Loading...
2008 RBF Consulting/Development ReviewPROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT FOR CONTRACT SERVICES (the "Agreement") is made and entered into by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and RBF Consulting ("Consultant"). The parties hereto agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant shall provide those services related to Development Review & Condition Writing Services, 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 applicable ordinances, resolutions, statutes, rules, regulations and laws of the City of La Quinta and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the services required by this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Consultant warrants that (a) it has thoroughly investigated and considered the work to be performed, (b) it has investigated the site of the work and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the work should be performed, and (d) it fully understands the facilities, difficulties and restrictions attending performance of the work under this Agreement. Should Consultant discover any latent or unknown conditions materially differing from those inherent in the work or as represented by City, Consultant shall immediately inform City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). `,4 1.5 Care of Work and Standard of Work. a. Care of Work. Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work performed by Consultant, and the equipment, materials, papers and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. The performance of services by Consultant shall not relieve Consultant from any obligation to correct any incomplete, inaccurate or defective work at no further cost to City, when such inaccuracies are due to the negligence of Consultant. b. Standard of Work. Consultant acknowledges and understands that the services and work contracted for under this Agreement require specialized skills and abilities and that, consistent with this understanding, Consultant's services and work will be held to generally accepted standards of quality and workmanship. Consistent with Section 1.4 hereinabove, Consultant represents to City that it holds the necessary skills and abilities to satisfy such standards of work as set forth in this Agreement. 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 City Council. 1.7 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in Exhibit "D" (the "Special Requirements"). In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Consultant shall be compensated in accordance with Exhibit "B" (the "Schedule of Compensation") in a total amount not to exceed Twenty -Five Thousand Dollars ($25,000.00) (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. Consultant shall not be compensated for travel time to and from the work site(s). 2.2 Method of Payment. Any month in which Consultant wishes to receive payment, Consultant shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the services provided, including time and materials, and (2) specify each staff member who has provided services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Consultant specifying that the payment requested is for work performed in accordance with the terms of this Agreement. City will pay Consultant for all expenses stated thereon which are approved by City pursuant to this Agreement no later than thirty (30) days after invoices are received by the City's Finance Department. 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") subject to adherence to sound professional practices and procedures. Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer. 3.3 Force Majeure. The time period specified in the Schedule of Performance for performance of the services rehdered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Consultant, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Consultant shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the forced delay when and if in his or her judgment such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. 3.4 Term. The term of this agreement shall commence on June 16, 2008 and terminate on June 30, 2009 (initial term). This agreement may be extended for two (2) additional year(s) upon mutual agreement by both parties (extended 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. It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. The foregoing principals may not be changed by Consultant and no other personnel may be assigned to perform the service required hereunder without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be Tim Jonasson, Public Works Director/City Engineer or such other person as may be designated by the City Manager of City. It shall be Consultant's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and Consultant shall refer any decisions, which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. j 4.4 Independent Contractor. Neither City nor any of its employees shall have j_ any control over the manner, mode or means by which Consultant, its agents or iemployees, perform the services required herein, except as otherwise set forth. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.5 City Cooperation. City shall provide Consultant with any plans, publications, reports, statistics, records or other data or information pertinent to services to be performed hereunder which are reasonably available to Consultant only from or through action by City. 5.0 INSURANCE, INDEMNIFICATION AND BONDS. 5.1 Insurance. Prior to the beginning of and throughout the duration of the Work performed under this Agreement, Consultant shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, personal and public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Consultant's acts or omissions rising out of or related to Consultant's performance under this Agreement. The insurance policy shall contain a severability of interest clause 'providing that the coverage shall be primary for losses arising out of Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. The amount of insurance required hereunder shall be determined by the Contract Sum in accordance with the following table: Contract Sum Personal Iniurv/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. If Consultant or Consultant's employees will use personal autos in any way on this project, i Consultant shall provide evidence of personal auto liability coverage for each such person. The term "automobile" includes, but is not limited to, a land motor vehicle, trailer or semi -trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. Consultant shall carry Workers' Compensation Insurance in accordance with State Worker's Compensation laws with employer's liability limits no less than $1,000,000 per accident or disease. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against negligent acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are authorized carriers in the State of California and with an A.M. Bests rating of "A" or better and a minimum financial size VII. All insurance required by this Section shall be kept in effect during the term of this Agreement and shall not be cancelable without thirty (30) days written notice to City of proposed cancellation. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Consultant's obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. 5.2 Indemnification. a. General Indemnification Provision. 1. Indemnification for Professional Liability. When the law establishes a professional standard of care for Consultant's Services, to the fullest extent permitted by law, Consultant shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all claims, losses, liabilities of every kind, nature and description, damages, injury (including, without limitation, injury to or death of an employee of Consultant or subconsultants), costs and expenses of any kind, including reasonable court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are cause in whole or in part by any negligent or wrongful act, error or omission of Consultant, its officers, agents, employees or subconsultants (or any entity or individual that Consultant shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Consultant shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit C without the written consent of the Consultant. 2. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Consultant shall indemnify, defend and hold harmless City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Consultant or by any individual or entity for which Consultant is legally liable, including but not limited to officers, agents, employees or subconsultants of Consultant. 3. Standard Indemnification Provisions. Consultant agrees to obtain executed indemnity agreements with provisions identical to those set forth herein this section from each and every subconsultant or any other person or entity involved by, for, with or on behalf of Consultant in the performance of this agreement. In the event Consultant fails to obtain such indemnity obligations from others as required herein, Consultant agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth herein is binding on the successors, assigns or heirs of Consultant and shall survive the termination of this agreement or this section. 4. Indemnity Provisions for Contracts Related to Construction. Without affecting the rights of City under any provision of this agreement, Consultant shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of Consultant will be for that entire portion or percentage of liability not attributable to the active negligence of City. b. Indemnification Provision for Design Professionals. 1. Applicability of Section 5.2(b). Notwithstanding Section 5.2(a) hereinabove, the following indemnification provision shall apply to Consultants who constitute "design professionals" as the term is defined in paragraph 3 below. i 2. Scope of Indemnification. To the fullest extent permitted by law, Consultant shall indemnify, defend, and hold harmless City and City's agents, officers, officials, employees, representatives, and departments ("Indemnified Parties") from and against any and all claims, losses, liabilities of every kind, nature and description, damages, injury (including, without limitation, injury to or death of an employee of Consultant or subconsultants), costs and expenses of any kind, whether actual, alleged or threatened, including court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, that arise out of, pertain to, or relate to, directly or indirectly, in whole or in part, the negligence, recklessness, or willful misconduct of Consultant, any subconsultant, anyone directly or indirectly employed by them or anyone that they control. 3. Desian Professional Defined. As used in this Section 5.2(b), the term "design professional" shall be limited to licensed architects, registered professional engineers, licensed professional land surveyors and landscape architects, all as defined under current law, and as may be amended from time to time by Civil Code § 2782.8. 5.3 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Consultant to stop work under this Agreement and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. c. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Consultant's failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of work under this Agreement. 5.4 General Conditions pertaining to provisions of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: 1. Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right , but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide thirty (30) days notice to City of any cancellation of coverage. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. _ It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, non-contributing basis in relation to any other insurance or self insurance available to City. 10. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant agrees not to self -insure or to use any self -insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City, If Consultant's existing coverage includes a deductible or self -insured retention, the deductible or self -insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or self -insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable, . A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five (5) days of the expiration of coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific .reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. 6.0 RECORDS AND REPORTS. 6.1 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning Consultant's performance of the services required by this Agreement as the Contract Officer shall require. 6.2 Records. Consultant shall keep such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the cost and the performance of such services. Books and records pertaining to costs shall be kept and prepared in accordance with generally accepted accounting principals. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 6.3 Ownership of Documents. Originals of all drawings, specifications, reports, records, documents and other materials, whether in hard copy or electronic form, which are prepared by Consultant, its employees, subcontractors and agents in the performance of this Agreement, shall be the property of City and shall be delivered to City upon termination of this Agreement or upon the earlier request of the Contract Officer, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Consultant shall cause all subcontractors to assign to City any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages suffered thereby. In the event City or any person, firm or corporation authorized by City reuses said documents and materials without written verification or adaptation by Consultant for the specific purpose intended and causes to be made or makes any changes or alterations in said documents and materials, City hereby releases, discharges, and exonerates Consultant from liability resulting from said change. The provisions of this clause shall survive the completion of this Contract and shall thereafter remain in full force and effect. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer or as required by law. Consultant shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.0 ENFORCEMENT OF AGREEMENT. 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer; provided that if the default is an immediate danger to the health, safety and general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. City may withhold from any monies payable to Consultant sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Consultant in the performance of the services required by this Agreement. 7.4 Waiver. No delay or omission in the exercise of any right or remedy of a non defaulting party on any default shall impair such right or remedy or be construed as a waiver. City's consent or approval of any act by Consultant requiring City's consent or approval shall not be deemed to waive or render unnecessary City's consent to or approval of any subsequent act of Consultant. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Termination Prior To Expiration Of Term. This section shall govern any termination of this Agreement, except as specifically provided in the following Section 7.8 for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Consultant. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. 7.8 Termination for Default of Consultant. If termination is due to the failure of Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over work and prosecute the same to .completion by contract or otherwise, and Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Consultant for the purpose of setoff or partial payment of the amounts owed City as previously stated in Section 7.3. 7.9 Attorneys' Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees and costs of suit from the losing party. 8.0 CITY OFFICERS AND EMPLOYEES: NONDISCRIMINATION. 8.1 Non -liability of City Officers and Employees. No officer or employee of City shall be personally liable to Consultant, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of City shall have any personal interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects his or her personal interest or the interest of any corporation, partnership or association in which she or he is, directly or indirectly; interested, in violation of any State statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or general consideration for obtaining this Agreement. 8.3 Covenant against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin or ancestry in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, consent, approval, communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this section. To City: CITY OF LA QUINTA Attention: Thomas P. Genovese City Manager 78-495 Calls Tampico P.O. Box 1504 La Quints, California 92247-1504 To Consultant: RBF Consulting Attn: Brad Donais, P.E. 74-130 Country Club Dr., Ste 201 Palm Desert, CA 92260-1655 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. IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA a California municipal corporation Thomas P. Genovese, City Manager Date ATTEST: APPROVED AS TO FORM: & e A. Katherine Anson, City Attorney CONSULTANT: RBF Consulting By: Name: A,c ele4l 2. VlaA.0 Title: r/el �Pi....t�.•-L Date: G/9/08 Exhibit A Scope of Services EXHIBIT A PROPOSAL TO PROVIDE THE CITY OF LA QUINTA WITH ON -CALL DEVELOPMENT REVIEW AND CONDITION WRITING SERVICES WITH RESPECT TO THE MUNICIPAL ENGINEERING ASPECTS OF PROPOSED DEVELOPMENT PROJECTS Exhibit A - Scope of Work The Consultant, RBF Consulting (RBF) shall provide the following services to the Client, City of La Quinta as set forth in the RFP: 1. Orientation: a. Learn the City development review process; b. Acquire text files of boiler plate conditions of approval used for proposed developments; c. Acquire understanding of key issues that need attention during the project review and condition writing process; d. Establish ongoing operating procedures between City staff and the Consultant for on -call services. 2. On -Call Services: a. Report to City Hall when called upon to pick up project documents for review, and meet with City staff, as needed, to be briefed on project particulars; b. Field review project and prepare draft set of proposed conditions of approval for review by City staff, including preparation of "conditions" that are needed to address unique aspects of proposed project; c. Attend scheduled development review meetings, as needed, to brief City staff on findings and coordinate additional relevant details and preparation, as needed, to finalize the review of package for Planning Commission and/or City Council consideration; d. Revise conditions as needed pursuant to Planning Commission or City Council direction; e. Prepare preliminary comments of initial submitted packet from Planning Department and determination of completeness. Statements 1. The Request for Proposals (RFP) prepared by the City shall be incorporated in its entirety as a part of this proposal. 2. The RFP as supplemented with this RBF Proposal shall become part of the Agreement for Professional Consultant Services for this project and when said Agreement is fully executed by the Consultant and the City of La Quints. RBF's proposal under the heading "Exceptions or Additions to the City's Request for Proposal" suggests modifications to the City Agreement. Refer to Appendix. 3. Professional services will be provided, and fees invoiced, in accordance with the City's RFP 4. RBF will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual preference, marital status, national origin, mental or physical disability. May 30, 2008 2-1 PF JN 20-101007 CONSULTING Exhibit B Schedule of Compensation Payment shall be on a "Fixed Fee" basis in accordance with the Consultants 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 Twenty Five Thousand Dollars ($25,000.00) except as specified in Section 1.6 - Additional Services of the Agreement. Consultant shall not be reimbursed for travel time to and from the work site(s). CYW1n1T R PROPOSAL TO PROVIDE THE CITY OF LA QUINTA WITH ON -CALL DEVELOPMENT REVIEW AND CONDITION WRITING SERVICES WITH RESPECT TO THE MUNICIPAL ENGINEERING ASPECTS OF PROPOSED DEVELOPMENT PROJECTS Exhibit B-1 - Compensation As stated in the RFP: 1. All charges for professional consultant services are on a "Time and Material" basis invoiced monthly, and payment will be for actual time and materials expended in furnishing the authorized professional services. 2. A copy of RBF's hourly rate schedule (Exhibit B-1) is attached and said hours rate schedule is a part of the proposal for use in invoicing for progress payments and for extra work incurred that is not part of the RFP. 3. The City will pay RBF for all actual time and materials expended in furnishing all authorized and acceptable Professional Consultant Services. 4. All tasks including labor and reimbursable cost such as mileage, printing, telephone, photographs, postage and delivery shall have supporting documentation presented at the time payment is requested. 5. The City will pay RBF for all acceptable services rendered in accordance with the executed °Agreement for Professional Consultant Services." 6. When RBF is performing, or is requesting to perform, work beyond the scope of services in the "Agreement for Professional Consultant Services," an "Amendment to the Agreement" will be executed between the City and RBF. 7. Consultant will not be reimbursed for travel time to and from the work site. May 30, 08 2-2 JN 20-1010-101007 law CONHIILTINH FBF ■ s CONSULTING EXHIBIT B-1 HOURLY RATE SCHEDULE Effective January 2008 through December 2008 2008 OFFICE PERSONNELS / hr. SeniorPrincipal..........................................................................................................250.00 Principal.....................................................................................................................230.00 ProjectDirector........................................... ..... ..................................... ...................... 210.00 SeniorProject Manager.............................................................................................198.00 ProjectManager ........ - ...............................................................................................185.00 StructuralEngineer.....................................................................................................185.00 TechnicalManager.....................................................................................................172.00 SeniorEngineer..........................................................................................................155.00 SeniorPlanner............................................................................................................155.00 ElectricalEngineer.....................................................................................................149.00 Landscape Architect ...................................................................................................145.00 SeniorGIS Analyst.....................................................................................................142.00 ProjectEngineer ......................... ........... .......................... .......... ........... ........ ...... ....---- 140-00 ProjectPlanner ...........................................................................................................140.00 Environmental Specialist............................................................................................131.00 Design Engineer/Senior Designer/Mapper.................................................................128.00 GISAnalyst........................................................... ................................ ...................... 116.00 Designer/Planner...................... ........................................................... ....................... 111.00 GraphicArtist............................................................... ................ ......... ........... ............. 94.00 Environmental Analyst/Staff Planner............................................................................94.00 DesignTechnician........................................................................................................92.00 Assistant Engineer/Planner..........................................................................................88.00 Engineering Aid/Planning Aid.......................................................................................71.00 FIELD PERSONNEL 2-Person Survey Crew...............................................................................................230.00 1-Person Survey Crew...............................................................................................160.00 LicensedSurveyor......................................................................................................166.00 FieldSupervisor.........................................................................................................163.00 Resident Engineer Project Manager...........................................................................147.00 Senior Construction Inspector....................................................................................116.00 ConstructionInspector...............................................................................................112.00 FieldOnce Engineer..................................................................................................106.00 ConstructionTechnician...............................................................................................92.00 OTHER SERVICES AND FEES ProjectCoordinator....................................................................................................105.00 PermitProcessor..........................................................................................................79.00 ClericalNyordProcessing................................................................................4............61.00 Consultation Relative to Legal Actions.......................................................................350.00 VehicleMileage ............................ ............ ....................... ..................... ................... ....... 0.60/Mile Note: Blueprinting,reproduction, messenger service and otherdirectexpenawyAl becharged man additional cost plus 15%. A$ubm wftantManagamentFee offifteen-percent (15%) wit be added to the direct cost Mall subconsultantservices 10 provide for the cost of administration, subconsulgntmnsuftlim mid ._ . insurance Exhibit C Schedule of Performance Consultant shall complete services presented within the scope of work contained within Exhibit "A" in accordance with the City agreed upon schedule. EXHIBIT C CONSULTING May 30, 2008 Mr. Tim Jonasson, P.E. Director of Public Works City of La Quinta P.O. Box 1504 78-495 Calle Tampico La Quinta, CA 92247-1504 JN 20-101007 Subject: PROPOSAL TO PROVIDE ON -CALL DEVELOPMENT REVIEW AND CONDITION WRITING SERVICES TO THE MUNICIPAL ENGINEERING ASPECTS OF PROPOSED DEVELOPMENT PROJECTS Dear Mr.Jonasson, RBF Consulting (RBF) is pleased to present this proposal for services to the City of La Quinta (City) to augment City staff with on -call consulting, capable of reviewing proposed residential and commercial development projects and drafting appropriate conditions of approval for Planning and City Council consideration and approval. Our companys local experience in working with the City, local agencies, and communities on projects similar to this, is the greatest contribution we offer. We have reviewed the Request for Proposals (RFP) to understand the specific needs of the City for this project. The advantages of the RBF Team inc ude: 4• Our Project Director, Brad Donais, PE, with over 13 years of professional service, on I numerous public and private projects involving municipal engineering within the Coachella Valley. � �:• A depth of resources within RBF providing the organizational strength to begin work immediately on any task -order assignment. RBF employs over 670 technical and support personnel in Southern California who can be utilized to provide support as the I need arises. Ij A dedicated reputable firm committed to meeting schedules, budgets, and delivering high quality, biddable and constructible projects. C• Familiarity and working relationships with the City, especially on SilverRock, that involves excellent communication among consultants, City staff and other local agencies. As a company that is local and presently working with the City of La Quinta, RBF welcomes the opportunity to continue providing our services as a consultant to the City. We understand the 1 importance of this project and the positive impact it will have on residents, developers, business and community development. We wish to solidify your success by providing the professional services PLANNING ■ DESIGN a CONSTRUCTION 74-130 Country Club Drive, Suite 201, Palm Desert, CA 92260-1655 • 760.348.7481 • Fax 760.346.8315 j GHxuas located throughout Caafomia, Arimns & Nevada ■ wwwA8r.wm Wmam maw.ee Mr. Tim Jarassm, RE City of La Quinta May 30, 2000 JN: 20-100107 needed for this project and look forward to the assisting the City to reach their goals for future responsible growth. If you have any questions or require additional information, please do not hesitate to contact me at (760)346-7481. I Sincerely, Bradley R. Mielke, SE, PE Senior Vice President I ; Principal Attachments: Proposal including: - Project Understanding - Resumes - Scope of Worts - Compensation - Appendix l CONSULTING PLANNING • DESION • CON➢TNNCTION PROPOSAL TO PROVIDE THE CITY OF LA QUINTA WITH ON -CALL DEVELOPMENT REVIEW AND CONDITION WRITING SERVICES WITH RESPECT TO THE MUNICIPAL ENGINEERING ASPECTS OF PROPOSED DEVELOPMENT PROJECTS Back1.ground and Understanding RBF is grateful for this opportunity to continue our working relationship with the City of La Quinta in augmenting the City Staff with on -call services to review proposed residential and commercial development projects and drafting appropriate conditions of approval for Planning Commissions and City Council consideration and approval. We have enjoyed participating in the success of projects within the City of La Quints for many years and are committed to serve the City in it's goal to provide future responsible development. During our 22 years in the Coachella Valley, RBF has taken an active roll in working with the City of La Quinta with their public works improvement projects as well as for private residential and commercial developments, and is proud of our role in making La Quinta one of the most desirable places to live and work in California. RBF is uniquely qualified for this assignment by being familiar with the City's staff, their requirements and procedures, having worked for and with the City on municipal and commercial projects. In addition, RBF is familiar with all engineering requirements of residential development having completed numerous private residential developments in the Coachella Valley. The representative projects are listed below and supplemented with specific additional information on various projects provided later in this proposal: SilverRock Golf Course and Clubhouse (City of La Quinta) 4• Highway 111 Improvements (City of La Quints) •: Jefferson Street Improvements Avenue 54 to Highway 111 (City of La Quinta) 40t Jefferson Bridge Over Whitewater Channel (City of La Quinta) :• Eisenhower Medical Center- Ambulatory Care Center (City of La Quinta) o'• Madison Square Commercial Center on Highway 111 (City of La Quinta) :+ Eisenhower Drive Improvements (City of La Quinta) •> Marriott Shadow Ridge Resort (City of Palm Desert) •b Eisenhower Medical Center Campus (City of Rancho Mirage) Ao Falling Waters, Residential Development (City of Palm Desert) University Park, Commercial (City of Palm Desert) Foxstone Residential Development (City of Indio) •S Somerset Residential Development (City of Coachella) d• Tournament Hills Residential Development (City of Beaumont) All of these projects required extensive knowledge of engineering design issues including site design, grading, drainage, traffic studies, ADA, mapping and survey, which indicates RBF's thorough understanding of how to comply with all requirements of local and regional issues for development. May 30,2008 1-1 JN 20-101007 . . ooneu�nwo PROPOSAL TO PROVIDE THE CITY OF LA QUINTA WITH ON -CALL DEVELOPMENT REVIEW AND CONDITION WRITING SERVICES WITH RESPECT TO THE MUNICIPAL ENGINEERING ASPECTS OF PROPOSED DEVELOPMENT PROJECTS 0 Most recently, RBF has been working for the City of La Quints for the SilverRock Golf Course and Clubhouse project, providing complete civil engineering services and working closely with various local agencies and the design team to for the success of this retail, hotel, and golf course development. It involves working with City staff to identify and resolve planning and engineering issues, regular attendance at Planning Commission and City Council meetings to respond to issues important for numerous approvals. Project Assignment and Schedule We understand the City does not want a team of individuals to provide the services, and that a speck individual shall be designated for this assignment. Mr. Brad Donais is RBF's Project Director for the SilverRock project and due to his familiarity with the City and municipal engineering issues and the City's review process, we propose Mr. Donais be assigned to this on -call assignment for the City of La Quinta. With his proven experience on the SilverRock project as well as several other local project assignments, he is well versed in conditions that may be required in developing residential and commercial real estate projects. Brad is continuously in contact with City staff and the design team on a daily basis, and familiar with the City and other local agency requirements. In addition to understanding the technical Issues, such as drainage and traffic management concepts. He is familiar with the City's review process and an excellent communicator with writing and presentation skills necessary for this assignment, providing meeting reports, notes, and attending City Planning and City Council and Design Team meetings. Brad's resume is provided in this proposal. He will be available for the duration of the project as stated in the RFP from June 16,2008 to June 30, 2009 based on a review of his current workload. As an added benefit, and as mentioned in the RFP, RBF is able to provide additional professionals that may assist Mr. Donais if the need arises. Specifically, Carlos Ortiz, P.E., T.E., PTOE can be called upon to review and comment on traffic issues. His local experience over the last 10 years includes preparing traffic impact and parking studies, signal design, traffic handling, signing and striping designs. Anna Lantin, P.E., a leader in the area of local Water Quality Management and drainage issues and can be used as a resource to review requirements in these areas. May 30, 2008 1-2 PF JN 20-101007 conauLnno Brad Donate, PE Project Manager Registration: 1999, Civil Engineer, MN, Z6245 2005, Civil Engineer, CA, 68828 Years of Experience: 13 Education: B.S.,1994, Civil Engineering, University of North Dakota, Grand Forks Professional Affiliations: Member, American Public Works Association Board of Directors, American Public Works Association, Desert Chapter Mr. Donis has extensive experience in the area of municipal/public works engineering. He has served as program manger for public agencies responsible for oversight of public facilities improvements, prepared plans, specifications, and estimates (PS&E) for public and private sector clients including local, county, state, and federal agencies and various cities. Additionally, Mr. Donis has prepared reports for Feasibility Studies and Environmental Assessments and has been responsible for project status meetings and public participation in projects, including public meetings and hearings. Mr. Donis has attended training sessions on Improving Effectiveness of Public Meetings and Hearings (FHWA), Roadside Design (AASHTO), Context Sensitive Design (FHWA and the Minnesota Department of Transportation) and the design of System and Service Interchanges (ASCE). RELEVANT EXPERIENCE: SilverRock Resort and Clubhouse — Phase II Improvements (La Quinta, CA) - Project Manager responsible for the design plans and coordination with the City of La Quints for the development of streets, sewer, water, irrigation and storm drain systems. This project involved extensive hydrology considerations over the entire 300 acre site as well as flows from off -site areas. Jefferson Street Widening/Reconstruction Project - Phase 11 (La Quints and Indio, CA) - Project Engineer responsible for the review and coordination of the final design services for approximately two and one half miles of Jefferson Street in the County of Riverside and the Cities of La Quints, and Indio, California. This $18.0M project consists of the widening of Jefferson Street from two to six lanes from Highway III to Indio Boulevard. The work also includes the construction of a now bridge over the Whitewater River. Miles Avenue Bridge over the Whitewater River (Indio, CA) — Project Manger responsible for the review, coordination of the final design services for the roadway reconstruction and bridge construction project. This estimated $15.0 million project consists of the construction of an all weather crossing of the Whitewater Channel, and widening from 2 lanes to 4 lanes for 0.90 mile along Miles Avenue and 0.50 mile along Clinton Street. State Highway 111 Improvements (La Quints, CA) — Project Manager responsible for the design and coordination of the preparation of the CEQA Environmental Document and associated studies, Caltrans Encroachment Permit coordination, preparation of right of way legal and exhibits for land dedications and preparation of the final design plans. This project will widen the existing roadway to the ultimate section as described in the City of La Quints's General Plan, as well as add deceleration lanes and dual left turn lanes at all of the major intersections. Installation of the dual left turn lanes also cvHeu�rivv Brad Donals, PE Project Manager required the signal modification of four traffic signal systems. This project also required significant coordination with three adjacent developments to ensure that all civil plans would match in the future. University Park CFD (Palm Desert, CA) — Project Manager responsible for the design and coordination of the design services for this $13 million project which included approximately 2.5 total miles of on -site streets, 2.2 miles of off -site street widening, 6,850 lineal feet of retaining wall, 12,500 lineal feet of water main, 7,300 lineal feet of sewer main four new signal systems and two signal modifications. In addition, Mr. Donis was also responsible for the preparation of the preparation of the final bid packages for both the civil improvements as well as the dry utility and preparation of the final Engineers Estimate for bidding purposes. Oak Valley Parkway, Pardee Homes Tournament Hills (Beaumont, CA) — Project Manager responsible for coordination, final plans and specifications for widening 1.7 miles of Oak Valley Parkway adjacent to Pardee Homes and Ryland Homes development projects in the vicinity of the Southern California PGA Course in Beaumont. This project will widen the existing two lane rural roadway to a 4 and 6 lace urban section with median. In addition to the coordination with other developers and their civil consultants, Mr. Donis also coordinated with the Southern California Gas Company on the relocation of a 30" high pressure gas main for the length of the project Desert Lawn Drive, Pardee Homes Tournament Hills (Beaumont, CA) — Project Manager responsible for coordination and final plans for widening 1.1 miles of Desert Lawn Drive adjacent to Pardee Homes and Ryland Homes development projects in the vicinity of the Southern California PGA Course in Beaumont. This project will widen the existing two lane rural roadway to a 4 lane urban section. This project also included the construction of a 20' retaining wall to minimize the impacts to the adjacent SC PGA golf Course. All American Canal Improvements at Avenue 40 and Madison Sheet, (Indio, CA) 2007 - Project Manager for canal improvements including road crossings consisting of box culverts, warped wing walls, canal lining and diversion channels to maintain flows in the canal. The project involved coordination with the City of Indio for street improvements, utility crossings, local developer, and CVWD for maintaining downstream deliveries of irrigation water supply. All Americas Canal Improvements at Avenue 50 and Madison Street, (Indio, CA) 2007 - Project Manger for canal improvements including road crossings consisting of box culverts, warped wing walls, canal lining and diversion channels to maintain flows in the canal. The project involved coordination with the City of Indio for street improvements, utility crossings, local developer, and CVWD for maintaining downstream deliveries of irrigation water supply. FW cowau�n�a Exhibit D Special Requirements Consultant agrees to attend meetings with City staff at La Quinta City Hall in order to discuss and review work, as deemed necessary by the City. rue.ae. AORR RBFCONSUL CDRDn CERTIFICATE OF LIABILITY INSURANCE 17107°m' PRODUCER Dealey, Renton & Associates P. O. Box 10550 Santa Ana, CA 92711-0550 714 427.6810 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED .. RBF Consulting PO Box 57057 Irvine, CA 92619.7057 INSURER A. Travelers Property Casualty Co Of Am INSURER a National Union Fire Ins Co of Pittsb INSURER c: Underwriters at Lloyd's of London INSURER O: INSURERE COVER,. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. OF INSURANCE POLICY NUMBER POUCYEFFECTTVE 11/30/07 POUCYEI( TION 11130108 �Itm 630SOOD4092TIL07 EACH OCCURRENCE $1000000 r1REOAMAGE(Myw.An) f1000000 CIAL GENERAL LIABILITY MED EXP (My one M ) i 0 000 MS MADE FXOCCUR VGIAGREA INDP.CONTRACTORS PERSONAL&ADVINJURY f1000000 ACTUAL INCLUDED XCU GENERALAGGREGATE $2 000 000 ATE LIM ITAPPLIES PER: PRODUCTS-COMPNPAGG f2000000 X "0. LOC 'MLEUABILm $1050OD4092TIL07 11130/07 11/30/08 COMBINED SINGLE LIMIT s1,000,000 AUTO BODLY INJURY f OWNED AUTOS (Nrpe ) EDULEDAITTOS BODILY INJURY i RGMAIAGE EDAVTOS .OWNED AUT09 i (Par Acdtlanq PROPERTY DAMAGE f (PerecNtl,nn LIABILITY AUM ONLY - EA ACCIDENT f OTHERTHAN EA ACC f ANY AUTO f AUTO ONLY: AGO B EXCEss uABILDY BE9834351 11/30/07 11/30/08 EACH OCCURRENCE f 10 000 000 AGGREGATE $10,000,000 X1 OCCUR CWMS MADE Professional Liab i Is Excluded f DEDucneLE f RETENTION f WC STATLL OTH- WORKERS COMPENSATION AND E.LEACHACCIDENT i EMPLOYERS LIABBITY EL DISEASE - EA ENIK DYE E f EL DISEASE - POLICY UMIT 13 C OTMER Professional IP1079400 11130/07 11130108 $1,000,000 per claim Liability $2,000,000 annl aggr. DESCRIPTION OF OMRAnGNEA.00ATNINBNEHICLEBIEXCWSIONS ADDED BY ENDORSEMENTIBPECW. PROVISIONS General Liability policy excludes Claims arising out of the performance of professional services Evidence of coverage in force. For Proposal Use Only ACORD 25-5 (W97A of 1 #M210772 CANCELLED BEFORE THE EXPIRATION THEREOF, THE ISSUWG INSURER WILL ENDEAVOR TO MAIL 30_ DAIS WRITTEN E TOTHE CER MXM HOLDER NAMED TOTHE LEFT, BUTFAILURE TO DO SO SHALL NOOK LIGATION OR L"IL"OF ANY KIND RLL OR ® ACORD CORPORATION 198E AC-0-8-D. CERTIFICATE OF LIABILITY INSURANCE OPID DATE INMIDDI YTT) RSSCO-1 06 25 07 PRODUCER United Captive Iris. Brokers' 17151 Newhope St., Ste 211 Fountain Valley CA 92708 Phone: 714-708-4370 Fax:714-708-2300 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIOII ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AM END, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE NAIC 9 INSURED RBF Consulting, Inc. 14725 Alton Parkway Irvine CA 92718 INSURERA: G.S. FidelAtj and GMAXIIaty Co. 25887 INSURER E: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMBS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR T/PEOFINSURANCE POLICY NUMBER DATfi IMM CEDm POLICY MMID AMN LINRB GENERAL LIABILITY COMMERCIAL GENERAL LNBLITY CI -AIMS MADE ❑ OCCUR EACH OCCURRENCE S PREMISES Ea occunnaa S NED EXP (Any ow panda) F PERSONAL S ADV INJURY S GENERALAGGREGATE S GENT AGGREGATE LIMITAPPLIES PER O. POLICY JEEu LOG PRODUCTS-COMPMPA00 $ AUTOMOBILE LIABILITY ANYAUTO ALL GW NED AUTOS SCHEDULED AUTOS HMEDAUTOS NON NEDAUTOS COMBINED SINGLE LIMIT (Ea acclOra) S BODILY INJURY (Par person) S BODRY INJURY (Paracca nl) S PROPERTY DAMAGE (Par accident) S GARAGE LIABILITY ANYAUTO AUTOONLY-EAACCIDENT 5 OTHER THAN EAACC gUTOONLY: AGO $ S EXCESSNMBRELLAUABILITY OCCUR CI -AIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE S AGGREGATE $ S $ $ A WORKERS COMPENSATION AND ANYRIPARTNERIEXECUTNE NPLOYERS'LIABIUTY OFFlCERIMEMBEMEMB ER EXCLUDED? Il sACdncdEeuMer SPEAL PROVISIONS lmM D123WO0157 07/01/07 07/01/08 X I TORY LIMITS ER E L. EACH ACCIDENT 31000000 EL. DISEASE -EA EMPLOYE $SOOOOOO EL. DISEASE - POLICY LIMIT $1000000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS *10 days notice of cancellation for non-payment of premiTVD. CERTIFICATE HOLDER CANCELLATION EVIDENC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL •30 DAYSWRITTEN NOTICE TO THE CERTIFICATE HOWER NAMED TO THE LEFT, BUT FAILURE TO DO $O SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY MIND UPON TIME INSURER, ITS AGENTS OR Evidence of Insurance REPRESENTATIVES. .-y - . F .Y •„ _ - •� - ^` "AUTIORMED"REPRESENTATNE Mark Barrie ACORD 26 (2001108) UhK11r'1UA1h NON -TRANSFERABLE - bent BushmssOwn.r." BUSINESS LOCATION OUTSIDE CITY LIMITS Please he airmen that Issuance or% business license bythe City does not authorize you to conduct business is m building or taunt apace that has at been approved " - for occupan ey by the Buildh.g and Sefety DeputmmUt. If y.0 have a¢y questimts regnrdh�g�tlds; issU0. or if yo¢x,re not sure lfa Cestillcstcaf Occupancyhasbeeu - - _ - - tss.cd rur yomrpvau e(busfncssi pims....tact Building road So(et§ at BUSINESS NAME: RBF CONSULTING Th. /A.eis nnumdhereiuhavingp.idtotheCityoq.aQ'umt ell fees required, license is hereby gmmted said licensee to transact the business herein BUSINESS ADDRESS: P.O. BOX 57057 setforth,fIsCitperiodsbtted,InconformitywiththeProvisionso(Ordinance City. This Licmuee thetthe ilnense. Nsu IRVINE CA ,926I9 sing by the StateCaution � Is subject to or exempt frm¢licensing by the Stale of Cnlifomie. . jet to BUSINUS LIC NO 3180 " GJn ���✓v CLA'S$IifICATSON: ENGINEERING SERVICES. - By ,✓ EXPIRATION DATE: 9/ 3 0/ 0 B FINANCE DItiHCTOg