Loading...
2010 RBF Consulting/Washington Street Phase II DrainagePROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT FOR CONTRACT SERVICES (the "Agreement") is made and entered into by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and RBF Consulting ("Consultant"). The parties hereto agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant shall provide those services related to the Phase II Washington Street Drainage Improvements, Project No. 2010-08, 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 11-18-10 1.5 Care of Work and Standard of 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 ("Additional Services") when directed to do so by the Contract Officer. Consultant shall not perform any Additional Services until receiving prior written authorization from the Contract Officer. It is specifically understood and agreed that oral requests and/or approvals of Additional Services shall be barred and are unenforeceable. Failure of Consultant to secure the Contract Manager's written authorization for Additional Services shall constitute a waiver of any and all right to adjustment of the Contract Sum or time due, whether by way of compensation, restitution, quantum meruit, etc. for Additional Services provided without the appropriate authorization from the Contract Manager. Compensation for properly authorized Additional Services shall be made in accordance with Section 2.2 of this Agreement. 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. Last revised 11-18-10 2 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 -Nine Thousand, Six Hundred Sixty Dollars ($29,660.00) (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. Regardless of the method of compensation set forth in the Schedule of Compensation, Consultant's overall compensation shall not exceed the Contract Sum, except as provided in Section 1.6 of this Agreement, "Additional Services." 2.2 Compensation for Additional Services. Additional services approved in advance by the Contract Manager pursuant to Section 1.6 of this Agreement, "Additional Services," shall be paid for in an amount agreed to in writing by both City and Consultant in advance of the Additional Services being rendered by Consultant. Any compensation for Additional Services amounting to five percent (5%) or less of the Contract Sum may be approved by the Contract Officer. Any greater amount of compensation for additional services must be approved by the La Quinta City Council. Under no circumstances shall Consultant receive compensation for any Additional Services unless prior written approval for the Additional Services is obtained from the Contract Officer pursuant to Section 1.6 of this Agreement. 2.3 Method of Billing. 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 0 ) 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. Last revised 11-18-10 3 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. Extensions to the Schedule of Performance which are determined by the Contract Officer to be justified pursuant to this Section shall not entitle the Consultant to additional compensation in excess of the Contract Sum. 3.4 Term. The term of this agreement shall commence on December 22, 2010 and terminate on August 31, 2011 (initial term). This agreement may be extended 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 Last revised 11-18-10 4 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 such other person as may be designated by the City Manager of City. It shall be Consultant's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and Consultant shall refer any decisions, which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.5 City Cooperation. City shall provide Consultant with any plans, publications, reports, statistics, records or other data or information pertinent to services to be performed hereunder which are reasonably available to Consultant only from or through action by City. Last revised 11-18-10 5 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-:Vl: Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence) $2,000,000 (general aggregate) Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Errors and Omissions Liability $1,000,000 (per claim and aggregate) 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 Last revised 11-18-10 6 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. 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. 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 Last revised II-18-10 7 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 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. Last revised 11-I8-10 8 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. 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. Lmtrevised I I-18-10 9 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 Last revised II-18-10 10 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 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 (with the exception of professional liability coverage, if required) and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If 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 Last revised 11-18-10 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. Last revised I1-I8-10 12 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. Last revised 11-18-10 13 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 7.7. 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. Last revised II-18-10 14 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. Last revised 11-18-10 15 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. Last revised 11-18-10 16 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 behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. . Last revised II-18-10 17 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: &MKatheLr— ine Jenso i y Attorney CONSULTANT: RBF CONSULTING By: Name: Brad Mielke, S.E., P.E. Title: Senior Vice President Date: /2• % /U Last revised I1-18-10 is Exhibit A Scope of Services Consultant's scope of work to related to Phase II Washington Street Drainage Improvements, Project No. 2010-08 is attached and made a part of this agreement. Last revised I I-I8-10 19 EXHIBIT A December 21, 2010 Scope of Work Task 1: Project Management. RBF will manage project duties for the duration of the project in order to assure a cost-efficient, quality process. 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 activities. Schedule will be updated and sent out the Staff on a monthly basis. 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 4.5 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 regularly scheduled meetings with the City of La Quinta regarding the design processing, resolution of issues, strategy development, etc. Additionally, as requested on recent projects with City staff, RBF will prepare up to date project schedules reflecting current task completion projections. Project Coordination and PDT Meetings. RBF will prepare for and attend meetings of the Project Development Team (PDT). RBF assumes five total staff/PDT coordination meetings. Agency Coordination. RBF will coordinate with appropriate agencies through PDT meetings, an agency scoping 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. Deliverables: Meeting Agendas & Minutes Updated Schedules (Updated Monthly) Coordination with City and Interest Parties Task 2: Topographic Base Mapping. RBF will provide aerial and field topographic survey to collect existing features within the proposed retention site and surrounding Washington Street and Frontage Road areas. The topographic data collection shall include, but not limited to, all features within the 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, landscaping, existing sidewalk, curb, driveways and any other features that may be affected with the construction of the basin. The limits of the topographic base mapping will extend 150 feet east and west of the parkway island curb and gutter, from Avenue 47 on the north to approximately 300 feet south of the southern point of the parkway island. Deliverables: Topographic Base map Utility Base map ❑ Phase 2 Wa�87n gton Street CSrulnage Impraue�xiE i;fs � EXHIBIT A December 21, 2010 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. 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. Utilities to be notified include electrical, gas, telephone, cable, water, sewer and irrigation. Utility Relocation Coordination Since at this time it is known that both the Gas Company's 4" line and the underground Verizon conduit system will need be to relocated in order to make room for the proposed retention basin, RBF will coordinate with the utility company staff to provide them the necessary information they will need to prepare their relocation plans. In addition, RBF will provide continual coordination with utility staff on the progress of the design plans, review of the plans for additional conflicts and construction status of relocation activities. Utility 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. Deliverables: Parcel Base Map Utility Base Map Utility Coordination Utility Correspondence Binder Task 4: Retention Basin Improvement Plans RBF will prepare retention basin improvement plans for the proposed drainage and grading necessary to construct the proposed project basin. The plans will include the appropriate City of La Quinta CIP General Construction Notes, additional detail construction notes and labels for the grading and drainage improvements. This task includes but is not limited to the preparation of the following plan sheets: A. Project Title Sheet along with pertinent CIP construction notes, specific construction related notes, quantities and location map. 0 P17150 2 Washington St,roet Drainage 4mprovoments 0 ,,STn L EXHIBIT A December 21, 2010 B. Typical Sections for the retention basin at locations that adequately represent changes in the basin cross-section. C. Construction Details for items such as catch basin, dry well structures, and other items as necessary to provide the Contractor with adequate information to construct the drainage improvements. D. Basin Grading Plan for the proposed retention basin. The grading plans will include be prepared at a scale of 1"=20' and will show all necessary elements for the contractor to construct the proposed basin. RBF shall prepare a Preliminary Estimate of Earthwork Quantities based upon the existing surface information provided by the City. The plans will state raw cut and fill quantities. E. Storm Drain Plan for the proposed catch basin and storm drain piping from the existing catch basin at the southern end of the parkway median island and the proposed flow -by catch basin located at the approximately center of the retention basin site. The storm drain plan will be prepared one plan and profile sheet, at a scale of 1"=40'horizontal and 1"=4' vertical scale. The 35% concept review will contain proposed basin contour grading information as well as utility conflicts, existing topography and right of way limits. RBF will prepare drainage improvement 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 5: 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. Deliverables: Special Provisions for the Project Prepare Bid Schedule Review final Bid Package and Provide comments FWD Phase 2 Washington Stroet Drainage improvements 0 Prge 3 EXHIBIT A December 21, 2010 N 6: 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. 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 7: 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 eight total hours, billed on a Time and Material basis. Deliverables: Attendance at Pre -Bid Meeting (As requested) Attendance at Pre -Construction Meeting (As requested) Task S: 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. For this task, RBF assumes 10 total hours, billed on a Time and Material basis. Deliverables: Respond to RFI Questions Provide technical support as necessary Task 9: Geotechnical Analysis for Drywell. Based on the City of La Quinta request, RBF will have a geotechnical engineer provide one geotechnical boring to the depth of 45 feet below existing grade. In addition, Geocon West Inc. will perform grain size analysis on the soil samples and provide a letter report on the finding of the data collection and laboratory testing to aid in the design of the Maxwell Drywell system for the proposed retention basin. Task 10: Landscape Design. RBF will prepare minor landscape and irrigation plans for the retention basin screening at along the top bench area and hardscape (rock) for the remainder of the basin site. The desertscape landscaping will match in style and plant palette the existing median landscaping, 0 phase 2 Washington Street Drainage lmpravemerrts D- EXHIBIT A December 21, 2010 utilizing low-lying shrubs, ground cover, and decorative rock that will allow water percolation on both the sides and bottom of the basin. The development of the irrigation plans assumes a connection to the existing irrigation system on the north end of the retention basin area. ADDITIONAL SERVICES Services which are not specifically identified herein as services to be performed by RBF are considered "Additional Service". The Client may request that RBF perform services which are Additional Services. - Construction Staging Plans - S WPPP and or WQMP W0 Phase 2 Washington Street Drainage Inlprovoments 0 eg e' 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 Twenty -Nine Thousand, Six Hundred Sixty Dollars ($29,660.00) except as specified in Section 1.6 - Additional Services of the Agreement. Base Contract Amount: $ 26,730.00 Time and Materials Budget: $ 2,430.00 Reimburseable Budget: $ 500.00 Total Not to Exceed Fee: $ 29,660.00 Last revised II-18-10 20 0 0 0 0 0 o O o N N o 0 M of O r N N N N t0 a7 m O N M m N A ip p N q � q d q LL N O O N 10 O m w m O r N y d m N LL q p O O O O O O O O O Q 19 Vf i9 M W M IA f9 Vf � N N m w q LL „ Q a 5 0 x . . . . . . . O M N M N d m � d � LL � N m � O O O O O O O O O O W N W W 19 M N M Vi N O N d d W q LL N N � 2 O O O p O O p O O O C Q N Q Q O N 7 O x O l9 19 N a eD_ fp V) O m r d w w w w w N LL q N N Q Q Ol O O Q W O 0 0 0 0 0 0 0 0 o N N m ei Q m n w w r m y N» LL W M p Q Q W (p N N A M O J W F m A °o E m d d d j E A m A C 9 O 6 f m K fq W N d V' J Exhibit C Schedule of Performance Consultant shall complete all services identified in the Scope of Services, Exhibit "A" of this Agreement in accordance with the attached Project Schedule, attached hereto and incorporated herein by this reference. Exhibit D Special Requirements None. Last revised II-18-10 22 p tvll o -"—"1 OF ID: EX `� Ro CERTIFICATE OF LIABILITY INSURANCE DAM12 1zrls/16DrrrrY' _ rlo THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 714-708-4370 CONTACT AX Jnited Captive Ins. Brokers NAME: I7151 Newhope St., Ste 211 714-708-2300 n"CNNo E%g. iac,xgl„ . °Ountain Valley. CA 92708 E-MAIL __..___... INSURED RBF Consulting INSURER A U.S. Fidelity and GUISE anty+ Co- 25887 14725 Alton Parkway INSURER Irvine, CA 92618 INSURER C INSURER 0 INSURER E INSURER r : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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 CERTH ICATE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR .._._._'ADlSE UBR' POLICY "EPF'i-POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MMlDOf/YYY MMADDA`YYYI I LIMITS GENERAL LIABILITY I EACH OCCURRENCE '• w I � OMMERCIAL GENERAL LIABILITY PREM ES occairDentty - S C_ j CLAL MAOc OCCUR ME- EXP-- ono pwaon) _S _ I PERSONAL B ADV INJURY 1$ GENERAL AGGREGATE I S CLKL AGIUPFGA7F LIMIT APPu S PER. = �� PRODUCTS COMPfOP AGG i S P -Irt I LOC I I S AUTOMOBILE LIABILITY ( COMBINED SINGLE LIMIT S ( I(Eaemtlonl) ' nloY AUTO :BODILY IWURY(Perpddx..._._ $ IQ IL VANED AUTOS7 ^ BODILY INJURY (Per awtlenn S Y✓+EOJLEO AUTOS PROPERTY DAMAGE $ RED AVTOS I I (Pe attltlenB VNAWNED AUTOS � I _ I $ i S UMBRELLA LIAR OCCUR I i EACH OCCURRENCE $ f %CE55 LIAR CLAWS MACE ( � i AGGRI-GATE ..__ $ _. _.... �._—.. ..._. I_. �. �e CJO"IB'_E ( 3 S ! RETENTION S J S WORKERS COMPENSATION X W $TI iU ( {OTH AND EMPLOYERS'LIABILITY YIN -_ „— A rdY. FiOPRIETOPoPARtNER/E%CC,ViNF D123W00020D 07/01/10 07r01/11 EL EACH ACCIDENT OP'I CRRAEMBER EY.CI,IIDED1 ��N1A ( I i$ 1000,00 - IM a tory In NNI } E L DI9CASE -EA EMPLOYE i $ 1,000,000 Cf SCRIPT.ON Oh ELT 1OF000,00 i DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Re: Washington St. Drainage Improvements; RBF JN 20-101347 City of La Quinta Attn: Public Works Dept. Anne Weaver P.O. Box 1504 La Quinta, CA 92247 ACORD 25 (2009109) CITYLAQ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Mark Barrie (dJ 19da-ZUU9 AUUHU GURPURA I IUN, All rights reserved. The ACORD name and logo are registered marks of ACORD 11.1,110 AC.ORQ,. CERTIFICATE OF LIABILITY INSURANCE CA 21T 0 2OD70' 2 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Deal.ev, Renton & Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. 0. Box 10550 HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Santa Tina CA 92711 -0550 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED _. __ ...... _._ RBF Consulting PO c>C:x 57;!57 Irvine CA 92619-7057 CrT/CRAnGC HE POLICIES OF INSURANCE LISTE➢ BELOYI HAVE BEEN ISSUED I'D THE INSURED NAMED ABOVE FOR TH:i POLICY PERIOD INDICATED. OTW17!iSTT-NDING ANY REOItIR't4F,NT', 'LSi'nM OR CONDITION ION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ER:; ICA'('E MAY BE ISSUED OR MAY PE:R'PA?N, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN Is SUBJECT TO ALL THE ERRS, 5XCLCSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. " "i --" � INSR N TYPE OF INSURANCE POLICY NUMBER - P041CY EFFECTIVE P I EXRA ( RATE PITION I LIMITS A GENERAL LIABILITY i630500CJ4092 �11/30/2010111/30/2011!EACH OCCURRENCE _iS1J000 000 _ } COIXIERCI I CLIERALLWSIIpY FIRE DAMAGE(Any one fire) lSj 000,—Q0O_._ CLAIMSMAL IX _j OCCUR I 1 MEO EXP IAAy ona pa ao) i510, 000 Z Ccn-i ctua1 `- PERSONAL&AOVINJURY �$1a040,0.9� XCIJ ( GENERAL AGGREGATE I59 I lGH[CAT LIM1IV i'PUE6 PFPo� PROOVCT6 .COMPfOP AGG jS�,�QQ„ODO _ IOUCYtX ,Pia j LOC � A AUTOMOBILE LIABLLITY 81094,96Ty499 111/30/2010 11/30/2011 '',, COMBINED SINGLE LIMIT i (EA euTeent) 51, 000, 000 A'IY uJro . LLI. G'nNED AUTOS BODILY INJURY IS FCHFOJLED AUTOS ( (Per parson} Iuz,:O 111TO3 3 I BODILY INJURY 5 re'N-OYJNED AU IDS 4 (Pa AC6,10m) ) E I PROPERTY pAMAGC 'i(PA, ACGtlonl) t[ GARAGE LIABILITY ? AUTO ONLY - EA ACCIDENT (S. -NY'UTO I OTHER THAN EA ACC � 6 _ AUTO ONLY: AGG S B LXCASS LIABILITv_. !SSE000482S5639 10 0 ill/30/2010111/30/2011;FAC)IOCCURRENCE 500,000 CLAIMS MADE I i AGGREGATE I o DUCTIHL[ Lability s _. r 7t.NnoN 5 �5 JORKFRS COMPENSATION AND ' WC STATLL OTH _�SOHY.LIMLLS. 1 ER -_- E'.1PLOYEf15'LIAHILITY E.L. EACH ACCIDENT I IEL DISEASE. -EA EMPLOYEES EL DISEASE POLICY LIMIT 1 S C OTHER PI109400 111/30/2010 ll/30/2011 Per Claim $1,000,000 s on�1 Aabi lity Annl Aggr. $2,000,000 F1ade � i I i ( _ DESCRIPTION OF OPCRATIONSILOCATIONSNEHICLES!EXCLUSIONS ADDED BY ENOORSEMENTISPECIAL PROVISIONS lenee:=.1 LI ni iity colicy excludes claims arising out: of the performance of professional services. 'eneeai L>r.c:i ity includes coverage for independent Contractors. Re: 'tiLF,ttington St. Drainage improvement S; RBF JN 20-101347 City e:i La QU nta. :to officers and e-,ployees are additional insured as respects to General Liability as required by .YriL—r. contract. Primary and Nor. -Contributing coverage applies to GL as required by written contract. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED EFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER Cif:y of LA Quinta :IILL ENDEAVOR I'D MAIL 30 DAYS WRITTEN NOTICE TO THE 11t-n: Pabl,C Work& Dept./Anne Weaver CERTIFICATE HOLDER NANED TO THE LEFT, BUT FAILURE TO DO SO P.O. BOX 1504 "HALL IMPOSE NO OBLIGATION Oil LIABILITY OF ANY KIND UPON Quinta CA 92247 INS INSURER, ITS AGENTS OR REPRESENTATIVES. AUTiORIZEDREPRESENTATIV -J 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) 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. b) 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: I. 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 li. 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 oven 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 organization 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 In a claim. To the extent possible, such notice should include: CG D2 46 08 05 0 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. 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 it. 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 "suit", 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; It. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05