Loading...
2022-23 Indio City - LQ Coop Agrmt - 3 Projects 2022-05, 2022-07, 2021-17MEMORANDUM DATE: 12/1/2022 TO: Jon McMillen, City Manager FROM: Julie Mignogna, Management Analust RE: COOPERATIVE AGREEMENT WITH THE CITY OF INDIO FOR DESIGN AND CONSTRUCTION OF: 1) AVENUE 50 WIDENING IMPROVEMENTS PROJECT NO. 2022-05, 2) JEFFERSON STREET AND HIGHWAY 111 INTERSECTION IMPROVEMENTS PROJECT 2022-07, AND 3) JEFFERSON STREET SLURRY IMPROVEMENTS PROJECT 2021-17 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 May 3, 2022 City Manager's signing authority provided under the City's Purchasing Policy [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 aDDlv): Bid RFP n RFQ [ 3 written informal bids Sole Source Select Source U Cooperative Procurement Requesting department shall check and attach the items below as appropriate: Agreement payment will be charged to Account No.: 401-0000-60188 Agreement term: Start Date 12/1/2022 End Date Amount of Agreement, Amendment, Change Order, etc.: $ Project costs approved through amendments 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: N/A 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. N/A Expires: Requisition for a Purchase Order has been prepared (Agreements over $5,000) COOPERATIVE AGREEMENT FOR AVENUE 50 IMPROVEMENTS; JEFFERSON STREET AND HIGHWAY 111 INTERSECTION PAVEMENT REHABILITATION PROJECT; AND JEFFERSON STREET PAVEMENT IMPROVEMENTS WITHIN THE SHARED JURISDICTIONAL BOUNDARY This COOPERATIVE AGREEMENT FOR AVENUE 50 IMPROVEMENTS; JEFFERSON STREET AND HIGHWAY 111 INTERSECTION IMPROVEMENTS PROJECT; AND JEFFERSON STREET PAVEMENT IMPROVEMENTS WITHIN THE 4UARED JURISDICTIONAL BOUNDARY (hereinafter "Agreement") is entered into this 6 day of � .,e1AA ti(2.- , 2022 between the City of Indio, a California municipal corporation, referred to herein as "INDIO," and the CITY OF LA QUINTA, a California a municipal corporation and charter city, referred to herein as "LA QUINTA," collectively referred to as "Contracting Parties" or "Parties" and individually as "Contracting Party" or "Party." 1.0 SCOPE OF AGREEMENT 1.1 Scope for Project A. In compliance with all terms and conditions of this Agreement, Contracting Parties hereby agree to design improvements for Avenue 50 from Jefferson Street to Madison Street. Improvements are proposed to increase capacity, mitigate flooding, improve driver safety, and increase traffic flow along Avenue 50 from Jefferson Street to Madison Street intersection ("Scope A Project"), depicted in Exhibit "A" attached hereto and incorporated herein by reference. Contracting Parties hereby agree that Indio will act as the lead agency and will be responsible to complete or cause to complete the project management, preliminary design, drainage report, environmental evaluations, survey, and geotechnical report (collectively referred to herein as "Scope A Preliminary Professional Services"). Parties hereby agree that the Scope A Preliminary Professional Services will be publically bid and advertised for proposals from qualified professional services firms. The approximate cost for Scope A Preliminary Professional Services is specified in the Design Cost in Exhibit "B" attached hereto and incorporated herein by reference ("Scope A Project Cost"). Contracting Parties hereby agree that La Quinta shall reimburse Indio for 50% of the Scope A Project Cost in accordance with the terms of this Agreement. Following the completion of the Scope A Preliminary Professional Services this agreement may be amended to include Final Professional Services and Construction. 1.2 Scope for Project B. In compliance with all terms and conditions of this Agreement, Contracting Parties hereby agree to design improvements at the intersection of Jefferson Street and Highway 111. The proposed improvements include rehabilitating the existing asphalt concrete and re -grading the intersection to improve drainage and driveability ("Scope B Project"), depicted in Exhibit "A" attached hereto and incorporated herein by reference. Contracting Parties hereby agree that Indio will act as the lead agency and will be responsible to complete or cause to complete the project management, preliminary design, environmental evaluations, drainage evaluation, survey, and geotechnical report (collectively referred to herein as "Scope B Preliminary Professional Services"). Parties hereby agree to use Professional Services for the Scope B Preliminary Professional Services provided by a Professional Civil Engineering firm procured in compliance with local laws, rules, and ordinances governing procurement previously contracted by Indio. The approximate cost for Scope B Preliminary Professional Services is specified in the Design Cost in Exhibit "B" attached hereto and incorporated herein by reference ("Scope B Project Cost"). Contracting Parties hereby agree that La Quinta shall reimburse Indio for 50% of the Scope B Project Cost in accordance with the terms of this Agreement. Following the completion of the Preliminary Professional Services this agreement may be amended to include Final Professional Services and Construction. 1.3 Scope for Project C. In compliance with all terms and conditions of this Agreement, Contracting Parties hereby agree to construct, finance, operate, and maintain improvements along Jefferson Street with the shared jurisdictional boundary. The proposed improvements include crack fill, REAS slurry seal, striping, and localized dig -outs ("Scope C Project"), depicted in Exhibit "A" attached hereto and incorporated herein by reference. Contracting Parties hereby agree that Indio will act as the lead agency and will be responsible to complete or cause to complete the project management, striping plans, construction management, material testing, and construction (collectively referred to herein as "Scope C Construction Services"). Parties hereby agree to use services for the Scope C Construction Services provided by a qualified firms and contractors procured in compliance with local laws, rules, and ordinances governing procurement previously contracted by Indio. The cost for Scope C Construction Services is specified in the Project Estimate in Exhibit `B" attached hereto and incorporated herein by reference ("Scope C Project Cost"). Contracting Parties hereby agree that La Quinta shall reimburse Indio for 100% of the work completed under the Scope C Construction Services within the City of La Quinta jurisdictional boundary in accordance with the terms of this Agreement. 1.3 Compliance with Law. The Scope A Project, Scope B Project, and Scope C Project (collectively, the "Projects") contemplated herein shall be paid for and constructed in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of the Cities of Indio and La Quinta, County of Riverside, and any Federal, State, or local governmental agency of competent jurisdiction. 1.4 Wage and Hour Compliance. Contracting Parties shall require all Contractors to comply with applicable Federal, State, and local wage and hour laws for the Projects. 1.5 Licenses, Permits, Fees and Assessments. Contracting Parties shall require Contractors to obtain such licenses, permits, and approvals as may be required by law for the performance of the Projects, and Contractors shall be responsible 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 Projects. 1.6 Familiarity with Project. Contracting Parties shall require, for each of the Projects, any Contractor to warrant that the Contractor (a) has thoroughly investigated and considered the Project(s) to be performed, (b) has investigated the site(s) where the Project(s) are to be constructed and fully acquainted with the conditions there existing, (c) carefully considered how the Project(s) should be completed, and (d) fully understand the facilities, difficulties, and restrictions attending completion of the Project(s). 1.7 Additional Services. In accordance with the terms and conditions of this Agreement, Contracting Parties shall fund and construct the Projects as depicted in Exhibit "A" and the Project Costs in Exhibit `B". If additional work is required beyond the work contemplated by the scope of work presented in Exhibit "A" and or the cost presented in Exhibit `B", Contracting Parties shall not authorize any firm or Contractor to perform such Additional Work until receiving prior written authorization from all Contracting Parties. All contract change orders which individually or cumulatively exceed 10% of the bid price as described in Exhibit `B" for the relevant contract bid items shall be submitted by Indio to La Quinta for review and approval by La Quinta prior to authorization by Indio. La Quinta shall have the right to disapprove, in its reasonable discretion, any change order which individually or cumulatively would exceed 10% of the bid price and the estimates as provided in this Agreement as part of Exhibit `B". 1.8 Responsibility for Operations and Maintenance Following Project Completion. Upon completion of the Project, the Contracting Parties shall assume maintenance responsibilities for the improvements within the respective jurisdictions of the Contracting Parties. Notwithstanding the previous sentence, any agreement(s) in place prior to this Agreement shall remain in full force and effect in accordance with the terms and provisions of those preexisting agreements. 2.0 PAYMENT OF COSTS 2.1 Contract Sums. The Contracting Parties acknowledge, agree, and consent that Indio shall execute a separate agreement with the Coachella Valley Association of Governments ("CVAG") to contribute 75% of outside funding for the Scope A Preliminary Professional Services. The budget allocation is specified in the Scope A Project Cost in Exhibit `B" attached hereto and incorporated herein by reference. For the Scope A Project, Contracting Parties understand that Indio may include the Scope A Project as part of a larger construction project that would not include either the Scope B Project or Scope C Project. However, for the portion of work from Jefferson Street to Madison Street, as contemplated by this Agreement as the Scope A Project, Contracting Parties shall pay a percentage of the combined total anticipated price in the amount of one hundred sixty-five thousand dollars ($165,000) ("Scope A Project Cost"), as described in more detail in Exhibit "B." CVAG shall contribute seventy-five percent (75%) of the Scope A Project Cost in accordance with terms of their agreement referenced in the first paragraph. The remaining twenty-five percent (25%) of the Scope A Project Cost will be split equally, 50/50, with La Quinta contributing fifty percent (50%) and Indio contributing fifty percent (50%). For the Scope B Project contemplated by this Agreement, Contracting Parties shall pay a combined total price in the amount of fifty-five thousand seven hundred twenty dollars ($55,720) ("Scope B Project Cost"), as described in more detail in Exhibit "B." The Scope B Project Cost will be split equally, 50/50, by the Contracting Parties, with La Quinta contributing fifty percent (50%) and Indio contributing fifty percent (50%). For the Scope C Project contemplated by this Agreement, La Quinta shall pay the total price in the amount of five hundred forty thousand dollars ($540,000) ("Scope C Project Cost"), as described in more detail in Exhibit "B." La Quinta shall contribute one hundred percent (100%) of the Scope C Project Cost, provided the entirety of the work completed is within the City of La Quinta jurisdiction boundary. Contracting parties acknowledge that the Scope C Project Cost may vary depending on the final quantities and cost from the contractor. Indio shall be responsible for any initial payment to any contractor(s) for any of the Projects. Indio shall invoice La Quinta quarterly. An estimate is provided in Exhibit `B". Such invoice shall include the period of performance, enumerate the expenses incurred by Indio broken down by phase of work and track the balance of the La Quinta share of the Projects. Upon submittal of a complete invoice, La Quinta shall process the invoice for review, approval, and payment within thirty (30) calendar days. Indio shall make available to La Quinta for review any records, evidence of Indio's payment of the expenses, CVAG invoices, and payment schedules for all contractors, Indio, and CVAG. The Contracting Parties acknowledge that the internal staff costs of Indio and La Quinta shall be paid for by each Contracting Party and are not included as reimbursements in this Agreement between each Contracting Party. However, La Quinta may submit periodic summaries of actual internal costs incurred for the Scope A Project to Indio, and Indio shall submit for reimbursement from CVAG as reimbursement is available. Indio, after receiving reimbursement from CVAG, shall reimburse La Quinta for the amount that CVAG has contributed for reimbursement to La Quinta. Any Additional Services required shall be approved in advance and paid for in proportional shares upon obtaining prior written authorization for such Additional Services from all Contracting Parties. 3.0 COORDINATION OF WORK 3.1 Representative of Contracting Party. The following principals of Contracting Party ("Representatives") are hereby designated as being the representatives of each Contracting Party authorized to act in its behalf with respect to the Projects specified herein and make all decisions in connection therewith: a. Timothy T. Wassil, P.E., P.M.P, C.C.M, Director of Public Works, City of Indio E-mail: TWassil@Indio.org b. Bryan McKinney, PE, Public Works Director/City Engineer, City of La Quinta E-mail: bmckinney@laquintaca.gov The foregoing Representatives shall be responsible during the term of this Agreement for directing all activities of their respective Contracting Party. For purposes of this Agreement, the foregoing Representatives may not be changed without the approval of all Contracting Parties, which approval shall not be unreasonably withheld or denied. 3.2 Contracting Party Responsibilities. In furtherance of this Agreement, and as the lead agency for the Project, Indio hereby agrees to complete the following objectives: Scope A Project and Scope B Project: (1) To complete the Project Approval and Environmental Document Phase ("PA&ED"), this phase of work includes procuring a design firm, finalizing the design approach and parameters, and completing the appropriate environmental documents to secure environmental clearance. Indio shall also secure any necessary environmental permits. (2) To prepare Preliminary Plans, Specifications, and Estimates ("Preliminary PS&E") for the Scope A Project and Scope B Project. Preliminary PS&E shall be prepared in accordance with the standards and practices of Indio and La Quinta based on respective jurisdictional boundaries and all applicable laws and regulations therein. (3) To identify and locate all utility facilities within the Scope A Project and Scope B Project areas as part of its project design responsibility. In the event that any existing public or private utility facitity(ies), including any utility easements, may or would prevent the completion of the construction work for either the Scope A Project or Scope B Project, Indio shall make all necessary arrangements with the owners of such facilities and/or easements for their protection, relocation, or removal. (4) To prepare an environmental document to obtain necessary environmental clearances in accordance with the California Environmental Quality Act (CEQA). (5) To apply for a no -fee encroachment permit for work within La Quinta's street rights -of -way, in accordance with La Quinta standard permit procedures, provided that La Quinta agrees to cooperate in the issuance of any other required permits necessary for the Project. Scope C Project: (1) To finalize the striping plans as identified in the Scope C Project for approval by both Indio and La Quinta (2) To complete the construction services as identified in the Scope C Project, and provide final accounting and quantity adjustments. La Quinta, upon submittal by Indio or any employee, or agent, shall review and participate in the design firm selection for the Scope A Project. La Quinta, upon completion of and submittal by Indio or any Indio employee or agent, shall have the right to receive and review any environmental reports, project studies, and preliminary plans. Indio shall transmit any such environmental reports, project studies, and preliminary plans to La Quinta no later than three (3) business days of receipt. La Quinta shall review and provide any comments or approvals to Indio no later than fifteen (15) business days of receipt. Indio, free of charge, upon application by Indio or any employee, agent, or contractor of Indio, shall issue the necessary encroachment permits for required work within the Contracting Party's street right-of-way associated with the Project. In the construction of the Projects, Indio will furnish or contract for a representative to perform the function of "Resident Engineer," and La Quinta hereby reserves the right to provide a representative to assist the Resident Engineer. Representatives from La Quinta may consult with Indio's Resident Engineer; however, Indio's Resident Engineer's decision shall be considered final. 3.3 Independent Contractor. The Contracting Parties hereby acknowledge that neither Contracting Parties nor any employees of Contracting Parties shall have any control over the manner, mode, or means by which any selected contractor and its agents and employees perform the services contemplated by the project, except as otherwise set forth herein. Contracting Parties shall not be liable for compensation or indemnification to contractor for injury or sickness arising out of performing the services for the Projects, and each of them. Notwithstanding any other city, state, or federal policy, rule, regulation, law, or ordinance to the contrary, contractor and any of its employees, agents, and subcontractors providing services for the Projects shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by Contracting Parties, including but not limited to eligibility to enroll in the California Public Employees Retirement System ("PERS") as an employee of Contracting Parties and entitlement to any contribution to be paid by Contracting Party for employer contributions and/or employee contributions for PERS benefits. 4.0 INDEMNIFICATION. 4.1 Indemnification by Indio. Indio agrees to indemnify, defend and hold harmless La Quinta and their respective officials, officers, agents, and employees from and against liability, expenses (including reasonable attorneys' fees), losses, suits, and actions, and for damages relating to suits and actions (including bodily injury, death, personal injury, or property damage) arising from Indio's performance or failure to perform under this Agreement, except to the extent such liability, expenses, losses, and damages are caused by the negligence or willful misconduct of La Quinta, in the respective comparative amounts as established by a court of competent jurisdiction or otherwise stipulated by the Contracting Parties. 4.2 Indemnification by La Quinta. La Quinta agrees to indemnify, defend and hold harmless Indio and their respective officials, officers, agents, and employees from and against liability, expenses (including reasonable attorneys' fees), losses, suits, and actions, and for damages relating to suits and actions (including bodily injury, death, personal injury, or property damage) arising from La Quinta's performance or failure to perform under this Agreement, except to the extent such liability, expenses, losses, and damages are caused by the negligence or willful misconduct of Indio, in the respective comparative amounts as established by a court of competent jurisdiction or otherwise stipulated by the Contracting Parties. 4.3 Indemnification from Contractor. Contracting Parties shall require each and every contractor performing work for the Projects to indemnify, defend, and hold harmless, to the maximum extent allowable by law, the Contracting Parties for that work performed on the Projects by the Contractor. 5.0 RECORDS AND REPORTS. 5.1 Records. Contracting Parties shall 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 Projects ("Books and Records") for three (3) years following completion of the Project. Any and all such Books and Records shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contracting Parties shall have full and free access to such Books and Records of any other Contracting Party at all times during normal business hours, including the right to inspect, copy, audit, and make records and transcripts from such Books and Records. To the extent allowed under local, state, and federal law, Indio shall include this clause in all service contracts receiving payment under this Agreement. 5.2 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 for the Projects (the "Documents and Materials") shall be the joint property of all Contracting Parties. Any Contracting Party shall be entitled to use or reuse such completed Documents and Materials for other projects and/or use uncompleted documents for any purpose. 6.0 ENFORCEMENT OF AGREEMENT. 6.1 California Law. This Agreement shall be interpreted, construed, and governed both as to validity and to performance of the Contracting 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 Parties covenant and agree to submit to the personal jurisdiction of such court in the event of such action. 6.2 Disputes. In the event of any dispute arising under this Agreement, the injured Contracting Party shall notify the remaining Contracting Parties in writing of its contentions by submitting a claim therefore. The injured Contracting Party shall continue performing its obligations hereunder so long as the injuring Contracting 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 as soon thereafter as practicably may be accomplished, provided that if the default is an immediate danger to the health, safety, or general welfare, the injured Contracting Party may take such immediate action as deemed 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 Contracting Party's right to take legal action in the event that the dispute is not cured. 6.3 Waiver. No delay or omission in the exercise of any right or remedy of a non - defaulting Contracting Party on any default shall impair such right or remedy or be construed as a waiver. Contracting Parties' consent or approval of any act by any other Contracting Party requiring consent or approval shall not be deemed to waive or render unnecessary consent to or approval of any subsequent act of Contracting Party. Any waiver by any Contracting 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. 6.4 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 Contracting Parties are cumulative and the exercise by any Contracting 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 another Contracting Party. 6.5 Legal Action. In addition to any other rights or remedies, any Contracting 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. 6.6 Attorneys' Fees. If any Contracting 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 Contracting 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 such Contracting Party for legal services multiplied by the actual hours spent by the prevailing Contracting Party in the conduct of the litigation. Attorneys' fees shall include attorneys' fees on any appeal, and in addition a Contracting 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. 7.0 OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 7.1 Non -liability of Officers and Employees. No officer, official, employee, agent, representative, or volunteer of any Contracting Party shall be personally liable to any Contracting Party, or any successor in interest, in the event of any default or breach by any Contracting Party 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. 7.2 Conflict of Interest. Contracting Parties covenant that neither Contracting Parties, nor any officer or principal thereof, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of Contracting Parties or which would in any way hinder Contracting Parties' performance of this Agreement. Contracting Parties agree to at all times avoid conflicts of interest or the appearance of any conflicts of interest in the performance of this Agreement. No officer or employee of any Contracting Party 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 local or State statute or regulation. 7.3 Covenant against Discrimination. Contracting Parties covenant 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 classification protected by any law, 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 Parties shall take affirmative action to ensure employees and contractor's employees and agents are treated during employment without regard to classification protected by any law, including but not limited to their race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry. 8.0 MISCELLANEOUS PROVISIONS 8.1 Notice. Any notice, demand, request, consent, approval, or communication any Contracting Party desires or is required to give to any other Contracting Party shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Any Contracting Party may change its address by notifying the other Contracting 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 of Indio P.O. Box Drawer 1788/100 Civic Center Indio, CA 92201 Attn: City Manager Telephone: (760) 391-4000 FAX No.: (760) 391-4008 To City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 Attn: City Manager Telephone: (760) 777-7000 8.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against any Contracting Party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 8.3 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. 8.5 Integrated Agreement. This Agreement including the exhibits hereto is the entire, complete, and exclusive expression of the understanding of the Contracting 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 Contracting Parties, and none shall be used to interpret this Agreement. 8.6 Amendment. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by all Contracting Parties. The Contracting Parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 8.7 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 Contracting Parties hereunder unless the invalid provision is so material that its invalidity deprives any Contracting Party of the basic benefit of their bargain or renders this Agreement meaningless. 8.8 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. 8.9 Authority. The persons executing this Agreement on behalf of each of the Contracting Parties hereto represent and warrant that (i) such Contracting Party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said Contracting Party, (iii) by so executing this Agreement, such Contracting 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 Contracting Party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors, and assigns of the Contracting Parties. 8.10 Electonic Signatures and Counterparts. This Agreement may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one instrument. Each Contracting Party of this Agreement agrees to the use of electronic signatures, such as digital signatures that meet the requirements of the California Uniform Electronic Transactions Act (("CUETA") Cal. Civ. Code §§ 1633.1 to 1633.17), for executing this Agreement. The Contracting Parties further agree that the electronic signatures of the Contracting Parties included in this Agreement are intended to authenticate this writing and to have the same force and effect as manual signatures. Electronic signature means an electronic sound, symbol, or process attached to or logically associated with an electronic record and executed or adopted by a person with the intent to sign the electronic record pursuant to the CUETA as amended from time to time. The CUETA authorizes use of an electronic signature for transactions and contracts among Contracting Parties in California, including a government agency. Digital signature means an electronic identifier, created by computer, intended by the Contracting Party using it to have the same force and effect as the use of a manual signature, and shall be reasonably relied upon by the Contracting Parties. For purposes of this section, a digital signature is a type of "electronic signature" as defined in subdivision (i) of Section 1633.2 of the Civil Code. [SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the Contracting Parties have executed this Agreement as of the dates stated below. CITY OF INDIO, a California municipal corporation BRYAN H. MONTGOMERY, City Manager Dated: ATTEST: CYNTHIA HERNANDEZ, CMC, City Clerk Indio, California APPROVED AS TO FORM: Steven Graham, City Attorney City of Indio, California IN WITNESS WHEREOF, the Contracting Parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, a California municipal corporation RECOMMENDED FOR APPROVAL: l"--- ' -Dated: 52/7 ZO2,2 eMillen, City Manager ATTEST: Monika Radeva, City lerk City of La Quinta , Ca ifornia APPROVED AS TO FORM: William H. Ihrke, City Attorney City of La Quinta , California Exhibit A Project A Improvement Scope and Exhibit The Summary of Scope of Services for Avenue 50 from Jefferson Street and Madison Street Project is as follows: 1. Conduct existing utility research for all utilities within the project limits to identify, locate, and layout all above and underground improvements. 2. Prepare required environmental document. 3. Prepare drainage report. 4. Prepare preliminary plans, specifications, and estimate for Avenue 50 between Jefferson Street and Madison Street — Improve this corridor to the modified ultimate condition with two lanes in each direction, bike lanes on each side, sidewalk on north side of Avenue 50, DG trail on southside of Avenue 50, and drainage system. Additional modifications to the the City of La Quinta ultimate condition include 11-foot wide parkway and raised median only where they currently exist and where needed to restrict traffic movements. to elafiCity of La Quinta A•:eni:±52 Project Area City of Indio AY,,,ye SR. c.-.�., 11v? Exhibit A Project B Improvement Scope and Exhibit The Summary Scope of Services for the Jefferson Street and Highway 111 Intersection Pavement Rehabilitation Project is as follows: 1. Prepare a Geotechnical Report to determine the rehabilitation method for the pavement within the intersection of Jefferson Street and Highway 111. 2. Prepare preliminary plans that adjust the finished surface grades to accommodate proper drainage conveyance throughout the intersection and into existing drainage inlets and that improves driveability. 3. Prepare Drainage Memo for the existing drainage system. Exhibit A Project C Improvement Scope and Exhibit The Summary Scope of Services for the Jefferson Street Crack Fill and REAS Slurry is as follows: City of La Quinta: Approximately 785,000 square feet Project Includes: • REAS slurry • Crack fill • Striping • Small asphalt repairs EVERSON STREET SLURRY SEAL 1 Exhibit B Anticipated Project A Cost Estimate Avenue 50 from Jefferson Street and Madison Street Project Note: Actual costs will be determined after Design Firm is awarded work Item CVAG Share 75% City of Indio Share 50% City La Quinta Share 50% Total City Project Management $9,750.00 $1,625.00 $1,625.00 $13,000.00 Designer Project Management $6,750.00 $1,125.00 $1,125.00 $9,000.00 Survey $13,500.00 $2,250.00 $2,250.00 $18,000.00 Utility Research $1,500.00 $250.00 $250.00 $2,000.00 Geometric Drawings $12,750.00 $2,125.00 $2,125.00 $17,000.00 Geotechnical Analysis $7,500.00 $1,250.00 $1,250.00 $10,000.00 Hydraulic Analysis $6,000.00 $1,000.00 $1,000.00 $8,000.00 Agency Coordination $1,125.00 $187.50 $187.50 $1,500.00 CEQA Determination $22,500.00 $3,750.00 $3,750.00 $30,000.00 Preliminary Plans and Cost Estimate (30%) $30,375.00 $5,062.50 $5,062.50 $40,500.00 Utility Coordination $2,250.00 $375.00 $375.00 $3,000.00 Obtain Preliminary Title Report & Examination $7,500.00 $1,250.00 $1,250.00 $10,000.00 Utility Coordination $2,250.00 $375.00 $375.00 $3,000.00 Total $123,750.00 $20,625.00 $20,625.00 $165,000.00 Exhibit B Project B Cost Estimate Jefferson Street and Highway 111 Intersection Pavement Rehabilitation Project Item City of Indio Share 50% City La Quinta Share 50% Total City Project Management $ 5,000.00 $ 5,000.00 $ 10,000 Field Survey $ 3,972.00 $ 3,972.00 $ 7,944 Geotechnical Investigation & Pavement Rehabilitation Recommendations $ 5,935.00 $ 5,935.00 $ 11,870 Preliminary Drainage Investigation S 2,821.00 $ 2,821.00 $ 5,642 Preliminary Design $ 9,357.00 $ 9,357.00 $ 18,714 Preliminary Cost Estimate S 775.00 $ 775.00 $ 1,550 Total $ 27,860.00 $ 27,860.00 $ 55,720 Exhibit B Project C Cost Estimate Jefferson Street Crack Fill and REAS Slurry Construction cost estimate for La Quinta's portion on Jefferson: $540,000 • Approx. 785,000 Sq. ft. Includes: • REAS slurry • Crack fill • Striping • Small asphalt repairs BUSINESS SESSION ITEM NO. 3 City of La Quinta CITY COUNCIL MEETING: May 3, 2022 STAFF REPORT AGENDA TITLE; APPROVE COOPERATIVE AGREEMENT WITH THE CITY OF INDIO FOR DESIGN AND CONSTRUCTION OF: 1) AVENUE 50 WIDENING IMPROVEMENTS PROJECT NO. 2022-05, 2) JEFFERSON STREET AND HIGHWAY 111 INTERSECTION IMPROVEMENTS PROJECT 2022-07, AND 3) JEFFERSON STREET SLURRY IMPROVEMENTS PROJECT 2021-17; AND APPROPRIATE FUNDING FOR JEFFERSON STREET SLURRY IMPROVEMENTS RECOMMENDATION A. Appropriate funding in the amount of $594,000 for Jefferson Street Slurry Improvements. B. Approve a cooperative agreement with the City of Indio for the design and construction of: 1. Avenue 50 Widening Improvements (Jefferson Street to Madison Street) Project No. 2022-05; 2. Jefferson Street and Highway 111 Intersection Improvements Project No. 2022-07; and 3. Jefferson Street Slurry Improvements Project 2021-17. C. Authorize the City Manager to finalize and execute the agreement. EXECUTIVE SUMMARY • This Cooperative Agreement will cover three separate projects with shared jurisdictional boundaries: o Avenue 50 widening improvements between Jefferson Street and Madison Street; o Jefferson Street and Highway 111 intersection improvements; o Jefferson Street Slurry Improvements between Avenue 50 and the Northern City Limits near Dunbar Drive • Avenue 50 Improvements and Jefferson Street and Highway 111 Intersection Improvements are included in the Fiscal Year (FY) 2022/23 Capital Improvement Program (CIP). 183 • Staff is requesting funding for Jefferson Street Slurry Improvements for the construction phase. • La Quinta will pay 50% of the local agency cost for the design phases of the projects and actual jurisdictional cost for the right of way and construction phases of the projects. FISCAL IMPACT Staff requests $594,000 of General Fund monies be appropriated for the construction phase of Jefferson Street Slurry Improvements. This budget includes a 10% contingency. Avenue 50 Improvements are included in the CIP under development (Project No. 2022-05) with the following budget: FY 2022/23 $100,000 for Design; and FY 2023/24 $471,613 for Construction. Jefferson Street and Highway 111 Improvements are included in the CIP under development (Project No. 2022-07) with the following budget: FY 2022/23 $487,000. BACKGROUND/ANALYSIS The City of Indio and the City of La Quinta have discussed and identified opportunities to partner on three shared jurisdictional projects: • Avenue 50 widening improvements between Jefferson Street and Madison Street o This project is within the City's Transportation Needs Analysis and will be reimbursed by CVAG for 75% of the project costs. o Improvements will widen corridor to the modified ultimate condition • Two lanes in each direction • Bike lanes on each side ■ Sidewalk on north side of Avenue 50 ■ Decomposed granite trail on southside of Avenue 50 • Improved drainage system • Jefferson Street and Highway 111 intersection pavement and grading/drivability improvements o This intersection has been identified by Staff and Residents as a priority project to improve the pavement quality and drivability 184 • Jefferson Street Slurry Improvements between Avenue 50 and the Northern City Limits near Dunbar Drive o Staff recommends including this project to complete improvements within the shared jurisdiction corridor while the City of Indio is performing slurry operations. Improvements will include buffered bike lanes. Schedule: • Avenue 50 Improvements: City of Indio is in the process of procuring a Design Consultant • Jefferson Street and Highway 111: Preliminary Design is underway • Jefferson Street Slurry Improvements: City of Indio is anticipated to start construction by the end of May 2022 ALTERNATIVES Staff does not recommend an alternative. Prepared by: Julie Mignogna, Management Analyst Approved by: Bryan McKinney, Public Works Director/City Engineer Attachment: 1. Cooperative Agreement 185