Loading...
2006 RBF Consulting/SilverRock Phase IIPROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT FOR CONTRACT SERVICES (the "Agreement") is made and entered into by and between the LA QUINTA REDEVELOPMENT AGENCY, ("Agency"), 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 SilverRock Resort Phase II Infrastructure Improvements, 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 Agency 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 Agency, Consultant shall immediately inform Agency 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 Agency, except such losses or damages as may be caused by Agency'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 Agency, when such inaccuracies are due to the negligence of Consultant. RBF SilverRock Phase II PSA Page 1 of 9 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 exceeding five percent (5%) of the Contract Sum may be approved by the Contract Officer. Any greater increase must be approved by the Agency governing board. 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 Six Hundred Two Thousand Two Hundred Dollars ($602,200.00) (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 Agency no later than the tenth (10th) working day of such month, in the form approved by Agency'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. Agency will pay Consultant for all expenses stated thereon which are approved by Agency 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 RBF SilverRock Phase II PSA Page 2 of 9 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 Agency, 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. 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 Ross, P.E., Vice President b. Brad Donais, P.E., Project Manager It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing principals were a substantial inducement for Agency 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 Agency. 4.2 Contract Officer. The Contract Officer shall be Timothy R. Jonasson, P.E. or such other person as may be designated by the Agency Executive Director. 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 Agency to the Contract Officer. Unless otherwise specified herein, any approval of Agency 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 Agency 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 Agency. 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 Agency. 4.4 Independent Contractor. Neither Agency 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 Agency and shall remain at all times as to Agency a wholly independent contractor with only such obligations as are consistent with RBF SilverRock Phase II PSA Page 3 of 9 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 Agency. 4.5 Agency Cooperation. Agency 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 Agency. 5.0 INSURANCE, INDEMNIFICATION AND BONDS. 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 Agency nor its insurers shall be required to contribute to any such loss. A certificate evidencing the foregoing and naming Agency and its officers and employees as additional insured shall be delivered to and approved by Agency 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 Iniury/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 Agency nor its insurers shall be required to contribute to such loss. A certificate evidencing the foregoing and naming Agency and its officers and employees as additional insured shall be delivered to and approved by Agency 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 Agency. 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 Agency 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 Agency, its officers, employees, contractors, subcontractors, or agents. RBF SilverRock Phase II PSA Page 4 of 9 5.2 Indemnification. Consultant shall defend, indemnify and hold harmless the Agency, 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 Agency) 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 Agency'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 provide a defense to the Indemnified Parties, or at the Agency'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 Agency may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, Agency 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 Agency 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 Agency and shall be delivered to Agency 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 RBF SilverRock Phase II PSA Page 5 of 9 Agency of its full rights of ownership of the documents and materials hereunder. Consultant shall cause all subcontractors to assign to Agency any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify Agency for all damages suffered thereby. In the event Agency or any person, firm or corporation authorized by Agency 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, Agency hereby releases, discharges, and exonerates Consultant from 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 Agency, except as required by law or as authorized by Agency. 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 therefor. 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, Agency may take such immediate action as Agency 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 Agency's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. Agency may withhold from any monies payable to Consultant sufficient funds to compensate Agency for any losses, costs, liabilities, or damages it reasonably believes were suffered by Agency 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. Agency's consent or approval of any act by Consultant requiring Agency's consent or approval shall not be deemed to waive or render unnecessary Agency'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. RBF SilverRock Phase II PSA Page 6 of 9 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. 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. Agency 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, Agency 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 Agency shall use reasonable efforts to mitigate such damages), and Agency may withhold any payments to Consultant for the purpose of setoff or partial payment of the amounts owed Agency 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 AGENCY OFFICERS AND EMPLOYEES• NONDISCRIMINATION. 8.1 Non -liability of Agency Officers and Employees. No officer or employee of Agency shall be personally liable to Consultant, or any successor in interest, in the event or any default or breach by Agency 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 Agency 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, RBF SilverRock Phase II PSA Page 7 of 9 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 writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this section. To Agency: LA QUINTA REDEVELOPMENT AGENCY Attention: Thomas P. Genovese Agency Executive Director 78-495 Calle Tampico P.O. Box 1504 La Quinta, California 92247-1504 To Consultant: RBF Consulting Attention: Robert Ross, P.E. Vice President 74130 Country Club Drive, Suite 201 Palm Desert, CA 92260 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 Authority. 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. RBF SilverRock Phase II PSA Page 8 of 9 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. LA QUINTA REDEVELOPMENT AGENCY Thomas P. Genovese, Agency Executive Director Date: ATTEST: Deborah H. Powell, Inter&n Agency Secretary APPROVED AS TO FORM: A/, ZL-"�--- � M. atherine Jenson, Agency gal Counsel CONSULTANT: RBF Consulting By: ; Z. * Name: Robert Ross, P.E. Title: Vice President Date: g / '- / o G RBF SilverRock Phase II PSA Page 9 of 9 Exhibit A Scope of Services Consultant's scope of work to prepare the project plans, specifications and engineer's estimate (PS&E) for the SilverRock Resort Phase II Infrastructure Improvements is attached and made a part of this agreement. RBF #20100784 TASK 1 PROJECT MANAGEMENT COORDINATION & QUALITY CONTROL Project Management This task includes overall project management, liaison with affected agencies, meeting leadership, progress monitoring and maintenance of project files. RBF will perform project administration, coordination, and management for all phases of the SilverRock Phase II Improvement project. RBF will supervise, coordinate, monitor and review design for conformance with City standards, policies and procedures. Meetings Progress meetings will be held at monthly intervals or as needed between the City and RBF. These meetings will be held to review the project status to verify that the project objectives and milestones are achieved by all parties. RBF will arrange meetings, provide discussion materials and agendas and develop and distribute meeting notes. RBF will document all project decisions and distribute correspondence copies to all PDT members as appropriate. RBF assumes this task will entail attendance at 18 meetings through the length of the contract. Schedule Effective scheduling and cost control are critical activities throughout this Project. RBF has developed a schedule that accomplishes the objective of completing the SilverRock Phase II Improvements prior to the scheduled opening of the Boutique Hotel, with a resultant savings in the total time and project cost. Project Coordination A number of agencies, organizations and consultants, as well as the community, are stakeholders in this project. An important consideration is to ensure that the key players and stakeholders are well coordinated and kept informed regarding issues status, resolution and schedule progress. RBF will lead the Project Team's effort and interface with agencies and other interested parties to facilitate project support and delivery. This task will also include the coordination necessary to obtain the CVWD/Bureau of Reclamation permit for the sewer and bridge crossings as well as the time to prepare the permit applications. Quality Control RBF will supervise, coordinate, monitor and review design for conformance with City of La Quinta and other local agency standards, policies and procedures as appropriate. For the purpose of estimating the proposed fee, RBF anticipates 230 hours for this task. TASK 2 COORDINATION WITH ON -SITE DEVELOPMENTS RBF will coordinate the design of the Phase II improvements with the developers and respective representatives for the boutique hotel, permanent clubhouse, 2"d golf course, resort hotel, resort retail, to be determined future pads and the City Planning Department. This task will involve providing information to the other site developers and professionals, preparation of RBF #20100784 exhibits, attendance at necessary meetings and phone coordination. RBF has assumed 200 hours for this task. TASK 3 UTILITY COORDINATION RBF will review existing utility information available from the City and contact utility owners to identify major facilities located in the project area. This information will be shown on the project base maps, and be used to determine significant impacts to facilities and the cost estimates resulting from those impacts. Utility Information Requests and Coordination Utility company information and contacts will be assembled and compiled in a matrix format. An initial utility information request letter will be mailed and followed up with a phone call. RBF will request information for existing and proposed improvements planned by the utility owners in the project area. Dates of contacts, mailings and document receipts will be logged into the matrix. Utilities to be notified will include: electrical, gas, telephone, cable, water, and sewer. Utility Base Map Preparation RBF will review record drawings, utility maps and proposed future utility improvements received from the utility companies and from the City and prepare a utility base map based upon the information provided on the drawings and maps. For the purpose of estimating the proposed fee, RBF anticipates 120 hours for this task. TASK 4 DESIGN SURVEY RBF shall obtain survey cross sections at 25 foot stations for existing SilverRock Way, Jefferson Street, Avenue 52 and Avenue 54 at the proposed connections with the on -site street improvements within the stated project boundary and as deemed necessary to complete the Street Improvement Plans. All above ground structures, utilities and other facilities that may be affected by construction will be located, including obtaining sewer invert information. In addition, RBF will also obtain survey data on the top of the All American Canal for use in designing the bridges and setting the roadway profile for the Local Street parallel to the canal. RBF is assuming that survey control will need to be established prior to beginning design survey activities, which is reflected in the proposed fee. In addition, RBF will obtain survey data throughout the project site, to verify that the City provided base mapping, benchmark and basis of bearing match control in the area. TASK 5 UTILITY POTHOLING RBF, following the initial notification and coordination with the Utility Companies within the project area, will determine the locations of utility to be potholed, if any, on a utility exhibit sheet(s) and submit the sheets to the City for verification and approval. At this time, RBF has estimated fifteen (15) pothole locations will be necessary to sufficiently locate underground facilities. RBF #20100784 TASK 6 ROADWAY GEOMETRICS RBF shall prepare a Geometric Layout Plan for the Collector Drive, Avenue 52 Local Street, Jefferson Street Local Street, Avenue 53 and the deceleration lane along Jefferson Street. This plan will depict the proposed width, lane configuration, curb median, and left turn and right turn pockets. As proposed Avenue 53 will have a R/W to RMI section of 61' (41' curb to curb), Collector Drive will be 74' RNV to RNV (50' curb to curb with a median), and the two Local Street will be 60' RNV to RNV (36' curb to curb). This plan, which will contain both plan and profile information, will be prepared at a scale of 1 " = 40' and will be reviewed and approved by the City of La Quinta prior to preparing final improvement plans. TASK 7 HYDROLOGY STUDY RBF will provide engineering services for the preparation of hydrology calculations for the local street hydrology, based on the proposed street improvements. The hydrology analysis will be limited to the surface water runoff directly tributary to the street improvements. All hydrology and hydraulics studies will be completed in conformance with the latest available City, Riverside County Hydrology and Riverside County Flood Control District Design guidelines, design, drafting, and policy and procedure manuals. Final hydrology maps for the local study will be provided indicating subarea boundaries, flow patterns, and design flows. Hydraulic calculations will be prepared, using the results of the hydrology calculations, to size catch basins, and prepare street flooded width calculations. RBF will also investigate the existing catch basin installed along Jefferson Street to verify that they were installed at the proper locations. This will include review of the original Jefferson Street improvement plans with the field conditions and scattered survey shots to verify low points. TASK 8 STREET IMPROVEMENT PLANS RBF shall prepare one set of Street Improvement Plans for all of the streets shown on the TTM 33367 SilverRock Phase Il, including Collector Drive, Local Street A (connecting to Avenue 52), Local Street B (connecting to Jefferson Street) Avenue 53 and the deceleration lane (right turn lane) along Jefferson Street within the stated projected limits in accordance with the City of La Quinta. The proposed alignments and grades will conform to the alignment and grade of the existing graded roadways, unless otherwise directed by the City. It is anticipated that the set of plans will include one title sheet, one typical section sheet, one detail sheet, and fifteen plan and profile sheets at a scale of 1 " = 40'. In addition to the previously listed sheets, the roundabout/traffic circle at the intersection of Avenue 53 and Collector Drive will require two additional detail sheets. RBF will prepare 1" = 40' scale preliminary design plans in accordance with City standards and will be submitted to the City for review and approval. RBF #20100784 The preliminary design will include existing topographic and planimetric mapping, approximate right-of-way lines, roadway centerlines, calculated geometric layouts, typical sections, and a preliminary Title Sheet. RBF will design roadway geometry including horizontal and vertical geometry for the on -site street improvements. The designs will include geometric descriptions, such as centerline bearing and radii; vertical centerline grades and alignment; approximate limits of cut and fill slopes, and retaining wall locations and heights. Preliminary right-of-way needs will be determined and plotted on the preliminary design plans. RBF will develop typical cross sections to illustrate lanes and shoulders in the lane configurations and other basic cross sectional data. RBF will prepare Title Sheet, Typical Cross Sections, Plan and Profile sheets, Construction Details, Intersection Details, Grading Plans and Cross -Sections for the proposed improvements. Cross section sheets will be prepared for the roadway to be used in the bid process All plans will be prepared utilizing AutoCAD software. TASK 9 DRAINAGE PLANS RBF will provide final engineering services for the preparation of construction plans for the drainage facilities associated with the project improvements. It is anticipated that all of the proposed catch basins will utilize dry wells prior to discharging into the proposed golf course water hazards/lakes. For the purpose of this proposal, RBF anticipates that each of the roadway segments, Avenue 53, Collector Drive, Local Street A and Local Street B will each require 2 catch basins and a drywell, which will be placed on two (2) plan sheets and will be at a scale of 1" = 40' horizontal and 1" = 4' vertical. This task also includes the design of a new catch basin along Jefferson Street, as determined by Task 7 Hydrology Study. TASK 10 DESIGN CROSS SECTIONS RBF shall prepare Design Cross Section Plans at fifty (50) foot stations in accordance with the City of La Quinta Standards. The cross sections will show proposed street improvements superimposed with the existing street sections. The plans will be included with the Street Improvement Plan Set. It is anticipated that the plans will include twenty (20) sheets and will be at a scale of 1 " = 10' horizontal and 1 " = I' vertical. TASK 11 SIGNING AND STRIPING PLANS RBF shall prepare Signing and Striping Plans for all of the above listed on -site streets as well as for the proposed deceleration lane along Jefferson Street, based upon the proposed street improvements and in accordance with the City of La Quinta. The plans will show new, relocated and removed roadside signs and new and removed pavement delineation lane lines and pavement markings. RBF #20100784 It is anticipated that seven plan sheets at a scale of 1 " = 40' and one detail sheet will be required. TASK 12 TRAFFIC SIGNAL PLAN RBF shall prepare one Signal Plans for the intersection of Avenue 53 and Jefferson Street. The traffic signal design will be based on the proposed street improvements and will be in accordance with the City of La Quinta Standards. Signal interconnect notes will be shown on the traffic signal plan and it is anticipated that separate interconnect plans will not be required. TASK 13 BRIDGE PLANS 13.1 Bridge General Plans 13.1.1 Vehicular Bridge RBF shall prepare Bridge General Plan for the Vehicular Bridge over the All American Canal. Consideration will be given to vertical and horizontal clearance to the concrete canal lining, construction cost, and avoiding impact to canal operations. RBF will prepare and deliver to the City of La Quinta the proposed General Plan and written memorandum summarizing the results of the preliminary bridge design. Upon review and written approval by the City of the recommended bridge improvements, final design of the proposed improvements will begin. The General Plan will also include one bridge rendering, showing the bridge railing concept used on the Washington and Jefferson Street bridges. RBF will also prepare one bridge rendering showing the bridge railing with the bridge. 13.1.2 Pedestrian/Golf Cart Bridges The golf cart bridges are proposed to be steel truss bridges provided by a pre -fabricated bridge vendor and placed on bridge abutments designed under this project. RBF will contact bridge vendors for preliminary design information to determine a suitable truss type, geometry and depth for the proposed span over the canal. RBF will prepare Bridge General Plans for the two (2) Pedestrian/Golf Cart Bridges over the All American Canal that will depict the selected truss geometry, depth and proposed foundation type. Consideration will be given to vertical and horizontal clearance to the concrete canal lining, construction cost, and avoiding impact to canal operations. RBF will prepare and deliver to the City of La Quinta the proposed General Plans and written memorandum summarizing the results of the preliminary bridge design. Upon review and written approval by the City of the recommended bridges, final design of the proposed foundation improvements and preparation of a bridge truss performance specification will begin. 13.1.3 Preliminary Construction Cost Estimate Prepare a preliminary estimate of construction quantities and costs based upon the approved bridge General Plans utilizing RBF's cost data from recent similar projects, vendor provided in - place truss costs, and data from the current edition of Caltrans Contract Cost Data book. Any updates to the construction cost estimate will be provided with each plan check submittal. RBF #20100784 13 2 Geotechnical Investigation and EMI Report 13.2.1 Geotechnical Field Exploration EMI will perform a geotechnical field investigation consisting of two (2) exploratory borings for each bridge. The borings are performed for the purpose of logging subsurface conditions and collecting soil samples. A boring will be drilled near each proposed abutment area to a maximum depth of 50 feet below existing grade or refusal, whichever occurs first. Subsurface soils and conditions will be logged and samples of soils will be collected for laboratory testing. Generally, a split -spoon sampler will be used at depth intervals of 5 feet, alternating between a California Drive sampler and a Standard Penetration Test (SPT) sampler, to collect relatively undisturbed ring samples and small disturbed samples. The soil cuttings from the boreholes will be mixed with cement and used to backfill the boreholes. AC cold -patch or quick -set concrete will be used to replace asphalt or concrete pavement removed at boring locations. 13.2.2 Laboratory Soil Testing The field boring logs will be reviewed to select representative soil samples for laboratory testing. Various laboratory tests will be performed on subsurface soil samples to determine or derive their physical and engineering characteristics. Anticipated tests include in -place moisture and density, grain size distribution, direct shear and soil corrosivity tests. Other tests may be necessary based on the soil types encountered in the borings. Laboratory tests will be conducted in general accordance with American Society of Testing and Materials (ASTM) standards or California Test Methods. 13.2.3 Geotechnical Analyses Results obtained from the field investigation and laboratory testing will be used to establish idealized soil profiles and soil strength parameters used for analyses and design. The following analyses will be performed for the project: ■ Determine peak bedrock acceleration and liquefaction potential. ■ Foundation analysis including axial and lateral capacity. EMI will provide general earthwork recommendations for the bridge foundation construction including depth of remedial removals (if necessary) based on data from field investigation and laboratory tests. Results of soil corrosivity tests will be presented in the report. 13.2.4 Report Preparation EMI will prepare one draft geotechnical report for all 3 bridges. This report will present results of the field investigation and laboratory soil testing, results of the geotechnical analyses, and recommendations for the proposed bridge foundations. Logs of the exploratory borings will be presented on 112x172 Log -of -Test -Boring (LOTB) sheets. Five copies of the draft report will be submitted to RBF for distribution and review. EMI will respond to review comments; the review comments and EMI responses will be incorporated into a Final geotechnical report and five copies of the report will be submitted to RBF for distribution. RBF #20100784 13.3 Final Bridge Design / Plans 13.3.1 Vehicular Bridge Upon review and written approval by the City of the recommended bridge improvements, final design of the Vehicular Bridge will begin. All plans, specifications and design calculations will conform to Caltrans' requirements and will be made available to the City for review and comments at stages specified in the milestone schedule and upon request. The latest edition of the following publications will be used as design criteria: ■ Caltrans Bridge Design Specifications, and ■ Caltrans Seismic Design Criteria. Structure Plans will be prepared in accordance with the latest editions of the following Caltrans manuals: ■ Bridge Design Details Manual, ■ Bridge Design Aids Manual, and ■ Bridge Memos to Designers. A complete structural analysis will be performed. The bridge design will utilize in-house structural analysis and design software. A complete seismic analysis will be performed. The bridge plans will be prepared to Caltrans standards and format. The bridge design and plans will be independently checked by a licensed engineer not involved in the initial design effort. 13.3.2 Pedestrian/Golf Cart Bridges Upon review and written approval by the City of the recommended bridge improvements, final design of the two (2) Pedestrian/Golf Cart Bridges will begin. RBF will coordinate with several pre -fabricated bridge suppliers to obtain bridge truss loads for dead, live and seismic conditions to be used in design of the bridge abutments. RBF will provide design calculations for the abutments and their foundations to support a prefabricated steel truss superstructure. All plans, specifications and design calculations will conform to Caltrans' requirements and will be made available to the City for review and comments at stages specified in the milestone schedule and upon request. The latest edition of the following publications will be used as design criteria: ■ Caltrans Bridge Design Specifications, and ■ Caltrans Seismic Design Criteria. Structure Plans will be prepared in accordance with the latest editions of the following Caltrans manuals: ■ Bridge Design Details Manual, ■ Bridge Design Aids Manual, and ■ Bridge Memos to Designers. RBF #20100784 The bridge abutment and foundation design will utilize in-house structural analysis and design software. A complete seismic analysis will be performed for the design of the bridge abutments and their foundations. The bridge abutment and foundation plans will be prepared to Caltrans standards and format. A licensed engineer not involved in the initial design effort will independently check the bridge design and plans. During construction a pre-facbricated bridge vendor provided by the contractor will design the truss superstructure for the Pedestrian/Golf Cart bridges based upon the information provided in the project plans and specifications. Signed and sealed plans will be provided by the construction contractor for review and approval by the City through the shop drawing review process during construction. 13.4 Quantities and Construction Cost Estimate RBF will prepare quantity calculations for the bridge bid items and an estimate of probable construction cost in accordance with City requirements utilizing the current edition of Caltrans Contract Cost Data book and RBF's local project bid summaries database. 13.5 Special Provisions RBF will prepare construction specifications, which will be added to the overall bid document for the project. Technical specifications for construction of each item of work in the Project shall be prepared. The special provisions for the bridge will be based upon the May, 2006 editions Caltrans Standard Specifications and Standard Plans. The bridge special provisions will include performance and design criteria for the contractor designed steel truss superstructure. Where applicable, the latest edition of the Standard Specifications for Public Works Construction ("Greenbook") and City of La Quinta Standard Drawings will be utilized and referenced in the construction documents. TASK 14 WATER IMPROVEMENT PLANS RBF shall prepare a water improvement plan in accordance with the requirements of the Coachella Valley Water District for Collector Drive, and Avenue 53. It is anticipated that a water main will not be required within the Local Streets A or B. The improvements will be designed in plan and profile at a scale of 1 "=40' and will be submitted for approval. It is anticipated that the plan set will include the design of approximately, 7500 lineal feet of water and will consist of one Title sheet and ten plan and profile sheets. RBF assumes that the water model prepared under the Phase I improvements covered the entire site. TASK 15 SEWER IMPROVEMENT PLAN RBF shall prepare a sewer improvement plan in accordance with the requirements of the Coachella Valley Water District for Collector Drive, and Avenue 53. In addition to the sewer located in the previously mentioned streets, a 27" sewer line is proposed from the existing pump station located adjacent to Avenue 52 to the intersection of Collector Drive and Local Street B. It is anticipated that a sewer main will not be required within the Local Streets A or B. The improvements will be designed in plan and profile at a scale of 1 "=40' and will be submitted for approval. It is anticipated that the plan set will include design of approximately 6,600 lineal feet of sewer and will consist of one Title sheet and twelve plan and profile sheets. RBF #20100784 TASK 16 IRRIGATION LATERAL RELOCATION PLAN RBF shall prepare an irrigation lateral relocation plan in accordance with the requirements of the Coachella Valley Water District. This relocation will include the abandonment of an existing 54" RCP irrigation line and the placement of a new 30" PVC pipe irrigation line between the All American Canal and Avenue 52. The improvements will be designed in plan and profile at a scale of 1 "=40' and will be submitted to CVWD for approval. It is anticipated that the plan set will include design of approximately 2,300 lineal feet of sewer and will consist of one Title sheet and three plan and profile sheets. Additionally, RBF will prepare two legal descriptions and associated exhibits for the relocation of the irrigation lateral. TASK 17 DRY UTILITY IMPROVEMENT PLAN RBF shall coordinate with the utility companies on the utility company's preparation of the dry utility improvement plans. RBF will take the information provided by the utility company's and place it in CAD to display on a Joint Utility Trench Plan. These plans will consist of showing the number and location of the proposed conduit as required by Imperial Irrigation District, Time Warner Cable and Verizon. In addition, RBF will coordinate with the Gas Company for the location of the proposed gas lines. It is anticipated that the plan set will include eight plan sheets showing the locations of the proposed joint utility trench, street crossings, other underground facilities and typical sections within the Phase II design area. TASK 18 COST ESTIMATES RBF shall prepare a Preliminary Cost Estimate based upon the approved Roadway Geometric plan. RBF shall present the Preliminary Estimate to the City for use in preparation of project budgets. RBF shall also prepare a Final Quantity and Cost Estimate base upon the final approved Street Improvement Package. TASK 19 SPECIFICATIONS AND BID DOCUMENTS RBF shall prepare construction specifications, using the City "boilerplate" for the contract documents and general provisions. Technical specifications shall be prepared for construction of each item of work in the Project. It is anticipated that all of the above mentioned plans, street, sewer, water, bridge and irrigation relocation, will be bid under one construction bid document. TASK 20 CONSTRUCTION ASSISTANCE RBF will assist with the following activities for the bidding and construction of the Phase II SilverRock Improvements. 20.1 Assistance During Biddinq Process The RBF team will assist the City with any technical questions regarding interpretation of construction plans that may arise during contract bidding and advertising phase of the project. RBF will plan on attending the pre -construction meeting to clarify questions by prospective bidders. RBF assumes 32 hours for this task. RBF #20100784 20.2 Construction RFI's and Submittal Reviews During the construction phase, RBF will review and provide comments on shop drawing submittals and request for information (RFI). In addition, will attend the regular construction meetings to answer any design related questions, as well as provide the City assistance on revisions to the approved construction plans. RBF assumes 80 hours for this task. 20.3 Prepare Record Drawings The RBF team will utilize the contractor's and City inspector's redline "As -Built" plans upon project completion to prepare the Record Drawings (Mylar) for the City. Upon completion, RBF will provide the Record Drawings package to the City which will complete all phases of this project. RBF assumes 40 hours for this task. ASSUMPTIONS AND EXCLUSIONS The following assumptions and exclusions apply to this Scope of Services. Work relating to the excluded items is specifically excluded from this scope of services and, if required, will be undertaken for an additional fee. Overall project ■ City will provide bid advertisement and administration of the bidding process. ■ Construction Administration/Management services will be performed by the City. ■ City will provide Traffic Index numbers for pavement design. ■ Street Lighting Plans are not included in the scope of work. ■ Utility facility design is not included in the scope of work, only coordination with each utility company involved in the joint utility trench. Sewer and Water Mains ■ The backbone sewer and water main will only be designed to the entrance of the hotel and commercial sites. The civil site designers will be responsible for the alignments and connections to each specific building that is proposed for each site. ■ The water model prepared for the Phase I improvements will be used for the approval of the Phase II water plans. Bridge The two (2) Pedestrian/Golf Cart bridges are assumed to be identical structures. It is intended that a pre-facbricated bridge vendor provided by the contractor will design the truss superstructure for the Pedestrian/Golf Cart bridges based upon the information provided in the project plans and specifications. Signed and sealed plans will be provided by the construction contractor for review and approval by the City through the shop drawing review process during construction. Design of the steel truss superstructures by RBF for the two (2) Pedestrian/Golf Cart bridges is excluded. Bid documents for the Pedestrian/Golf Cart bridges will define the truss type, geometry and appearance. Design Criteria to be used by the supplier will be provided in a performance specification included in the project special provisions. The Vehicular and Pedestrian/Golf Cart bridges exclude the design and detailing of any approach retaining walls that are independent of the bridge abutments. RBF #20100784 The bridge railing concept prepared and utilized on the Washington Street bridge north of the Old Town area as well as the bridge on Jefferson Street over the Whitewater Channel will be utilized on the proposed roadway bridge for this project. If the City would like to explore additional aesthetic railing options, that can be done as an additional task. Geotechnial ■ No restriction on day and time of field investigation. ■ No investigation of hazardous materials. If hazardous materials are encountered during the field exploration, EMI will immediately terminate work and notify the City. ■ No review by the California Department of Transportation. ■ EMI will obtain encroachment permit from the City of La Quinta and CVWD (if needed). Cost does not include permit fees. ■ Encroachment permits for access onto private properties and any other permits necessary to accomplish the geotechnical field investigation are not included. OPTIONAL SERVICES AND CONDITIONS Work relating to the following items is specifically excluded from this Scope of Services and, if required, will be undertaken for an additional fee: Construction Surveying and Staking Construction Administration, Management and Inspection Landscape Plans Street Geotechnical Investigation Street Light Plans Signal Timing and Coordination Plans NPDES permitting Underground Utility Planning/Utility Relocation Plans Storm Water Pollution Prevention Plan Temporary Construction Easements Any other task not specifically included in the scope Water model for CVWD Asphalt surfacing of the multi use trails Construction staging plans for Jefferson, Avenue 52 and Avenue 54 Exhibit B Schedule of Compensation Payment shall be on a "Fixed Fee" basis in accordance with the Consultant's Schedule of Compensation attached herewith for the work tasks performed in conformance with Section 2.2 of the Agreement. Total compensation for all work under this contract shall not exceed Six Hundred Two Thousand Two Hundred Dollars ($602,200.00) except as specified in Section 1.6 - Additional Services of the Agreement. The contract sum includes: Project Design Budget: $587,200.00 Reimbursable Budget: $ 15,000.00 Total Contract Amount: $602,200.00 RBF Consulting is pleased to submit the following Cost Proposal to provide consultant design services for the SilverRock Resort Phase II Improvements for the City of La Quinta. TASK DESCRIPTION FEE 1 Project Management, Coordination & Quality Control $ 32,200 2 Coordination with On -site Developers $ 28,000 3 Utility Coordination $ 13,400 4 Design Survey $ 9,900 5 Utility Potholing $ 15,000 6 Roadway Geometrics $ 8,400 7 Hydrology Study $ 7,000 8 Street Improvement Plans $ 70,000 9 Drainage Plans $ 9,000 10 Design Cross Sections $ 27,000 11 Signing and Striping Plans $ 22,400 12 Traffic Signal Plans $ 7,000 13 Bridge Plans 13.1 Bridge General Plans $ 25,500 13.2 Geotechnical Investigation and Report $ 40,100 13.3 Final Bridge Design/Plans $ 89,500 13.4 Bridge Quantities and Construction Estimate $ 12,600 13.5 Special Provisions $ 9,500 14 Water Improvement Plans $ 40,500 15 Sewer Improvement Plans $ 45,000 16 Irrigation Lateral Relocation Plan $ 18,000 17 Dry Utility Plans $ 20,000 18 Cost Estimate $ 9,200 19 Specifications and Bid Document $ 8,400 20 Construction Assistance 20.1 Assistance During Bidding $ 4,200 20.2 Construction RFI's and Submital Reviews $ 10,400 20.3 Prepare Record Drawings $ 5,000 Project Total $ 587,200 Estimated Reimbursable Budget $15,000 Exhibit C Schedule of Performance Consultant's Project Schedule is attached and made a part of this agreement. Consultant shall complete the services presented within the scope of work contained within Exhibit "A" in accordance with the attached project schedule. eat3suLrlrtc 9 45 48 59 60 SILVERROCK PHASE II IMPROVEMENTS CITY OF LA QUINTA Task Name ! Duration Start Finish Consultant Selection Process 10 days Mon 7I17/06 Fri 7I28/06 City Council Approval of PSA I day Tue 811106 Toe 811106 Notice to Proceed 1 day Wed 812106 Wed 8/2/06 Project Coordination 340 days Thu 8/3106 Wed 11/21/07 DESIGN PHASE 317 days Wed 8/2106 Thu 10/18/07 Design Surveys 5 days Thu 8/3/06 Wed 8/9/06 Roadway Geometries 5 wks Thu 8/3/06 Wed 9/6/06 Roadway Geometn, Review Meeting I day Thu 9/7/06 Thu 9/7/06 Roadwav Plans 150 days Fri 9/8/06 Thu 4/5/07 Bridge Plans _ - 178 days Mon 8/7/06 Wed 4/11/07 Sewer Main - - - 115 days Fri 10/13/06 Thu 3/22/07 Water Main _- - 115 days Fri 10/13/06 Thu 3/22/07 Dry Utilities 202 days Wed 8/2/06 Thu 5/10/07 Perimeter Fencing 10 wks Fri 2116/07 Thu 4/26/07 CVWDBOR Coordination ',. 32 wks Thu 2/22/07 Wed 10/3/07 City Authorizes Advertisement I day.: Thu 10/19/07 Thu 10/18/07 CONSTRUCTION PHASE 403 days Fri 10/19/07 Tue 515/09 Project Advertisement 45 days Fri 10/19/07 Thu 12/20/07 Bid Opening I day Fri 12/21/07 Fri 12/21/07 Cite Review of Bids 15 days Mon 12/24/07 Fri 1/I1/08 Award of Contract -- I day Tue 1115108 Tue I/15108 Sign Contracts & Mob 15 days Wed 1/16/08 Tue 2/5/08 Construction Phase II - 290 days - Wed 2/6/08 Tue 3/17109 Rough Grading 35 days Wed 2/6/08 Tue 3125108 Sewer Installation 50 days Wed 3/26/08 Tue 6/3/08 Dry Utility Installation 70 days Wed 5128/08 Tue 9/2/08 Fine Grading 15 days Wed 9/3/08 Tue 9/23108 Curb & Gutter 25 days Wed 9/24/08 Tue 10/28/08 Water Main Installation 50 days Wed 10/29/08 Tue 1/6/09 Bridge Construction 7 mores Wed 4/16/08 Tue 10/28/08'. Aggregate Base & Paving 40 days Wed 1/7/09 Tue 3/3/09 Signal Construction 40 wks Wed 315/08 Tue 12/9108 Signing, Striping & Clean up - 10 days Wed 3/4/09 Tue 3/17/09 Project Close Out/Ac-prance - 45 days Wed 314/09 Tue 5/5/09 Page 1 11/21 lolls as NEW 4111 3122 3122 MENEW 5/lo 4126 4614/18 OH 613 Exhibit D Special Requirements None. PROJECT: CONSULTANT: cewyl aF.f& Quiarry PROFESSIONAL SERVICES AGREEMENT AMENDMENT NO. 1 SilverRock Resort, Phase II Civil Engineering Services RBF Consulting 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 original Contract. *kk***k*********************************************k**kkk**************************************** DESCRIPTION OF CHANGE Provide additional civil engineering and technical services in support of SilverRock Resort Phase H Improvements. *******************************k***k**k**k************************k***********k*kk**************** Previous Contract Amount $602,200 Amendment No. 1 $942,950 Revised Contract Tot al $1,545,150 *kkk************************************k*k*kkk**k**kkk*kkkkkkkkkk**kk**kkkk********************** Submitted Approved Dys/ We, the undersigned Consultant, havegiven careful consideration to the changeproposed 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. -1 Accepted Title: Date: 0/ O PSA9604 Ldm 4 la Qu&rcv PROFESSIONAL SERVICES AGREEMENT AMENDMENT NO. 2 PROJECT: SilverRock Resort, Phase II Civil Engineering Services CONSULTANT: RBF Consulting 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 original Contract. .::...r*�+����++:�:����,::«.•*.+�.����„��+���:���.x*rem,r������+���������x�•.rr.:+���..��«�+����x+��� DESCRIPTION OF CHANGE Provide additional civil engineering services related to roadway and infrastructure design in support of SilverRock Resort Phase H Improvements. Submitted Approved By: Previous Contract Amount $602,200 Amendment No. 1 $942,950 Amendment No. 2 $27,100 Revised Contract Total $1,572,250 1-� L 1 t/ O We, the undersigned Consultant, havegiven 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 Date: %l2`110-1 PSA9604Ldm PROFESSIONAL SERVICES AGREEMENT i AMENDMENT NO.3 PROJECT: SilverRock Resort, Phase II Civil Engineering Services CONSULTANT: RBF Consulting Pursuant to the termsof 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 original Contract. a��«+�x��xxx:t�xx:}+xx�***:t•+���x+��+:rx�++xx��xx x**:t:t**x+�++��+��+xx��+x�:t::tx*+��x�+x:r�x��xxxxx:�+xx DESCRIPTION Off' CHANGE Provide additional civil engineering services related to roadway and infrastructure design in support of SilverRock Resort Phase II Improvements. Previous Contract Amount $602,200 Amendment No. 1 $942,950 Amendment No. 2 $27,100 Amendment No. 3 $53,100 Revised Contract Total $1,625,350 Submitted Approved ���xa:t:taa♦:r*,to-+�#���xa�rx:t:t���xx�r��++�:t�+xx�:t��«r��+xx�xa:t�e��+a+����xa:t�xra:r�x:txa:t����rr��+��axa�• We, the undersigned (Consultant, havegiven careful consideration to the changeproposed and hereby agree, if thisproposal 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 q Consultant: �F'"/y �K� � IV �� Date: PSA9w41.dm I PROJECT: CONSULTANT: `�-�r aFlw4�w PROFESSIONAL SERVICES AGREEMENT AMENDMENT NO.4 SilverRock Resort, Phase II Civil Engineering Services RBF Consulting 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 original Contract. •�.axe,t**,t**�.���a:t*x,te*��aax�a�r*,t***��ax�***���«sr�����*r:t�.�,rtr�a*a**�a*•**.***�«r�**s:�«*rarx. DESCRIPTION OF CHANGE Provide additional civil engineering services related to structural engineering design for site retaining walls at the SilverRock Resort Clubhouse. xxxaaaaaaaxxxxxaaaaaaaaaxaeaaaaaaaaaaaaeeaaaaaxxaaaaaaaaeaaeaxxxeaaaaxeaaaaeaaaaxaaaaaxeaaaxxxaaaa aaaaaaxeeeaaaaaaaaa Submitted Approved By. Previous Contract Amount $602,200 Amendment No. 1 $942,950 Amendment No. 2 $27,100 Amendment No. 3 $53,100 Amendment No. 4 $15,000 Revised Contract Total $1,640,350 aaaexaaaeaaaxaaaaaaaxaaaaaaxeaaaaxxeaaaxxxaaaxxxaaaaaaaaa aaaaxxaaaaaaaaaxxaeaaaaaxxxeaaaaaaaaaxxaxaaaaaaeaaaaxxaaaaaaeeaaaaaxaaaaxxeaaxxaaaxxaaaaxeeaaaaaax 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 By: LJ7/�IGtC/f Title:�;Z. Vjee-, �r:'eo Consultant: W61' � =d�7 Date: 60/of PSA96041.dw �L: MEMORANDUM To: Debbie Powell, City of La. Quinta From: Brad Donais, RBF Consulting Date: 2/25/09 Subject: Site Retaining Walls for SilverRock Clubhouse, La Quinta Structural Engineering Design - Scope of Services and Fee JN 20100784.001 As requested, please find the detailed scope of work and fess for the design of site retaining walls for this project. The total fee ($15,000) is itemized for each of the tasks noted below: Description of Project: The reference drawings used for this proposal is a colored exhibit provided by Project Dimensions showing the site plan and various walls. The retaining walls shown in Yellow, indicated as HAS walls are the subject of this proposal. It is understood by that the Landscape Architect (HAS) will provide information related to the wall finishes, handrail types, colors and locations. The proposed design indicates the walls will be constructed of concrete masonry units (CMU) and retain up to 10 ft. of earth with screen walls and fences above. Additionally structural details for concrete stairs on grade, fountain base, event lawn feature, and the small trellis over the entry to cart staging are included. RBF will prepare the structural design drawings and supporting calculations for the proposed retaining walls by performing the following tasks: Task 1. Structural Plans and Details RBF structural engineers will prepare drafted (AutoCad) structural sections and details for the design of the retaining walls, fences and handrails. Elevations related to Top of footing, Top of wall, and finish grades will be provided on the Civil Engineering drawings. The anticipated structural drawings for this project prepared by RBF will include: S-1 General Structural Notes and Typical Structural Details S-2 Wall Sections No. 1 S-3 Wall Sections No 2 and Miscellaneous Details Fee: $ 8,500. Task 2. Structural Calculations RBF structural engineers will prepare calculations for the design of retaining walls based on the recommendations and design parameters in the Project Geotechnical Report (provided by the Client) and the requirements of the 2007 California Building Code. The calculations will be in 8 % x H:\PDATA\20100784\Admin\contract\AWR Structura REV 022509.doc 11 format suitable for plan check review by the Building Department. RBF will respond to comments by the plan checker. Fee: $ 4,500. Task 3. Coordination with Design Team RBF will coordinate the structural design with the landscape architect, geotechnical engineer, and RBF project civil engineer regarding the design of the walls. Conference calls and project meeting attendance is included in this task with a budget of 12 hours. Fee: $.1,500. Task 4. Structural Specifications: It is our understanding that the Architect for the Project will be preparing specifications for the materials used for the retaining walls. RBF will review the sections of the Project Specifications as they relate to the materials and construction of the retaining walls, and provide relined comments to the Architect for editing the specifications. We understand Quantities and Construction Cost Estimates are not required for this project. Specific material requirements will be in the form of notes on the structural drawing (S-1) prepared by RBF. Fee: $ 500. Exclusions: This proposal is limited to the structural engineering design of the project and does not address work related to other engineering disciplines, nor does it address the work that may be required during construction of the project. Work related to the following items are specifically excluded under this scope of work: 1. Electrical, lighting and architectural requirements. 2. Review of submittals by the Contractor during the construction of the work (i.e. concrete mix designs, pole designs, reinforcing steel shop drawings, products, etc.) 3. Site Visits to review work during construction. 4. Cost Estimates and Quantity Calculations Allowance for reproduction should be added as reimbursable costs and is not included in this proposal.. H:\PDATA\20100784\Admin\contract\AWR Structura REV_022509.doc PROJECT: CONSULTANT 1-- 4 64zo QuiAral; PROFESSIONAL SERVICES AGREEMENT AMENDMENT NO. 5 SilverRock Resort, Phase II Civil Engineering Services RBF Consulting 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 original Contract. DESCRIPTION OF CHANGE Provide additional civil engineering services related to evaluation and preparation of cost estimates for the proposed parallel relocation of the All American Canal through the SilverRock Resort property. Previous Contract Amount $602,200 Amendment No. 1 $942,950 Amendment No. 2 $27,100 Amendment No. 3 $53,100 Amendment No. 4 $15,000 Amendment No. 5 $8,300 Revised Contract Total $1,648,650.00 Submitted Approved We, the undersigned Consultant, havegiven careful consideration to the change proposed and hereby agree, if thisproposal 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 By:, Title: V �cb i /t8 /to PSA96041.doc P.O. Box 150,1 78-495 CALLIF IANT PICO LA 4>ui�'rn, C..V.1F0RN A 92253 September 15, 2010 Brad Donais, P.E., Project Manager RBF Consulting 74-130 Country Club Drive, Suite 201 Palm Desert, CA 92660-1655 Re: Professional Services Contract Time Extension Dear Brad: (7G0) 7 7 7 - 7 0 0 0 FAX (760) 777-7101 RBF Consulting and the La Quinta Redevelopment Agency entered into a Professional Services Agreement on August 16, 2006, for SilverRock Resort infrastructure engineering services. The agreement has been amended five times to increase the scope of services. However, the original Schedule of Performance has an ending date of May 2009, which was never amended to accommodate the increased scope of services. By execution of this letter, I hereby give my consent to extend the Schedule of Performance completion date to December 2012. If you have any questions, please contact Doug Evans, Assistant City Manager - Development Services, at (760) 777-7031 . Sincerely, Thomas P. Genovese Executive Director TPG/Ijl PROJECT: CONSULTANT: �^at °% XrvQulNfw PROFESSIONAL SERVICES AGREEMENT AMENDMENT NO.6 SilverRock Resort, Phase II Civil Engineering Services RBF Consulting x«xxxxxxxx!!««xxx«xxxxxxxxxxx«xxxxxxxxxxxxxxxxx«xx«x*«lxxx«««««««xx««#«««««««««««««««««««« 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 original Contract. «««««««««««««««««««««««««««««««««««««««««««««««««««««««««««««««««x«««««««««««««««««««««««««««««««« DESCRIPTION OF CHANGE Provide additional civil engineering services related to providing an engineering scope and list of construction activities associated with three alignment options for the Coachella Irrigation Canal, per attached. Previous Contract Amount $602,200 Amendment No. 1 $942,950 Amendment No. 2 $27,100 Amendment No. 3 $53,100 Amendment No. 4 $15,000 Amendment No. 5 $8,300 Amendment No. 6 $13,560 Revised Contract Total $1,662,210.00 ***#x*##!#!##xx#*##**#*!#!!*****x*x#**!!*!***x*****xx**x#!!*!***x*xx**«**x*!!**********x*xxx*«#**# We, the undersigned Consultant, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we willprovide 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. Accepte ant: ��'3F ��+5 {�� w Date: 511t.11( PSA96041.doc PROFESSIONAL SERVICES AGREEMENT: SilverRock Resort, Phase H Civil Engineering Services CONSULTANT: RBF Consulting PROFESSIONAL SERVICES AGREEMENT AMENDMENT NO.7 #stissrt#wt4ts•w*wrtsiswwssttw+rpw*sit*+ts*rtwssistw+ssl+s#s##r»sws*++rwrr!#st« Pursuant to the terms of the original Professional Services Agreement, you are hereby directed to make the herein described changes or do the following described work not included. in the original scope of work and fee schedule for this Agreement. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the Agreement. tri#i##wi#i4iri*t«#wiii#ii#4+#!»«#i4wt*sit#t!F*iitttt#t#»!«tti++444#*rs##«**!! DESCRIPTION OF CHANGE This contract amendment authorizes RBR Consulting to prepare plans for the repair of the Silverrock golf course for the parallel canal construction activities and for the pipeline mlocation/canal removal golf course remodeling. The work will be paid for by reallocating funds from existing tasks. This contract amendment will also extend the Schedule of Performance completion date to December 31, 2014. RBF's additional work requests outlining the approved scope of work and fee, dated December 11, 2012, and February 1, 2013 are attached and made part of this contract amendment. s«*wss#+»«*s»4*t+ww*siwl++s»##tissssis•*w*#rtrt4sitst#sw»#s*sssss««*s*swrtss«*tt* Previous Contract Amount Through Contract Amendment No. 6 $k,64905d90— $1, 662 , 21 Add this Amendment $ 0.00 Revised Contract Total , , 1, 6 6 2 , 210.00 The contract completion date will be extended to December 31, 2014 by this contract amendment. ###sss#sw#i«tsss*wws l� l� 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 abov ereby accept as full payment the amount shown above. Accepted By; _ Title: Consultant: Date: 2 / ! Z / 2013 MEMORANDUM To: Tim Jonasson, City of La Quinta I JN: 130583, 20-100784 From: Brad Donais, RBF Consulting Date: February 1, 2013 Subject: Budget Reallocation for the RBF Proposal for Golf Course Repair Activities for the Parallel Canal and Pipeline Relocation on the SilverRock for the City of La Quinta The following attached sheet is a companion sheet for the proposal submitted on 12/11/12 by RBF for design efforts requested by City Staff as it relates to the preparation of plans for the repair of the golf course for the parallel canal construction activities as well as the pipeline relocation/canal removal golf course remodeling. The below is an accounting of the RBF proposed reallocation of the prior authorized funding for different phases of the project. Since only one of the two primary scope options listed below will be authorized, reallocation of funds from existing identified tasks may be repeated under each scope. The maximum total Reallocation Amount from the RBF Obligation for either of the two task order items will be $114,200.00 (which includes a 20% contingency), plus $4,000.00 in reimbursable costs for a total of $118,200.00. N C b0 O O O O O O O O O O O O O O O O O O O O O O O y � O � O O O •+ (`1 O O O O O O O O O O C P° N N .�. a 6 PC o 0 0 00 o 0 g t- 0 0 o o l7 V O O O N O O O O O O 'L7 V oO Vl yg bq 6t9 6N9 D\ O Q � � 2 fA b9 69 fA 5q 644 69 V3 603 O ' N O O O O O O O O O O O C O O O O O O O O O O O O O O O M N O o0 N N N a u a O F' C C C q C G C C C C C p C N V N V N V V V V V N V N V V N N N V N N G) V N N N V N O O O O O O O O O O O O O O a L Y L 4 L L L L Y Y {w L L L E E E E E E & E E A E E E fn Y o fA Y N Y o Vi Y V1 Y Vl Y N Y V� 0 VJ Y V� 0 Vl Y N L V1 Y Vi Y a o a a ❑ ❑ o ❑ O O C O C O C O O O O O O C O U U U U U U U U U U U U U U w w w w w w w w w w w w w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 o 0 o c o c o O o 0 o c o c o C d00 7 Oo0 l� W a b N O p T aL fPf 69 69 V3 69 69 6q 69 d9 Gq - yq 5q a 't1 C C y Q CO O p C C C > O 3 0 Y G C O N Q N 0 0 O ? O E Q V U O C p fl C C O E O. e U UCH ` a W E ca O tC C y U .v O ^R Q C ttl p N E j N m e 3 - > � C m a d O ° O O W UCd — •> C c o m a a •� � y d 'a •y c� m �' v H a au U m cea a o° u w O O O O O O O O O O b0 PCa« O O C O r N V vNi 7 1 V) 0 0 0 «« o 0 0 0 0 0 0 0 0 v 0 0 0 0 0 0 o yi V N 7 rD O bq = 00 N N M M N coW 00 x(09 6 (0� Go� S.) 6s 64 o 0 0 0 0 0 0 0 0 o O u Q o o O o O o 0 0 0 0 0 p w« « 'q N O O CS O O O O O O C p y-4I O O CD O O O o CDO CD O C .� 00 N .-. n Vt b [� Vt N N u �i 44, 'O p 00 14 lzi kr C N Oo C p p E Ci y.pa 00 V A u ow � pow a1dVF.. 12 .sip . O C C C C C C C C q C O E E E E E E E E E E E- d N N N N N N u u N u u m Q Q Q E E E E E E E E E E E Y Y Y L Y Y Y L L Y L C C C 7 7 7 O 7 7 C C O O O O O O C O O O O U U U U U U U U U U U C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 D iSl r 00 N ," N M M N 0 7 b9 fA b9 6q 69 a 3 a o� 0 ao ' C ca a o o po o E a bo r E Ca 0 o o o c 6 buq C3 m .Q v U m 'R :. N y bo ° T o ao ; eo C P R W C C L y .0 C F U PL � w aE. 0 U C6 cq a. U a a. U w C7 9 P.O. Box 1504 78-495 CAI.I.F. TAMPICO LA QU•INTA, CALIFORNIA 92253 August 25, 2008 Brad Donais, P.E., Project Manager RBF Consulting 74-130. Country Club Drive, Suite 201 Palm Desert, CA 92660-1655 RE: ADDITIONAL SERVICES REQUEST PHASE I ENVIRONMENTAL SITE ASSESMENT SilverRock RESORT PHASE II DEVELOPMENT LA QUINTA, CALIFORNIA Dear Brad: (760) 777-7000 FAX (760) 777-7101 This correspondence shall serve as authorization by the RDA for RBF Consulting to proceed with the preparation of the Phase I Environmental Site Assessment Scope of Work, as outlined in your proposal dated August 7, 2008, in the amount of $5,800. As committed by RBF Consulting, this document will be completed for the RDA's review, no later than August 29, 2008. These services shall be invoiced by RBF Engineering as a "contingency" line item of your contract. Sincerel Douglas . Evans Assistant City Manager — Development Services DRE/Ijl cc: Rob Jones, Golf Dimensions P.O. Box 1504 78-495 CALLE TAMPICO LA QUINTA, CALIFORNIA 92253 September 18, 2008 Brad Donais RBF Consulting 74- 130 Country Club Drive, Suite 201 Palm Desert, CA 92660-1655 REL ADDITIONAL SERVICES REQUEST CLUBHOUSE REFERENCE STAKING SilverRock RESORT PHASE II DEVELOPMENT LA QUINTA, CALIFORNIA Dear Brad: (760) 7 77-7 000 FAX (760) 777-7101 This correspondence shall serve as authorization by the. RDA for RBF Consulting to proceed with Clubhouse Reference Staking Scope of Work, as outlined in your proposal dated September 18, 2008. in the amount of $2,100. As committed by RBF Consulting, these services will be completed no later than September 26, 2008. These services shall be invoiced by RBF Engineering as a Clubhouse "contingency" line item of your contract. Sincerely, Dougla';� s R. E ans Assistant City Manager — Development Services DE/Ijl cc: Rob Jones, Golf Dimensions MEMORANDUM To: Rob Jones, Golf Dimensions From: Brad Donais, RBF Consu ing Date: 9/18/08 Subject: Clubhouse Staking Proposal Rob: JN 20100784.002 As requested, the following is a proposal clubhouse staking as requested' by Golf Dimension and the City to show locations of the proposed curb along SilverRock Way in the area of the Clubhouse, as well as points at,the corners of the clubhouse, lake, parking and cart path as shown in the attached exhibit. Clubhouse Staking — Non Construction Stakes RBF shall provide one (1) set of line stakes to show the location of the curb and two entrances along the frontage of the clubhouse site for use by other consultants and City Staff (anticipate 12 stakes). In addition, RBF will place 42 stakes showing the location of the clubhouse corners (4 locations), lake outline and miscellaneous features as outlined in the attached exhibit. RBF will require 48 hours notice to provide the staking. Fee - $2,100 H:\PDATA\20100784\Admin\contract\AWR Proposal Staking 091808.doc P.O. Box 1504 78-495 CALLE TAMPICO LA QUINTA, CALIFORNIA 92253 October_30, 2008 Mr. Brad Donais, .P. E., Project Manager RBF Consulting 74-130 Country Club Drive, Suite 201 Palm Desert, CA 92660-1655 Re: Additional Services Request Canal Relocation Options Analysis SilverRo.ck Resort Phase II Development Dear. Brad: �. �I, ! r r (760) 777-7000 FAX (760) 777-7101 This correspondence shall serve as authorization by the La Quinta Redevelopment Agency for RBF Consulting to conduct the Canal Relocation Options Analysis scope of work as outlined in your proposal dated October 2, 2008 in the amount of $8,800. As committed by RBF Consulting, these services will be completed no later than October 31, 2008. These services shall be invoiced by RBF Consulting 'as a Clubhouse Contingency line item of your contract. Sincerely, Douglas R. Evans Assistant City Manager - Development Services cc: Rob Jones, Golf Dimensions MEMORANDUM To: Rob Jones, Golf Dimensions JN 20100784.001 From: Brad Donais, RBF Consulting Date: 10/02/08 Subject: Canal Relocation Options Analysis — Revised Scope e As requested, the following is a proposal to provide the City with preferred options for under grounding the existing Coachella Irrigation Canal within the SilverRock Resort Site. The analysis will look at the CVWD general proposed alignments while analyzing the potential impact to the proposed resort and golf course development. Canal Relocation Options Analysis RBF shall review the proposed CVWD plan to relocate and potentially replace the existing open channel irrigation canal. RBF will look at both the horizontal and vertical conflicts of routing a 96" concrete pipe from the canal crossing at Jefferson Street to a connection point with the existing irrigation canal west of the SilverRock Maintenance yard located along Avenue 54. RBF will use the proposed grading contours developed by Jacobson Hardy Golf, the proposed street and sewer plan prepared by RBF and the current land use exhibits to review potential conflicts associated with locating a 96" RCP within the golf resort area. RBF will review the three proposed alignment corridors as discussed in a conference call on 9/29/08, see attached exhibit of Options A, B & C, to determine the best alignment within each corridor. This preliminary_ review will include identification of potential conflicts with utilities, golf features and street crossings. After City Staff review, RBF will develop preliminary alignments and profiles depicting the two alignments through the site. The general plan view location of the alignments will be determined by the RDA prior to final analysis. RBF anticipates one option to run within the Avenue 54 roadway section and one option to the west of the existing golf maintenance facility. The length of the analysis will be approximately 5,100 lineal feet. RBF will deliver to the RDA, preliminary plan and profile sheets showing the vertical and horizontal location of the proposed pipe line as well as conflicts with existing and proposed utilities. The alignment options, which are shown graphically on the attached exhibit, are as follows: Option A — Adjacent to Jefferson Street and Avenue 54 — will look at locating within the parkway or west of the parkway along Jefferson and within roadway or parkway areas along Avenue 54. Option B — Locating the pipe line within the golf course area, avoiding tee, greens and water as much as possible. Along Avenue 54 the line will be either within the roadway section or parkway area. Option C - Same as Option B with the exception of locating the line to the west of the maintenance building. Fee - $8,800 H:\PDATA\20100784\Admin\contract\AWR Proposal Canal Relocation 100208R.doc J SILVERROCK RESORT CVWD CANAL RELOCATION OPTIONS RBF PROPOSAL EXHIBIT 1012108 LEGEND STUDY OPTION A STUDY OPTION B - o-- STUDY OPTION C i I � i Jib P.O. Box 1504 78-495 CALLE TAMPICO LA QUINTA, CALIFORNIA 92253 November 17, 2008 Brad Donais RBF Consulting 74- 130 Country Club Drive, Suite 201 Palm Desert, CA 92660-1655 REL ADDITIONAL SERVICES REQUEST CANAL RELOCATION OPTIONS ANALYSIS SilverRock RESORT PHASE II DEVELOPMENT LA QUINTA, CALIFORNIA Dear Brad: (760) 777-7000 FAX (760) 777-7101 This correspondence shall serve as authorization by the RDA for RBF Consulting to proceed with the Canal Relocation Options Analysis Scope of Work, as outlined in your proposal dated October 2, 2008 in the amount of $8,800. As committed by RBF Consulting, these services will be completed no later than October 31, 2008. These services shall be invoiced by RBF Engineering as a clubhouse "contingency" line item of your contract. Since44vansC l Douglas Assistant City Manager — Development Services P.O. Box 1504 78-495 CALLE TAMPICO LA QUINTA, C.ALIFORNIA 92253 January 16, 2009 Brad Donais, P.E., Project Manager RBF Consulting 74-130 Country Club Drive, Suite 201 Palm Desert, CA 92660-1655 RE: ADDITIONAL SERVICES REQUEST LEGAL DESCRIPTIONS FOR BOR EASEMENT ISSUES SilverRock RESORT PHASE II DEVELOPMENT LA QUINTA, CALIFORNIA Dear Brad: (760) 777-7000 FAX (760) 777-7101 This correspondence shall serve as authorization by the RDA for RBF Consulting to proceed with the preparation of the additional legal descriptions for. BOR easement issues, Scope of Work, as outlined in your revised proposal dated December 19, 2008, in the amount of $1 1,000. These services shall be invoiced by RBF Engineering as a "Clubhouse Contingency" line item of your contract. Sincerely Douglas R. Evans Assistant City Manager — Development Services DRE/Ijl cc: Rob Jones, Golf Dimensions vi / e/e elt a •�/e g � i P.O. Box 1504 78-495 CALLE TAMPICO LA QUINTA, CALIFORNIA 92253 October 5, 2009 Mr. Brad Donais, P. E., Project Manager RBF Consulting 74-130 Country Club Drive, Suite 201 Palm Desert, CA 92660-1655 Re: Additional Services Request Canal Relocation Coordination and Exhibit Preparation SilverRock Resort Phase II Development Dear Brad: (760) 7 7 7 - 7 0 0 0 FAX (760) 777-7101 This correspondence shall serve as authorization by the La Quinta Redevelopment Agency for RBF Consulting to conduct the Canal Relocation Coordination and Exhibit Preparation scope of work as outlined in your proposal dated June 30, 2009 in the amount of 0,715. These services shall be invoiced by RBF Consulting as a Contingency line item of' your contract for Infrastructure Improvements. Sincerely; Ao� — Douglas R. Evans Assistant City Manager — Development Services DRE/Ijl MEMORANDUM To: Doug Evans,: City of La Quinta Debbie Powell, City of La Quinta From: Brad Donais, RBF Consulting Date: June 30, 2009 JN 20100784.001 Subject: Proposal for Canal Relocation Coordination, Meeting Attendance and Exhibits The following is a proposal for time and material as requested by staff for meeting attendance, coordination and exhibit preparation for the proposed relocation of the Coachella Irrigation Canal. I propose to use the remaining contingency from the infrastructure improvements task ($6,715). Project Management, Coordination & Preparation of Exhibits (Additional Fees) $6,715 RBF to attend as requested by Staff, City and -CVWD meeting relating to the discussion of the relocation of the Coachella Canal and associated facilities. RBF has allotted 40 hours of time for meeting attendance, research, coordination and preparation of exhibits at the request of City staff relating to land issues, review of CVWD designs or additional reports, attendance at'meeting and assistance with Staff Reports and Exhibits. RBF to notify City on anticipated number of hours to be spend per request prior to initiating the assistance or meeting attendance. CADocuments and Settings\dpowell\Local Settings\Temporary Internet Files\OLKEWWR Canal Meeting and Exhibits_063009.doc City` rRockReso CONTRACT SCHEDULE OF VALUES SilverRack Resort, Phase 2 Prepared by Golf Dimensions 6/2312009 3:07 PM Sit erRock Resort, CONTRACT SCHEDULE OF VALUES inta SilverRock Resort, Phase 2 Prepared by Golf Dimensions Prior Total Current +.Total Value i Remaining °!o invoices invoice Completed Balance Complete' 6/26/2009 Inv.90 00352 Inv.9050353 ...._ $ ......... ........................._ ... _.............. ........ ......_.. ..... .... _...... ._..................... .... ........_....... _..............._......_...... - .......... .26,500 0 -... -. 68,500 0% ..........................__.._... _.._.................... ..............................................-......._-._..........._.._....._...._7 ,000.._..................---olio ...................._.__-_..................__..............................._. .. _ .. .... 4,000 0% $ ........ ..................-........_ ............_................... -......_.._.:........-----.._..__.._...__......__....._..._......._..__ 8,500 0% 5,500. 0 0 .... ... ........ ........ ... .......... .............. ............ ................................................................................... .... -... ............:_ 16,000......................... .... ...... _.... ...__.. �.... $ 27 450 00 - 27,450 00 - -_ - 33,550 _. $....._._....--..._:_._.... _...__............. ............... __._....__... ..... __... ... ..........._..___45% $ ...... ...._...:._......... ...... ._._._3,500............ 30,500 .......... _....... ...... —. 0% $ ..._...._...... _.._........ ........:.......... 11,800.00 ......... ._.................. .............. ............................... ........... ....... ...... ................................_.........._ _...._........................................_............__........... 11,800.00 .._..._........ _.._......... ..._........._.__._............ .... ......._._.................... --...._..... 1. $ 7,100.00 7,100.00 . 100/ 100% $ 5,4..... .... _......... _........_...._...._..................................-.___.................................................--..--- 5,400.00 100% ....... _.... _. _.. _...... .. _............ 2,900 13,200 .......... ......_.........................._.... ___._....._..... ... ............. ........... _........ ..._...._._._.._........._.........._._..._.._...... ............................................................. _................................_..........................._.....10 600... $ 3,500.00 ......................................:..............._......._................................---......._.......__.-..........._................._.. 3,500.00 .......... - ..... ....... 100% $ 842;159.60 2,259.81 844,419.41 745,931 53/ ..... ........... ._... _........_ ..._....._.._......._......... ......... ......... _..... _.... _...................................... ....... . ...................__.... -........._........._........................................_................. ................ _.................. ........ .................................. .. ....... .... ... ,.._..... ......... .... .................. ............. ..._._...... .......... ....................... ................ ........__...... -..... ,..... ............._....._...._..._.. ..... ....................... ............ ....................._. _._._. ...................................... ._.............._... _. _$................_395.90_ $ 462.89 ......._._.._.._........_-- ... ........ _ _._...._395.90......_._ 462.89 ._._._.._........--.--...._.._......_...... --- $ 15,000.00 ......... ......_..... ....... ..... --................... ................. 15,000.00 ................. ............. ............ ............ _.._.............. ................... ......_.............. 100 /o ... ....... ... ....... .._...........__......_:.__.._ ................................. _......... _._...... . ....... .............. I ................. ..._ ... ......... --.................. _... _ ...................... 437.28_...._.._._...._.._437.26....--_._...__3,062.72.............._....._ ........... _... _..._........... _........ ................ ._._..__......_._._................. ..........._ ....._...... _.._.._........... ........... -._........... _.......... _...... .._......... _. ................. .._.....__. 12% �... . 1.r.542.74 ............324.84.._._...._._ 1,867.58... ____._ _.__...._572.42......._._.__.._...77%. .5..... _..... 4,1.37.01....._..........._ ................. ._..... ....... _.......4.,137.01._ ...._.__.........._._757.99 85%a. .......... _.......... ._......_. ..... _,........ I ........................ ......_.... ....... ............ ......... .... a ......_....._.......--_.. ..... ....... .........._..,661,82......._...._._......_......._......_... ....... ............. ._...... ............ .... .__._..................... .._.................. .... ..... ... ._..................._. _...... ..-........_......,._.__...._....- ... .._.... ...... ............... I....l..,._..__.. . _ .1,66182._ _-__........_._ ............. .......... ..................... __.._._.._.. 1,683.18.. ._........... .................. ....... ._._... 50% ... .._.._ .__._... ._,. ..... ............... ... ......... ..._ 51900.... 0% ..........._..........._7 ............. ......... ......_......................... ..... .......... ........... .......... ._. _ ..._.. ..... ......__ ._._....__....._......: .................................................................._........................_....... .4,644.00..........__._._...___0% ......._..._.__ 339.00..............__...._...._0%a $ . 231200:36 $ _-762.12 =23,962.48'r$ , 11,896.31 68% $ 865;359.96 $ 3,021.93 868,381.89 $ '- 757,826.90 53% This I e Paymeeque t is for work pe nned in accordance with the terms of this Agreement Brad Donais, Project anager 6123/2009 3:07 PM