Loading...
2013 - 30138 Diamante - SoCal Portfolio I, LP Development Improvement AgrmtDEVELOPMENT IMPROVEMENT AGREEMENT THIS DEVELOPMENT IMPROVEMENT AGREEMENT ("Agreement") is made and entered into as of MU &, 2013 (`'Effective Date") by and between the CITY OF LA QUINTA, a municipal corporation operating pursuant to a Charter adopted by it as authorized by the State of California ("City") and SOCAL PORTFOLIO I LP, a Delaware limited partnership ("SoCal"). City and SoCal are sometimes referred to herein separately Asa "Party" and jointly as the "Parties." RECITALS: A. SoCal is the current owner in fee of that certain real property located in the City, Riverside County ("County"), California ("State"), described in Exhibit "A" ("Property"). B. While the Property was under prior ownership, the City approved Tentative Tract Map No. 30138 and Conditions of Approval ("Conditions of Approval") for that tentative tract map. On October 13, 2006 City and La Quinta Developers, LLC, ("La Quinta Developers"), a prior owner of the Property, caused to be recorded Tract Map 30138 ("Map") as Instrument No. 2006-0757452. Pages 31 to 35, inclusive, of Maps in the Office of the County Recorder of the County. The Property, together with the recorded Map and approved Conditions of Approval, has been referred to from time to time as the "Diamante Project," the "Diamonte Project" and the "Monaco Project"; for clarity purposes, the Property, the Map and the Conditions of Approval shall be referred to herein simply as the "Project" C. While under the ownership and control of La Quinta Developers, certain initial actions were taken to commence development of the Project. Those actions included posting with the City certain labor and material bonds and performance bonds (collectively, the "Bonds") issued by Travelers Casualty and Surety Company of America ("Travelers") in favor of the City as beneficiary for certain improvements related to the Project, some of which are subdivision improvements (referred to herein as "On -Site Improvements") and some of which are improvements within the public rights -of -way (referred to herein as "Off -Site Improvements") (the On -Site Improvements and the Off -Site Improvements are sometimes referred to herein collectively as the "Improvements"). The improvements are set forth in Exhibit `B" and Exhibit "C" hereto. D. La Quinta Developers subsequently lost ownership of the Property. A dispute then arose between Travelers and the City regarding the unfinished bonded Improvements and the use of the principal amounts on the Bonds. A settlement was reached according to terms set forth in that certain "Settlement Agreement" dated December 5, 2012, whereby Travelers agreed to pay to the City $1,000,000.00 (the "Bond Fund") in final and complete settlement of all obligations of Travelers concerning the Project, and City agreed to accept the Bond Fund in full settlement. Said funds have been collected by the City, and have been placed in a separate bank account for use as specified in this Agreement. E. City desires that the Off -Site Improvements and certain of the On -Site Improvements be completed.and has proposed to SoCal that City will make available to SoCal wCH\30615.000e429257.1 12114n012 1 the Bond Fund if SoCal agrees to complete those Off -Site Improvements and the specified On - Site Improvements as a priority (collectively, "Priority Improvements" as identified in Exhibit "D" hereto), and that if SoCal so agrees, then the balance of the Bond Fund (if any) could be used by SoCal for other On -Site Improvements. F. As of the Effective Date SoCal has identified certain plans and specifications (collectively, the "Plans") previously prepared for the Project, which are in various stages of completion and or prior approval. The Plans are specifically identified in Exhibit "F." G. The City is agreeable to using the Bond Fund to complete the Improvements (with emphasis on the Priority Improvements) to the extent of the available Bond Fund. Based on the foregoing Recitals, and in consideration of the covenants, terms and conditions set forth hereinafter, the Parties agree as follows: AGREEMENT: Recitals. 1.1 Recitals True and Correct. The Recitals are true and correct. 1.2 Defined Terms. All defined terms therein are adopted below. 2. Improvements: Use of Bond Fund. 2.1 General Contractor. SoCal shall enter into a contract ("General Contract') with a General Contractor, licensed and insured in the State of California. Until such time as the General Contract is fully executed, the SoCal Contact Person (defined below) shall be the contact person for SoCal. As soon as the General Contract is executed, SoCal will notify City of the General Contractor and its contact person who thereafter shall be the authorized agent of SoCal and shall be the Contact Person for SoCal. Through the General Contractor, SoCal shall cause the completion of the Improvements pursuant to the Approved Plans (defined below), to the extent reasonably possibly, and subject to the terms and conditions herein, including the availability of proceeds from the Bond Fund. The City may use proceeds from the Bond Fund as compensation for costs incurred by the City due to the default of La Quints Developers, including but not limited to, legal and administrative costs. SoCal will cause the General Contractor to apply and pay for an encroachment permit for constructing improvements in the public right-of-way. 2.2 Insurance. SoCal agrees to require General Contractor to carry a policy of Commercial General Insurance naming City and SoCal as additional insureds as to the Improvements, with coverages in accordance with the terms specified in Exhibit "E." 2.3 Construction Schedule. After the General Contractor is hired, SoCal and General Contractor shall prepare and submit to the City an estimated construction commencement, progress and completion schedule ("Construction Schedule"). The W CH130616.0006b429267.1 12I1412012 Construction Schedule will be updated from time to time as processing, construction and Force Majeure conditions (defined below) affect it. 2.4 Priority Improvements. Commencement of, and completion of, construction the Priority Improvements shall be a priority in the General Contract and in the Construction Schedule, but it is understood that other Improvements might require completion in order to facilitate work on the Priority Improvements. 2.5 Expedited Reviews and ApRLoyals. City agrees to provide expedited review for all plans (both new and as refreshed as previously approved plans) and for any permit applications that require City approvals or issuance. This expedited review and approval process shall be coordinated through the City Contact Person (defined below). 2.6 City Assistance. City agrees to assist SoCal and General Contractor, as reasonably possible, with all processing with Coachella Valley Water District ("CVWD") and the La Quinta City Fire Department ("Fire Department") and all other public agencies regarding processing and approval of plans necessary in connection with the Improvements, and including obtaining all rights -of -way and other permits required for the Improvements. 2.7 Prevailing Wages. As City is a charter city and has elected under its charter not to be subject to the State's prevailing wage requirements, construction contracts entered into by SoCal and General Contractor requiring the use of the Bond Fund shall not be required to be subject to such prevailing wage requirements. 3. Bond Fund, Payment of Construction Invoices. 3.1 Annroved Plans. Once the General Contract is executed, General Contractor shall cause commencement of construction of the Improvements in accordance with the Construction Schedule, emphasizing focus on the Priority Improvements in the order as listed in Exhibit "D." Initial emphasis by General Contractor shall be to work with City, CV WD and Fire Department to refresh previously approved plans and gain final approval for any previously uncompleted and approved plans for each of the Improvements (collectively when approved, the "Approved Plans"). The City shall have the final say and control over the priority of the Improvements to be constructed with the Bond Fund, as well as the expenditures to be made from the Bond Fund. The City shall have no liability for any construction or other costs which exceed the balance of the Bond fund. 3.2 Processing. Approval and Payment of Invoice Package. Subsequent to commencement of construction, SoCal shall submit to the City, on not less than thirty (30) day cycles ("Invoice Submittal Date"), an Invoice Package (defined below) for work completed during the period which is the subject of the Invoice Package. City will have ten (10) business days within which to notify SoCal of any deficiency claimed by City in the Invoice Package, and City, SoCal and General Contractor shall promptly meet and attempt in good faith to resolve such issues. City shall, not later than thirty (30) days following the Invoice Submittal Date, pay to SoCal from the Bond Fund Account the invoiced amount, less any amount disputed by the City. SoCal may request preapproval of expenses prior to incurring the charges to ensure that wcau0515.0006\429252.112n4n012 the expenses are eligible for reimbursement. The City Engineer is authorized to preapprove these expenses, in writing, on behalf of the City. 3.3 Invoice Package. The Invoice Package shall consist of the following: a. The Invoice on form previously agreed to by City and General Contractor, reasonably describing the Improvement work (including all fees, charges and other costs incurred General Contractor or SoCal) by invoiced for and its relation to the Construction Schedule and the Priority Improvements (if applicable); b. All appropriate lien releases (or partial lien releases); c. Certification by a California licensed civil engineer that the Improvement work (or discrete component thereof) has been completed in accordance with the Approved Plans. 3.4 Withholding of Funds. The City shall withhold $75,000 out of the Bond Fund to cover expenses associated with (a) jobsite dust control; (b) remedial grading, if needed due to default or non-performance of General Contractor, in order to make the jobsite safe; and (c) payment of any claims, stop notices, or mechanic's liens filed against the City as a result of work on the site. At the conclusion of 35 days after City Council acceptance of the Improvements, the $75,000 would become eligible for reimbursement to SoCal for completion of additional eligible Improvements. 4. Insurance. 4.1 Commercial General Liability Insurance. General Contractor shall be required, through the General Contract, to carry the insurance coverage (at a minimum) described in Exhibit "E" in full force at all times during construction of the Improvements, with City and SoCal named as additional insureds. 5. Construction Schedule: Force Majeure. 5.1 Adherence to Construction Schedule: Unavoidable Delays. While General Contractor will be required to exercise reasonable best efforts to adhere to the Construction Schedule, particularly as it pertains to the Off -Site Improvements, it is understood that the Construction Schedule is a good faith estimate of General Contractor's completion of the Improvements, and is subject to modification, from time to time, by General Contractor as elements effecting that schedule arise, including unavoidable delays ("Force Majeure") caused by earthquake, flood, inclement weather, industry -wide labor strikes, shortages of required materials, spill of hazardous substances, or interferences by public agencies requiring modifications to the Approved Plans, work schedules, or methods of operation. WC1N0615.00061429257.1 12/142012 4 5.2 No Third Party Ben_ efciarv, The Parties agree that they do not intend that the General Contractor is a third party benefici General Contractor has no right to enforce the proaryvis ons of this Agreemder this Agreement, and agree that the Agreement. 6. Fees. Deposits. Refunds and Reimbursements 6.1 Fees�ts SoCal shall be entitled to full credit for all fees and deposits previously made by La Quinta Developers or any other prior owner of the Project, and in the event City has raised or increased such fee or deposit requirement after the date originally made, then SoCal shall be required to pay or deposit only the difference between the original paid fee or deposit and the new fee or deposit. Notices. 7.1 Acceptable Methods for Notice All notices, consents and communications to a Party or to the General Contractor shall be in writing and shall be deemed to have been duly given when (a) delivered by hand with a signed delivery receipt requested, (b) sent by facsimile (with receipt confirmed), provided a copy is mailed on the same day by registered mail, return receipt requested, or (c) received by the addressee, if sent by U.S. Mail or Express Mail, Federal Express or other express delivery service (receipt requested), in each case, to the appropriated addresses and telecopier numbers set forth below (or to such other addresses or telecopier numbers as a Party or General Contractor might designate as to itself by notice to the others). 7.2 To the City All notices to the City shall be delivered to the following: Frank Spevacek City Manager City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 Telephone: (760) 777-7030 Facsimile: (760) 777-7155 Email: citymanagersoffice@la-quinta.org MA copy to M. Katherine Jenson Rutan & Tucker, LLP 611 Anton Blvd., Suite 1400 Costa Mesa, CA 92626 Telephone: (714) 641-3413 Facsimile: (714) 546-9035 Email kienson ratan com WC iUO615.00061429257.1 12/142012 7.3 To SoCal: Until the General Contract becomes effective and the General Contractor is identified, all notices to SoCal's authorized agent shall be delivered to the following: Jonathan M. Weldy Meridian Land Development Co. 19153 Town Center Drive, Suite 106 Apple Valley, CA 92308 Telephone: (760) 240-5511 ext. 222 Cell: (909) 380-9919 Email: iweldynn meridianldc.com with cony to William C. Holzwarth Dzida, Carey & Steinman 8657 Conservation St. NE Ada, MI 49301 Telephone: (951) 300-2000 Facsimile: (616) 682-5480 Email: wholzwarth@dcslaw.com 8. General Provisions. 8.1 Applicable Law. This Agreement shall be governed by and interpreted in accordance with the laws of the State. 8.2 Assignment. SoCal shall not assign this Agreement to any other person or entity without the express written consent of the City. 8.3 Equitable Remedies. Each Party shall, in addition to all other rights provided herein or as may be provided by law, be entitled to all equitable remedies including those of specific performance and injunction, to enforce its rights hereunder. 8.4 Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which when taken together shall constitute one and the same document. 8.5 No Partnership. Nothing herein shall constitute or be construed to be or create a partnership or joint venture between the City on the one hand and either SoCal or General Contractor on the other. 8.6 Entire Agreement. This Agreement, together with any Exhibits referred to herein, each of which is hereby incorporated in this Agreement and made a part hereof, embodies the entire agreement and understanding between the Parties and supersedes all prior agreements and understandings between them with respect thereto. WCH130615.0006\429257.1 12/142012 Date. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the Effective SOCAL PORTFOLIO I LLC, a Delaware limited liabilitviromDafiv President CITY OF LA QUINTA, a municipal corporal on ank pe ek, City Manager Attest to City Manager's Signature: By: SV 4A4,. Susan Maysels, Cit Clerk Approved as to Form SIGNED IN COUNTERPART Allison LaMoine-Bui Deputy City Attorney La Quinta, California WCM30615.00061429257.1 12/14/2012 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the Effective Date. SOCAL PORTFOLIO I LLC, a Delaware limited liabilitMorm) Av President W CM 0615.0006\429257.1 121142012 7 CITY OF LA QUINTA, a municipal corporation By: Frank Spevacek, City Manager Attest to City Manager's Signature: By: Susan Maysels, City Clerk ApproveO as to /w By: AF�orrm, fig �VV-U� � Allison LaMoine-Bui Deputy City Attorney La Quinta, California CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Calif rnia County of On 404 � 2I 11�1 before me, [Date] YAi4 t- Nktm ,I o�AN QUVGj," [Name of Notary Public and Tide "Notary personally appeared y� 1-edZ [Name(s) of signer(s)] who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public MELANIE ANDREWS 'Comm. #1894543 W Notary Public • California;, Orange County CommZ res1u13,2014 (seal) EXHIBIT "A" Property Description The Property referred to in the within Agreement is that certain real property located in the City of La Quinta, Riverside County, California, more particularly described as: Lots I through 47, inclusive, and Lots "A" through "I," inclusive, as shown on a Map of Tract No. 30138, as per plat recorded in Book 411, Pages 31 through 35, inclusive, of Maps, Records of Riverside County, California. WCiN0615.0006\429257.1 12!14/2012 EXHIBIT "B" ON -SITE IMPROVEMENTS 1. Engineering costs required to complete and/or update construction plans and specifications 2. Engineering survey/staking and Geotechnical testing and support as required 3. Professional fees for management of the installation of on -site improvements 4. Mobilization/demobilization 5. Survey/Layout 6. Clearing, grubbing and cleanup 7. Complete rough and fine grading of lots & on -site streets 8. Import and/or export of soil as required to complete grading work 9. Grading at retention basins 10. Erosion/Dust Control 11. Domestic water system 12. Fire hydrants and fire water piping 13. Sanitary sewer system 14. CVWD Punch list and inspection fees 15. Natural gas system 16. Electrical and other dry utility systems 17. Concrete curbs & gutters 18. Storm drain systems 19. AC pavement over aggregate base 20. Catch Basins 21. Concrete driveways 22. Maxwell plus drainage systems 23. Local depressions 24. Manholes per City of La Quints 25. Stop signs 26. Striping at streets 27. Blue rpms at fire hydrants 28. Street signs 29. Construct masonry block walls with wrought iron fencing 30. Chain link and steel fences and gates 31. Landscape/Irrigation 32. Permits 33. City Inspection Fees 34. Final Monumentation EXHIBIT "C" OFF -SITE IMPROVEMENTS 1. Engineering costs required to complete and/or update construction plans and specifications 2. Engineering survey/staking and Geotechnical testing and support as required 3. Professional fees for management of the installation of improvements 4. Mobilization/demobilization 5. Survey/Layout 6. Complete rough and fine grading within Ave. 52 ROW 7. Erosion/Dust Control 8. Traffic control 9. Fire hydrants and fire water piping 10. CV WD Sewer & Water punch list and inspection fees 11. Natural Gas stub into tract 12. Electrical and other dry utility systems 13. Concrete curbs & gutters 14. Storm drain systems 15. AC pavement over aggregate base 16. Catch Basins 17. Concrete driveways 18. Local depressions 19. Manholes per City of La Quinta 20. Stop signs 21. Striping at streets 22. Blue rpms at fire hydrants 23. Street signs 24. Landscape/Irrigation 25. Permit Fees 26. City Inspection Fees 27. Final Monumentation Exhibit "D" Priority Improvements Complete construction of the following Improvements, including refreshing all plans, permits, and other approvals associated therewith, in the following order: a. Avenue 52 road Improvements, including the northern travel lane, curb and gutter. b. Drive approaches into the Tract. C. Wall between the ROW and the Tract. d. Center median Improvements. e. Storm drain Improvements on Avenue 52. On -Site detention basin connection to the drainage of Avenue 52. g. All of the off -site Improvements, as set forth in Exhibit C. WCH\70615.0006b129257.1 12/14/2012 11 EXHIBIT "E" Insurance Requirements General Prior to the beginning of and throughout the duration of the Work, General Contractor will maintain insurance in conformance with the requirements set forth below. General Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, it will be amended to do so. General Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this Contract and which is applicable to a given loss, will be available to City. General Contractor shall submit coverage verification for review and approval by the City upon execution of the Contract. The Notice to Proceed with the Work under this Contract will not be issued, and the General Contractor shall not commence work, until such insurance has been approved by the City. The General Contractor shall not allow any subcontractors to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and verified by General Contractor. Such insurance shall remain in full force and effect at all times during the prosecution of the Work and until the final completion and acceptance thereof. General Contractor shall provide the following types and amounts of insurance: Commercial General Liability Policy Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the equivalent. Defense costs must be paid in addition to limits. Limits shall be no less than Two Million Dollars ($2,000,000) per occurrence for all covered losses and no less than Four Million Dollars ($4,000,000) general aggregate. General Contractor's policy shall contain no endorsements limiting coverage beyond the basic policy coverage grant for any of the following: a. Explosion, Collapse or Underground Hazard(X CU). b. Products and Completed Operations. C. Pollution liability. d. Contractual liability. 12/142012 12 Coverage shall be applicable to City for injury to employees of: contractors, subcontractors or others involved in the project. Policy shall be endorsed to provide a separate limit applicable to this project. Workers' Compensation Insurance Workers' Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident for all covered losses. Business Auto Poll Business Auto Coverage on ISO Business Auto Coverage form CA 00 0106 92 including symbol 1 (Any Auto) or the equivalent. Limits shall be no less than $1,000,000 per accident, combined single limit. If General Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. Excess or Umbrella Liability Insurance Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverage. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage for liability not covered by primary but covered by the umbrella. Self -insured retentions are not permitted. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of General Contractor, subcontractors or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1,000,000 per occurrence and aggregate. Insurance procured pursuant to these requirements shall be written by insurers that are authorized carriers in the state of California and with an A.M. Be st rating of A- or better and a minimum financial size of VII. wcm30615.0006w29257.1 12114n012 13 EXIIIBIT "F" Project Improvement Plans I. Tract Map No. 30138 Diamante; sheets 1-5, dated May 2004, recorded 10/13/06. 2. Precise Grading Plan Tract 30138 Diamante; sheets 1, 2, 3, 4, 5 & 6 updated 4/10/07. 3• Rough Grading Plan Tract 30138 Diamante; sheets 1, 2 & 3 dated 6/29/06. 4. On -Site Street & Storm Drain Improvement Plans Tract 30138 Diamante; sheets 1, 2, 3, 4, 5 & 6 dated 3/2/07. Off -Site Street Improvement Plan Tract 30138 Avenue 52; sheets 1, 2, 3 & 4 dated 4/18/07. 6• Water Improvement Plans Tract 30138; sheets 1-5, dated 8/21/06. Sewer Improvement Plans, Tract 30138; sheets 1-4, dated 8/21/06. 8. Encroachment Composite Plan, Tract 30138; sheets 1-2, dated 7/7/06. 9. PM10 Fugitive Dust Control Plan, Tract 30138; sheets 1-2, dated 12/6/04. 10. S.W.P.P.P., Tract 30138; sheet 1, dated 11/12/04. 11. Landscape Plans, Monaco; dated December 3, 2009 — unapproved. WCHU0615.0006\429257.1 12/14/2012 14 TM 30138 DIAMANTE MY OF INMOO 50TH AVENUE 15 W Goer or UNTA W o N O LWi, �V? SITE 52NDAVENUE NITY MAI NOT TO SCALE