92260-41 14 Dear Mr. Ross: Please find enclosed a fully executed Professional Services Agreement by and between the City of La Quinta and RBF Consulting for services related to The City of La Quinta Highway I I I Corridor Improvements, Project No. 2001-07A. Should you have any questions, please contact the Public Works Department at (760) 777-7075. Sincerely, -& 4-4� JU S. GREEK, CMC City Clerk Enclosure Tim jonasson, Public or ire orEngineer PROJECT NO. 2001-07A PROFESSIONAL SERVICES AGREEMENT PHASE 11 HIGHWAY 111 CORRIDOR IMPROVEMENTS CONSULTANT: RBF CONSULTING Attention: Brad Donais, P.E. 74-130 Country Club Drive, Suite 201 Palm Desert, CA 92260-1655 CONTRACT AMENDMENT NO. 1 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the Contract. DESCRIPTION OF CHANGE This contract amendment approves Additional Work Requests 1 thru 3. RBF's Additional Work Requests 1 thru 3 are attached and made part of this contract amendment. Previous Contract Amount Thru Contract Amendment No. -0- $252,800.00 Add this Amendment $9,700.00 Revised Contract Total $262,500.00 The contract completion date has been extended thru December 30, 2007. NNNNNNNNNNNNNNNNN NN#*N##NNN NNNNNN%##N#**#%*#NNNN###N##4NN Submitted Date: Approved ( ,XX By. f77u�\� Date: Z `fu7 ME (e-w-of 'MF'�� PROJECT NO. 2001-07A PROFESSIONAL SERVICES AGREEMENT PHASE II HIGHWAY 111 CORRIDOR IMPROVEMENTS CONSULTANT: RBF CONSULTING Attention: Brad Donais, P.E. 74-130 Country Club Drive, Suite 201 Palm Desert, CA 92260-1655 CONTRACT AMENDMENT NO. 2 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the Contract. x%%%%xxx xxxx%%%%%%%%%%%xx%xxxxxxxxx%%%%x%%%%%%%xxxxxxxxxx DESCRIPTION OF CHANGE This contract amendment approves Additional Work Request Number 4. RBF's Additional Work Request Number 4, dated March 24, 2008, is attached and made part of this contract amendment. Previous Contract Amount Thru Contract Amendment No. -1- $262,500.00 Add this Amendment $20,664.00 Revised Contract Total $283,164.00 The contract completion date has been extended thru December 30, 2008. Submitted Date: By: (� 1�1 • 3 - ZC,/— o Approved Date: By: L� Twit 4 4v Qu&rcu FCF'y OE PROJECT NO. 2001-07A PROFESSIONAL SERVICES AGREEMENT PHASE II HIGHWAY 111 CORRIDOR IMPROVEMENTS CONSULTANT: RBF CONSULTING Attention: Brad Donais, P.E. 74-130 Country Club Drive, Suite 201 Palm Desert, CA 92260-1655 CONTRACT AMENDMENT NO. 3 Pursuant to the terms of the original Contract Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the plans and specifications for this Contract. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the Contract. DESCRIPTION OF CHANGE This contract amendment approves Additional Work Request Number 5. RBF's Additional Work Request Number 5, dated July 18, 2008, is attached and made part of this contract amendment. Previous Contract Amount Thru Contract Amendment No. -2- $283,164.00 Add this Amendment $10,743.00 Revised Contract Total $293,907.00 The contract completion date is not affected by this contract amendment. By: ^I Date: Y: / Date: l 1 By: We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, perform all labor, except as may be noted above, and perform all services necessary to complete the above specified work, and hereby accept as full payment the amount shown above. Accepted Title: Consultant: Ad% (?ow-OV4,77A16. Date: 7 >-I,08