Loading...
2010 RBF Consulting/Dune Palms WideningPROFESSIONAL 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 zod�_ 04 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant shall provide those services related to Dune Palms Road Widening Improvements, Project No.�24)ee-04, as specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference (the "services" or "work"). Consultant warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent in the industry for such services. 1.2 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations and laws of the City of La Quinta and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses Permits, Fees and Assessments. Except as otherwise specified herein, Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the services required by this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Consultant warrants that (a) it has thoroughly investigated and considered the work to be performed, (b) it has investigated the site of'the work and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the work should be performed, and (d) it fully understands the facilities, difficulties and restrictions attending performance of the work under this Agreement. Should Consultant discover any latent or unknown conditions materially differing from those inherent in the work or as represented by City, Consultant shall immediately inform City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). Last revised 6-30-09 - I - 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 a heightened standard of quality and workmanship. Consistent with Section 1.4 hereinabove, Consultant represents to City that it holds the necessary skills and abilities to satisfy the heightened standard 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 One Hundred Ten Thousand, Two Hundred Ninety -Four Dollars and Zero Cents ($110,294.00) (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 Last revised 1-19-10 - 2 - the Contract Sum, or such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. 2.2 Method of Payment. Any month in which Consultant wishes to receive payment, Consultant shall submit to City no later than the tenth (1Oth) 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"). 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 rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Consultant, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Consultant shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the forced delay when and if in his or her judgment such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. Last revised 1-19-10 - 3 - 3.4 Term. The term of this agreement shall commence on April 21, 2010 and terminate on April 20, 2011 (initial term). This agreement may be extended for 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. Brad Mielke, S.E., P.E., Senior Vice President b. Brad Donais, P.E., Vice President 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 Timothy R. Jonasson, P.E., Public Works Director/City Engineer, or designee, 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. Last revised 1-19-10 - 4 - 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.5 City Cooperation. City shall provide Consultant with any plans, publications, reports, statistics, records or other data or information pertinent to services to be performed hereunder which are reasonably available to Consultant only from or through action by City. 5.0 INSURANCE AND INDEMNIFICATION. 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 (on the general liability policy only) shall be delivered to and approved by City prior to commencement of the services hereunder. The following policies shall be maintained and kept in full force and effect providing insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than A -:VI: Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence) $2,OOO,OOO (general aggregate) Commercial Auto Liability (at least as broad as ISO CA 0001) $1,OOO,OOO (per accident) Errors and Omissions Liability $1,OOO,OOO (per claim and aggregate) Last revised 1-19-10 - 5 - Workers' Compensation (per statutory requirements) 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, 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. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. 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. 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. Last revised 1-19-10 - 6 - 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, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are 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, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by 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 Last revised 1-19-10 - 7 - 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 hears 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. 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, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, 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. Design 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. Last revised 1-19-10 - 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. Last revised 1-19-10 - 9 - 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 that 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 Last revised 1-19-10 - 10 - 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. Last revised 1-19-10 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 Last revised 1-19-10 - 12 - 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. Last revised 1-19-10 - 13 - 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 7.7. 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. Last revised 1-19-10 - 14 - 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. Last revised 1-19-10 - 15 - 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 Calle Tampico P.O. Box 1504 La Quinta, California 92247-1504 To Consultant: RBF CONSULTING Attention: Brad Mielke, S.E., P.E. Senior Vice President 74-130 Country Club Drive, Suite 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 Last revised 1-19-10 - 16 - 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: //Z..K h e r i n e J s City Attorney CONSULTANT: RBF CONSULTING By. Name: Brad Mielke, S.E., P.E. Title: Senior Vice President Date: Last revised 1-19-10 - 17 - Exhibit A Scope of Services Consultant's scope of work to related to Dune Palms Road Widening Improvements, Project No. 2009-04 is attached and made a part of this agreement. Last revised 6-30-09 18 Scope of Work Program Task 1: Project Management. RBF will manage project duties for the duration of the project in order to assure a cost-efficient, quality process. As the prime contractor, our staff will provide a suite of disciplines to effectively coordinate and communicate leading to project approval. Within this task, RBF will do the following: • Prepare and maintain the quality control plan • Prepare monthly project documentation and invoicing Prepare and maintain the project schedule for design approval activities • Prepare and maintain utility coordination files and schedule. All utility coordination and correspondence will be organized in a utility coordination binder. RBF will take an aggressive approach to ensure the timely resolution of issues. Note: This budget assumes that the project design phase will take no more than 12 months. If this project phase lasts longer, the budget for project management will be adjusted to accommodate additional meetings, monthly documentation, etc. Coordination with City of La Quinta. RBF will prepare for and attend monthly meetings with the City of La Quinta and La Quinta RDA regarding the design processing, resolution of issues, strategy development, etc. In addition, RBF will coordinate with the Environmental Consultant hired by the City to prepare the CEQA clearance on the RDA site as well as for the proposed street widening. This coordination will be critical in ensuring that the project design does not exceed a 35% design prior to the acceptance and approval of the; environmental document. Project Coordination and PDT Meetings. RBF will prepare for and attend meetings of the Project Development Team (PDT). RBF assumes ten (10) PDT and three (3) utility only coordination meetings. Each utility will be met with individually and may be combined with regularly scheduled PDT meetings. Agency Coordination. RBF will coordinate with appropriate agencies through PDT meetings, an agency seeping meeting, and direct contact. Concerns and issues expressed by agency representatives will be documented in a database to ensure that expressed concerns are recorded, communicated to the full PDT, and addressed. The following agencies are likely to be among those included in the coordination effort: City of La Quinta, La Quinta RDA, CV WD, IID, Time Warner, Gas Company and Verizon. Deliverables: Meeting Agendas& Minutes Updated Schedules Coordination with City and Interest Parties Utility Correspondence Binder Task 2: Topographic Base Mapping. RBF will provide field topographic survey to collect existing features within the proposed widening section as indicated by the exhibit in the RFP. The topographic data collection shall include, but not limited to, all features within the Scope of Work Program ROW and beyond to locate any existing facilities, included at a minimum, any existing utility manholes (manhole dip elevation for both storm drain and sewer), pullboxes, mail boxes, landscaping, existing sidewalk, curb, driveways and any other features that may be affected with the construction of sidewalk. The limits of the topographic base mapping will extend to 150' west of the existing centerline of Dune Palms Road, 200' north of the intersection of Westward Ho and to Highway I I I on the south limits of the project (topographic information only from the centerline of the channel to Highway 111). As requested by City Staff, RBF will obtain topographic and elevation information for the area from Dune Palms Road to Roudel Lane, which covers both the existing RDA parcels as well as the full Dune Palm Mobile Estates parcel. Deliverables: Topographic Base map Utility Base map Task 3: Base Mapping and Utility Coordination Following the field data collection and processing, RBF will prepare a base map containing additional information such as street right of way lines, parcel lines (including APN number, owner name, business name and address), and underlying easements, if readily available through recorded maps. 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. With IID, RBF will coordinate with III) Staff with the relocation immediately to the north of the channel, to position the relocated pole line to the east outside of the proposed future bridge footprint in an effort to minimize the utility relocations necessary for the bridge project. 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. A follow-up mailing will include sending copies of the Utility Base Map to the utility owners, showing known utilities and requesting verification of existing facilities. RBF will provide the necessary notifications via phone calls, email and letter to ensure that the utility companies provide known facility information and are aware of all necessary relocation as a result of the project. The relocation will also include anticipated relocations necessary for the future bridge crossing of the Coachella Valley Stormwater Channel. Utilities to be notified will include: electrical, gas, telephone, cable, water, and sewer �z 11 Dune * Elms ,lz." 0 Scope of Work Program Utilit Coordination Documentation From the start of the project, all utility information including project contacts, correspondence dates, meeting minutes and other coordination will be maintained in a three ring binder. The first sheet on the inside cover will contain a matrix of each utility company, contact name, and dates of milestone coordination efforts. A copy of the final utility coordination binder will be provided to the City at the project bidding phase of the project. Utility Potholing Exhibit and Field Data Collection RBF will show the location of utilities to be potholed, if any, on the utility sheets and submit the sheets to the City for verification and approval. Prior to initiating potholing activities, RBF will prepare an exhibit showing the proposed locations for potholes. The exhibit will show the RBF recommended number and locations for potholing to sufficiently identify known underground utilities within the construction limits. RBF will collect pothole data based on the City approved pothole location exhibit. All pothole information will be placed on the utility base map for future use and reference. Depending on the final City Staff approved number of potholes, potholing will be bill per each basis according to the fee proposal. For the purposes of this proposal, RBF has assumed ten (10) pothole locations. RBF will review record drawings and proposed future utility improvements as provided by the Utility companies as mentioned above. This information will be placed on the utility base file. Deliverables: Parcel Base Map Utility Base Map Utility Coordination Utility Correspondence Binder Utility Pothole Exhibit Utility Potholing Data Collection Task 4: Initial Notification to California Fish and Game. RBF will submit an initial notification to the California Fish and Game Department on the proposed slope reconstruction. Fish and Game will then send out a "Operation by Law" letter clearing the project to perform the proposed reconstruction improvements to the existing slope protection. Deliverable: Initial Notification Submittal Coordination with Fish and Game Task 5: Legal and Exhibits. As requested in the RFP, RBF will prepare the necessary legal descriptions for the dedication of street right of ways within the project corridor. These location currently include the dedication from the Desert Sands Unified School District for the right of way along the western portion of Dune Palms Road between Westward Ho Drive and the Whitewater Stormwater Channel, and the La Quinta Redevelopment Agency land on the east side of Dune Palms Road directly to the south of Westward Ho Drive. Both of the legal "' F)ufife. PJIms Road inb ii 3"CfYt f ^C.: i ...it-: 2e�. Scope of Work Program descriptions will provide the necessary street right of way width per the City's General Plan secondary arterial street configuration of 88 feet full width or 44 feet half width. RBF will coordinate with and obtain a current title report from a title company for each parcel affected by the proposed project. RBF will also prepare two grant deed documents for the transfer of the land for the street right of way. Deliverables: Legal and Exhibit for School Site (one legal) Legal and Exhibit to RDA Parcels (one legal) Title Report for Each Project Parcel Conveyance Documents (2) Task 6: Right of Way Exhibit RBF will prepare an exhibit for the use in coordinating the relocation of encroaching units and/or improvements within the Dune Palms Mobile Estates. The exhibit will provide survey accuracy in the location of the right of way lines as well as indicate probable encroachments with the street right of way. The exhibit will be prepared at a scale of 1" = 40' and will be presented on a 24" x 36" sheet. Based on this exhibit, RBF will provide a recommendation, placed in a memo format, on prior rights determination. Deliverables: Right of way Exhibit for Mobile Estates Prior Rights Determination Recommendation Memo Task 7: Geotechnical Report. Assisting RBF with this task, Landmark Consultants will conduct a field investigation, performing laboratory tests, and conducting analyses to develop geotechnical parameters and recommendations for the design and construction of the proposed roadway pavement. Field Investigation. The goals of this task are to document observations of subsurface conditions and collect soil samples for laboratory testing. We propose to obtain 3 borings staggered throughout the widening area for this task. Large bulk samples will be collected for the near -surface soil. Relatively undisturbed and disturbed samples will be collected at approximately 5-foot intervals. The California sampler will be used alternating with the Standard Penetration Test (SPT) sampler. Three disturbed samples from each of the two deep borings will also be collected for grain -size distribution; results of the grain -size distribution will be used for scour analysis. Laboratory Testine. The field boring logs will be reviewed and analyzed to select bulk and undisturbed samples for laboratory testing. The tests will include but are not limited to in -situ moisture and density, maximum dry density, san equivalent and R-value. c uuf,. Palnls Road impra� ,naeai� �+ 4 Y tom I _ - .� Scope of Work Program Additional tests may be necessary depending on the subsurface conditions. All tests will be conducted in general accordance with Caltrans Test Methods and/or ASTM Standards. Report Preparation. We will provide one copy of the preliminary report and following review and comments will submit four (4) hard copies and a PDF copy of the final report. The report will include the boring logs, laboratory test data, geotechnical recommendations, subsurface conditions, earthwork and grading recommendations and pavement design. Deliverable: Field Data Collection on Soil Conditions (Staggered locations throughout the widening section) Geotechnical Report (I preliminary and 4 final copies) PDF Copy of Final Report Task 8: Street Improvement Plans. RBF will prepare roadway improvement plans including a project title sheet, typical cross sections, construction details, horizontal alignment layout plans, vertical alignment profiles, grading, drainage, and cross sections of the proposed roadway improvements and submit to the Project Development "Team for review and comment. The plans will include notes and labels for the required perimeter block wall along the mobile home estates site and notes for any manhole modifications to the existing sewer manhole located at the northeast corner of the channel and Dune Palms Road. RBF does not anticipate this manhole of sanitary sewer line will need to be relocated for the future bridge crossing. Additionally, the existing water main in this area appears to be at the correct location horizontally and vertically for the future bridge crossing, therefore no relocation plans for the water main will be necessary at this time. This task includes the: preparation of the following plan sheets: A. Project Title Sheet along with pertinent CIP construction notes and location maps. B. Typical Sections for the roadway at intervals that adequately represent changes in roadway cross-section. The typical sections will identify existing and proposed improvements. C. Construction Details for items such as curb ramps, curb & gutter transitions, and other items as necessary to provide the Contractor with adequate information to properly construct the roadway. D. Layout Plan and Vertical Profile Sheets for all roadway improvements. The street layout plans will also include removals and grading requirements based on the approved geometry. RBF is under the assumption that the City will wish to slurry seal the full street width to eliminate the existing striping pattern and provide a clean surface for the proposed striping layout. These plan sheets will also show the locations of the proposed perimeter walls, per the City of La Quinta Standard details. rL, Scope of Work Program E. Slope Protection Plan for the removal and replacement of the existing slope protection located at the northeast corner of the Coachella Valley Stormwater Channel and Dune Palms Road. These improvements will be shown on a plan sheet in accordance with CVWD standards. The plan sheet will be submitted to the City and CV WD for review and approvals. F. Signing and Striping Plans for all necessary traffic signing and striping along Dune Palms Road including the portion of street to the north of Westward Ho Drive to remove the right turn only signs and pavement markings. The plans will be prepared in accordance with the City's and Caltrans' latest Standard Plans and Specifications. G. Intersection Storm Drain Plan for the proposed catch basin at the southeast corner of Dune Palms and Westward Ho. This catch basin will connect into the existing storm drain line in the west side of Dune Palms. The storm drain plan will be prepared one plan and profile sheet, at a scale of 1 "=401 . In addition to the above mentioned plans, RBF will prepare roadway cross sections identifying existing and proposed ground at 25 foot intervals over the length of the proposed widening for the purpose of earthwork calculations. The 35% concept review will contain proposed geometry information (plan and profile) as will as utility conflicts, existing topography and right of way limits. RBF will prepare final roadway plans in conformance with the approved concept plans and submit to the City for review at 85% and 100% completion. Mylar plan sheets will be submitted after the approved of the 100% plan submittal package. Deliverables: Improvement Plans at 35% 85%, 100%, Preliminary Final and Mylar. Task 9: Specification and Bid Document. RBF shall prepare construction specifications, using the City provided "boilerplate" for the contract documents and general provisions. Technical specifications shall be prepared for construction of each item of work in the Project. In addition, RBF will fill out the bid schedule, matching the item number with their corresponding specification and line item in the Engineers Estimate. Prior to the publication of the final package, RBF will review the document. Specifications will be provided starting with the 85% plan submittal. RBF will prepare the following items for the Bid Document: Project Description including all major work items, working days, liquidated damages based on Caltrans Specifications, contractor submittals prior to mobilization, special traffic control requirements or coordination, all of section 4000, and bid schedule. 0 pane P]nvl Rn Ot lrnfi!"Ovf 4t nl Scope of Work Program Deliverables: Special Provisions for the Project Prepare Bid Schedule Review final Bid Package and Provide comments Task 10: Engineers Estimate. RBF will prepare a preliminary cost estimate of the proposed improvements based upon the approved preliminary design plans, utilizing the current edition of the Caltrans Contract Cost Data Book and recent bid information from area bids for unit costs. The preliminary cost estimate will include construction items, private property improvements, utility relocations, right-of-way, and water quality measures. Based on the final design plans, RBF will prepare a final opinion of probable construction costs estimate, with each bid item entry matching the corresponding Bid Schedule and Specification. The final cost estimate will be utilized by the City staff for evaluation and comparison of the Contractor's bid results. Deliverables: Engineers Estimate at Plan Submittal Stages (35%, 85%, 100%, Prelim Final and Mylar) Task 11: Services During Bidding. The City will complete the bid documents, advertise the project for bidding and distribute the plans to prospective bidders. The City's project coordinator will be the designated person to receive contractor inquiries. RBF's project manager and project staff will assist the City as requested during the bidding. The work may include answering questions, providing consultation and interpretation of the construction documents, and assisting the City in preparation of addenda to the PS&E during the advertisement period. RBF will attend the pre -bid and pre -construction meetings unless otherwise notified by the City. At the request of the City RBF will attend the bid opening and provide analysis of bids. For this task RBF assumes 16 total hours, to be billed on a Time and Material basis. Deliverables: Attendance at Pre -Bid Meeting (As requested) Attendance at Pre -Construction Meeting (As requested) Task 12: Post Design Services. RBF's project manager and project staff will be available to assist the City during the construction process. A budget amount has been prepared to provide a minimal amount of post design services. This budget may require adjustment depending on the level of Consultant involvement required during construction. Upon written request by the City, the Consultant shall provide the following construction support services: A. Assist the City during construction by responding to Request for Information (RFI), clarifying drawings, and generally assisting the City to ensure that the project is constructed in accordance with the plans and specifications. B. Provide advice and technical support for construction change orders �X Tf. DkiVic paiwj R(w ii p;aVt teal, CF 'GJ ) scope of Work Program For this task RBF assumes 16 total hours, to be billed on a Time and Material basis. Deliverables: Respond to RFI Questions Provide technical support as necessary The following tasks are Optional items as recommended by RBF Consulting. Task 13: Right of Way Services (OPTIONAL TASK). If requested by City Staff, RBF with the assistance from Overland Pacific and Cutler (OPC) will provide the services to assist the City in the negotiations with the Dune Palms Mobile Estates owners on the encroachment of mobile units and hard improvements within the street right of way. Depending on the decision by City Staff on making the encroachment eligible for relocation, the following is the scope of work tasks that Overland Pacific Cutler (OPC) would provide to the City on a requested basis. Appraisal Services I. OPC will mail a notification letter and acquisition policies brochure to the property owner, requesting permission to conduct an on -site inspection of the property, advising them of their right to accompany the appraiser at the time of the inspection, and requesting information regarding the property appraised which could influence the appraised value. 2. Appraiser will review title information pertaining to respective ownerships and will review drawings and other pertinent information relative to the parcel. 3. Appraiser will inspect each property personally with the owner (if possible) and document the inspection with photographs for use in the report. 4. Appraiser will inventory all improvements affected by the proposed taking including notes on their manner of disposition (i.e., pay -for and remove vs. move back). 5. Appraiser will perform market research to support the selected appraisal methodologies and will document and confirm comparable sales information. 6. Appraiser will prepare a narrative appraisal report that conforms to the Uniform Standards of Professional Appraisal Practice (USPAP). The appraisal study and report are intended to serve as an acquisition appraisal and will be prepared in a summary format consistent with the specifications for narrative appraisal reports. 7. OPC will receive and analyze the completed appraisal reports. Acquisition Services — Mobile Home Owner I. Establish and maintain complete and current ownership files in a form acceptable to the client. 2. Receive and analyze title information, approved appraisal reports and descriptions in sufficient detail to negotiate with mobile home owners and other parties. 3. Prepare all offer letters, summary statements, and lists of compensable items of fixtures and equipment, in accordance with state or federal regulations and approval of client. 4. Present written purchase offers to owners or their representatives in person, when possible. Secure receipt of delivery of offer as practical and present and secure tenant information statements, as applicable. n Dune pairs Ps, a rat l3 ro��ernercts �� Scope of Work Program 5. Notify relocation agent of initiation of negotiations within 2 business days and provide appraisal information, occupant contact information, and tenant information as necessary. 6. Follow-up and negotiate with each property owner, as necessary; prepare and submit recommended settlement justifications to client for review and approval; review any independent appraisal secured by property owner and coordinate reimbursement of appraisal fees (up to $5,000) with client. Ongoing negotiations and settlement discussions will continue for 8 weeks after the initial offer or until we reach settlement or impasse. 7. Prepare and assemble acquisition contracts, deeds and related acquisition documents required for the acquisition of necessary property interests. Legal descriptions to accompany easements or to accompany partial acquisition deeds are not included in this Scope of Work. 8. Maintain a diary report of all contacts made with property owners or representatives and a summary of the status of negotiations indicating attitude of owners, problem areas, and other pertinent information. Copies of all applicable written correspondence will be maintained in files. 9. Transmit executed acquisition documents to client. Each transmittal package shall include a fully executed and properly notarized deed(s), fully executed acquisition contract with attachments, and a brief settlement memorandum which summarizes the pertinent data relative to the transaction. Escrow Coordination Services Assist the escrow/or provide internal escrow services: 1. Open escrow and coordinate execution of closing instructions providing for title insurance coverage at the settlement amount. 2. Provide escrow officer with fully executed acquisition contract and bill of sale. 3. Review settlement statement for accuracy. 4. Coordinate deposit of acquisition price and estimated closing costs with escrow. 5. After the closing, review the title insurance policy for accuracy. Title Clearance Services 1. Work in conjunction with escrow officer to facilitate the clearance of title matters as set forth in the settlement memorandum and escrow instructions. 2. Coordinate payment of taxes due and release of liens. 3. Secure full reconveyance instruments from lien holders of record. 4. Coordinate lost instrument bonds as may be necessary. 5. Coordinate and facilitate recordation of corrective deeds to clear vesting issues. 6. Secure subordination agreements from conflicting easement holders. Relocation Plan Preparation Services 1. Interview all potentially affected occupants to determine relocation needs. The interview queries business needs, special licensing or zoning needs, needed permits, information on trade areas, special moving requirements, etc. The interview also queries household information such as: the number, ages and gender of all occupants, income of the household, distance to employment and utilized neighborhood services, special needs of the household, etc. 2. Research the marketplace for available replacement locations and/or establish rent schedules for compiling project costs. 3. Compile statistics on available housing and business replacement sites. 4. Calculate potential project costs. 5. Present draft relocation plan to client. D Dune t'siEri R`3d Scope of Work Program 6. Distribute plan to project participants and make it available for public inspection. 7. Make any needed revisions brought up during the public inspection period. 8. Participate in adoption presentation meeting. Relocation Assistance Program Implementation Services 1. Secure basic case information and set up case file; maintain the necessary case documentation and contact diary throughout the course of our involvement with the claimant. 2. Conduct initial in-depth field interview with claimant: Document rent, income, family size, names/ages of occupants and determine relocation needs, preferences and special requirements; provide general information notices and brochure; explain relocation process, rights and benefits available. 3. Provide on -going advisory assistance to minimize hardships on claimants, including referrals to and coordination with community service resources, public housing and other public services as needed. 4. Document rent with rental agreement, receipts, or economic rent if needed. 5. Document/verify income using pay stubs, budget worksheets, tax returns, certification, and/or cash affidavit as necessary. Use rent -to -rent method if income cannot be verified. 6. Assist with the reconciliation of FF&E ownership among owner and tenant. 7. Create rent schedule for project as appropriate and if authorized by client. 8. Search for and document comparables for each claimant: provide initial referrals and three sets of additional housing referrals every 4-6 weeks, as necessary; search for available non- residential sites until OPC recommends at least one appropriate site or determines that no such site exists. Provide with any referral, an evaluation form which requests feedback as to the suitability of the site referral, and attempt to secure response from claimant. 9. Prepare letter of eligibility based on most appropriate comparable or rent schedule, and seek authorization of client. 10. Deliver letter of eligibility to claimant, discuss findings and impacts to occupants' particular needs. Amend the letter of eligibility one additional time if the economics of the comparable's availability changes over the course of our assignment. 11. Prepare and deliver 90-day notices to vacate no later than 12 weeks after general information notices have been delivered. 12. Arrange for transportation to view replacement sites if needed; assist claimants with their selection of a replacement site, with lease offers, with review of rental agreements, and with move bids or fixed moving payment. 13. Inspect selected site to ensure it meets decent, safe, and sanitary requirements. 14. Monitor the replacement site escrow and explain the relocation process to agent and escrow officer as necessary. 15. Review and discuss claimants' moving plans, build -out specifications and personal property inventory and coordinate eligibility limitations in advance of physical move. 16. Verify vacation of the displacement site and secure a certificate of abandonment. 17. Determine eligibility for proposed amount of relocation benefits, including actual and reasonable moving payments, rental/purchase differential payments, re-establishment payments, and fixed payments as applicable. 18. For residential moves, secure and process an advance claim to assist with the move, and a second final claim incorporating the moving costs and rental/purchase differential payment once family has moved to selected displacement site. For non-residential moves, secure and process moving assistance, re-establishment, in -lieu, or settlement claims ensuring that no item was duplicated in the acquisition process. O0 ouni Patmr Read Scope of Work Program 19. Each claim will be signed by the claimant, supported by appropriate back-up (written bids, schedules, receipts, etc.), and will be reviewed by OPC's project manager for recommendation before submitting to client for approval. Each claim check will be delivered to claimant in person (as feasible) and a receipt of payment will be secured. Supplemental Relocation Assistance Services (optional service) 1. Provide support to client for claimant appeals. 2. Provide additional site referrals beyond that which was presented in Scope of Work. 3. Continue to work with claimant beyond 180 days from general information notice. 4. Administer periodic payments of relocation benefits. 5. Security or dual consultant services which may be necessary in hostile/violent households. 6. Translation services (other than Spanish) if needed by OPC and requested by client or claimant. 7. Section 8 administration or processing services where OPC aids in the application process on behalf of claimants or is converting conventional units to Section 8 units. Task 14: IID Coordination on Undergrounding (OPTK)NAL TASK). Based on the RDA decision on underground of the overhead distribution facilities, RBF will coordinate with IID on the location of the conduit system and provide the necessary references to the III) developed plans in the overall street improvement plans and project specifications. Additionally, RBF will provide a bid schedule showing the IID conduit and structure work as an Alternate Bid Item. This task also includes the review and comment on the IID plans with IID Staff. Deliverables: Coordination with IID staff on the Underground Plans Review and Comment on Underground Plans Preparation of the necessary special provisions and bid schedule items Placement of cross reference notes in improvement plan set. Task 15: Legal and Exhibit Mobile Home Managers House (OPTIONAL TASK). RBF will prepare the necessary legal description for the acquisition of the home site at the southwest corner of the mobile home park. RBF will also verify that all improvements associated with this site will be contained within the proposed acquisition site area. Following City approval of the legal description and exhibit, RBF will prepare the Grant Deed document necessary for the land transfer for the City's use. Deliverables: Legal and Exhibit for Mobile Home Park Managers House (one; legal) Conveyance Document o rune Palm R�sad ii �zr^_v�,� .:nrs "� Exhibit B Schedule of Compensation Payment shall be on a "Fixed Fee" basis for the Base Contract Amount 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 One Hundred Ten Thousand, Two Hundred Ninety -Four Dollars and Zero Cents ($110,294.00) except as specified in Section 1.6 - Additional Services of the Agreement. Base Contract Amount: $ 66,736.00 Reimburseable Budget: $ 5,700.00 Optional Task 3A: $ 9,276.00 Optional Task 13: $ 23,670.00 Optional Task 14: $ 2,276.00 Optional Task 15: $ 2,636.00 Total Not to Exceed Fee: $110,294.00 The project includes optional tasks. The Consultant shall not proceed with any optional task unless authorized in writing by the City of La Quinta. Last revised 6-30-09 19 r : ; = u , - a ; ; , » 12 cq Wi } \ ; �2 \o \ } \ T- ; co Y o = a)O 67 U @ Y N 0 r 3 Y 0 0 0 0 � o a O. U U l0 N N Y y C U O t .N O *' O E C p m 3 s U N -0 co -C @ U C M N U7 N t @ N Y N U Y Q) (D .3 j U N O > U N C -C N 6 N N O Y o E n O U C N l Y 7 Y r N C X C f0 LJJ O "' U =3 _ N _ « u .3 C _ � N u E ` C b � E t o �. O E o w c i � a o E m m it c n 5 o d! LLI � O =I 3 A. Q 0 � d C o!, z' e m b a N o O O p y 7 9 d c U n N � A O VI O ! Q% L A A d m11 O ¢ d A T ' iV O v O A V IL Z G m K 0 I H a iq M O N {V i0 m -r N T N N N O N Xa 3 LL LL i.LL 13 F -F LL � \ N Z6 ' f0 U Y_N N N N N N N N I� N N N r � W A :,V O Y N O N N N 1p m 1�1 N J r I`.iO a LJ FF� J L 9 LJ t ,c 'J L W > N.j F iF F F F Y_ LL LL LL > I d a a d T d d = o:a A� T T T T T T TT T T T N �r T T A T T T A A a .......E E a a a d e E 'c � c o aXi c rn IK W n I',v is m K 5 K a a a. O 0 'c u d19 o a n d W A E ,5 0 2 n c 3 c °- m ^' a e e o 0 0 w 0 A rn C A','� in �n .O o o -'LL ° N 2 O 9 z z a b .. LL` o LL a N m m .... L L 'v Y L L a N 0 c m m rn m C 5v_ m F Q 7 f m I� o: W ... ...... = Q m •° O �N Cl V (N m r m W (O (� (� p m�� U N a w Z O z ACORD„ CERTIFICATE OF LIABILITY INSURANCE DA 422010T7/2010 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Dealey, Renton & Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. Box 10550 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Santa Ana CA 92711-OSSO INSURERS AFFORDING COVERAGE INSURED RBF Consulting PO Box 57057 Irvine CA 92619-7057 COVERAGES HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. OTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE ERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. OF INSURANCE POLICY NUMBER POLICY EFFECTIVE UCY EXPIRATION LIMITS ILITY CIAL GENERAL LIABILITY IMS MADE i]OCCUR 630SOOD4092 EACHOCCURRENCE $1 000 000 FIRE DAMAGE (Any one fire) $1 000,000 MEO EXP(Anyone person) Sl0 000 PERSONAL B ADV INJURY $1 000 000 CTUAL MP0UCY[XjEQI 7--- GENERALAGGREGATE $ XCU PRODUCTS - COMPIOP AGG $2 00O 000 GATE LIMIT APPLIES PER: X PRO LOC A30/2010 AUTOMOBILE LIABILITY 8109496B499 11/30/2009 11/30/2010 COMBINED SINGLE LIMIT (Ea accident) $1 000 000 X ANY AUTO ALL OWNED AUTOS BODILY INJURY (Per person) S SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per accident) $ X NON -OWNED AUTOS PROPERTY DAMAGE (Par accitlent) $ GARAGE LIABILITY ONLY ACCIDENT $ r110ERTHAN EA ACC NLY: AGG S ANY AUTO $ C EXCESS LIABILITY SSE00071722276 11/30/2009 11/30/2010 EACH OCCURRENCE $10 000 000 AGGREGATE $ 000 1 O QQ X OCCUR CLAIMS MADE Professional $ Liability i5 $ DEDUCTIBLE Excluded TT -WC STATU- OTH- $ RETENTION $ WORKERS COMPENSATION AND E.L. EACH ACCIDENT $ EMPLOYERS' LIABILITY E.L. DISEASE EA EMPLOYE $ E.L. DISEASE-POLICYLIMIT $ B OTHER Professional Liability PI099400 11/30/2009 11/30/2010 Per Claim $1, 000, 000 Annl Aggr. $2,000,000 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS eneral Liability policy excludes claims arising out Of the performance of professional services. Independent Contractors Included e: Dune Palms Road Improvements; REP JN 20-101248 City of La Quinta, City employees and officers, the City Engineer, its consultants, elected officials, agents and sub -consultants are additional insured as respects to General and Auto Liability as required by written contract. Primary and Non -Contributing coverage applies to GL as required by written contract. City of La Quinta 78-495 Calle Tampico La Quinta CA 92253 ,D ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED '.E THE EXPIRATION DATE THEREOF, THE ISSUING INSURER MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER I TO THE LEFT. AUTHORIZED V -i POLICY #: 8109496B499 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions ofthe Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 4/27/2010 Countersigned By: Named Insured:'. RBF consulting Authorized presentative) SCHEDULE Name of Person(s) or Organization(s): Any person or organization for whom you have agreed in a written contract or agreement to provide insurance but only for damages which are covered by this insurance and which you have agreed to provide in such (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 COMMERCIAL GENERAL LIABILITY 63050OD4092 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree In a "written contract requiring insurance" to include as an additional Insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage' or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent ads or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) b) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and il. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance' requires you to provide such coverage or the end of the policy period, whichever is earlier, 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to 'other insurance" available to the additional insured which covers that person or organization as a named Insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that Is available to the addi- tional insured when that person or organizatlon is an additional insured under such 'other insur- ance'. 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence' or an offense which may result Ih a claim, To the extent possible, such notice should include: CG D2 46 08 05 0 2006 The St, Paul Travelers Companies, Inc. Page t of 2 A COMMERCIAL GENERAL LIABILITY 1. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and Ill. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: I. Immediately record the specifics of the claim or "suit" and the date received; and II. Notify us as soon as practicable. The additional Insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "sult", cooperate with us in the Investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional Insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. S. The following definition is added to SECTION V. —DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 ® 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 Wait 4lw4".rw PROJECT NO. 2009-04 PROFESSIONAL SERVICES AGREEMENT DUNE PALMS ROAD WIDENING IMPROVEMENTS CONSULTANT: RBF CONSULTING Attention: Brad Donais, P.E. 74-130 Country Club Drive, Suite 201 Palm Desert, CA 92260-1655 CONTRACT AMENDMENT NO. 1 Pursuant to the terms of the original Professional Services Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the base contract amount for this Agreement. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the Agreement. DESCRIPTION OF CHANGE This contract amendment authorizes RBF Consulting to perform the scope of work for the following optional tasks: Task 3A — Utility Potholing ($9,276); and Task 14 — IID Coordination on Undergrounding ($2,276). In addition, RBF Consulting is authorized to shift an amount not to exceed $4,700 from optional task 13 to the following new work objectives: Additional Task 1 — Additional Topographical Survey ($1,800); and Additional Task 2 — Street Improvement Plans ($2,900). RBF Consulting's Additional Work Request Number 1, dated November 10, 2010, is attached and made a part of this Contract Amendment. This Contract Amendment does not result in additional contract funding. MiF#iiFRiF'.F iF iF iF 3E iFxk%iF iF'.Ff+iFaiiF iF iF iFYk%iE#iiF iF%%'.F iFYiF MiFYIfF iF iF iF '.F%M kaiF 9F Previous Contract Amount Thru Contract Amendment No. -0- $110,294.00 Add this Amendment $0.00 Revised Contract Total $110,294.00 Page I of 2 The contract completion date is not affected by this contract amendment. Submitted By: Date: Approved Date: 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 a# services necessary to complete the above specified work, and hereby accept as full payment the amount shown above. Accepted Title: By: Consultant: Cron k I�; tiY Date: (I z5 l i Page 2 of 2 T4,Yl- 4 414 Q94trcu PROJECT NO.-29A9-04 2409-OK- PROFESSIONAL SERVICES AGREEMENT DUNE PALMS ROAD WIDENING IMPROVEMENTS CONSULTANT: RBF CONSULTING Attention: Brad Donais, P.E. 74-130 Country Club Drive, Suite 201 Palm Desert, CA 92260-1655 CONTRACT AMENDMENT NO. 2 Pursuant to the terms of the original Professional Services Agreement, you are hereby directed to make the herein described changes or do the following described work not included in the base contract amount for this Agreement. Unless otherwise stated all work shall conform to the terms, general conditions, and special provisions of the Agreement. DESCRIPTION OF CHANGE This contract amendment authorizes RBF Consulting to prepare a Temporary Construction Easement (TCE), including legal description with appropriate plat map exhibits for the affected Desert Sands Unified School District (DSUSD) owned property adjacent to Dune Palms Road. RBF Consulting is authorized to shift an amount not to exceed $1,400 from optional task 13 to the new work objective. RBF Consulting's Additional Work Request Number 2, dated April 19, 2011, is attached and made a part of this Contract Amendment. - This Contract Amendment does not result in additional contract funding. Previous Contract Amount Thru Contract Amendment No. -0- $110,294.00 Add this Amendment $0.00 Revised Contract Total $110,294.00 The contract completion date is not affected by this contract amendment. Page 1 of 2 Submitted] Date: By i Approved Date: By: .r.... S S i t 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 afl services necessary to complete the above specified work, and hereby accept as full payment the amount shown above. Accepted Title: By: 77;LU:CE �, es; ,r Consultant: '-RZ F Date: Ll / L9j I L 1 Page 2 of 2