Loading...
2020-23 GHD, Inc - Highway 111 Corridor - Form-Based Code Project 2019-05MEMORANDUM DATE: TO: FROM: RE: Please list the Contracting Party / Vendor Name, type of agreement to be executed, including any change orders or amendments, and the type of services to be provided. Make sure to list any related Project No. and Project Name. Authority to execute this agreement is based upon: ___ Approved by City Council on ___________________________________________ ___ City Manager’s signing authority provided under the City’s Purchasing Police [Resolution No. 2019-021] for budget expenditures of $50,000 or less. ___ Department Director’s or Manager’s signing authority provided under the City’s Purchasing Policy [Resolution No. 2019-021] for budget expenditures of $15,000 and $5,000, respectively, or less. Procurement Method (one must apply): ___ Bid ___ RFP ___ RFQ ___ 3 written informal bids ___ Sole Source ___ Select Source ___ Cooperative Procurement Requesting department shall check and attach the items below as appropriate: ___ Agreement payment will be charged to Account No.: _____________________ ___ Agreement term: Start Date ________________ End Date ________________ ___ Amount of Agreement, Amendment, Change Order, etc.: $____________________ REMINDER: Signing authorities listed above are applicable on the aggregate Agreement amount, not individual Amendments or Change Orders! ___ Insurance certificates as required by the Agreement for Risk Manager approval Approved by: ______________________________ Date: _______________ ___ Bonds (originals)as required by the Agreement (Performance, Payment, etc.) ___ Conflict of Interest Form 700 Statement of Economic Interests from Consultant(s) NOTE: Review the “Form 700 Disclosure for Consultants” guidance to determine if a Form 700 is required pursuant FPPC regulation 18701(2) ___ Business License No. __________________; Expires: __________________ ___ Requisition for a Purchase Order has been prepared (Agreements over $5,000)  -RQ 0F0LOOHQ &LW\ 0DQDJHU -XOLH 0LJQRJQD 0DQDJHPHQW $QDO\VW $JUHHPHQW IRU FRQWUDFW VHUYLFHV ZLWK *+' WR SURYLGH SURYLGH IRUPEDVHG FRGH SODQQLQJ DQG HQJLQHHULQJ VHUYLFHV IRU WKH +LJKZD\  &RUULGRU SURMHFW 3URMHFW 1R  ✔6HSWHPEHU   ✔ ✔ ' ✔2FWREHU  -XQH   ✔ ✔ 0RQLND5DGHYD  ✔ ✔/,&  ✔ 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 GHD, Inc., a Corporation (“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 Highway 111 Corridor Form Based Code Planning and Engineering Services, Project No. 2019-05, 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, -2- 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, or assigned designee (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,or assigned designee,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 -3- change order if Contracting Party is a contractor performing the Services) from the Contract Officer,or assigned designee,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,or assigned designee’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,or assigned designee. 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 Eight Hundred Eighty Five Thousand Two Hundred Twenty Eight Dollars ($885,228.00) for the life of the Agreement, encompassing the initial and any extended terms. (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 -4- 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, or assigned designee,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,or assigned designee,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,or assigned designee. 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,or assigned designee,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 -5- 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,or assigned designee. 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,or assigned designee,in writing of the causes of the delay. The Contract Officer,or assigned designee,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,or assigned designee,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,or assigned designee,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 September 16, 2020, and terminate on June 30, 2023 (“Initial Term”). This Agreement may be extended for two (2) additional one (1) year terms 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: D Name: Todd Tregenza6U7UDQVSRUWDWLRQ3URMHFW0DQDJHU Tel No. (916)782-8688 E-mail: todd.tregenza@ghd.com E Name: Lindsey Van Parys3URMHFW0DQDJHU Tel No. (916) 245-4220 Email: lindsey.vanparys@ghd.com -6- 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”,otherwise known as Danny Castro, Design and Development Director, or assigned designee may be designated in writing by the City Manager of the City. It shall be Contracting Party’s responsibility to assure that the Contract Officer,or assigned designee,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,or assigned designee. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer,or assigned designee. The Contract Officer,or assigned designee, 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, -7- 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 -8- 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,or assigned designee,such reports concerning Contracting Party’s performance of the Services required by this Agreement as the Contract Officer,or assigned designee,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,or assigned designee,of said fact, circumstance, technique, or event and the estimated -9- 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,or assigned designee, 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,or assigned designee, 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 assigned designee,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 -10- 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 assigned designee,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 -11- 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, or assigned designee; 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. -12- 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,or assigned designee. 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,or assigned designee,thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, or assigned designee, 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 -13- 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,or assigned designee. Contracting Party agrees to at all times avoid conflicts of interest or the -14- 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 ensure 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: Danny Castro 78495 Calle Tampico La Quinta, California 92253 To Contracting Party: GHD, Inc. 2200 21st Street Sacramento CA 95818 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 -15- 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. -16- 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. 10.10Authority. 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] Scope of Services Method of Approach, Analysis, and Skills Our approach to delivering this project, is rooted in our deep understanding and unique qualifica- tions to deliver this project. We hand selected each individual on this team in order to bring to- gether the best team to deliver a Form-Based Code that is implementable. The GHD and LWC Team developed the following Scope of Services based upon the request for proposal (RFP), visits to the project site, our knowledge of form-based codes, successful grant write, and successful im- plementation of complete streets. All tasks required in the RFP are included in our Scope of Services, however, it is noted the op- tional future tasks are based on a variety of assumptions and are provided to give the City an idea of the level of effort anticipated to complete all of the tasks identified in the Scope of Services. However, it is intended these future scopes, should the City elect to use the GHD team, be refined at that time to ensure the best product is delivered. For the purposes of the scope and fee the Demonstration Site is assumed to be along the Highway 111 corridor between La Quinta Center Drive and La Quinta Drive, a total distance of ½ mile. Task 0. Project Management GHD will serve as overall Project Manager for all tasks included in this Scope of Work. General project management responsibilities include: xPrepare and keep master project schedule xCoordinate project status meetings xManage subconsultants xOversee all the project components listed in this Scope of Work xEffectively manage budget xImplement Quality Assurance and Quality Control Measures xPrepare invoices at the end of each month for previous month’s work with description of work completed during the time period billed. This Task currently assumes that only one in-person Project Management meeting will be held throughout the duration of the contract. In Task 0.1, costs associated with travel are included in the proposed Budget. Task 0.1 – Project Kick-Off and Phase 1 Meetings and Coordination Responsible Parties: GHD, LWC, and City GHD will facilitate an overall Project Kick-Off meeting with LWC and City staff, which may be com- pleted in-person or virtually. During this meeting, overall project goals and objectives will be re- viewed, including the coordination of work efforts occurring, and the schedule of, each project Phase. Communication protocols will be established. During the Kick-Off meeting, the Scope of Work and Schedule will be reviewed and refined if necessary. GHD and LWC will work with City staff to identify key staff from other City departments and/or key stakeholders to engage during this Phase of the Project. GHD will present sample monthly progress reports, which will subsequently be submitted monthly as part of routine invoice submittals. GHD will facilitate bi-weekly check-in meetings with the Project Team, including LWC and City staff ([KLELW$ 6FRSHRI6HUYLFHV Exhibit A Page 1 of  for the duration of the Phase. GHD will prepare a Short Term Action List that will identify the action, the desired date for completion, responsible party, and status notes. This list will be maintained and updated throughout the duration of the project. The Short Term Action List will serve as both the agenda and task tracking mechanism for the project team check-in meetings and will be up- dated prior to every check-in meeting. All check-in meetings will be teleconferenced, hosted by GHD. Task 0.2 – Phase 2 Project Meetings and Coordination Responsible Parties: GHD and City GHD will facilitate bi-weekly check-in meetings with the Project Team and continue to prepare and update the Short Term Action List for the duration of the Phase. All check-in meetings will be tele- conferenced, hosted by GHD. Task 0.3 – Phase 3 Meetings and Coordination Responsible Parties: GHD, LWC, and City GHD will continue to facilitate bi-weekly check-in meetings with the Project Team and continue to prepare and update the Short Term Action List for the duration of the Phase. All check-in meetings will be teleconferenced, hosted by GHD. Task 0.4 – Phase 4 Meetings and Coordination Responsible Parties: GHD, LWC, and City GHD will continue to facilitate bi-weekly check-in meetings with the Project Team and continue to prepare and update the Short Term Action List for the duration of the Phase. All check-in meetings will be teleconferenced, hosted by GHD. Task 0 Products/Deliverables (electronic unless otherwise noted) x Kick-off Meeting Agenda and Minutes x Finalized Scope of Work and Schedule x Bi-Weekly Short-Term Action Lists x Monthly Progress Reports Exhibit A Page of  Task 1. Form-Based Code Assessment (Phase 1) Task 1.1 – Introductory Form-Based Code Presentation Responsible Parties: LWC, GHD, and City LWC will prepare for and attend one virtual meeting with City staff to confirm Form-Based Code objectives and the details of the Demonstration Site. As part of this task, LWC will facilitate one in- ternal (Project Team and City staff) presentation on form-based codes, including an explanation of what Form-Based Codes are, why they can be more effective than conventional coding ap- proaches, and offer case study examples in other cities. LWC will work with the City and GHD to identify documents that are pertinent to the Form-Based Code, including recent amendments to the Zoning Code, key policies from the General Plan, the Highway 111 Corridor Plan, the applicable Specific Plan(s), and the relevant Covenants, Conditions & Restrictions (CC&Rs) and/or other relevant information. LWC will submit a document request memo to City staff for documents, reports, etc. identified in the project initiation meeting. Task 1.2 – Microscale Analysis and Specific Plan Evaluation Responsible Party: LWC LWC will review development patterns and building typologies in two or three areas relevant to po- tential development on the Demonstration Site, such as Downtown La Quinta, virtually via Google Earth. LWC’s evaluation of this data will document urban patterns and features and inform the preparation of the sample form-based standards (see Task 1.3). Findings from the evaluation will be presented in the joint study session (see Task 1.4) Additionally, LWC will conduct an evaluation of the applicable Specific Plan regulations and CC&Rs to determine the existing limitations and im- pediments to development and use of the Demonstration Site. This task does not include feasibility analysis. Task 1.3 – Sample Form-Based Code Responsible Parties: LWC, GHD, and City LWC will develop a Sample Form-Based Code for the Demonstration Site including standards for two transect zone(s), three or four building types, three to five frontage types, and two civic space types. The Sample Form-Based Code will include a Regulating Plan that establishes the location of the transect zones on the Demonstration Site. The Sample Form-Based Code will provide stand- ards that implement the vision as established in the Highway 111 Corridor Plan and confirmed by City staff. LWC will work collaboratively with City staff and the landowner(s) to understand desirable development outcome(s). LWC will provide the Sample Form-Based Code in a recommended format and organization and include a memo with a recommended method of integrating the Form-Based Code into the City’s existing Code. The Sample Form-Based Code will exclude any sections not listed above, such as land uses, administration and procedures, signs, or general standards. Task 1.4 – City Council and Planning Commission Joint Study Session Responsible Parties: LWC, GHD, and City LWC and GHD will facilitate one joint study session with the City Council and Planning Commis- sion, which may be conducted in-person or via video conference (of the City’s preference). LWC will present the findings from Task 1.2 and the Sample Form-Based Code standards from Task Exhibit A Page of  1.3. LWC will provide summary notes of the Joint Study Session. The City is responsible for secur- ing a meeting space, noticing, and distributing outreach materials. Task 1 Products/Deliverables (electronic unless otherwise noted) x Staff Form-Based Code presentation x Sample Form-Based Code x Draft & Final Joint Study Session presentation x Joint Study Session summary notes Exhibit A Page of  Task 2. Corridor Design Concept (Phase 2) Task 2.1 Assemble Baseline Data and Develop Corridor Base Map Responsible Parties: GHD and City GHD will collect and compile existing corridor transportation, demographic, environmental, and in- frastructure data in order to document and map existing corridor conditions. This data will inform the concept designs and will provide a basis for the design concept assessment. GHD will review all available background conditions information collected for and presented in the Highway 111 Corridor Plan. After assessing the availability of traffic data from the City and publicly available sources, GHD may request the City to gather or supplement the available data with new roadway segment counts, turning movement counts, and/or other data within the project area, for additional scope and fee. Transportation Data GHD will gather available data from public sources like U.S. Census (Decennial Census, American Community Survey, Longitudinal Employer-Household Dynamics), FHWA (Highway Performance Monitoring System for VMT and National Performance Management Research Data Set for Travel Speed), and Caltrans (Traffic Census, Statewide Integrated Traffic Records System). If the City de- sires, GHD can also contract with or utilize available data from commercial providers like Streelight to better understand travel characteristics along the corridor – particularly for non-work travel like shopping and recreation. GHD will summarize and illustrate existing travel patterns, crash history, congestion, multimodal service levels, and count information for vehicles, bicycles, pedestrians, transit (ridership data, bus headways), and ride-sharing/Transportation Network Companies (TNCs) usage, as available. Survey GHD will perform surveys and necessary base mapping for the preliminary engineering, and design required by the project’s parameters. Project surveying and mapping shall include, but not be lim- ited to establishing a datum; setting vertical and horizontal control; aerial photogrammetric map- ping; and right of way mapping. Mapping product will be a digital base map with surface, with supplemental digital rectified ortho- photograph, all tied to the required datums. Project control and mapping will meet the Caltrans Or- ders of Survey Accuracy at a mapping scale of 1” = 20’ and a one-foot contour interval. All work under this phase will be performed under the direction of a California Licensed Land Surveyor. P roj e c t S urv ey Dat um and Co ntrol. The horizontal control survey will be based on the North American Datum of 1983 using the California Coordinate System of 1983 (CCS83). The Vertical Datum will be the North American Vertical Datum of 1988 (NAVD88). The survey datum for the pro- ject will be determined by Continuously Operating reference Stations (CORS), if not directed other- wise by the City. Semi-permanent control monuments will be positioned for aerial mapping and to facilitate construction staking in the future. A e rial Ph otogr a phy. Aerial control will be established using Global Positioning System (GPS) methods and a digital level to establish elevations. Aerial photography and mapping of the project will be obtained from AEROTECH. The results being a design level mapping product and a scala- ble digital orthophoto of the project, georeferenced to the project datum. Exhibit A Page of  The initial submittal will be the scaled digital orthophoto of the entire two mile project length. A sub- sequent submittal will be complete topographic mapping from the aerial photos of the demonstra- tion site. Land Net B o undary B a se. Record data will be compiled to create a land net base map of the project. Sufficient monumentation will be located and positioned to reference the record boundary data to the topographic base map. No monuments will be set and right of way engineering is not anticipated for this phase of the project. A e rial Mappin g In tegr a t ion , CAD F ile Setup, a n d D TM. Aerial, terrestrial and boundary surveys will be combined to form a complete mapping product. Computer files will be prepared to include field control points, topographic surveys, utility data, property surveys, and preparation of the Digi- tal Terrain Model (DTM) used for three-dimensional calculations, (i.e., earthwork, cross-sections, and profiles). Utility Verification GHD will coordinate with all utilities to accurately locate and map the existing utilities within the pro- ject boundaries. GHD will draft letters requesting existing atlas maps from all utility purveyors in the corridor. Letters will be prepared in draft form for placement on the City letterhead and signature by the City. GHD will digitize the received utility mapping and update the project base mapping as required to include all utility information received. Potholing efforts will be completed as part of a different Phase. Task 2.2 - Develop and Assess Preliminary Corridor Design Concepts Responsible Parties: GHD and LWC GHD will develop up to three alternative, high level design concepts to illustrate the Highway 111 Corridor Plan complete streets vision elements (travel lanes, on-street parking and curb space, bi- cycle and shared use facilities, transit stops and enhancements, landscaping, planting, and LID features, and transitions from public to private realm space) within the right of way. The alternatives will illustrate trade-offs, emphasize different modal priorities, or they may illustrate similar functional- ity within different configurations. The alternatives will also demonstrate a range of construction- cost scenarios. To maximize the value of the alternatives design process, different alternatives may apply to differ- ent segments, with an emphasis on the selected Demonstration Project. Alternatives will be pre- sented from an aerial perspective using the corridor base map developed in previous tasks, in ad- dition to cross-sections illustrating the street profile. GHD will work with LWC to incorporate typical amenities and building elevations from the Form-Based Code developed in Phase 1 to illustrate transition between public and private realm. GHD will develop an assessment matrix to illustrate the following benefits or impacts of each alter- native. Criteria may include: x Consistency with Highway 111 Corridor Plan vision x Vehicle operations (Level of Service) x Vehicle miles travelled (VMT) x Bicycle and Pedestrian comfort (Level of Traffic Stress, potential to increase mode share) x Transit enhancements (Stop siting, reliability, potential to increase mode share) x Safety benefits (Collision reduction potential, proactive safety countermeasures) x Curb space (On-street parking, flexible curb space potential for MaaS) Exhibit A Page of  x Multimodal connectivity (Diversity of travel modes, ease of transitions between modes) x Public and private realm transition (Connectivity, streetscape amenities) x Climate adaptation strategies (including drought, flood, and heat wave events) x Environmental justice (Impacts on/benefits to disadvantaged populations) x Economic development (Investment multiplier, freight reliability) x Emergency response (response times, accessibility) x Cost (Construction, utility conflicts, right of way) x Grant eligibility (improvement components eligible for grant funding) The results of the assessment matrix will be presented in a memorandum alongside the illustrations prepared for each concept design, for distribution to the City for review and discussion in Task 2.3. Task 2.3 – Review and Discuss Preliminary Corridor Design Concepts Responsible Parties: GHD, LWC, and City GHD will facilitate a virtual or in-person internal workshop (Project Team and City) to review the preliminary design concept alternatives and assessment matrix developed in Task 2.2. GHD will go through the evaluation metrics and results. Based on City direction, additional City department staff and/or external stakeholders may be invited to this discussion to provide input. The results of this task will influence the preparation of the Draft Corridor Design Concept. Task 2.4 – Prepare Draft Corridor Design Concept Responsible Parties: GHD and LWC GHD will incorporate written comments and feedback received in Task 2.3 to develop a compre- hensive corridor-wide scaled design concept on the base maps developed in Task 2.1. The corri- dor design concept will likely be a hybrid of the alternatives explored in the previous task and will likely vary along the corridor to respond to specific conditions. The draft concept will be provided for review by City staff along with a planning-level cost estimate. The draft corridor design concept will be accompanied by a draft report documenting prior analysis and design considerations that guided development of the concept. Task 2.5 – Prepare Corridor Visualizations and Cross-Sections Responsible Parties: GHD GHD will prepare illustrative graphics to communicate the existing conditions and preferred pro- posed improvements to the public. GHD will illustrate these concepts within the context of the Demonstration Project. The following exhibits will be prepared: x Plan layout rendered over aerial photo (1” = 20’ or similar scale) x Static Three Dimensional (3D) rendering of typical block segment x Microsimulation in VISSIM of the Demonstration Site x 3D simulated visualization of the Demonstration Site x Video rendering combining static renderings, simulation, and aerial drone footage to demon- strate pre and post-project conditions x Cross sections x Existing conditions with traffic, vegetation, safety concerns, key businesses, opportunity sites, and major constraints noted (1” = 20’ or similar scale) x Perspective before-and-after rendering A 3D video visualization of the Demonstration Site has been included in the proposed Budget, for Exhibit A Page of  the City’s use, to accompany static renderings. The video visualization will require development of a VISSIM microsimulation to illustrate simulated traffic flows through the corridor, including bicycle and pedestrian movements, interaction with the adjacent land uses, parking configuration, drop-off and pick up behaviors, and intersection operations. The microsimulation data will then be exported to external rendering software for enhanced visualization quality and video rendering. Buildings and vegetation will be modelled to approximate the Form-Based Code. For an additional fee of $9,480, the 3D simulation and traffic model can be extended to cover the entire Highway 111 Corridor. Task 2.6 – Prepare Corridor Design Phasing and Implementation Plan Responsible Parties: GHD, LWC, and City GHD will work with LWC and the City to understand how the corridor concept may be imple- mented in phases that best support the vision of the Highway 111 Corridor Plan. The corridor con- cept may be divided into a baseline project, implementable in the near-term, and an ultimate pro- ject that includes additional features dependent on adjacent property development and funding availability. GHD will craft a phasing strategy based on the likely construction budget scenario, construction sequencing, and the City’s and community’s priorities. The phasing and prioritization will be based on the criteria established in Task 2.2 for corridor assessment, as well as a benefit/cost analysis and grant eligibility of project components. This analysis will be presented in a memorandum that includes the final corridor design concept developed in Task 2.7 and the visualizations prepared in Task 2.5 Task 2.7 – Prepare Final Corridor Design Concept Responsible Parties: GHD GHD will revise the draft concept prepared in Task 2.4 according to one set of consolidated, inter- nally consistent comments received from the City. GHD will also finalize the planning-level cost es- timate for the corridor based on the final concept. The final corridor design concept will be accom- panied by a report documenting prior analysis and design considerations that guided development of the concept and will include a phasing, and implementation strategy. The final concept and ac- companying report will be delivered to the City. Task 2 Products/Deliverables (electronic unless otherwise noted) x Existing data inventory x Utility mapping request letters x Survey control base, right of way, and topographic mapping. x Corridor base map x Preliminary concept design drawings and exhibits x Preliminary concept design assessment memo and exhibits x Draft & Final corridor design concept and cost estimate x Corridor visualizations and cross-sections x Corridor phasing and implementation memorandum x Draft & Final corridor design concept report Exhibit A Page of  Task 3. ATP Grant Application and PS&E (Optional Phase 3) It is assumed the Active Transportation Program (ATP) Grant Application and the Plans, Specifica- tions and Estimates (PS&E) will be for only the Demonstration Site, which will also include imple- mentation of the complete street concept developed as part of previous phases. At the time this scope was prepared, the components of the Demonstration Project had not been selected therefore, the PS&E Tasks 3 of this scope and associated fee are intended to be revised as needed to assess accuracy of the tasks. It is assumed the Demonstration Site will not exceed 1/2 mile for budgeting purposes. It is also assumed any vertical site development work is not in- cluded in this scope and fee and right of way acquisition is not required. Task 3.1 – Prepare Draft ATP Grant Application Responsible Parties: GHD and City GHD will review the prior ATP application submitted for the La Quinta Village Complete Streets project in Cycle 3, and flag any integral information to be repurposed for the Cycle 6 application on Highway 111. Comments from Caltrans regarding the scoring, as well as the scoring sheet itself, will also be reviewed for guidance. GHD will coordinate an application preparation kick-off call to review the Cycle 6 guidance and identify any key changes to requirements and scoring criteria. Assemble Grant Application Materials We will also confirm the project description, approach, and the timeline for preparation and review. GHD will initiate preparation of the narrative components of the application, and leverage the exist- ing graphics prepared in the tasks above and those prepared for the previous work done within the corridor to compile the best application. GHD will provide the following: x Application Part A: General Project Information. This section of the application is utilized to complete the Master Agreement if funding is awarded. Much of the information in Part A is generated in development of Parts B and C, so part A is typically completed after the other two components. x Obtaining pre project bicycle and pedestrian counts. Note, post construction counts are not included in this scope or fee. If the grant is awarded, the counts can be added to this contract for an extra scope and fee. x Application Part B: Narrative Questions. This section of the application includes the appli- cation screening criteria, the project priority status, engagement of the local community in development of the project, design progress, any funding leverage the agency is able to secure, and coordination with the California Conservation Corps (CCC) and/or a certified community conservation corps. x Part C: Application Attachments. In addition to the narrative development for Parts A and B, GHD will utilize work completed in preceding work phases to develop the following re- quired attachments: x Project Programming Request x Engineer’s Checklist x Project Projects (Cross-Section) x Project Cost Estimate The City will be responsible for compiling the following attachments: x Application Signature Page x Letters of Support Exhibit A Page of  x Confirmation of CCC Coordination Draft Application GHD will prepare a Draft Application for the City to review. This package will include all materials and attachments. Task 3.2 – Review and Discuss Draft ATP Grant Application Responsible Parties: GHD and City GHD will facilitate a virtual meeting with the City to review the Draft ATP grant application devel- oped in Task 3.1. Based on City direction, additional City department staff and/or external stake- holders may be invited to this discussion to provide input. The results of Task 3.2 will influence the preparation of the Final ATP grant application in Task 3.3 Task 3.3 – Prepare Final ATP Grant Application Responsible Parties: GHD GHD will revise the Draft Application according to one set of consolidated, internally-consistent comments received from the City. We assume that the City will collect required signatures, and submit the final application by email and hardcopy, as required. GHD is able to provide print- ing/compilation and submission as an optional service if desired. Task 3.4 – Highway 111 Corridor Environmental Document Responsible Parties: GHD CEQA and NEPA environmental documents will be prepared that address the entirety of the High- way 111 corridor in the City of La Quinta, including the Demonstration Site, being considered for adoption of the FBC. CEQA Compliance Given the length of the Corridor, the extent of street improvements, bicycle and pedestrian facili- ties, other active recreation, and visual resources to include landscaping and public art, we assume that an Initial Study/Mitigated Negative Declaration (IS/MND) will be the appropriate form of docu- mentation for this effort. The IS/MND process will consist of the following tasks: x Project Initiation (Kick-Off Meeting, information needs request) x Project Description (including a summary of the project location, project characteristics, con- struction methods, operational characteristics, minimization measures, and graphics) x Admin Draft IS/MND (addressing applicable topics from CEQA Appendix G, Environmental Checklist Form): o Aesthetics o Air Quality o Biological Resources o Cultural Resources o Energy o Geology/Soils o Greenhouse Gas Emissions o Hazards and Hazardous Materials o Hydrology/Water Quality o Land Use/Planning o Noise o Population/Housing o Public Services o Recreation o Transportation o Tribal Cultural Resources o Utilities/Service Systems o Wildfire o Mandatory Findings of Significance x Draft IS/MND (for public review) x Public Review and Notice of Intent Exhibit A Page of  x Final IS/MND (including responses to comments, and Mitigation and Monitoring Plan) x Public Hearing and Notice of Determination With this approach, as future segments of the Corridor are developed, and additional design refine- ments identified, environmental review for future development projects can tier from the IS/MND (for example, as a Categorical Exemption). This will enable future projects requiring CEQA review to make maximum use of the environmental analyses conducted under the present scope of work, thereby reducing the extent and cost of future analyses. In the event that another form of CEQA document (such as an EIR) is determined necessary for the current project based upon the potential significance of environmental impacts, we will submit a revised scope of work and cost estimate to the City for that additional effort. We assume that no resource agency permit applications will be needed for this project. Brief technical memos will be prepared for the following environmental disciplines, based upon da- tabase reviews used to confirm that no significant environmental concerns are presented by the project: x Biological database review (historic aerial photos and habitat; special-status species records; wetland databases (both federal and state); soil survey data; CDFW California Natural Diversity Database (CNDDB/Bios); USFWS Information for Planning and Consultation (IPaC); USFWS Online Critical Habitat Mapper). x Cultural resources record search, background information review. x Hazardous materials database report (e.g., EDR) to identify any areas of known contamination near the Demonstration Project. The traffic discussion in the IS/MND will be based upon data and conclusions reached as part of Task 2.2, namely the pre- and post-project VMT estimate, per the requirements of SB 743. Absent any operative VMT thresholds adopted by the City, GHD will establish a baseline VMT value and assume recommended thresholds per the Governor’s Office of Planning and Research (OPR) Technical Advisory on Evaluating Transportation Impacts in CEQA (December 2018). Assumptions x Deliverables (e.g., Admin Draft, Draft, and Final IS/MND) will be revised in response to one round of City review. Revisions are assumed to be principally qualitative in nature, and will not require additional quantitative analysis or modeling. x All deliverables will be provided electronically to the City. The City will be responsible for costs associated with reproduction and distribution/mailing of deliverables. x Public Notices identified above (e.g., Notice of Intent, Notice of Completion and Notice of De- termination) will be prepared by GHD. x Public noticing of the Draft IS/MND will include publishing in one newspaper of general circula- tion in the project vicinity, filing on the Notice of Intent with the County Clerk, and filing of a No- tice of Completion with the State Clearinghouse to solicit written comments. CEQA does not require a public meeting to accept comments for IS/MND-level documents; however, we un- derstand that the City prefers to hold such a meeting and so attendance at one meeting is in- cluded in our scope of work. x Costs associated with the newspaper ad, and any agency filing fees, will be paid by the City. NEPA Compliance Caltrans will act as the NEPA lead agency and the environmental review process will follow the Cal- trans Local Assistance Procedures and the Standard Environmental Reference (SER). Based on Exhibit A Page of  our preliminary review of the project, the project is expected to qualify for a NEPA Categorical Ex- clusion with standard mitigation commitments. GHD will initiate the NEPA review process by completing a PES Form (LAPM Exhibit 6-A), which will include a description of the project, detailed maps, and answers to each question on the PES Form with supporting documentation. GHD will also complete a Field Review Form (LAPM Exhibit 7-B), which will describe the physical limits of the project and construction cost and scheduling es- timates. A draft PES Form and Field Review Form will be submitted for one round of City review. Following incorporation of City comments, GHD will provide an updated PES Form and Field Re- view Form for submittal to Caltrans. Following submittal of the PES Form and Field Review Form, Caltrans’ Professionally Qualified Staff will review the forms and a field review meeting will be scheduled if requested. GHD's Project Man- ager and Senior Environmental Planner will attend the field review meeting along with City staff. GHD will review any comments received and any requests from Caltrans for supporting technical studies. The anticipated technical studies cannot be confirmed at this time; therefore, a total of 40 hours of technical time has been set aside in this scope for preparing requested supporting tech- nical memos. Such memos may include a summary of biological resources, water quality best management practices, and construction traffic considerations, if applicable, incorporating the technical information prepared for the CEQA IS/MND. Standalone technical studies are assumed unnecessary; however, if Caltrans staff require such studies (for example, cultural resource studies, a Natural Environment Study, or a Phase I ISA) requiring additional effort beyond the 40 hours of technical time, then GHD can prepare such studies under a modified scope and budget. Assumptions x Deliverables (e.g., Draft PES and Field Review Form) will be revised in response to one round of both City and Caltrans review. Revisions are assumed to be principally qualitative in nature, and will not require additional quantitative analysis or modeling. x All deliverables will be provided electronically to the City. The City will be responsible for costs associated with reproduction and distribution/mailing of deliverables. Task 3.5 – Geotechnical Investigation and Report Responsible Parties: Geocon GHD has partnered with Geocon to perform the geotechnical investigation and report. At the time this scope was put together the extent of the geotechnical investigation is just estimated and therefore, it is recommended this scope and fee be revised once the exact improvements have been identified. Based on the GHD Team’s understanding the geotechnical work will be focused on the Demon- stration Site along Highway 111 from La Quinta Center Drive to La Quinta Drive. The scope and fee is based on the following expected improvements: median adjustments, bulb outs, sidewalk recon- struction, transit improvements, and pavement rehabilitation. Also included are agricultural soil sampling and testing of four samples. Additional geotechnical work may be required as plans for the entire corridor are developed. Based on the initial expected improvements, Gecon anticipates one day of pavement coring and one day of agricultural sampling. Our scope of services for the investigation is anticipated to con- sist of: Exhibit A Page of  x Mark the proposed core and agricultural sample locations and notify Underground Service Alert (USA) to locate and mark utilities in the proposed investigation area. x Prepare an application for a City of La Quinta Encroachment Permit for our work. Geocon will prepare a simple traffic control plan in accordance with WATCH Manual or standard MUCTD diagrams. In the event an engineered traffic plan is required, it can be prepared at an additional cost to this proposal. It is assumed that the City of La Quinta will NOT require a permit fee for this City project. x Geocon has planned for cold patch AC or high strength PCC patch for the core locations. x Hire Tops n’ Barricades to set up traffic control for our coring operations in accordance with the approved traffic control plans. x Perform one day of pavement coring for excavation of six cores where pavement improve- ments are proposed within the demonstration area. We will perform dynamic cone pene- trometer testing of the subgrade soils in each core location to evaluate the condition of the subgrade soils. Disturbed samples will be collected for laboratory testing. The soil units will be logged in accordance with the USCS soil classification system. Core excavations will be backfilled with gravel and capped with cold patch asphalt or high strength PCC. x Collect four samples for agricultural testing. Samples will be collected from locations indi- cated by you within the landscape areas. The soil samples will be collected with hand au- ger equipment at depths of 18 to 24 inches. The samples will be sent to a subconsultant for testing and recommendations on soil amendment. x Perform geotechnical laboratory testing which is anticipated to include three R-value tests. The final laboratory testing program will be based on our observations during the field ex- ploration. x Prepare a written letter report presenting our findings, conclusions and recommendations regarding the geotechnical conditions within the project area. The report will include core locations, existing street section measurements, notes on subgrade conditions, laboratory data, geotechnical design parameters and recommendations for design and construction of the roundabout improvements. The results of the agricultural testing will be included in our report as an appendix. Task 3.6 – Utility Coordination Responsible Parties: GHD and City GHD will work with utility and the City to determine prior rights and liability for each utility involve- ment. GHD will prepare conflict maps for all proposed utility conflicts based on the 65% design plans. One map will be prepared for each utility involvement. It is assumed up to six utility purvey- ors will have conflicts. The maps will be sent to each utility along with the required Relocation Let- ter. GHD will coordinate with each utility company on the proposed relocation of their facilities. GHD will participate in up to six meetings. It is assumed, if in-person meetings are conducted, all six meetings will take place over the span of two days. It is assumed the relocation plans will be done by the utility company and GHD will review and approved the plans. This Task excludes prepara- tion of relocation plans for City or CVWD owned or facilities. It is assumed the design will be done in a way to avoid conflicts with CVWD facilities other than minor adjustments to grade or shifts to fire hydrants. GHD will prepare signature ready utility agreements and notices to relocate to the affected purvey- ors. All letters and notices under this task will be prepared on blank letterhead and submitted elec- Exhibit A Page of  tronically to the City for placement on City letterhead, signature, and delivery to the utility compa- nies. GHD will prepare the Report of Investigation packages under this task as well. Utility potholing for up to 20 potholes will be provided by subcontractor CV Pipeline. CV pipeline will provide the needed traffic control. CV Pipelines pricing assumed utility depths will not exceed 7 feet and that potholes can be backfilled, tamped and repaired with temporary asphalt patch. The scope includes a four man crew, service truck, compressor, breaker / spade, compaction and vac- uum truck to perform all necessary operations. Task 3.7 – 35% Plans Responsible Parties: GHD GHD will refine the approved conceptual design to a 35% geometric design level. The plans will in- corporate basic horizontal and some vertical geometric design elements. The submittal is antici- pated to consist of the following sheets: title, general notes, demolition, plan/layout, typical sec- tions, and pavement delineations. This submittal will also include an overall landscape design concept for the project. The landscape concept will illustrate all proposed planting areas and tree layout; a plant schedule of proposed plant materials; and a description of the irrigation system proposed. Only one alternative will be provided. Once the concept is approved, GHD will prepare one 3D "Sketch-up" model illustrating the land- scape design concepts proposed. Various images will be captured from this model and will be pro- vided to the City. Task 3.8 – 65% PS&E Responsible Parties: GHD GHD will incorporate all revisions based on review comments of the 35% plans and prepare the 65% Plans. The following plan sheets are anticipated, for budget purposes, it is assumed no more than 40 sheets will be provided: • Title • General Notes • Typical Sections • Key Map, Line Index, Survey Control • Demolition • Plan and Profiles • Construction Details • Grading Plan • Utility Plan • Drainage Plan and Profile • Construction Area Signs • Stage Construction and Traffic Control • Pavement Delineation • Sign Plans and Details • Irrigation Notes, Plans and Details • Planting Plans and Details • Electrical Plans GHD will provide a Project Estimate, which will identify appropriate bid items and quantities. Costs will be based on the historical cost index associated with the identified bid items. GHD will prepare the Draft Project Specifications and Bid Documents per City Standards. It is as- sumed the City will provide any front-end contract boiler plate language required. Exhibit A Page of  Task 3.9 – 90% PS&E Responsible Parties: GHD The plans, cost estimate and specifications prepared as part of the 65% PS&E will be supple- mented with additional details and information as necessary to respond to comments received. Task 3.10 – Final Bid Documents Responsible Parties: GHD The PS&E prepared as part of the 90% PS&E will be supplemented with additional details and in- formation as necessary to respond to comments received for final submittal of sealed plans and specifications to the City. This submittal will represent the final contract documents that will be is- sued for bid and construction. Task 3.11 – Hydraulics/Stormwater Design Responsible Parties: GHD GHD will prepare a Drainage Report for the project. Elements for the report include the existing and proposed drainage shed maps and narrative of the drainage conditions prior to and after the pro- ject. This assumes the project will maintain the existing drainage patterns and drainage systems within the limits of the proposed improvements and major storm drain infrastructure is not required. The scope of work includes minor modifications and/or additions to the existing under- ground storm drain system needed to adequately accommodate the run-off from the project. GHD will prepare a Water Quality Management Plan (WQMP) to comply with the NPDES permit re- quirements and the Coachella Valley Water District's Water Management Plan Update. A draft drainage report and WQMP will be submitted with the 65% PS&E submittal, and a final re- port with the 90% PS&E submittal. This Task assumes water quality requirements can be met through the use of natural on-site Best Management Practices, such as bio-retention swales, rain gardens, and/or self-retaining areas such as landscaped medians. This Task also assumes that any existing run-on will not need to be treated within the project limits or as part of this project. This Task also assumes the Storm Water Pollution Prevention Plan will be prepared by the construction contractor. Task 3.12 – Assistance during Bidding Responsible Parties: GHD and City GHD will provide support to the City during Bidding and the Advertising phase. This work includes attending the pre-bid meeting and answer questions from bidders. GHD will also provide support to the City in response to requests for information from bidders, including issuing addenda as a re- sult of requests for information. This task assumes GHD will provide the pre-bid meeting virtually. GHD will prepare a Resident Engineer (RE) Pending file for the City and RE’s use during bidding and construction. Task 3.13 – Construction Support Responsible Parties: GHD and City It is anticipated that the City will retain a third party firm to provide construction management and Exhibit A Page of  inspection services. Under this task, engineering support will be provided on an as-requested basis to respond to the requests of the RE. These requests include requests for information, review of material submittals, interpretation of plans and specifications, plan changes and revisions, and other construction related requests. GHD will attend the pre-construction meeting in person. GHD will also prepare record drawings based on the RE’s As-Built mark-ups for City records at the completion of the construction. Task 3 Products/Deliverables (electronic unless otherwise noted) x Draft & Final ATP Application and Attachments x Draft & Final IS/MND x Geotechnical Report x Utility Conflict maps (11x17), relocation letters, Utility Agreement, Notice to Owner, and report of investigation x 35%, 65%, 90%, and Final plans, landscape concept and estimate x Draft & Final WQMP and Drainage Report x Bidding Assistance Meeting Minutes, Responses to RFIs, Addenda Materials x Construction Support Responses to RFIs, Plan or Specification Revisions, Record Drawings. Exhibit A Page of  Task 4. Corridor Form Based Code (Optional Phase 4) Task 4.1 – Administrative Draft Form-Based Code Responsible Parties: LWC and GHD Based on the Sample Form-Based Code and the recommendations and study area boundary es- tablished in the Highway 111 Corridor Plan, LWC will develop an Administrative Draft Form-Based Code for the Corridor. The Administrative Draft Form-Based Code will establish standards for tran- sect zones, building types, frontage types, and civic space types, as well as land use regulations, administrative provisions, and the design concepts developed with GHD, as necessary for cohe- sion. The Administrative Draft Form-Based Code will also include a Regulating Plan. The City will provide one round of consolidated, non-conflicting comments on the Administrative Draft Form-Based Code. Task 4.2 – Design Workshop Responsible Parties: LWC, GHD, and City LWC will facilitate one design workshop to educate community members on Form-Based Codes, receive feedback on work completed to-date, and confirm the community’s vision for the Corridor. The workshop will include a PowerPoint presentation describing background, context, and project objectives, as well as an overview of where the Form-Based Code applies in the City and its organ- ization and tools. LWC staff members will facilitate small group discussions with accompanying materials (e.g., ques- tionnaire, handout, maps, building type images, flip charts, etc.). LWC will submit draft workshop material for City staff review, then LWC will prepare final workshop materials based on City staff comments. Large-scale maps for the workshop will be produced by GHD. LWC will provide sum- mary notes of the workshop. The City is responsible for securing a meeting space, noticing, and distributing outreach materials. Task 4.3 – Public Drafts of the Form-Based Code Responsible Parties: LWC and GHD LWC will prepare a Public Review Draft Form-Based Code based on the consolidated, non-con- flicting comments provided by City staff. The City will manage the public rollout and comment timeframe. It is anticipated that the Public Review Draft will accompany CEQA review. LWC will review comments on the Public Review Draft Form-Based Code with City staff and pre- pare a Public Hearing Draft Form-Based Code. LWC will prepare for and attend one teleconfer- ence to discuss public comments with City staff. As necessary, LWC will also revise the Regulating Plan. Upon completion of the Public Hearing Draft Form-Based Code, LWC will provide the InDe- sign source files of the document to City staff. Task 4.4 – Specific Plan Repeal Amendments Responsible Parties: LWC, GHD, and City If necessary and directed by City Council and Planning Commission, LWC will prepare amend- ments for the repeal of the 11 Specific Plans along the Corridor. Task 4.5 – Final Form-Based Code Responsible Parties: LWC and GHD Exhibit A Page of  LWC will coordinate with and provide guidance to City staff to prepare a Final Form-Based Code. While not included in the budget, LWC and GHD can assist or lead all formal presentations to, and hearings with, Planning Commission and City Council. Task 4 Products/Deliverables (electronic unless otherwise noted) • Administrative Draft Form-Based Code • Draft design workshop presentation and group discussion materials • Final design workshop presentation and group discussion materials • Design workshop summary notes • Public Review Draft Form-Based Code • Public Hearing Draft Teleconference agenda • Public Hearing Draft Form-Based Code • Specific Plan Repeal Amendments • Electronic and hard-copy Final Form-Based Code Exhibit A Page of  Exhibit A Page of  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: 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- Exhibit A Page of  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. 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. Utility Relocation. City is responsible for removal, relocation, or protection of existing main or trunk-line 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 Exhibit A Page of  damages for delay arising from the removal or relocation of such unidentified utility facilities. 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: D 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. E 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. F 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. 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, Exhibit A Page of  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. 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 Page 1 of  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 not to exceed Eight Hundred and Eighty-Five Thousand, Two Hundred and Twenty-Eight Dollars ($885,228.00) (“Contract Sum”). The Contract Sum shall be paid to Contracting Party on a time and materials, not to exceed basis, based upon Contracting Party’s rate schedule 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. Tasks 0, 1 and 2 are authorized with the execution of this contract. Tasks 3 and 4 are optional work objectives contingent upon further approval and will not be performed unless authorized in writing by the City of La Quinta contract officer. Task 0: Project Management $44,990 Task 1: Form-Based Code Assessment $102,725 Task 2: Corridor Design Concept $199,093 Task 3 (optional): ATP Grant Application and PS&E $388,650 Task 4 (optional): Hwy 111 Corridor Form-Based Code $149,770 Total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otal Budget - Optional Phases Only   7RWDO%XGJHW ZLWK2SWLRQDO3KDVHV 7RWDO&RVW7RWDO&RVW*+''LUHFW([SHQVHV*+'7RWDO&RVW*+'9LVXDOL]DWLRQ7HDP*HRFRQ &93LSHOLQH7RWDO3URMHFW+RXUV7RWDO3URMHFW&RVW/:&7RWDO+RXUV7RWDO&RVW*+'*+'7($0 352-(&7727$/63HUVRQ6XUYH\&UHZ(QYLURQPHQWDO6XSSRUW(QJLQHHULQJ3ODQQLQJ6XUYHU\LQJ6WDII6XSSRUW6WDII*+'7RWDO+RXUVExhibit BGHD Fee3HUFHQW$YDLODEOH7RWDO&RVWExhibit%Pageof Exhibit C Page 1 of Exhibit C Schedule of Performance Contracting Party shall complete all services identified in the Scope of Services, Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto and incorporated herein by this reference. 0 Meeting / Workshop'Deliverable Milestone$Agency Review*Governing Board Meeting Council Meetings 1st & 3rd Tuesday each month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ul-21352-(&76&+('8/(7DVN'HVFULSWLRQOct-20Nov-20Dec-20Jan-21Feb-21Mar-21Apr-21May-21Jun-21Jul-22Aug-21Sep-21Oct-21Nov-21Dec-21Jan-22Feb-22Mar-22Apr-22May-22Jun-22Jul-23Aug-22Sep-22Oct-22Nov-22Dec-22Jan-23Feb-23Mar-23Apr-23May-23Jun-23Exhibit CPageof Exhibit D Page 1 of 1 Exhibit D Special Requirements None. Exhibit E Page 1 of 6 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 Exhibit E Page 2 of 6 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. If coverage is maintained on a claims-made basis, Contracting Party shall maintain such coverage for an additional period of three (3) years following termination of the contract. 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 Exhibit E Page 3 of 6 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: 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. 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. 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. Exhibit E Page 4 of 6 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. 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. 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. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all 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. 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. 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. 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 Exhibit E Page 5 of 6 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. 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. 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. 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. 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 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. 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 an additional insured endorsement is 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. Exhibit E Page 6 of 6 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. 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. 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. 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. 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. 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 Page 1 of 3 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 Exhibit F Page 2 of 3 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 Exhibit F Page 3 of 3 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 obligation 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.