Loading...
RFP - Amended Banking Services 2018-12-07 City of La Quinta RFP Banking and Merchant Services * pg. 1 REQUEST FOR PROPOSAL Banking and Merchant Services City of La Quinta BID ISSUED DATE December 7, 2018 Title: Finance Director Contact: Karla Campos Email: kcampos@laquintaca.gov Phone Number: 760-777-7073 PROPOSAL DUE Date: Friday, February 15, 2019, 5:00PM Mail Address and Bid Opening Location: City Clerk City of La Quinta 78495 Calle Tampico La Quinta, CA 92253 Sealed written responses must be received by the City Clerk no later than the date, time, and location indicated above for the Bid Opening. Late submission of responses shall not be considered. Submittal of response by email or fax are not acceptable. This Request for Proposals (RFP) was originally issued on August 30, 2018. Bids received may be utilized in response to this new bid issuance by providing written confirmation on company letterhead that pricing, information, and terms provided in the response shall remain in effect through May 30, 2019. Confirmation should be sent via U.S. Postal Service or email to kcampos@laquintaca.gov. Upon receipt, the City shall provide a written confirmation of your intent to use the former response for this RFP issuance. BID CONTENTS Section I - Purpose of Request for Proposal and General Terms and Conditions Section II - Introduction Section III - Schedule of Events Section IV - Proposer Qualifications Section V - Evaluation and Award Criteria Section VI - Proposal Instructions and Scope of Work Section VII - Bid Form Appendix A - Consultant Agreement Sample Appendix B - Reference Submittal Form Appendix C - Local Business Preference and Certification Request Note: This bid does not constitute an order for the goods or services specified. City of La Quinta RFP Banking and Merchant Services * pg. 2 SECTION I PURPOSE OF REQUEST FOR PROPOSAL AND GENERAL TERMS AND CONDITIONS 1.0 PURPOSE OF REQUEST FOR PROPOSAL The City of La Quinta (“the City”), Finance Department is currently seeking proposals from qualified financial institutions for Banking and Merchant Services for its bank accounts and related cash management services. The primary objective of this proposal is to obtain the most efficient, high quality services at the most reasonable cost. 1.1 PRE-PROPOSAL CONFERENCE – None 1.2 QUESTIONS REGARDING THE RFP Any questions, interpretations, or clarifications, either administrative or technical, about this RFP must be requested via email prior to the date indicated in Section III. All pertinent questions will be answered and conveyed to all Proposers. Oral statements concerning the meaning or intent of the contents of this RFP by any person is unauthorized and invalid. All questions either technical, commercial, or contractual in nature shall be directed to: Karla Campos, Finance Director, kcampos@laquintaca.gov. 1.3 ERRORS AND OMISSIONS If a Proposer discovers any ambiguity, conflict, discrepancy, omission, or other error in the RFP or any of its attachments, he/she shall immediately notify the City of such error in writing and request modification or clarification of the document. Modifications will be made by addenda. Clarifications will be given by written notice to all parties who have been furnished or who have requested an RFP for proposing purposes, without divulging the source of the request for same. If a Proposer fails to notify the City prior to the date fixed for submission of proposals of an error in the RFP known to him/her, or an error that reasonably should have been known to him/her, he/she shall bid at his/her own risk, and if he/she is awarded the contract, he/she shall not be entitled to additional compensation or time by reason of the error or its later correction. 1.4 ADDENDA The City may modify this RFP, any of its key action dates, or any of its attachments, prior to the bid submittal date. Addenda will be numbered consecutively as a suffix to the RFP Reference Number. It is the Proposer’s responsibility to ensure they have incorporated all addenda. Failure to acknowledge and incorporate addenda will not relieve the Proposer of the responsibility to meet all terms and conditions of the RFP and any subsequent addenda. 1.5 SUBMISSION OF PROPOSAL Proposals will be accepted on or before the date and time indicated in the Schedule of Events, Section III, in accordance with Section VI, Proposal Instructions and Format. 1.6 PROPOSER’S COST Costs for developing proposals are entirely the responsibility of the Proposer and shall not be chargeable to the City of La Quinta. 1.7 EXCEPTIONS If a Bidder takes exception to any part of these specifications as written, or as amended by any addenda subsequently issued, or the Agreement, they must do so in writing. Said exceptions must City of La Quinta RFP Banking and Merchant Services * pg. 3 be submitted with the proposal. Failure to do so will be construed as acceptance of all items of the specification and the Agreement. 1.8 DELIVERY OF PROPOSALS Proposals submitted by mail should be postmarked sufficiently in advance of the bid opening to ensure delivery to the City Clerk, City of La Quinta, prior to the specified opening time. The City assumes no responsibility for delay in delivery of the proposal by U.S. Mail or any other service. LATE PROPOSALS WILL NOT BE ACCEPTED. 1.9 PROPOSALS BECOME THE PROPERTY THE OF CITY OF LA QUINTA Proposals become the property of the City and information contained therein shall become public property subject to disclosure laws after Notice of Intent to Award. The City reserves the right to make use of any information or ideas contained in the proposal. 1.10 CONFIDENTIAL MATERIAL Proposer must notify City in advance of any proprietary or confidential material contained in the proposal and provide justification for not making such material public. City shall have sole discretion to disclose or not disclose such material subject to any protective order which Proposer may obtain. 1.11 REJECTION OF PROPOSALS City may reject any or all proposals and may waive any immaterial deviation in a proposal. City of La Quinta's waiver of an immaterial defect shall in no way modify the RFP documents or excuse the Proposer from full compliance with the specifications if he/she is awarded the contract. Proposals referring to terms and conditions other than City of La Quinta’s terms and conditions may be rejected as being non-responsive. The City may make investigations as deemed necessary to determine the ability of the Proposer to perform the work, and the Proposer shall furnish to City of La Quinta all such information and data for this purpose as requested by the City. The City reserves the right to reject any proposal if the evidence submitted by, or investigation of, such Proposer fails to satisfy the City that such Proposer is properly qualified to carry out the obligations of the contract and to complete the work specified. 1.12 CANCELLATION This solicitation does not obligate the City to enter into an agreement. City of La Quinta retains the right to cancel this RFP at any time, should the project be canceled, City of La Quinta loses the required funding, or it is deemed in the best interest of the City. No obligation, either expressed or implied, exists on the part of the City to make an award or to pay any cost incurred in the preparation or submission of a proposal. 1.13 INSURANCE REQUIREMENTS The City requires a certificate of insurance prior to commencement of any work. An underwriter’s endorsement is also required with additional insured verbiage and must be an admitted surety in the State of California. Insurance requirements are outlined in the Contract Service Agreement (Exhibit A). 1.14 LOCAL BUSINESS PREFERENCE Local vendors are encouraged but not required. For purposes of this section, a “local” shall be defined as an individual, partnership or corporation which regularly maintains a place of business within a 40-mile radius of the City. City of La Quinta RFP Banking and Merchant Services * pg. 4 1.15 DISPUTES/PROTESTS The City encourages Proposers to resolve issues regarding the requirements or the procurement process through written correspondence and discussions during the period in which clarifying addenda may be issued. The City wishes to foster cooperative relationships and to reach a fair agreement in a timely manner. Formal proposals for major professional and technical services shall be governed by the City’s Purchasing Policy (Exhibit B). 1.16 AWARD OF CONTRACT Award, if any, will be to the Proposer whose proposal best complies with all of the requirements of the RFP documents and any addenda. Evaluation methodology and basis for award are described in Section V – Evaluation and Award Criteria. 1.17 TERM OF CONTRACT The period of services shall be five years with the option to renew for five additional one-year periods. Annual renewals shall be automatic and based on satisfactory performance of service and unless terminated by either party with thirty (30) days written notice prior to the expiration of each renewal. Contract Services Agreement (Exhibit A) shall be approved as to form. If modifications are desired, they shall be disclosed in the response for legal review and approval. 1.18 CONTRACT DOCUMENTS In the event of a conflict between documents the following order of precedence shall apply: 1. City of La Quinta Contract Services Agreement 2. City of La Quinta Request for Proposal 3. Proposer's Proposal 1.19 EXECUTION OF THE CONTRACT Upon approval by the City Council, the contract shall be signed by the Proposer and returned, along with the required attachments to the City of La Quinta within ten (10) working days. The period for execution may be changed by mutual agreement of the parties. Contracts are not effective until approved by the appropriate City of La Quinta officials. Any work performed prior to receipt of a fully executed contract shall be at Proposer's own risk. 1.20 FAILURE TO EXECUTE THE CONTRACT Failure to execute the contract within the time frame identified above shall be sufficient cause for voiding the award. Failure to comply with other requirements within the set time shall constitute failure to execute the contract. If the successful Proposer refuses or fails to execute the contract, the City may award the contract to the next qualified highest ranked Proposer. 1.21 NON-ENDORSEMENT If a proposal is accepted, the Proposer shall not issue any news releases or other statements pertaining to the award or servicing of the agreement which state or imply the City endorsement of Proposer’s services. 1.22 CONFLICT OF INTEREST The City requires a Statement of Economic Interest (Form 700) to be filed by any proposer who is involved in the making, of the decisions which may have a foreseeable material effect on any City financial interest [reference Government Code § 82019]. City of La Quinta RFP Banking and Merchant Services * pg. 5 SECTION II INTRODUCTION 2.0 INTRODUCTION The City is requesting proposals from qualified financial institutions for Banking and Merchant Services for its bank accounts and related cash management services. The primary objective of this proposal is to obtain the most efficient, high quality services at the most reasonable cost. The City of La Quinta is located 120 miles east of Los Angeles in the eastern portion of Riverside County known as the Coachella Valley. The City is governed by a five-member City Council under the Council/Manager form of government. The City was originally incorporated in 1982 as a general law City and became a charter city in November 1996. The City provides a range of services, which include construction and maintenance of streets and other infrastructure; community development and planning; construction and code compliance; recreational and cultural activities; and general municipal services. The City contracts with other government agencies and organizations for specific services, including police and fire protection, library and museum services, water and sewer service, electricity service, refuse collection, public transit, and street sweeping. The City is also financially accountable for a legally separate Successor Agency for the former Redevelopment Agency, a Financing Authority, and a Housing Authority The City will endeavor to administer the proposal process in accordance with the terms and dates outlined in this RFP, however, the City reserves the right to modify the activities, time line, or any other aspect of the process at any time, as deemed necessary by City staff. By requesting the proposals, the City is in no way obligated to award a contract or pay the expenses of proposing banks in connection with the preparation or submission of a proposal. The awarding of any contract shall be contingent on the availability of the funds and the requisite staff and Council approvals. The decision to award any contract to a particular bank will be based on a variety of factors as listed in the RFP. It is in the City’s interest to do business with banking professionals who are dedicated to the government market. No single factor will determine the final award decision. City of La Quinta RFP Banking and Merchant Services * pg. 6 SECTION III SCHEDULE OF EVENTS Advertisement December 7, 2018 Release of Request for Proposal December 7, 2018 Last Day for Submission of Questions January 11, 2019 City Response to Questions submitted via Addendum January 25, 2019 Deadline for Receipt of Proposals February 15, 2019 at 5:00PM Evaluation February 18, 2019 Optional Interview if Required Week of March 18, 2019 Tentative Contract Award Date April 16, 2019 *NOTE: The dates subsequent to receipt of proposal may be adjusted without further notice. SECTION IV PROPOSER QUALIFICATIONS City of La Quinta RFP Banking and Merchant Services * pg. 7 4.0 In addition to meeting all other requirements of this RFP, all responding Proposers shall furnish verifiable evidence that their firm and personnel, at a minimum, meet the following qualifications. a. Be a Federal or State of California chartered institution. b. Be a member of the Federal Reserve System and have access to all services. c. Be a qualified State depository for public funds. d. Be a full-service bank in good standing among other comparable banks. e. Be capable of providing the services sought by the City, to include a wide range of electronic payment and deposit services. f. Agree to assign experienced and dedicated staff committed and capable of servicing the City’s accounts. g. Be in compliance and good standing with the Community Reinvestment Act. h. Be sufficiently capitalized to accommodate the City’s cash management needs and ensure collateralization of funds. i. Banking institution shall provide their current ICD rating. City of La Quinta RFP Banking and Merchant Services * pg. 8 SECTION V EVALUATION AND AWARD CRITERIA 5.1 EVALUATION METHOD The selection of the bank to provide banking and merchant services to the City will be based on a comprehensive review of the bank’s qualifications as presented in this proposal, overall price and cost to the City, the experience and success of the bank in providing banking services to similar clients, the firm’s ability to provide the services outlined in the RFP and an evaluation of the bank’s ability to be a good business partner with the City. Proposals will be reviewed and evaluated by an evaluation committee comprised of City of La Quinta Finance personnel and two Financial Advisory Commission members (La Quinta residents, appointed by City Council). Award will be made in the best interest of the City of La Quinta. 5.2 EVALUATION CRITERIA The proposals will be evaluated and ranked in accordance with the evaluation criteria described below.  Bank financial strength and ability to protect and collateralize City deposits.  Overall cost to City and ability to guarantee pricing for contract period.  Revenue sharing and/or cost reduction opportunities offered by the bank.  Ability to meet minimum required service levels and offer required bank products.  Quality references and overall experience with public agencies.  Qualifications and strength of the relationship management team.  Ability to offer product and service enhancements.  Location of bank offices.  Other qualitative characteristics as may be presented in the RFP. Discussions may be conducted with the most qualified bidders for the purpose of clarification to assure the full understanding of, and conformance to, the solicitation requirements. Revisions may be permitted after submissions, and prior to award, for the purpose of obtaining best and final offer. City of La Quinta RFP Banking and Merchant Services * pg. 9 SECTION VI PROPOSAL INSTRUCTIONS, FORMAT, AND SCOPE OF WORK 6.1 INSTRUCTIONS To be considered responsive to this RFP, Proposer must submit proposals in the format identified in this section. All requirements and questions in the RFP must be addressed and all requested data must be supplied. The City of La Quinta reserves the right to request additional information that, in the City’s opinion, is necessary to assure that the Proposer’s competence, number of qualified employees, business organization, and financial resources are adequate to perform according to contract. The City also reserves the right to reject any and all proposals, to waive any non-material irregularities or informalities, and to accept or reject any item or combination of items. This RFP and the bank’s response, including all promises, warranties, commitments, and representations made in the successful proposal, will become binding contractual obligations. Proposed services and related pricing and warranties contained in the proposal must be valid for a period of 120 days after the submission of the proposal. Any questions concerning the RFP must be submitted via email to kcampos@laquintaca.gov. All banks wishing to participate in this selection process are to provide an email address by January 4, 2019 to ensure the City can respond to questions via email to all proposing parties, thus ensuring all participating parties have access to the same information. 6.2 NUMBER OF COPIES The Proposer shall provide a minimum of one (1) original and five (5) duplicates of the proposal containing section tabs with responses following the same order as the RFP. Each question of the RFP should be repeated with the bank’s response following. Please refrain from including extraneous or marketing information. If a service requirement or section of the proposal cannot be met by a proposer, then “No Proposal” should be indicated on the Bid Form and the relevant section of the proposal. An alternate equivalent service may be offered. All copies of the proposal must be delivered sealed. One copy of the proposal must be clearly marked “Master Copy”. 6.3 DELIVERY OF PROPOSALS a. Address/Deliver proposals to: City Clerk, City of La Quinta 78495 Calle Tampico La Quinta, CA 92253 b. Proposals must be received by the City Clerk, no later than 5:00 p.m., Friday, October 5, 2018. Late submissions, including fax or email delivery, will not be accepted. 6.4 PREPARATION Proposals should be prepared in such a way as to provide a straightforward, concise delineation of capabilities to satisfy the requirements of this RFP. Emphasis should be on completeness and clarity of content. Bank personnel signing the cover letter, or any other related forms submitted must be authorized signers with the requisite authority to represent the bank and to enter into binding contracts with clients. City of La Quinta RFP Banking and Merchant Services * pg. 10 6.5 PROPOSAL FORMAT To assist the City to adequately compare and evaluate each bank’s qualifications objectively, all proposals must be submitted in the prescribed format. Cover Letter It should include the name of the proposing bank, its principle business address where the relationship will be managed, and the branch address that can meet the daily banking needs of the City and its employees. Table of Contents Tab A – Transmittal Letter: The letter should address the bank’s willingness and commitment, if selected to provide the service, and why the bank believes it should be selected. The letter should contain a statement that the bank has read and will comply with all the terms and conditions of the RFP. The letter should be addressed to Karla Campos, Finance Director, and signed by an individual authorized to bind the bank. Tab B – Bank and Personnel File: Please respond to the following: Bank Overview – Provide a general overview of the bank’s operations, fundamental management, and customer service philosophy, and financial strength. Identify the primary office or branch that the City will be assigned to and where the City will conduct its primary banking business. Experience – Describe the bank’s direct experience in servicing public sector clients. Please include the information such as the number of nationwide and California public agency clients, the dollar amount of public funds on deposit for each of these categories, and the bank’s knowledge of and adherence to the California Government Code and other applicable laws. Relationship Management – Identify the size and scope of your California-based public banking unit, banking officers responsible for the City’s accounts, what each person’s role and responsibilities will be, and the relevant credentials and experience of each person on the relationship management team. Customer Service – Describe how the bank handles problem resolution, customer service, day-to-day contact, and ongoing maintenance for governmental entities. Specify whom the City will be calling for day-to-day banking and treasury management issues. Explain the process for elevating an issue to a higher level to obtain a quick resolution when the day-to- day contact is not responsive. Compliance and Exceptions – Include a statement to confirm the bank’s compliance to specific minimum qualifications, listing any exceptions to required services. Responsible Banking Description – Describe the bank’s responsible banking policies and practices. Discuss any current efforts, or those that may be implemented in the City of La Quinta, if the bank were awarded the City banking contract. Lastly, describe any other efforts/contributions the bank has made/would make relative to investment in the local community (such as fraud prevention seminars hosted at the City’s multi-generational Wellness Center.) City of La Quinta RFP Banking and Merchant Services * pg. 11 Tab C – References: Please provide three (3) references. References should include other California cities of similar size and scope of service utilization as the City of La Quinta. Select both long standing and recent customers. Include the following information for each reference:  Contact name and title  Name of agency  Telephone number and email address  Services provided Tab D – Demand Deposit Accounts: The City currently uses three (3) demand deposit accounts (DDAs). One is a Zero Balance Accounts with the Deposit Account serving as the Parent ZBA. Checks are issued using the Accounts Payable Account and Payroll Account. 1. How many days after month-end will the City receive its bank statements? 2. Are the bank statements available on-line? 3. Does the bank offer Zero Balance Accounts (ZBA’s)? If so, please describe the service. Are the transfers to or from the Parent Account automatic? 4. Does the bank offer ACH blocks or filters? If so, please explain. 5. Does the option exist to create sub-accounts under the primary account? Tab E – Collateralization of Deposits: The bank is required to collateralize public funds deposits under the California Government Code, Sections 53651 and 53652. Copies of the reports filed with the State of California shall be made available to the City upon request. Please detail the bank’s procedures for collateralizing public funds deposits. 1. What types of securities are used as collateral? 2. Which bank department is responsible for tracking deposits and monitoring collateral? 3. What is the bank’s current level ($ amount) of California public funds deposits and the related collateral? 4. What is the frequency of reporting to the State Treasurer’s Office? 5. Please include a copy of the Bank’s Contract for Deposit of Moneys in this section. Tab F – Bank Compensation: The City has historically paid for bank services with a combination of hard-dollar fees and compensating balances. Please indicate the following in this section: 1. Can the City compensate the bank for services with fees, balances, or a combination of the two at its own election? Please describe any differences in related costs to the City with either option. 2. Can the City choose between paying for analysis deficiencies by check, auto debit, or ACH credit? 3. What is the bank’s Earning Credit Rate (ECR) based on, and how is it calculated each month? 4. List the bank’s average ECR for each of the last eight months (January – August, 2018). 5. Using the ECR for the month of August 2018, please calculate the level of compensating balances (after float and reserves) needed to offset one dollar of the bank services. ($1 in services = $ _______ in compensating balances.) 6. Please explain in detail, how and when the FDIC assessment is computed and charged. 7. What is the bank’s settlement period for account analysis and billing purposes – monthly, quarterly, semiannually, or annually? How long can any excess balances be carried forward to apply to charges in future billing periods? City of La Quinta RFP Banking and Merchant Services * pg. 12 8. How long will the bank’s pricing, as indicated in this proposal and the Banking Services Bid Form, be fixed? 9. Please detail which types of items and services can be applied against the account analysis in addition to the standard bank services, such as merchant bankcard processing, messenger service, armored carrier (currently with Garda World picked up weekly), check stock, supplies, etc. Is there a markup for any of the items? If so, how much? 10. How does the bank charge for overdrafts? Does the bank charge for the use of uncollected funds? If so, how is the charge calculated? 11. Please state the negative collected balance charge that the City will pay and, in detail, explain how this charge is computed. Is the rate quoted in this proposal good for the term of the contract? 12. Are Account Analysis Reports available on-line? If so, specify the cost. 13. What procedure is used to make any adjustments to the Account Analysis statements and how long does it take for adjustments to take effect? Tab G – Deposit Activity: The City currently utilizes a variety of methods to process daily deposits. The City requires weekly deposit pick-up from City Hall. Total monthly deposits consist of approximately 600 to 800 un-encoded checks and approximately $20,000.00 to $30,000.00 in coin and currency. Deposited items should be automatically re-cleared once. Checks that are returned are mailed to the City. The City requires the ability to use the branch to make branch deposits, to get change, to allow employees to cash payroll checks, and for other miscellaneous activities. The City currently visits a local branch once per month. 1. Please identify your branch locations within the City of La Quinta. Do all locations provide night depository services? 2. Please describe the bank’s deposit requirements. How should the coin and currency deposits be prepared? How should un-encoded check deposits be prepared? 3. How would the City order cash vault supplies? How is payment made for such supplies? 4. Please describe in detail the bank’s procedures for handling deposit adjustments. What documentation on discrepancies does the bank provide? 5. Is the deposit adjustment documentation different from cash deposits and check deposits? What is the minimum adjustment amount? How soon would support documentation of a deposit discrepancy be provided to the City? 6. Please describe the bank’s returned item handling and notification procedures. Is an automatic re-clear option available? How long does it take for returned items to be sent to the City? Include any online tools available for this purpose. 7. What are the cut-off times for deposits at the bank’s local branch and at the bank’s Processing Center to ensure same day credit? Where is the Processing Center/Cash Vault located? Will the City deal directly with the Cash Vault on deposit adjustments or with a local representative? Tab H – Bill Concentration Service: 1. Does the bank have the capability to provide a bill concentration service? If so, please describe the service. The City currently does not use Bill Concentration services nor has large volume of bills for collection. Electronic payments are encouraged; however, the City would like to know if the bank provides centralized bill payment processing should it be needed in the future. City of La Quinta RFP Banking and Merchant Services * pg. 13 Tab I – Wire Transfers: The City currently transacts wire transfers on-line, initiating approximately five (5) wires and book transfers a month and receiving approximately two (2) incoming wires per month. 1. Please describe the bank’s on-line wire transfer capabilities. What is the deadline for initiating wire transfers? 2. What safeguards and security measures does the bank have in place to protect the City? Tab J – Automated Clearing House (ACH) Service Requirements ACH Direct Deposit of Payroll: The City utilizes direct deposit services for bi-weekly payroll for the City. Approximately 95% of the 110 City’s employees take advantage of the direct deposit service. Please address the following: 1. Describe the bank’s direct deposit services, including the software requirements and transmission options available. 2. Discuss screening measures that the bank uses to minimize errors on files sent to the bank. Describe the process and timing available for file/error correction. 3. Indicate the transmission deadlines for direct deposit ACH files, including date and time when the bank needs the file from the City and when the funds are debited from the City’s account. 4. Discuss any employee benefit programs for City employees and indicate if the bank would be able to participate in City-hosted employee benefits presentations. 5. Is there direct support for file testing? ACH Vendor Payments: The City would like to make payments electronically. Describe the program used by the bank to facilitate these payments. The City currently uses Tyler Incode 10 for its financial software. ACH Auto Debit: The bank must have the capability to accommodate an online bill collection services. Tab K – Payroll Tax Processing: Please describe the bank’s payroll tax withholding services and its related costs. The City requires the ability to report and pay state and federal tax withholdings automatically online or by telephone. Tab L – State Activity/LAIF Transfers: The City transacts State of California Local Agency Investment Fund (LAIF) transfers on a regular basis and receives State electronic payments. 1. Please describe the LAIF transfer process. Are the transfers done by telephone, email, fax, wire transfer, etc.? How is the accuracy of transfers assured? 2. What is the charge per transfer to LAIF? From LAIF? 3. Does the bank have an office in Sacramento that maintains a direct DDA banking relationship with the State Treasurer’s office and the State Controller’s office? 4. Is the bank an approved State of California depository? 5. What is the charge for the deposit of State electronic payments? State warrants? 6. What is the bank’s position on past issuance of IOU’s by the State of CA? Does the bank accept IOU’s for deposit? City of La Quinta RFP Banking and Merchant Services * pg. 14 Tab M – On-line Bank Processes and Information Reporting: The City currently utilizes a web-based on-line system to perform a variety of processes, such as placing stop payments and accessing online balance reporting information for all accounts. 1. Please describe the banks on-line banking and information reporting system(s) including a list of all services provided. 2. What are the current computer hardware and software specifications for most effectively utilizing the bank’s on-line system? 3. At what time (Pacific Standard Time) is prior day information available? 4. Is the per item fee for prior day reporting based on the number of items reported or accessed? 5. Can the reports be customized? Exported to Excel? 6. What types of security measures are in place? How is the assignment of user I.D.’s and passwords managed? 7. What is the bank’s contingency plan for providing this information in the event of an unexpected bank system problem or natural disaster? 8. Does the bank offer electronic delivery of statements, reports, and notices? Tab N – Account Reconcilement: The City currently issues approximately 400 Accounts Payable and Payroll checks monthly and utilizes Full Account Reconcilement with Positive Pay services for its disbursement accounts. 1. Does the bank offer Full Account Reconcilement Services with Positive Pay? If so, please describe the service including accepted methods for receiving the Positive Pay data and the format specifications for that data. 2. Does the bank offer Teller Positive Pay and Payee Positive Pay? 3. How are the exception items under the Positive Pay reported to the City? What is the procedure and timeline for paying or returning exception items? 4. How are manual checks issued by the City sent to the bank for inclusion in Positive Pay? 5. Does the bank provide on-line check imaging for exception items? 6. Describe the bank’s check truncation service. Is on-line check imaging available for paid items? Deposit slips? Bank correction advices? 7. Does the bank offer a CD-ROM imaging service? If so, please describe the service and associated costs. 8. Describe the bank’s on-line stop payment, void, and cancellation services and features. How long is a stop payment effective via any method available? 9. Describe how long online images are available for display and what type of images are available. Tab O – Daylight Overdraft Protection: The City currently requires daylight overdraft protection. Sweep account services are currently not used but may be included in the response if upon evaluation of services needs there is a benefit to resume using this service. The City currently maintains an average of $1,000,000 in the bank and has both LAIF and CAMP accounts for liquidity purposes. 1. Describe any issues, concerns, and charges associated with the use of daylight overdraft facility. 2. Will the bank guarantee payment of all the items even if it results in the account being overdrawn temporarily for the day? City of La Quinta RFP Banking and Merchant Services * pg. 15 Tab P – Merchant Bankcard: The City currently accepts Visa and MasterCard credit card payments approximating $62,000.00 in collections per month, with transactions averaging at approximately 500 per month. The City currently has three (3) merchant locations or I.D.s accepting payment for the City for services. The City prefers a single point of contact for technical issues, configuration changes, upgrades, maintenance, and troubleshooting for any merchant bankcard issues. Current payments received are for business licenses, permits, construction permits, wellnesses center classes and membership dues, merchandise from the museum gift shop. The City does not collect any form of utility payments. Current credit card terminals utilize EMV chip reader technology and are compatible with Canadian license exempt RSS Standards, and are part 15 of the FCC rules. 1. Please describe the bank’s Merchant Bankcard and Point-of-Sale processing capabilities. 2. Please describe your reporting methodology and how adjustments and charge backs and other debit adjustments are netted from daily proceeds or debited from daily proceeds or debited separately? Is the discount fee refunded when a charge back or refund occurs? What is the rebuttal process? 3. When and how will the City receive funds for each day’s transactions? Is the settlement by ACH or Fed wire? Are settlement amounts listed separately on the bank statement or will they appear in one lump sum? Will the bank break out settlement amounts by merchant location? 4. What is the cutoff time for card transactions? 5. The City has three (3) credit card terminals with third party vendor settlements (Ingenico brand with chip reader technology). Can the bank supply the City with additional terminals if needed? Does the bank have a preferred credit card third party vendor for daily settlements? 6. Is the bankcard relationship managed by a separate unit of the bank, or by the Account Relationship Manager? Please briefly describe the structure of this area. 7. When and how are the discount rate fees charged to the City? Can this fee be paid through analysis? Is tiered pricing available? 8. Is reporting information available online? What is the fee associated with this service? Is a “corporate level” view available to see all the merchant accounts? 9. What network will be used for front-end and back-end operations? 10. Please explain your rate increase policies. Can the rates be fixed for any period of time during the City’s contract? 11. What payment gateway platforms are accepted or provided? 12. The following pertains to the associated discount rate and other applicable charges. Please provide the following: a. Visa Authorization Fee b. MasterCard Authorization Fee c. Monthly Service Fee d. Monthly Statement Fee e. Please list any and all other applicable fees that the City would be charged. f. List any other credit cards accepted (Discover, American Express, etc.) and provide information answering the questions in this section for such other services. Tab Q – Purchasing Card: The City currently has a purchasing card program in place for employees to make various types of purchases and incur expenses for City-related business. The approximate annual spend of the program is estimated at $1,000,000 with an average transaction size of $5,000 and 5 to 10 cards being issued. Online monitoring and administrative management is preferred. City of La Quinta RFP Banking and Merchant Services * pg. 16 1. Does the bank offer a purchasing card service? If so, please describe the service. 2. Please detail all of the fees associated with the service and/or any rebate available with the program. 3. How often are the statements and reports remitted to the City? Is the reporting available on line? 4. Is there an interface available to download cardholder purchase information, either in an Excel format or directly to the City’s accounting system? 5. Do you provide an online application to review/approve procurement card transactions and to manage other aspects of the program? 6. Identify how fraud protection is identified, prevented, and monitored. 7. Describe if credit cards can be managed online? Including requesting additional cards, editing purchasing limits, editing availability of vendors for each card, making online payments, and any other online services available for the management of credit cards. Tab R – City Disaster Preparedness Program: 1. Please describe any processes in place to assist the City in the event of a natural disaster. Tab S – Implementation Plan: As part of any conversion, the City requires an efficient transition to the new bank or to enhanced services with its existing bank. 1. Please describe the overall plan the bank would coordinate to ensure such a conversion. 2. Please detail all costs and the responsible party (bank or City) associated with the conversion of all new services. 3. What size conversion allowance will the bank provide to the City? Please state a specific dollar amount or identify those supplies, products, or services included. 4. Will the bank provide on-site training for City personnel for all the services selected? How is the training typically structured? 5. The target implementation date is July 1, 2019. Tab T – Service Enhancements: Based on the information provided in the RFP and your firm’s knowledge of the public sector, please describe any services or technological enhancements, not previously mentioned, that should be considered for further improving effectiveness of the City’s treasury management operations. Exhibits for Banking Services Submittals: Tab U – Banking Services Bid Form: Complete the Bid Form with pricing information. Tab V – Sample Account Analysis Statement and Users Guide: Tab W – Relevant Cash Management Agreements: Tab X – Financial Statements and Ratings: Provide the most recent audited financial statements or annual report for the bank (a reference to electronic availability will suffice). Also include the bank’s most current Standard and Poor’s, Moody’s, and/or Fitch credit ratings, where available. A current IDC rating should also be provided. City of La Quinta RFP Banking and Merchant Services * pg. 17 SECTION VII BID FORM- utilize AFP codes when applicable? Tab U – Banking Services Bid Form: Please complete all items on this attachment. If the bank does not or cannot provide the specific requested service, please indicate “no proposal” and if appropriate, recommend an alternative service and include as a specified attachment. Per unit cost x Estimated Monthly Unit Volume = Total Monthly Cost x 12 = Estimated Total Annual Cost. Where fees vary for this formula, please indicate and provide an estimate of the total annual cost. Volumes indicated represent average monthly activity. The City shall provide client analysis statements and responses shall be based on the analysis from April 2018, which most closely resembles average city banking service needs. Item Per Unit Cost Estimated Monthly Unit Volume Total Monthly Cost Estimated Total Annual Cost Balance & Compensation Information Services Deposit Insurance-Bank Assessment General Account Services Account Maintenance ZBA Depository + Master Maint ZBA Subsidiary Account Maint Debits Posted-Other Credits Posted-Other Paper Deposit Statement Mailed Depository Services Banking Center Deposit-CA Vault Deposit-CA Dep Conditioning-Surchg-Vault Curr/Coin Dep/$100 Vault-CA Vault Deposit-Extended Hours-CA CKS Dep Un-Encoded Items Returns-Chargeback 3rd Party Courier-Vault Mail Notification-Receipt-Vault Deposit Correction-Cash Deposit Correction-Non Cash Paper Disbursement Services ARP PPay Maint-No Recon General Checks Paid Truncated NSF Items Paid/Returned Payee Positive Pay Maint Payee Positive Pay-Issue Match City of La Quinta RFP Banking and Merchant Services * pg. 18 Banking Services Bid Form Bank Name: __________________________________________ Item Per Unit Cost Estimated Monthly Unit Volume Total Monthly Cost Estimated Total Annual Cost Paper Disbursement Services (Con’t.) Positive Pay Exceptions Stop Pay Automated-12 months ARP PPay No Recon Input Item CD Rom Maintenance Image Maintenance Image Retrieval CPO On Line Image Retrieval CPO CD Rom Disk CD Rom per Image ARP Positive Pay Notif ARP Issue Posted Notif ARP Issue Recd Notif ARP PPay Input File Trans Paper Disb Recon Services ARP Void Cancel Items General ACH Services ACH Monthly Maintenance (w) ACH Corporate On Us Credits ACH Corporate Off Us Credits Consumer Credit On Us Credits (w) Consumer Credit Off Us Credits (w) PC Tax Payment ACH Blocks Auth Instructions ACH Blocks Auth Maintenance City of La Quinta RFP Banking and Merchant Services * pg. 19 Banking Services Bid Form Bank Name: _______________________________________ Item Per Unit Cost Estimated Monthly Unit Volume Total Monthly Cost Estimated Total Annual Cost General ACH Services (Con’t.) ACH Blocks Auth Add-Change ACH Debit Received Item (w) ACH Credit Received Item (w) ACH Return Item (w) ACH Input-Transmission (w) ACH Delete/Reversal (w) ACH Notif of Change (NOC) ACH Optional Reports-Electronic ACH Optional Reports-Fax (w) ACH Optional Reports-Mail (w) ACH Standard Reports-Mail (w) ACH Standard Reports-Electronic ACH Standard Reports-Fax (w) Wire & Other Funds Transfer Svc GP Mthly Maint Basic Electronic Wire Out-Domestic Book Credit Outgoing Wire Confirm Notif Wire Payee Advising GPS Confirms Pend Wire Approval Notif Incoming Wire Notif-Email GP Cust Mant Temp Storage City of La Quinta RFP Banking and Merchant Services * pg. 20 Banking Service Bid Form Bank Name: ____________________________________ Item Per Unit Cost Estimated Monthly Unit Volume Total Monthly Cost Estimated Total Annual Cost Wire & Other Funds Trans Svc (Con’t.) Incoming Domestic Wire Wire Advice-Phone On Line Information Services Previous Day Account Fee Previous Day Standard Item Previous Day Maintenance Email Notification Schedule Online Subscription Per Image Access Service Enhancements/Other Remote Deposit Services Image Cash Letter Deposits Totals – Monthly and Annual Fees Other Information Earnings Credit Rate for August 2018 Uncollected Funds Rate (%)015 Overdraft Rate (%) Fixed Pricing Guarantee (# of Years) Bank Information Name of Contact Bank Officer Signature of Authorized Bank Officer Bank Officer’s Telephone Number Bank Officer’s E-mail Address AGREEMENT FOR CONTRACT SERVICES 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 _________________________, a _________________________ [insert type of business entity, e.g. sole proprietorship, California Limited Liability Corporation, etc.] (“Contracting Party”). The parties hereto agree as follows: 1. SERVICES OF CONTRACTING PARTY. 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those services related to _________________________________, Project No. ____NA___________, as specified in the “Scope of Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the “Services”). Contracting Party represents and warrants that Contracting Party is a provider of first-class work and/or services and Contracting Party is experienced in performing the Services contemplated herein and, in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase “industry standards” shall mean those standards of practice recognized by one or more first-class firms performing similar services under similar circumstances. 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 and any Federal, State, or local governmental agency of competent jurisdiction. 1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable Federal, State, and local wage and hour laws. 1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Contracting Party 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, including a City of La Quinta business license. Contracting Party and its employees, agents, and subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required for the performance of the Services required by this Agreement. Contracting Party 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, and shall indemnify, defend (with counsel selected by City), and hold City, its elected officials, officers, employees, and agents, free and harmless against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against City hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with this Section. 1.5 Familiarity with Work. By executing this Agreement, Contracting Party warrants that (a) it has thoroughly investigated and considered the Services to be performed, (b) it has investigated the site where the Services are to be performed, if any, and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the Services should be performed, and (d) it fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. Should Contracting Party discover any latent or unknown conditions materially differing from those inherent in the Services or as represented by City, Contracting Party shall immediately inform City of such fact and shall not proceed except at Contracting Party’s risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). 1.6 Standard of Care. Contracting Party acknowledges and understands that the Services contracted for under this Agreement require specialized skills and abilities and that, consistent with this understanding, Contracting Party’s work will be held to an industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove, Contracting Party represents to City that it holds the necessary skills and abilities to satisfy the industry standard of quality as set forth in this Agreement. Contracting Party shall adopt reasonable methods during the life of this Agreement to furnish continuous protection to the Services performed by Contracting Party, 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 Services by City, except such losses or damages as may be caused by City’s own negligence. The performance of Services by Contracting Party shall not relieve Contracting Party 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 Contracting Party. 1.7 Additional Services. In accordance with the terms and conditions of this Agreement, Contracting Party shall perform services in addition to those specified in the Scope of Services (“Additional Services”) only when directed to do so by the Contract Officer, provided that Contracting Party shall not be required to perform any Additional Services without compensation. Contracting Party shall not perform any Additional - Services until receiving prior written authorization (in the form of a written change order if Contracting Party is a contractor performing the Services) from the Contract Officer, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of Contracting Party. It is expressly understood by Contracting Party that the provisions of this Section shall not apply to the Services specifically set forth in the Scope of Services or reasonably contemplated therein. It is specifically understood and agreed that oral requests and/or approvals of Additional Services shall be barred and are unenforceable. Failure of Contracting Party to secure the Contract Officer’s written authorization for Additional Services shall constitute a waiver of any and all right to adjustment of the Contract Sum or time to perform this Agreement, whether by way of compensation, restitution, quantum meruit, or the like, for Additional Services provided without the appropriate authorization from the Contract Officer. Compensation for properly authorized Additional Services shall be made in accordance with Section 2.3 of this Agreement. 1.8 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”), which is incorporated herein by this reference and expressly made a part hereof. In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2. COMPENSATION. 2.1 Contract Sum. For the Services rendered pursuant to this Agreement, Contracting Party shall be compensated in accordance with “Exhibit B” (the “Schedule of Compensation”) in a total amount not to exceed ______________________________ Dollars ($____________) (the “Contract Sum”), except as provided in Section 1.7. 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 Contracting Party’s rate schedule, but not exceeding the Contract Sum, or such other reasonable methods as may be specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contracting Party at all project meetings reasonably deemed necessary by City; Contracting Party shall not be entitled to any additional compensation for attending said meetings. 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, Contracting Party’s overall compensation shall not exceed the Contract Sum, except as provided in Section 1.7 of this Agreement. 2.2 Method of Billing & Payment. Any month in which Contracting Party wishes to receive payment, Contracting Party shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City’s Finance Director, an invoice for Services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the Services provided, including time and materials, and (2) specify each staff member who has provided Services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Contracting Party specifying that the payment requested is for Services performed in accordance with the terms of this Agreement. Upon approval in writing by the Contract Officer and subject to retention pursuant to Section 8.3, City will pay Contracting Party for all items 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. 2.3 Compensation for Additional Services. Additional Services approved in advance by the Contract Officer pursuant to Section 1.7 of this Agreement shall be paid for in an amount agreed to in writing by both City and Contracting Party in advance of the Additional Services being rendered by Contracting Party. 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, the City Manager, or Department Director, depending upon City laws, regulations, rules and procedures concerning public contracting. Under no circumstances shall Contracting Party receive compensation for any Additional Services unless prior written approval for the Additional Services is obtained from the Contract Officer pursuant to Section 1.7 of this Agreement. 3. PERFORMANCE SCHEDULE. 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. If the Services not completed in accordance with the Schedule of Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will suffer damage. 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 Contracting Party, 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 Contracting Party 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 the Contract Officer’s judgment such delay is justified, and the Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. Extensions to time period in the Schedule of Performance which are determined by the Contract Officer to be justified pursuant to this Section shall not entitle the Contracting Party to additional compensation in excess of the Contract Sum. 3.4 Term. Unless earlier terminated in accordance with the provisions in Article 8.0 of this Agreement, the term of this agreement shall commence on _________, ____, 20__ and terminate on ____________, ___ 20___ (“Initial Term”). This Agreement may be extended for _____ additional year(s) upon mutual agreement by both parties (“Extended Term”). 4. COORDINATION OF WORK. 4.1 Representative of Contracting Party. The following principals of Contracting Party (“Principals”) are hereby designated as being the principals and representatives of Contracting Party authorized to act in its behalf with respect to the Services specified herein and make all decisions in connection therewith: (a) E-mail: (b) E-mail: (c) E-mail: 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 Contracting Party and devoting sufficient time to personally supervise the Services hereunder. For purposes of this Agreement, the foregoing Principals may not be changed by Contracting Party and no other personnel may be assigned to perform the Services required hereunder without the express written approval of City. 4.2 Contract Officer. The “Contract Officer” shall be ____________________ or such other person as may be designated in writing by the City Manager of City. It shall be Contracting Party’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the Services, and Contracting Party shall refer any decisions, that 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. The Contract Officer shall have authority to sign all documents on behalf of City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability, and reputation of Contracting Party, its principals, and its employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Contracting Party shall not contract or subcontract 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 transferred, assigned, conveyed, hypothecated, or encumbered, voluntarily or by operation of law, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contracting Party, taking all transfers into account on a cumulative basis. Any attempted or purported assignment or contracting or subcontracting by Contracting Party without City’s express written approval shall be null, void, and of no effect. No approved transfer shall release Contracting Party of any liability hereunder without the express consent 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 Contracting Party, its agents, or its employees, perform the Services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision, or control of Contracting Party’s employees, servants, representatives, or agents, or in fixing their number or hours of service. Contracting Party 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. Contracting Party 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. City shall not in any way or for any purpose become or be deemed to be a partner of Contracting Party in its business or otherwise or a joint venture or a member of any joint enterprise with Contracting Party. Contracting Party shall have no power to incur any debt, obligation, or liability on behalf of City. Contracting Party 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. Except for the Contract Sum paid to Contracting Party as provided in this Agreement, City shall not pay salaries, wages, or other compensation to Contracting Party for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Contracting Party for injury or sickness arising out of performing the Services hereunder. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (“PERS”) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. Contracting Party agrees to pay all required taxes on amounts paid to Contracting Party under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contracting Party shall fully comply with the workers’ compensation laws regarding Contracting Party and Contracting Party’s employees. Contracting Party further agrees to indemnify and hold City harmless from any failure of Contracting Party to comply with applicable workers’ compensation laws. City shall have the right to offset against the amount of any payment due to Contracting Party under this Agreement any amount due to City from Contracting Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement or indemnification arising under this Section. 4.5 Identity of Persons Performing Work. Contracting Party represents that it employs or will employ at its own expense all personnel required for the satisfactory performance of any and all of the Services set forth herein. Contracting Party represents that the Services required herein will be performed by Contracting Party or under its direct supervision, and that all personnel engaged in such work shall be fully qualified and shall be authorized and permitted under applicable State and local law to perform such tasks and services. - 4.6 City Cooperation. City shall provide Contracting Party with any plans, publications, reports, statistics, records, or other data or information pertinent to the Services to be performed hereunder which are reasonably available to Contracting Party only from or through action by City. 5. INSURANCE. 5.1 Insurance. Prior to the beginning of any Services under this Agreement and throughout the duration of the term of this Agreement, Contracting Party shall procure and maintain, at its sole cost and expense, and submit concurrently with its execution of this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance Requirements”) which is incorporated herein by this reference and expressly made a part hereof. 5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance to Agency along with all required endorsements. Certificate of Insurance and endorsements must be approved by Agency’s Risk Manager prior to commencement of performance. 6. INDEMNIFICATION. 6.1 Indemnification. To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit F” (“Indemnification”) which is incorporated herein by this reference and expressly made a part hereof. 7. RECORDS AND REPORTS. 7.1 Reports. Contracting Party shall periodically prepare and submit to the Contract Officer such reports concerning Contracting Party’s performance of the Services required by this Agreement as the Contract Officer shall require. Contracting Party hereby acknowledges that City is greatly concerned about the cost of the Services to be performed pursuant to this Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Services contemplated herein or, if Contracting Party is providing design services, the cost of the project being designed, Contracting Party shall promptly notify the Contract Officer of said fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Contracting Party is providing design services, the estimated increased or decreased cost estimate for the project being designed. - 7.2 Records. Contracting Party shall keep, and require any subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports (including but not limited to payroll reports), studies, or other documents relating to the disbursements charged to City and the Services performed hereunder (the “Books and Records”), as shall be necessary to perform the Services required by this Agreement and enable the Contract Officer to evaluate the performance of such Services. Any and all such Books and Records shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such Books and Records at all times during normal business hours of City, including the right to inspect, copy, audit, and make records and transcripts from such Books and Records. Such Books and Records shall be maintained for a period of three (3) years following completion of the Services hereunder, and City shall have access to such Books and Records in the event any audit is required. In the event of dissolution of Contracting Party’s business, custody of the Books and Records may be given to City, and access shall be provided by Contracting Party’s successor in interest. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of City, for a period of three (3) years after final payment under this Agreement. 7.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents, and other materials plans, drawings, estimates, test data, survey results, models, renderings, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings, digital renderings, or data stored digitally, magnetically, or in any other medium prepared or caused to be prepared by Contracting Party, its employees, subcontractors, and agents in the performance of this Agreement (the “Documents and Materials”) shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the expiration or termination of this Agreement, and Contracting Party shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the Documents and Materials hereunder. Any use, reuse or assignment of such completed Documents and Materials for other projects and/or use of uncompleted documents without specific written authorization by Contracting Party will be at City’s sole risk and without liability to Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to such use, revise, or assignment. Contracting Party may retain copies of such Documents and Materials for its own use. - Contracting Party shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any Documents and Materials prepared by them, and in the event Contracting Party fails to secure such assignment, Contracting Party shall indemnify City for all damages resulting therefrom. 7.4 In the event City or any person, firm, or corporation authorized by City reuses said Documents and Materials without written verification or adaptation by Contracting Party 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 Contracting Party from liability resulting from said change. The provisions of this clause shall survive the termination or expiration of this Agreement and shall thereafter remain in full force and effect. 7.5 Licensing of Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, rights of reproduction, and other intellectual property embodied in the Documents and Materials. Contracting Party shall require all subcontractors, if any, to agree in writing that City is granted a non-exclusive and perpetual license for the Documents and Materials the subcontractor prepares under this Agreement. Contracting Party represents and warrants that Contracting Party has the legal right to license any and all of the Documents and Materials. Contracting Party makes no such representation and warranty in regard to the Documents and Materials which were prepared by design professionals other than Contracting Party or provided to Contracting Party by City. City shall not be limited in any way in its use of the Documents and Materials at any time, provided that any such use not within the purposes intended by this Agreement shall be at City’s sole risk. 7.6 Release of Documents. The Documents and Materials shall not be released publicly without the prior written approval of the Contract Officer or as required by law. Contracting Party 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. 7.7 Confidential or Personal Identifying Information. Contracting Party covenants that all City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussion notes, or other information, if any, developed or received by Contracting Party or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contracting Party to any person or entity without prior written authorization by City or unless required by law. City shall grant authorization for disclosure if required by - any lawful administrative or legal proceeding, court order, or similar directive with the force of law. All City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussions, or other information shall be returned to City upon the termination or expiration of this Agreement. Contracting Party’s covenant under this section shall survive the termination or expiration of this Agreement. 8. ENFORCEMENT OF AGREEMENT. 8.1 California Law. This Agreement shall be interpreted, construed, and governed 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 Contracting Party covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 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, or 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 this Article 8.0. During the period of time that Contracting Party is in default, City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, City may, in its sole discretion, elect to pay some or all of the outstanding invoices during any period of default. 8.3 Retention of Funds. City may withhold from any monies payable to Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Contracting Party in the performance of the Services required by this Agreement. - 8.4 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 Contracting Party 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 Contracting Party. 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. 8.5 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. 8.6 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 declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Termination Prior To Expiration Of Term. This Section shall govern any termination of this Agreement, except as specifically provided in the following Section 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 Contracting Party. Upon receipt of any notice of termination, Contracting Party shall immediately cease all Services hereunder except such as may be specifically approved by the Contract Officer. Contracting Party 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 amounts held as a retention pursuant to this Agreement. 8.8 Termination for Default of Contracting Party. If termination is due to the failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party shall vacate any City-owned property which Contracting Party is permitted to occupy hereunder and City may, after compliance with the provisions of Section 8.2, take over the Services and prosecute the same to completion by contract or otherwise, and Contracting Party 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 Contracting Party for the purpose of setoff or partial payment of the amounts owed City. 8.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this Section shall not exceed the hourly rate paid by City for legal services multiplied by the reasonable number of hours spent by the prevailing party in the conduct of the litigation. Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled to attorneys’ fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. 9. CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 9.1 Non-liability of City Officers and Employees. No officer, official, employee, agent, representative, or volunteer of City shall be personally liable to Contracting Party, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Contracting Party or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any officer or principal of it, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contracting Party’s performance of the Services under this Agreement. Contracting Party further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent, or subcontractor without the express written consent of the Contract Officer. Contracting Party agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to this Agreement which effects his financial interest or the financial interest of any corporation, partnership or - association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. Contracting Party warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 9.3 Covenant against Discrimination. Contracting Party 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 any impermissible classification including, but not limited to, race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry in the performance of this Agreement. Contracting Party 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, sexual orientation, national origin, or ancestry. 10. MISCELLANEOUS PROVISIONS. 10.1 Notice. Any notice, demand, request, consent, approval, or communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this Section. To City: CITY OF LA QUINTA Attention: [insert Contract Officer – Director decides] 78-495 Calle Tampico La Quinta, California 92253 To Contracting Party: 10.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 10.3 Section Headings and Subheadings. The section headings and subheadings contained in this Agreement are included for convenience only and shall not limit or otherwise affect the terms of this Agreement. - 10.4 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument 10.5 Integrated Agreement. This Agreement including the exhibits hereto is the entire, complete, and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements, and understandings, if any, between the parties, and none shall be used to interpret this Agreement. 10.6 Amendment. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by Contracting Party and by the City Council of City. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 10.7 Severability. In the event that any one or more of the articles, phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable, such invalidity or unenforceability shall not affect any of the remaining articles, 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 unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 10.8 Unfair Business Practices Claims. In entering into this Agreement, Contracting Party offers and agrees to assign to City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials related to this Agreement. This assignment shall be made and become effective at the time City renders final payment to Contracting Party without further acknowledgment of the parties. 10.9 No Third Party Beneficiaries. With the exception of the specific provisions set forth in this Agreement, there are no intended third-party beneficiaries under this Agreement and no such other third parties shall have any rights or obligations hereunder. 10.10 Authority. The persons executing this Agreement on behalf of each of the parties hereto represent and warrant that (i) such party is duly - organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors, and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] - IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, a California Municipal Corporation FRANK J. SPEVACEK, City Manager City of La Quinta, California Dated: CONTRACTING PARTY: By: Name: Title: ATTEST: MONIKA RADEVA, City Clerk La Quinta, California By: Name: Title: APPROVED AS TO FORM: WILLIAM H. IHRKE, City Attorney City of La Quinta, California (DIRECTOR TO DETERMINE IF THE FOLLOWING IS TO BE FOLLOWED OR DELETED:) NOTE: (1) TWO SIGNATURES ARE REQUIRED IF A CORPORATION’S BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE STATE THAT TWO SIGNATURES ARE REQUIRED ON CONTRACTS, AGREEMENTS, AMENDMENTS, CHANGE ORDERS, ETC. - (2)CONTRACTING PARTY’S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTING PARTY’S BUSINESS ENTITY. Last revised summer 2017 Exhibit A Scope of Services 1. Services to be Provided: [TO BE PROVIDED BY STAFF (include location of work)] 2. Performance Standards: [TO BE PROVIDED BY STAFF] OR [See Attached] ADDENDUM TO AGREEMENT Re: Scope of Services If the Scope of Services include construction, alteration, demolition, installation, repair, or maintenance affecting real property or structures or improvements of any kind appurtenant to real property, the following apply: 1. Prevailing Wage Compliance. If Contracting Party is a contractor performing public works and maintenance projects, as described in this Section 1.3, Contracting Party shall comply with applicable Federal, State, and local laws. Contracting Party is aware of the requirements of California Labor Code Sections 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Sections 16000, et seq., (collectively, the “Prevailing Wage Laws”), and La Quinta Municipal Code Section 3.12.040, which require the payment of prevailing wage rates and the performance of other requirements on “Public works” and “Maintenance” projects. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, and if construction work over twenty-five thousand dollars ($25,000.00) and/or alterations, demolition, repair or maintenance work over fifteen thousand dollars ($15,000.00) is entered into or extended on or after January 1, 2015 by this Agreement,, Contracting Party agrees to fully comply with such Prevailing Wage Laws including, but not limited to, requirements related to the maintenance of payroll records and the employment of apprentices. Pursuant to California Labor Code Section 1725.5, no contractor or subcontractor may be awarded a contract for public work on a “Public works” project unless registered with the California Department of Industrial Relations (“DIR”) at the time the contract is awarded. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, this project is subject to compliance monitoring and enforcement by the DIR. Contracting Party will maintain and will require all subcontractors to maintain valid and current DIR Public Works contractor registration during the term of this Agreement. Contracting Party shall notify City in writing immediately, and in no case more than twenty-four (24) hours, after receiving any information that Contracting Party’s or any of its subcontractor’s DIR registration status has been suspended, revoked, expired, or otherwise changed. It is understood that it is the responsibility of Contracting Party to determine the correct salary scale. Contracting Party shall make copies of the prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at Contracting Party’s principal place of business and at the project site, if any. The statutory penalties for failure to pay prevailing wage or to comply with State wage and hour laws will be enforced. Contracting Party must forfeit to City TWENTY FIVE DOLLARS ($25.00) per day for each worker who works in excess of the minimum working hours when Contracting Party does not pay overtime. In accordance with the provisions of Labor Code Sections 1810 et seq., eight (8) hours is the legal working day. Contracting Party also shall comply with State law requirements to maintain payroll records and shall provide for certified records and inspection of records as required by California Labor Code Section 1770 et seq., including Section 1776. In addition to the other indemnities provided under this Agreement, Contracting Party shall defend (with counsel selected by City), indemnify, and hold City, its elected officials, officers, employees, and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It is agreed by the parties that, in connection with performance of the Services, including, without limitation, any and all “Public works” (as defined by the Prevailing Wage Laws), Contracting Party shall bear all risks of payment or non-payment of prevailing wages under California law and/or the implementation of Labor Code Section 1781, as the same may be amended from time to time, and/or any other similar law. Contracting Party acknowledges and agrees that it shall be independently responsible for reviewing the applicable laws and regulations and effectuating compliance with such laws. Contracting Party shall require the same of all subcontractors. 2. Retention. Payments shall be made in accordance with the provisions of Article 2.0 of the Agreement. In accordance with said Sections, City shall pay Contracting Party a sum based upon ninety-five percent (95%) of the Contract Sum apportionment of the labor and materials incorporated into the Services under this Agreement during the month covered by said invoice. The remaining five percent (5%) thereof shall be retained as performance security to be paid to Contracting Party within sixty (60) days after final acceptance of the Services by the City Council of City, after Contracting Party has furnished City with a full release of all undisputed payments under this Agreement, if required by City. In the event there are any claims specifically excluded by Contracting Party from the operation of the release, City may retain proceeds (per Public Contract Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City’s failure to deduct or withhold shall not affect Contracting Party’s obligations under the Agreement. 3. Utility Relocation. City is responsible for removal, relocation, or protection of existing main or trunkline utilities to the extent such utilities were not identified in the invitation for bids or specifications. City shall reimburse Contracting Party for any costs incurred in locating, repairing damage not caused by Contracting Party, and removing or relocating such unidentified utility facilities. Contracting Party shall not be assessed liquidated damages for delay arising from the removal or relocation of such unidentified utility facilities. 4. Trenches or Excavations. Pursuant to California Public Contract Code Section 7104, in the event the work included in this Agreement requires excavations more than four (4) feet in depth, the following shall apply: (a) Contracting Party shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: (1) material that Contracting Party believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; (2) subsurface or latent physical conditions at the site different from those indicated by information about the site made available to bidders prior to the deadline for submitting bids; or (3) unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Agreement. (b) City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in Contracting Party’s cost of, or the time required for, performance of any part of the work shall issue a change order per Section 1.8 of the Agreement. (c) in the event that a dispute arises between City and Contracting Party whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contracting Party’s cost of, or time required for, performance of any part of the work, Contracting Party shall not be excused from any scheduled completion date provided for by this Agreement, but shall proceed with all work to be performed under this Agreement. Contracting Party shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting Parties. 5. Safety. Contracting Party shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out the Services, Contracting Party shall at all times be in compliance with all applicable local, state, and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 6. Liquidated Damages. Since the determination of actual damages for any delay in performance of the Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, Contracting Party shall be liable for and shall pay to City the sum of One Thousand dollars ($1,000.00) as liquidated damages for each working day of delay in the performance of any of the Services required hereunder, as specified in the Schedule of Performance. In addition, liquidated damages may be assessed for failure to comply with the emergency call out requirements, if any, described in the Scope of Services. City may withhold from any moneys payable on account of the Services performed by Contracting Party any accrued liquidated damages. Exhibit B Schedule of Compensation With the exception of compensation for Additional Services, provided for in Section 2.3 of this Agreement, the maximum total compensation to be paid to Contracting Party under this Agreement is _______________________($_____________) (“Contract Sum”). The Contract Sum shall be paid to Contracting Party in installment payments made on a monthly basis and in an amount identified in Contracting Party’s schedule of compensation attached hereto for the work tasks performed and properly invoiced by Contracting Party in conformance with Section 2.2 of this Agreement. [insert Contracting Party’s schedule of compensation] Exhibit C Schedule of Performance Contracting Party shall complete all services identified in the Scope of Services, Exhibit A of this Agreement, in accordance with the Project Schedule below [or… attached hereto and incorporated herein by this reference]. [insert Project Schedule] Exhibit D Special Requirements [insert Special Requirements or indicate, “None” if there are none] Exhibit E Insurance Requirements E.1 Insurance. Prior to the beginning of and throughout the duration of this Agreement, the following policies shall be maintained and kept in full force and effect providing insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than A-VI: Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence) $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Non-contributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Workers’ Compensation (per statutory requirements) Must include the following endorsements: Workers Compensation with Waiver of Subrogation Workers Compensation Declaration of Sole Proprietor if applicable Contracting Party shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, Commercial General Liability insurance against all claims for injuries against persons or damages to property resulting from Contracting Party’s acts or omissions rising out of or related to Contracting Party’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 Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. An endorsement evidencing the foregoing and naming the City and its officers and employees as additional insured (on the Commercial General Liability policy only) must be submitted concurrently with the execution of this Agreement and approved by City prior to commencement of the services hereunder. Contracting Party 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 Contracting Party, its officers, any person directly or indirectly employed by Contracting Party, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Contracting Party’s performance under this Agreement. If Contracting Party or Contracting Party’s employees will use personal autos in any way on this project, Contracting Party shall provide evidence of personal auto liability coverage for each such person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer or semi-trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Contracting Party’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 Contracting Party 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. Contracting Party 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. Contracting Party shall provide written notice to City within ten (10) working days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; or (3) the deductible or self-insured retention is increased. In the event any of said policies of insurance are cancelled, Contracting Party shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Contracting Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. E.2 Remedies. In addition to any other remedies City may have if Contracting Party 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 Contracting Party to stop work under this Agreement and/or withhold any payment(s) which become due to Contracting Party hereunder until Contracting Party 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 Contracting Party’s failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Contracting Party may be held responsible for payments of damages to persons or property resulting from Contracting Party’s or its subcontractors’ performance of work under this Agreement. E.3 General Conditions Pertaining to Provisions of Insurance Coverage by Contracting Party. Contracting Party and City agree to the following with respect to insurance provided by Contracting Party: 1. Contracting Party 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. Contracting Party also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the right of subrogation prior to a loss. Contracting Party 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 Contracting Party 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 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. Contracting Party 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 Contracting Party’s general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contracting Party or deducted from sums due Contracting Party, at City option. 8. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contracting Party 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. 9. Contracting Party agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by Contracting Party, provide the same minimum insurance coverage required of Contracting Party. Contracting Party 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. Contracting Party agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 10. Contracting Party 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 Contracting Party’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 Contracting Party, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 11. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contracting Party ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contracting Party, the City will negotiate additional compensation proportional to the increased benefit to City. 12. 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. 13. Contracting Party acknowledges and agrees that any actual or alleged failure on the part of City to inform Contracting Party 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. 14. Contracting Party 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. 15. Contracting Party 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 Contracting Party’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. 16. The provisions of any workers’ compensation or similar act will not limit the obligations of Contracting Party under this agreement. Contracting Party expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials, and agents. 17. 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. 18. 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. 19. The requirements in this Exhibit 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 Exhibit. 20. Contracting Party 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 Contracting Party 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. 21. Contracting Party agrees to provide immediate notice to City of any claim or loss against Contracting Party 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. Exhibit F Indemnification F.1 Indemnity for the Benefit of City. a. Indemnification for Professional Liability. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), 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 Contracting Party or of any subcontractor), 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 caused in whole or in part by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (with counsel selected by City), and hold harmless the Indemnified Parties 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 Contracting Party or by any individual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of Contracting Party. c. Indemnity Provisions for Contracts Related to Construction (Limitation on Indemnity). Without affecting the rights of City under any provision of this agreement, Contracting Party 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 Contracting Party will be for that entire portion or percentage of liability not attributable to the active negligence of City. d. Indemnification Provision for Design Professionals. 1. Applicability of this Section F.1(d). Notwithstanding Section F.1(a) hereinabove, the following indemnification provision shall apply to a Contracting Party who constitutes a “design professional” as the term is defined in paragraph 3 below. 2. Scope of Indemnification. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses, including, without limitation, incidental and consequential damages, court costs, reimbursement of 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 caused by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party.. 3. Design Professional Defined. As used in this Section F.1(d), 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. F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees to obtain executed indemnity agreements with provisions identical to those set forth herein this Exhibit F, as applicable to the Contracting Party, from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contracting Party in the performance of this Agreement. In the event Contracting Party fails to obtain such indemnity obligations from others as required herein, Contracting Party agrees to be fully responsible according to the terms of this Exhibit. 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 obligations to indemnify and defend City as set forth in this Agreement are binding on the successors, assigns or heirs of Contracting Party and shall survive the termination of this Agreement.