HomeMy WebLinkAbout05755 - NOLTE ASSOCIATES INC TAHQUITZ CREEK LEVEE CERTIFICATION AMENDMENT NO. 1 TO CONTRACT SERVICES AGREEMENT NO. 5755
WITH NOLTE ASSOCIATES, INC
TAHQUITZ CREEK LEVEE CERTIFICATION, CITY PROJECT 08-26
The following articles of Agreement No. 5755 are hereby amended to read as follows:
SECTION 2.1 Maximum contract amount is amended to Three Hundred Fifty-Seven Thousand
One Hundred Dollars ($357,100.00).
SCOPE OF SERVICES (Exhibit "A") —Additional civil, geotechnical and environmental services
to prepare plans and specifications to address Tahquitz Creek levee freeboard and other
deficiencies will be provided. See attached Exhibit "A".
SCHEDULE OF COMPENSATION (Exhibit "C")—
See attached Exhibit"C".
SCHEDULE OF PERFORMANCE (Exhibit"D")—
See attached Exhibit"D".
Purchase Order Number(s): 09-0703
Agreement Number: 5755
Original City Council Approval: November 19, 2008
Original Resolution Number: N/A
Original Contract Amount: $ 148,800
Amount of Previous Increase(s) $ 0
Amount of This Increase $ 208,300
Amended Total: $ 357,100
Account Number(s): 135-4372-55005
SIGNATURES ON LAST PAGE
Except as specifically amended by this Amendment No. 1, all terms and provisions of
Agreement No. 5755 remain in full force and effect.
ATTEST: CITY OF PALM SPRINGS,
a California charter city
:;'
City Clerk f 1z64/ Z d B --- ---- 1��
City Manager
APPROVED AS TO FORM:
W*ROVED BY CITY COUNCIL
By:t,�4'�ket k%A1D 21
City Attorney
CONTRACTOR: Check one: Individual ,.Partnership I_Corporation
Corporations require two notarized signatures: One signature must be from the Chairman of Board,President,or any Vice
President.The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief
Financial Officer).
By: - - - - -t
----------------- --- --------__ -T_------ -- -------_ _
otan d Ignatuirman of Board, No ized Sig tur Secretary, t Secretary,
esident or President Treasurer,. surer or Chief Financial Officer
Name: — 05Q.P -J \ I dv �_--- Name:_ --------_-
Title:—- — �C� PfC.�,�err �!cJ
�R-�-------------------- Title:_✓�_�--- ,I�`t---------------
State of.-LA__________ State of--C-4_—_-1
County of 50 v\ t?ckO_Iss County of WpAiD JsLs�
On before me, On
L�0_before me,__�1�,�
perso ally ' CrG appeared
personally appeared _ ( _____L_ who proved to me
1Y►Y�e on the basis o satisfactory evidence) to be the person(s)
who proved to me on the basis of satisfactory evidence)to be whose name(s)is/are subscribed to the within instrument and
the person(s) whose name(s) is/are subscribed to the within acknowledged to me that he/she/they executed the same in
instrument and acknowledged to me that he/she/they his/her/their authorized capacity(ies), and that by his/her/their
executed the same in his/her/their authorized capacity(ies), signature(s)on the instrument the person(s),or the entity upon
and that by his/her/their signature(s) on the instrument the behalf of which the person(s)acted,executed the instrument.
person(s), or the entity upon behalf of which the person(s)
acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the
State of California that the foregoing paragraph is true and
I certify under PENALTY OF PERJURY under the laws of the correct.
State of California that the foregoing paragraph is true and
correct. WITNESS my hand and official seal.
WITNESS my hand and official seal.
Notary Signature:_ / ___ __i—q� _—_— Notary Signature:_ _
A-U--V-,/-L-NA)VI�-6-
Notary Notary Nota Seal: Nota Seal:
--- - - ---- - - - ---- - - ---
AMY STOREY HEATHER HARRIS
Commission#t 1833712 Commission* 1810543
No"public•California :�;r'�' Notary Pubtic»California
San Dino County Sacramento County
My Comm.Expires Jan 27,2013 M Comm.Expires Aug22.2012
Exhibit "A"
Additional Scope of Services
Tahquitz Creek Levee Certification, City Project 08-26
Final Plans, Specifications and Estimate
General: Contractor shall provide civil and geotechnical design plans and environmental
documents within Tahquitz Creek in the City of Palm Springs. Contractor shall provide civil and
geotechnical engineering and environmental services for the levee improvements along the
north side of Tahquitz Creek in the City of Palm Springs in accordance with the scope of
services outlined below. The site is within Tahquitz Creek along the north side of the creek from
Gene Autry Bridge upstream approximately one mile to where the existing levee ties into
Demuth Park. The services to be provided are based on the geotechnical evaluation performed
during the levee certification analyses in August 2009. The results of the geotechnical
investigation indicated the levee system requires additional revetment protection and remedial
measures to mitigate the landside and riverside slopes.
SCOPE OF WORK
1.0 CIVIL AND GEOTECHNICAL DESIGN
Task 1.1 Aerial and Field Survey
Contractor shall conduct a topographic survey, based upon aerial photogrammetry showing
one-foot contours and prominent photographable surface features, to U.S. mapping standards
and FEMA Guidelines & Specifications standards. Contractor shall also perform a supplemental
field survey to locate existing site features not found during the aerial photogrammetry.
Contractor shall process the field and aerial data and generate one-foot contour data for use in
the civil and geotechnical design.
Task 1.2 30% Design Plans
Contractor shall prepare 30% design plans and supplemental specifications for the project
based on design criteria outlined in the kick-off meeting. The list of technical construction
specification supplements shall be based on CALTRANS Specifications (or other published
specifications as directed by the City of Palm Springs).
Contractor shall prepare an Erosion Control Plan based on the grading plans. The Erosion
Control Plan shall illustrate the measures, or Best Management Practices (BMPs), taken to
reduce soil from eroding and discharging offsite.
Contractor shall prepare one set of hydraulic calculations, to verify the water surface elevation
of the channel does not cause any freeboard deficiencies with the levee. Contractor shall also
perform scour calculations to determine the possible scour depths caused by the 100-year
storm event in Tahquitz Creek. Equations from the Hydraulic Engineering Circular No. 18 (May
2001) published by the Federal Highway Administration will be the basis of the scour analysis. A
Technical Memorandum shall be done to summarize the results.
Contractor shall process the plans with the City.
Deliverables
Deliverables include two (2) hard copies of the 30% design plans, Erosion Control Plan, and
Technical Memorandum to the City.
Task 1.3 60% Design Plans
Contractor shall prepare 60% design plans and supplemental specifications for the project
based on review comments from the City for the 30% design plans. Contractor shall also
prepare an Engineer's estimate of probable construction cost that will be submitted in tabular
form and on a unit cost basis. Pay items of work shall conform to CALTRANS standards as
applicable.
Contractor shall revise to the Erosion Control Plan based on comments from the City's review of
the 30% design plans. Contractor shall also revise the hydraulic calculations to account for
changes made during the 60% design.
Deliverables
Deliverables include two (2) hard copies of the 60% design plans and Erosion Control Plan to
the City.
Task 1.4 90% Design Plans
Contractor shall prepare 90% design plans and supplemental specifications for the project
based on review comments from the City for the 60% design plans. Contractor shall also revise
the Engineer's estimate of probable construction cost. Pay items of work shall conform to
CALTRANS standards as applicable.
Contractor shall revise the Erosion Control Plan based on comments from the City's review of
the 60% design plans. Contractor shall also revise the hydraulic calculations to account for
changes made during the 90% design.
Deliverables
Deliverables include two (2) hard copies of the 90% design plans and Erosion Control Plan to
the City.
Task 1.5 Final Design Plans
Contractor shall meet with the City to finalize responses to review comments and resolve all
outstanding issues.
Contractor shall prepare final design plans and supplemental specifications for the project
based on review comments from the City for the 90% design plans. Contractor shall also revise
the Engineer's estimate of probable construction cost. Pay items of work shall conform to
CALTRANS standards as applicable.
Contractor shall revise the Erosion Control Plan based on comments from the City's review of
the 90% design plans. Contractor shall also revise the hydraulic calculations to account for
changes made during the final design.
Contractor shall revise the geotechnical analyses performed as part of the levee certification
project to incorporate the final design of the levee improvements. The goal of these revised
analyses is to show that the levee meets FEMA's requirements outlined in 44 CFR 65.10.
Contractor shall prepare the levee certification package for submittal to the City. Since the PAL
period has expired, FEMA will require a formal Letter of Map Revision (LOMR) be submitted
and approved to accredit the levee system. The levee certification package that Contractor shall
prepare will be in the form of a Conditional Letter of Map Revision (CLOMR). The CLOMR will
be submitted to the City for review and signatures prior to submittal to FEMA. The intent will be
for FEMA to approve the levee improvements prior to construction to ensure that the
improvements will lead to re-certification of the levee system.
Deliverables
Deliverables include two (2) hard copies of the Final design plans, Erosion Control Plan, and
Levee Certification Package.
2.0 TECHNICAL STUDIES
Task 2.1 Biological Resources Technical Study
To understand the existing environmental setting on site, Contractor shall conduct a general
biological reconnaissance survey of the project area to inventory existing biological resources
and create a baseline biological resources map with vegetation communities and conspicuous
sensitive species locations. Vegetation communities will be mapped according to Sawyer
Keeler-Wolfe nomenclature, where feasible. During the field survey, a general inventory of plant
and animal species detected by sight, calls, tracks, scat, or other signs will be compiled, as well
as a determination of potential sensitive species that could occur in the project area based on
habitats present. Observable sensitive resources including perennial plants and conspicuous
wildlife (i.e., birds and some reptiles) commonly accepted as regionally sensitive by the
California Native Plant Society (CNPS), the California Department of Fish and Game (CDFG),
the U.S. Fish and Wildlife Service (USFWS), and the Coachella Valley Multiple Species Habitat
Conservation Program (MSHCP) will be recorded and later digitized into a Geographic
Information System (GIS)format and added to the Biological Resources Map.
Concurrent with the vegetation mapping effort, Contractor shall identify any lands within the
project area that may be under the jurisdiction of the ACOE, CDFG, and Regional Water Quality
Control Board (RWQCB) as waters of the U.S., including wetlands. In the event that waters of
the U.S., including wetlands, are not present within the project area, then Task 2.3 of this
proposal will be eliminated from the scope of work. Evidence of hydrophytic vegetation, hydric
soils, and channel hydrology will be reviewed, if present. Non-wetland waters of the U.S. will be
delineated based on the limits of an ordinary high water mark (OHWM), saturation, permanence
of surface water, wetland vegetation, and nexus to a traditional navigable water of the U.S.
(TNW). The recent ACOE/EPA Rapanos Guidance states that the ACOE will regulate
traditional, navigable waters of the U.S., adjacent wetlands, and relatively permanent waters
(RPW) tributary to TNWs and adjacent wetlands. Non-navigable tributaries that are not relatively
permanent waters (non-RPW) and wetlands adjacent to such tributaries are assessed on a
case-by-case basis to determine whether they have a significant nexus to a traditional navigable
water of the U.S. CDFG-jurisdictional riparian areas will be delineated to the limits of
hydrophytic vegetation associated with stream channels; unvegetated stream channels under
the jurisdiction of CDFG will be delineated to the limits of the stream bank, if present. Areas
regulated by the RWQCB are generally coincident with the ACOE, but can include features
isolated from navigable waters of the U.S. that have evidence of surface water inundation.
All mapping will be done in the field directly on a 200-scale (1 inch = 200 feet) or finer base map
with the project boundary, topographic or color aerial photograph base. Where feasible and
necessary, boundaries and data station points will be delineated using a Global Positioning
System (GPS) unit and later downloaded into ArcView.
Following completion of the fieldwork, all jurisdictional polygons and line features will be
digitized using ArcGIS software and a GIS coverage will be created. Once in ArcGIS, the
acreage of each jurisdictional area will be determined. The results of this analysis will be
presented to the City in an abbreviated technical memorandum for their records. If jurisdictional
waters of the U.S., including wetlands, are present in the project area, all data collected during
the survey will be analyzed to determine the extent of jurisdictional resources in the project area
and to determine if these resources will be potentially directly impacted by the proposed
improvements.
Please note that coordinating with the USFWS on the presence/absence of Casey's June beetle
(Dinacoma caseyi), a species that was proposed for listing by the USFWS as endangered in
July 2009, is not included in this scope of work as it is assumed that the proposed
improvements will not adversely impact critical habitat for this species. In the event that no
wetlands permits are required but critical habitat appears to be present in the project area based
on the presence of known primary constituent elements (PCEs) (i.e., soils, vegetation, etc.) then
a contract augment will be necessary to coordinate with the USFWS on this issue.
Task 2.2 Preliminary Design Review and Analysis
Once the biological resource data has been digitized to create a biological resources map,
Contractor shall coordinate with the City to analyze one (1) project design concept. This design
concept will be analyzed to determine if direct impacts to waters of the U.S. and other sensitive
biological resources will occur and to what extent. A GIS exhibit showing the existing biological
conditions will be presented to the City as a pdf and as a CAD file for use in the design
development process.
Task 2.3 Wetlands Permitting (Optional Task)
Based on our understanding of the current project, the proposed levee improvements may result
in direct impacts to waters of the U.S., including wetlands. Wetlands permitting is dependent on
the presence of resources in proximity to the existing levee and if jurisdictional resources are
not identified near the existing levee during Task 2.2, then this task will not be required. The
cost estimates provided below all include the assumption that permit applications will be
prepared within three months of initiation of the contract and permits will be issued within nine
months of submittal to the agencies (i.e., a total work period of 12 months). During the permit
processing period, Contractor shall coordinate with the wetlands regulatory agencies including
attending up to six project meetings with any combination of regulatory agencies and/or project
team members. If the permit process requires additional time, an amended scope of work and
cost estimate can be provided.
Section 404 Nationwide Permit(Pre-Construction Notification)
This scope of work and cost estimate assumes that the proposed project will qualify for the
Nationwide Permit Program, which requires impacts to waters of the U.S. to be less than 0.5
acre. The Nationwide Permit (NWP) is assumed to be most appropriate for the project is (NWP)
14, with a required pre-construction notification (PCN). Among other thresholds, authorization
under this permit allows for impacts for modifications or improvements to existing linear
transportation facilities including trails, paths, and walkways of up to 0.50 acre of jurisdictional
waters or wetlands.
Under this task, the Contractor shall submit a Pre-Construction Notification to the USACE
regulatory branch, which will include the following information: a detailed, technically accurate
project description; a statement of purpose and need; discussion of avoidance and minimization
of impacts; vegetation mapping data; results of the wetlands delineation; a conceptual wetlands
mitigation plan; associated figures (vicinity maps, project site map, construction/grading cross-
sections, mitigation area, etc.); and copies of the permit applications submitted to the RWQCB
and CDFG. Contractor shall coordinate with USACE staff following the submission of the PCN,
including attending meetings and providing as-needed correspondence during the permit
processing period.
Section 401 Water Quality Certification Application
Contractor shall complete and submit an application for a Section 401 Water Quality
Certification to RWQCB. The application will include the project location and existing conditions,
a project description and impact analysis, existing functions and values of the affected
drainages, a conceptual wetlands mitigation and monitoring plan, a discussion of beneficial
uses, proposed measures to prevent impacts to water quality, measures to maintain and
improve water quality, all associated figures (vicinity maps, project site map, construction/
grading cross sections, mitigation area, etc.), and copies of the wetlands permit application
submitted to the USACE and CDFG. Contractor shall coordinate with RWQCB staff following
the submission of the application, including attending meetings and providing as needed
correspondence during the permit processing period. This task does not include processing of a
Waste Discharge Requirement (WDR), which would be required to permit impacts to isolated
waters of the State that are not under federal wetlands jurisdiction or for projects of large dredge
volume. It is not anticipated that a WDR will be required; however, if it is, an additional scope of
work would be required.
Section 1602 Streambed Alteration Agreement
Contractor shall submit to the CDFG an application for a Section 1602 Streambed Alteration
Agreement. The application will include a project description, a statement of purpose and need,
an impacts analysis, a discussion of avoidance and minimization of impacts, the wetland
delineation report, a draft mitigation plan, all associated figures (vicinity maps, project site map,
construction/grading cross-sections, mitigation area, etc.) and copies of the wetland permit
applications submitted to the RWQCB and USACE. Contractor shall coordinate with RWQCB
staff following the submission of the application, including attending meetings and providing as
needed correspondence during the permit processing period.
USFWS Conference on Proposed Species and Critical Habitat
On July 9, 2009, the USFWS issued a proposal in the Federal Register to list the Casey's June
beetle (Dinacoma caseyi) as endangered under the federal Endangered Species Act and to
designate critical habitat on approximately 777 acres of land, including a substantial segment of
Palm Canyon Wash, in the south Palm Springs area of Riverside County, California. Of the
estimated 777 acres of proposed critical habitat, approximately 343 acres are on Agua Caliente
Tribal lands and 434 acres are on private and locally owned lands. Proposed critical habitat
includes areas west of South Palm Canyon Drive, Palm Canyon Wash, Smoketree Ranch, and
two areas east of Palm Canyon Wash and south of East Palm Canyon Drive. Approximately
45% of proposed critical habitat is on Agua Caliente Tribal land. All areas located in proposed
critical habitat designation areas will likely be considered occupied by Casey's June beetle. The
USFWS reports that the largest single collection of Casey's June beetle, totaling over 70 males
during the first 15 minutes of trapping, was recorded from Palm Canyon Wash just upstream of
the confluence of Tahquitz Creek with Palm Canyon Wash, in April 2003.
While the proposed project is not located in an area proposed for designation as critical habitat,
there could be potential habitat for Casey's June beetle at the confluence of Tahquitz Creek with
Palm Canyon Wash, especially if appropriate soils and intact Sonoran desert scrub or native
desert wash vegetation is present. If suitable habitat for this species is present within the project
area, namely at the confluence of Tahquitz Creek with Palm Canyon Wash, then coordination
with the USFWS is recommended.
Because Casey's June beetle is not currently listed endangered nor has critical habitat been
approved for this species, a Section 7 Consultation with the USFWS is currently not warranted.
However, if a species is proposed for listing at the start of the permit application process, that
species along with any critical habitat designations proposed in the Federal Register for listing
are subject to the conferencing process established in 50 CFR Section 402.10. Conference is a
process of early interagency coordination, similar to the consultation process, involving informal
or formal discussions between the USACE and USFWS pursuant to Section 7(a)(4) of the
Endangered Species Act regarding the potential impact of a project or action on proposed
species and/or proposed critical habitat. A conference may also involve informal discussions
between the USFWS, the USACE, and the City. The conference procedure is designed to help
Federal agencies identify and resolve potential conflicts between Federal actions and species
conservation by developing recommendations to minimize or avoid adverse effects on proposed
species or proposed critical habitat.
Under this task, Contractor shall provide up to 10 hours of initial coordination with the USFWS
and USACE to confirm that the proposed project will avoid impacts to Casey's June beetle and
that this species will not be jeopardized by implementation of the proposed improvements. This
may include the preparation and provision of project maps, a review of existing literature and
research relative to this species, phone calls, fax and email transmissions between City,
USFWS, Contractor, and up to one (1) office meeting with USFWS staff to review the project
grading plan and proposed project impacts.
This task is currently optional and is dependent on (a) the identification of waters of the U.S.,
including wetlands, in the project area and (b) impacts to jurisdictional resources resulting from
the project.
EXHIBIT "D"
SCHEDULE OF PERFORMANCE
Phase 1 —Tahquitz Creek Levee Certification
Task Duration (estimated from Notice to Proceed for Phase 1)
1 - Data Collection & Review 10 weeks
2 - Field Investigation 4 weeks after Task 1 - includes time to perform Top of Levee survey
3 - Freeboard Evaluation 2 weeks after Task 2
4 - Closures Evaluation 2 weeks after Task 2
5- Interior Drainage Evaluation 2 weeks after Task 2
6- Embankment Protection Evaluation 6 weeks after Task 2
7 - Embankment and Foundation Stability Evaluation 6 weeks after Task 2
8 - Settlement Potential Evaluation 6 weeks after Task 2
9 - Operation & Maintenance Plan 4 weeks after Task 8
10 - Levee Certification Submittal Package 4 weeks after Task 9
TOTAL 28 weeks
Phase 2— Final Plans, Specifications and Estimate
Task Duration (estimated from Notice to Proceed for Phase 2)
Item Task Starting Week Finding Week Duration
1 1,1-Aerial and Field 5urWY 1 4 4 weeks
2 2.1-Biolo ieal Flosources StudX 1 a 4 weeks
3 1 1.2-30%Design Plans 5 13 8 weeks
4 2.2-Preliminary Design Review and Analysis 10 12 2 weeks
5 GkX WOW of 30% n Plans 14 16 3 weeks
6 1.3-601Y.Design Plans 17 24 8 weeks
7 Cly reirlew of W%Dmign Plans 25 26 2 weeks
8 1.4-90%Design Plans 27 31 5 weeks
9 Cky review of 90%Design Plans 32 33 2 wtrsks
10 1.5-Final Design Plans 34 38 5 weeks
11 1,5-Additional Geotechnical Ana ses for Lease Certification 39 42 4 weeks
12 1.5-Prepare Conditional Letterot Map Revision 39 44 6 weeks
TOTAL 44 weeks
Notes: 1. Permitting time is dependent on The resource agencies.
2. If Wetlands Permitting(Task 2.3)is required and started at week 17,then project duration will increase by 52 weeks to atotal of 69weeks.
CITY OF PALM SPRINGS
CONTRACT SERVICES AGREEMENT
Tahquitz Creek Levee Certification
THIS CONTRACT SERVICES A REEMENT (herein "Agreement"), is made and
entered Into thls2k day of M_Iar , 2008, by and between the CITY OF
PALM SPRINGS, a California charter city, (herein "City") and Nolte Associates, Inc., (herein
"Contractor"). The term Contractor includes professionals performing in a consulting capacity.
The parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, the Contractor shall provide those services specified in the "Scope of Services"
attached hereto as Exhibit "A" and incorporated herein by this reference, which services may
be referred to herein as the "services" or "work" hereunder. As a material inducement to the
City entering into this Agreement, Contractor represents and warrants that Contractor is a
provider of first class work and services and Contractor is experienced in performing the work
and services contemplated herein and, in light of such status and experience, Contractor
covenants that it shall follow the highest professional standards in performing the work and
services required hereunder and that all materials will be of good quality, fit for the purpose
intended. For purposes of this Agreement, the phrase "highest professional standards" shall
mean those standards of practice recognized by one or more first-class firms performing
similar work under similar circumstances.
1.2 Contractor's Pro osal. The Scope of Service shall include the Contractor's
proposal or bid which shall be incorporated herein by this reference as though fully set forth
herein. In the event of any inconsistency between the terms of such proposal and this
Agreement, the terms of this Agreement shall govern.
1.3 Compliance with Law. All services rendered hereunder shall be provided in
accordance with all ordinances, resolutions, statutes, rules and regulations of the City and any
Federal, State or local governmental agency having jurisdiction in effect at the time service is
rendered.
1.4 Licenses, Permits, Fees and Assessments. Contractor 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. Contractor 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 Contractor's
performance of the services required by this Agreement, and shall indemnify, defend and hold
harmless City against any such fees, assessments, taxes, penalties or interest levied,
assessed or imposed against City hereunder.
1.5 Familiarity with Work. By executing this Contract, Contractor warrants that
Contractor (a) has thoroughly investigated and considered the scope of services to be
performed, (b) has carefully considered how the services should be performed and (c) fully
understands the facilities, difficulties and restrictions attending performance of the services
Page 1 of 12
under this Agreement. If the services involve work upon any site, Contractor warrants that
Contractor has, or will, investigate the site and is or will be fully acquainted with the conditions
there existing, prior to commencement of services hereunder. Should the Contractor discover
any latent or unknown conditions, which will materially affect the performance of the services
hereunder, Contractor shall immediately inform the City of such fact and shall not proceed
except at Contractor's risk until written instructions are received from the Contract Officer.
1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of
the Agreement to furnish continuous protection to the work, and the equipment, materials,
papers, documents, plans, studies and/or other components thereof to prevent losses or
damages, and shall be responsible for all such damages, to persons or property, until
acceptance of the work by City, except such losses or damages as may be caused by City's
own negligence.
1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care
and diligence to perform their respective obligations under this Agreement. Both parties agree
to act in good faith to execute all instruments, prepare all documents and take all actions as
may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter
specified, neither party shall be responsible for the service of the other.
1.8 Additional Services. City shall have the right at any time during the performance
of the services, without invalidating this Agreement, to order extra work beyond that specified
in the Scope of Services or make changes by altering, adding to or deducting from said work.
No such extra work may be undertaken unless a written order is first given by the Contract
Officer to the Contractor, 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 the Contractor_ Any increase in compensation of up to five percent (5%) of the
Contract Sum or $25,000; whichever is less, or in the time to perform of up to one hundred
eighty (180) days may be approved by the Contract Officer. Any greater increases, taken
either separately or cumulatively must be approved by the City Council. It is expressly
understood by Contractor that the provisions of this Section shall not apply to services
specifically set forth in the Scope of Services or reasonably contemplated therein.
1.9 Special Requirements. Additional terms and conditions of this Agreement, if any,
which are made a part hereof are set forth in the "Special Requirements" attached hereto as
Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the
provisions of Exhibit "B" and any other provisions of this Agreement, the provisions in Exhibit
"B" shall govern.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement, the
Contractor shall be compensated in accordance with the "Schedule of Compensation" attached
hereto as Exhibit °C" and incorporated herein by this reference, but not exceeding the
maximum contract amount of One Hundred Forty-Eight Thousand Eight Hundred Dollars
($148,800.00) (herein "Contract Sum"), except as provided in Section 1.8. The method of
compensation may include (i) a lump sum payment upon completion, (ii) payment in
accordance with the percentage of completion of the services, (iii) payment for time and
Page 2 of 12
materials based upon the Contractor's rates as specified in the Schedule of Compensation, but
not exceeding the Contract Sum or (iv) such other methods as may be specified in the
Schedule of Compensation. Compensation may include reimbursement for actual and
necessary expenditures for reproduction costs, telephone expense, transportation expense
approved by the Contract Officer in advance, and no other expenses and only if specified in
the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor
at all project meetings reasonably deemed necessary by the City; Contractor shall not be
entitled to any additional compensation for attending said meetings. Contractor hereby
acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of
Services may be more costly or time consuming than Contractor anticipates, that Contractor
shall not be entitled to additional compensation therefore, and the provisions of Section 1.8
shall not be applicable for such services.
2.2 Method of Payment. Unless some other method of payment is specified in the
Schedule of Compensation, in any month in which Contractor wishes to receive payment, no
later than the first (1'`) working day of such month, Contractor shall submit to the City in the
form approved by the City's Director of Finance, an invoice for services rendered prior to the
date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all
expenses stated thereon which are approved by City pursuant to this Agreement no later than
the last working day of the month.
3.0 PERFORMANCE SCHEDULE
3.1 Time of Essence. Time is of the essence in the performance of this Agreement.
32 Schedule of Performance. Contractor shall commence the services pursuant to
this Agreement upon receipt of a written notice to proceed and shall perform all services within
the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D",
if any, and incorporated herein by this reference. When requested by the Contractor,
extensions to the time period(s) specified in the Schedule of Performance may be approved in
writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively.
3.3 Force Maieure. The time period(s) 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 the Contractor, Including, but not restricted to, acts of God or of the public
enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine
restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental
agency, Including the City, if the Contractor shall within ten (10) days of the commencement of
such delay notify the Contract Officer in writing of the causes of the delay. The Contract
Officer shall ascertain the facts and the extent of delay, and extend the time for performing the
services for the period of the enforced delay when and if in the judgment of the Contract
Officer such delay is justified. The Contract Officer's determination shall be final and
conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to
recover damages against the City for any delay in the performance of this Agreement, however
caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section.
Page 3 of 12
3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this
Agreement, this Agreement shall continue in full force and effect until completion of the
services as provided in the Schedule of Performance (Exhibit "D").
4.0 COORDINATION OF WORK
4.1 Representative of Contractor. The following principals of Contractor are hereby
designated as being the principals and representatives of Contractor authorized to act in its
behalf with respect to the work specified herein and make all decisions in connection therewith-
Scott Berkebile, PE, CFM
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 Contractor and devoting sufficient time to personally supervise the
services hereunder. For purposes of this Agreement, the foregoing principals may not be
replaced nor may their responsibilities be substantially reduced by Contractor without the
express written approval of City.
4.2 Contract Officer. The Contract Officer shall be such person as may be
designated by the City Manager of City. It shall be the Contractor's responsibility to assure
that the Contract Officer is kept informed of the progress of the performance of the services
and the Contractor shall refer any decisions which must be made by City to the Contract
Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean
the approval of the Contract Officer. The Contract Officer shall have authority to sign all
documents on behalf of the 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 Contractor, its principals and employees were a substantial
inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract
with any other entity to perform in whole or in part the services required hereunder without the
express written approval of the City. In addition, neither this Agreement nor any interest herein
may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by
operation of law, whether for the benefit of creditors or otherwise, 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 Contractor, taking all transfers into account on a cumulative basis.
In the event of any such unapproved transfer, including any bankruptcy proceeding, this
Agreement shall be void. No approved transfer shall release the Contractor or any surety of
Contractor of any liability hereunder without the express consent of City.
The City's policy is to encourage the awarding of subcontracts to persons or entities
with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none
are available, to persons or entities with offices located in the Coachella Valley ("Local
Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to
Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In
requesting for the City to consent to a subcontract with a person or entity that is not a Local
Page 4 of 12
Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts
have been made or that no Local Subcontractors are qualified to perform the work. Said good
faith efforts may be evidenced by placing advertisements inviting proposals or by sending
requests for proposals to selected Local Subcontractors. The City may consider Contractor's
efforts in determining whether it will consent to a particular subcontractor. Contractor shall
keep evidence of such good faith efforts and copies of all contracts and subcontracts
hereunder for the period specified in Section 62.
4.4 Independent Contractor. Neither the City nor any of its employees shall have
any control over the manner, mode or means by which Contractor, its agents or employees,
perform the services required herein, except as otherwise set forth herein, City shall have no
voice in the selection, discharge, supervision or control of Contractor's employees, servants,
representatives or agents, or in fixing their number, compensation or hours of service.
Contractor 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. Contractor 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 Contractor in its business or
otherwise or a joint venturer or a member of any joint enterprise with Contractor.
5.0 INSURANCE, INDEMNIFICATION AND BONDS
5.1 Insurance, The Contractor shall procure and maintain, at its sole cost and
expense, in a form and content satisfactory to City, during the entire term of this Agreement
including any extension thereof, the following policies of insurance:
(a) Commercial General Liability Insurance. A policy of commercial general liability
insurance written on a per occurrence basis with a combined single limit of at least $1,000,000
bodily Injury and property damage including coverages for contractual liability, personal injury,
independent contractors, broad form property damage, products and completed operations.
The Commercial General Liability Policy shall name the City of Palm Springs as additional
insured in accordance with standard ISO additional insured endorsement form CG2010(1185)
or equivalent language.
(b) Worker's Compensation Insurance. A policy of worker's compensation insurance in
an amount which fully complies with the statutory requirements of the State of California and
which includes $1,000,000 employer's liability-
(c) Business Automobile Insurance. A policy of business automobile liability insurance
written on a per occurrence basis with a single limit liability in the amount of$1,000,000 bodily
and property damage. Said policy shall include coverage for owned, non-owned, leased and
hired cars.
(d) Additional Insurance. Additional limits and coverages, which may include
professional liability insurance, will be specified in Exhibit "B
All of the above policies of insurance shall be primary insurance and issued by
companies whose rating satisfies the requirements in Section 5.4 of this agreement. The
Page 5 of 12
insurer shall waive all rights of subrogation and contribution it may have against the City, its
officers, employees and agents, and their respective insurers. In the event any of said policies
of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new
evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or
services under this Agreement shall commence until the Contractor has provided the City with
Certificates of Insurance, endorsements or appropriate insurance binders evidencing the
above insurance coverages and said Certificates of Insurance, endorsements, or binders are
approved by the City.
The contractor agrees that the provisions of this Section 5.1 shall not be construed as
limiting in any way the extent to which the Contractor may be held responsible for the payment
of damages to any persons or property resulting from the Contractor's activities or the activities
of any person or person for which the Contractor is otherwise responsible.
In the event the Contractor subcontracts any portion of the work in compliance with
Section 4.3 of this Agreement the contract between the Contractor and such subcontractor
shall require the subcontractor to maintain the same polices of insurance that the Contractor is
required to maintain pursuant to this Section.
52 Indemnification. Contractor agrees to indemnify the City, its officers, agents and
employees against, and will hold and save them, and each of them, harmless from any and all
actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations,
errors, omissions or liabilities, (herein "claims or liabilities") that may be asserted or claimed by
any person, firm or entity arising out of or in connection with the negligent performance of the
work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees,
provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or
arising from Contractor's negligent performance of or failure to perform any term, provision,
covenant or condition of this Agreement, but excluding such claims or liabilities arising from the
sole negligence or willful misconduct of the City, its officers, agents or employees, who are
directly responsible to the City, and in connection therewith:
(a) Contractor will defend any action or actions filed in connection with any of said
claims or liabilities and will pay all costs and expenses, including legal costs and attorneys'
fees incurred in connection therewith;
(b) Contractor will promptly pay any judgment rendered against the City, its officers,
agents or employees for any such claims or liabilities arising out of or in connection with the
negligent performance of or failure to perform such work, operations or activities of Contractor
hereunder; and Contractor agrees to save and hold the City, its officers, agents, and
employees harmless therefrom;
(c) In the event the City, its officers, agents or employees are made a party to any
action or proceeding filed or prosecuted against Contractor for such damages or other claims
arising out of or in connection with the negligent performance of or failure to perform the work,
operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its
officers, agents or employees, any and all costs and expenses incurred by the City, its officers,
agents or employees in such action or proceeding, including but not limited to, legal costs and
attorneys' fees.
Page 6 of 12
5.3 Performance Bond. Concurrently with execution of this Agreement, Contractor
shall deliver to City a performance bond in the sum of the amount of this Agreement, in the
form provided by the City, which secures the faithful performance of this Agreement, unless
such requirement is waived by the Contract Officer. The bond shall contain the original,
notarized signature of an authorized officer of the surety and affixed thereto shall be a certified
and current copy of his power of attorney. The bond shall be unconditional and remain in force
during the entire term of the Agreement and shall be null and void only if the Contractor
promptly and faithfully performs all terms and conditions of this Agreement.
5.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement
shall be satisfactory only if issued by companies qualified to do business in California, rated
"B++, Class VIII" or better in the most recent edition of Bests Key Rating Guide or in the
Federal Register, unless such requirements are waived by the City Manager or designee of the
City Manager due to unique circumstances. In the event the City Manager determines that the
work or services to be performed under this Agreement create an increased or decreased risk
of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and
the performance band required by this Section 5 may be changed accordingly upon receipt of
written notice from the City Manager or designee; provided that the Contractor shall have the
right to appeal a determination of increased coverage by the City Manager to the City Council
of City within ten (10) days of receipt of notice from the City Manager,
6.0 REPORTS AND RECORDS
6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer
such reports concerning the performance of the services required by this Agreement as the
Contract Officer shall require. Contractor hereby acknowledges that the City is greatly
concerned about the cost of work and services to be performed pursuant to this Agreement.
For this reason, Contractor agrees that if Contractor becomes aware of any facts,
circumstances, techniques, or events that may or will materially increase or decrease the cost
of the work or services contemplated herein or, if Contractor is providing design services, the
cost of the project being designed, Contractor shall promptly notify the Contract Officer of said
fact, circumstance, technique or event and the estimated increased or decreased cost related
thereto and, if Contractor is providing design services, the estimated increased or decreased
cost estimate for the project being designed-
6-2 Records. Contractor shall keep, and require subcontractors to keep, such books
and records as shall be necessary to perform the services required by this Agreement and
enable the Contract Officer to evaluate the performance of such services. The Contract Officer
shall have full and free access to such books and records at all times during normal business
hours of City, including the right to inspect, copy, audit and make records and transcripts from
such records. Such records shall be maintained for a period of three (3) years following
completion of the services hereunder, and the City shall have access to such records in the
event any audit is required.
6.3 Ownership of Documents. All drawings, specifications, reports, records,
documents and other materials prepared by Contractor, its employees, subcontractors and
agents in the performance of this Agreement shall be the property of City and shall be
Page 7 of 12
delivered to City upon request of the Contract Officer or upon the termination of this
Agreement. Contractor shall have no claim for further employment or additional compensation
as a result of the exercise by City of its full rights of ownership of the documents and materials
hereunder. Any use of such completed documents for other projects and/or use of
uncompleted documents without specific written authorization by the Contractor will be at the
City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for
all damages resulting therefrom. Contractor may retain copies of such documents for its own
use. Contractor shall have an unrestricted right to use the concepts embodied therein. All
subcontractors shall provide for assignment to City any documents or materials prepared by
them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify
City for all damages resulting therefrom.
6.4 Release of Documents- The drawings, specifications, reports, records,
documents and other materials prepared by Contractor in the performance of services under
this Agreement shall not be released publicly without the prior written approval of the Contract
Officer.
7.0 ENFORCEMENT OF AGREEMENT
7.1 California Law. This Agreement shall be construed and Interpreted both as to
validity and to performance of the parties in accordance with the laws of the State of California.
Legal actions concerning any dispute, claim or matter arising out of or in relation to this
Agreement shall be instituted in the Superior Court of the County of Riverside, State of
California, or any other appropriate court in such county. Contractor covenants and agrees to
submit to the personal jurisdiction of such court in the event of such action.
72 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 therefor.
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 injured party; provided that if the default is an
immediate danger to the health, safety and general welfare, such immediate action may be
necessary. 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 or the Contractor's right to terminate this
Agreement without cause pursuant to Section 7.6.
7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any
amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts
the payment of which may be in dispute hereunder or which are necessary to compensate City
for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City
may be liable to third parties, by reason of Contractor's acts or omissions in performing or
failing to perform Contractor's obligation under this Agreement. In the event that any claim is
made by a third party, the amount or validity of which is disputed by Contractor, or any
indebtedness shall exist which shall appear to be the basis for a claim of lien, City may
withhold from any payment due, without liability for interest because of such withholding, an
Page 8 of 12
amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to
withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and
protect City as elsewhere provided herein.
7.4 Waiver. No delay or omission in the exercise of any right or remedy by a non-
defaulting party on any default shall impair such right or remedy or be construed as a waiver.
A party's consent to or approval of any act by the other party requiring the party's consent or
approval shall not be deemed to waive or render unnecessary the other party's consent to or
approval of any subsequent act. Any waiver by either party of any default must be in writing
and shall not be a waiver of any other default concerning the same or any other provision of
this Agreement.
7.5 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the
parties are cumulative and the exercise by either party of one or more of such rights or
remedies shall not preclude the exercise by it, at the same or different times, of any other
rights or remedies for the same default or any other default by the other party.
7.6 Leoal Action. In addition to any other rights or remedies, either party may take
legal action, in law or in 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.
7.7 Liquidated Damages. Since the determination of actual damages for any delay
in performance of this Agreement would be extremely difficult or impractical to determine in the
event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall
pay to the City the sum of Zero Dollars ($0,00) as liquidated damages for each working day of
delay in the performance of any service required hereunder, as specified in the Schedule of
Performance (Exhibit "D"). The City may withhold from any monies payable on account of
services performed by the Contractor any accrued liquidated damages.
7.8 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. The City reserves the right to terminate this Agreement at any time, with
or without cause, upon thirty (30) days written notice to Contractor, except that where
termination is due to the fault of the Contractor, the period of notice may be such shorter time
as may be determined by the Contract Officer. In addition, the Contractor reserves the right to
terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice
to City, except that where termination is due to the fault of the City, the period of notice may be
such shorter time as the Contractor may determine. Upon receipt of any notice of termination,
Contractor shall immediately cease all services hereunder except as may be specifically
approved by the Contract Officer. Except where the Contractor has initiated termination, the
Contractor shall be entitled to compensation for all services rendered prior to the effective date
of the notice of termination and for any services authorized by the Contract Officer thereafter in
accordance with the Schedule of Compensation or as may be approved by the Contract
Officer, except as provided in Section 7.3. In the event the Contractor has initiated
termination, the Contractor shall be entitled to compensation only for the reasonable value of
the work product actually produced hereunder. In the event of termination without cause
Page 9 of 12
pursuant to this Section, the terminating party need not provide the non-terminating party with
the opportunity to cure pursuant to Section 72.
7.9 Termination for Default of Contractor. If termination is due to the failure of the
Contractor to fulfill its obligations under this Agreement, City may, after compliance with the
provisions of Section 7.2, take over the work and prosecute the same to completion by
contract or otherwise, and the Contractor shall be liable to the extent that the total cost for
completion of the services required hereunder exceeds the compensation herein stipulated
(provided that the City shall use reasonable efforts to mitigate such damages), and City may
withhold any payments to the Contractor for the purpose of set-off or partial payment of the
amounts owed the City as previously stated.
7.10 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 attorney's fees. Attorney's
fees shall include attorney's fees on any appeal, and In addition a party entitled to attorney's
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.
8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
8A Non-liability of City Officers and Employees. No officer or employee of the City
shall be personally liable to the Contractor, or any successor in interest, in the event of any
default or breach by the City or for any amount which may become due to the Contractor or to
its successor, or for breach of any obligation of the terms of this Agreement.
8.2 Conflict of Interest. No officer or employee of the 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 the 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. The Contractor 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.
8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its
heirs, executors, assigns, and all persons claiming under or through them, that there shall be
no discrimination against or segregation of, any person or group of persons on account of
race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance
of this Agreement. Contractor shall take affirmative action to insure that applicants are
employed and that employees are treated during employment without regard to their race,
color, creed, religion, sex, marital status, national origin, or ancestry.
Page 10 of 12
9.0 MISCELLANEOUS PROVISIONS
9.1 Notice. Any notice, demand, request, document, consent, approval, or
communication either party desires or is required to give to the other party or any other person
shall be in writing and either served personally or sent by prepaid, first-class mail, in the case
of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM
SPRINGS, P.O. Box 2743, Palm Springs, California 92263. In the case of the Contractor, it
should be addressed to the person at the address designated on the execution page of this
Agreement. Either party may change its address by notifying the other party of the change of
address in writing. Notice shall be deemed communicated at the time personally delivered or
in seventy-two (72) hours from the time of mailing if mailed as provided in this Section.
9-2 Interpretation. The terms of this Agreement shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either party by
reason of the authorship of this Agreement or any other rule of construction which might
otherwise apply.
9.3 Integration: Amendment. 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. This Agreement
may be amended at any time by the mutual consent of the parties by an instrument in writing.
9.4 Severability. In the event that any one or more of the phrases, sentences,
clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or
unenforceable by a valid judgment or decree of a court of competent jurisdiction, such
invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses,
paragraphs, or sections of this Agreement which are hereby declared as severable and shall
be interpreted to carry out the intent of the parties hereunder 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.
9.5 Coroorate Authority- The persons executing this Agreement on behalf of the
parties hereto 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) the
entering into this Agreement does not violate any provision of any other Agreement to which
said party is bound.
(SIGNATURES ON FOLLOWING PAGE)
Page 11 of 12
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the
date first written above
CITY OF PALM SPRINGS,
ATTEST: a California charter city
i %By:
1 pyt' City Clerk City ger
APP VM AS
T RM:
gy_� APPROVED BY CITY COUNCIL
L4ty Att rney
RACTOR: Nolte Associates, Inc.
Check e Individual __Part —�CCorporation
By'— -- By
Signs ure(no rized) 6nature
(notarized)
Name: �J Or�.N A C7v JIB Name: w
Title: C-P%? Title: 371/
(This Agreement must be signed in the above space by This Agreement must be signed in the above space by
one of the following; Chairman of the Board,President or one of the following: Secretary, Chief Financial Officer or
any Vice President) 11 any Assistant Treasurer) `
Slate of ALLF-Vat l[1f Stale of a, Ll F/-E&L�-1
County ofN_Stl C CO55 County
on_t14Y�(n3Erz 1ZTr -'LDOG on PIOdCMF-Ere- lzT, 'P.Loc7s
before me,D FOR .�• N� V?=lam before me,�. ' e7ZA Q�• NtE�I (L
personally appeared deDgSl R\•^-DL,LLCN �t E-^, personallyappeared WILL/Arn 1. MILLEEL
who proved to me on the basis of satisfactory evidence to be who proved to me on the basis of satisfactory evidence to be
the person(s) whose name(s) islare subscribed to the within the person(s) whose name(s) is/are subscribed to the within
Instrument and acknowledged to me that he/shellhcy executed instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capaclty(Ics), and that by the same in his/her/their authorized capacity(ies), and that by
his/her/their signatures(s) on the instrument the person(s), or his/hor/their signatures(s) on the instrument the person(a), or
the entity upon behalf of which the person(s) acted executed the entity upon behalf of which the person(s) acted, executed
the instrument the instrument.
I certify under PENALTY OF PERJURY under the laws of the I certify under PENALTY of PERJURY under the laws of the
Stale of California that the foregoing paragraph is true and Stale of California that the foregoing paragraph is true and
correct. correct
WITNESS my hand and official seal. ,,((II WITNESS my hand and official seal.
Notary Signature: �.�,��'y� Lk v.dd j/lolp otary Signature: Ou^�pyC1 u Poo,
Notary Seal VV�i// Notary Seal
'� 11 III A. MEYER .._
L) cpMM. /172l2T5 N bEBUkA A MEYER
w m COMM.K1729275 rn
y NOrARYp y Page 12 of 12 V0TARTP LICGCAtiFORNIA n
W.qriiliii1UCwwi rrf,7ln �G'"�' i
lYrl 2111
EXHIBIT "A"
SCOPE OF SERVICES
GENERAL SCOPE — The intent of this contract is to provide the City with professional civil
engineering services necessary to provide certification of the Tahquitz Creek levee, in
accordance with levee criteria set forth in 44 CFR Section 65.10.
Task 1 — Data Collection and Review
Coordinate with City staff to obtain and review documents relevant to the levee certification
effort, such as as-built plans, engineering plans, design engineering reports, and geotechnical
reports.
Coordinate with FEMA to obtain and review documents relevant to the levee certification effort,
such as as-built plans, design engineering reports, geotechnical reports flood Insurance
studies, and floodplain mapping.
Coordinate with City staff to obtain available documentation for past performance during flood
events.
Coordinate with City staff to obtain available documentation regarding past operation and
maintenance activities.
Prepare a summary memo to communicate findings about the ability to complete levee
certification based on review of available documents.
Task 1 Assumptions:
City will lead efforts to identify and provide relevant documents that are in the City's
possession. in support of Contractor's efforts to obtain relevant documents at City facilities the
City will coordinate in advance with City staff and provide a project engineer to accompany the
Contractor.
City will lead efforts to identify and provide relevant documents that are in the possession of
Riverside County Flood Control and Water Conservation District (District) or other local
agencies.
In support of Contractor's efforts to obtain relevant documents at local agency facilities the City
will coordinate in advance with local agency staff and provide a project engineer to accompany
the Contractor.
Contractor has assumed that creation of as-built plans will not be needed and therefore are not
part of this scope. If it is determined that as-built plans do not exist, Contractor can create
those plans as an additional service.
Task 1 Deliverables
Summary Memo
Exhibit"A" ,
Page 1 of 6
EXHIBIT "A"
SCOPE OF SERVICES
Task 2-- Field Inspection
Conduct an initial field Inspection to visually confirm current conditions, identify potential visible
deficiencies and validate available as-built and maintenance information. Items of interest
include surface stabilization, unwanted vegetation growth, depressions, erosion, slope stability,
cracking, animal control, encroachments, bank stabilization, closure structures and toe
drainage systems. Once the field inspection is complete, Contractor shall meet with the City to
discuss the findings.
Perform Top of Levee survey to document elevations of existing surface for every 100 feet
horizontally along levee reach.
Task 2 Assumptions:
The initial field inspection will consist of visual inspection only. The City will provide assistance
as needed so that Contractor and its subconsultants can physically access the levee_
Task 2 Deliverables
Summary memo documenting findings from the field inspection
Task 3-- Freeboard Evaluation
Based on review of available hydrologic and hydraulic studies obtained in Task 1 and field
survey data collected by Contractor, determine if the levee provides adequate freeboard
between the top of levee elevation and the estimated base flood elevation. Contractor will also
create a hydraulic model using best available topography to determine if the levee meets the
FEMA freeboard criteria. This hydraulic analysis may also help determine if sediment
deposition has occurred in the creek.
Task 3 Assumptions:
The City will collect and provide the 2007 topographic (2-foot contour) data owned by the
District for use in the hydraulic modeling of the creek and levee. Revising hydrologic data and
calculations will not be included as part of this scope. Flow data will be taken from available
hydrologic studies or from the effective FEMA Flood Insurance Study.
Task 3 Deliverables
Summary memo that discusses the adequacy or deficiency of the levee with respect to the
FEMA freeboard requirements as defined in 44 CFR Section 65.10.
Exhibit"A"
Page 2 of 6
EXHIBIT "A"
SCOPE OF SERVICES
Task 4— Closures Evaluation
Based on review of available information obtained in Task 1, determine if existing openings in
the levee, such as storm sewers, culverts and road crossings, have adequate closure devices
with respect to the FEMA requirements as defined in 44 CFR Section 65.10.
Task 4 Assumptions:_
The City can provide design information for all closures incorporated into the levee system.
This task does not include preparation of as-builts or design calculations for structural
elements needed to close openings in the levee system.
Task 4 Deliverables
Summary memo
Task 5— Interior drainage Evaluation
Based on review of available information obtained in Task 1, determine the risk of interior
flooding, including the extent of flooded area and water surface elevation.
Task 5 Assumptions:
Existing interior drainage analyses and drainage improvement as-built plans that are available
from the City, District, or FEMA will be adequate for levee certification. Effort to refine or modify
available interior drainage analyses is excluded, but can be performed as an additional
service.
Task 5 Deliverables
Summary memo
Task 6— Embankment Protection Evaluation
Conduct analyses to evaluate embankment protection from erosion during the base flood, and
that anticipated erosion will not result in failure of the levee embankment or foundation directly
or indirectly through reduction of the seepage path and subsequent instability.
Task 6 Assumptions:
Adequate hydrologic and hydraulic analyses to support the embankment protection evaluation
were obtained and/or completed during Tasks 1 and 3.
Exhibit"A"
Page 3 of 6
EXHIBIT "A"
SCOPE OF SERVICES
Task 6 Deliverables
Summary memo and associated documentation required for submittal to FEMA for levee
certification.
Task 7— Embankment and Foundation Stability Evaluation
Utilize available geotechnical data obtained in Task 1 to perform embankment and foundation
stability analyses.
Utilize available geotechnical data obtained in Task 1 to evaluate expected seepage during
loading conditions associated with the base Flood and demonstrate that seepage into or
through the levee foundation and embankment will not jeopardize embankment or foundation
stability.
An extensive field exploration will be conducted to collect any required data not found in the
City's archives. In addition to the field exploration, lab testing will occur to analyze the
characteristics of each sample taken. These lab tests may include: moisture/density, sieve
analysis, hydrometer, Atterberg limits, compaction tests, permeability, consolidation, undrained
consolidation (CU) triaxial tests, and direct shear. This scope includes time for coordination
with the lab. The subsurface exploration and lab testing will follow the United States Army
Corps of Engineers' design guidelines.
Task 7 Assumptions:
Encroachment permitting and right-of-entry to locations will be provided by the City. Access to
drilling locations is adequate for drivable equipment. Drill cuttings can be spread around site
and/or stored in drums and removed by the City. Contractor will not be responsible for any
environmental assessments, handling/storage/disposal of hazardous or contaminated soil, or
disposal of drilling spoils.
Task 7 Deliverables
Summary memo of lab test results and field observations
Task 8—Settlement Potential Evaluation
Based on review of available information obtained in Task 1, confirm that adequate
engineering analyses to evaluate settlement potential and magnitude of future losses of
freeboard from settlement were performed. If adequate engineering analyses were not
obtained in Task 1, utilize geotechnical data collected during the field exploration and lab tests
in Task 7 to evaluate settlement potential.
Exhibit"A"
Page 4 of 6
EXHIBIT "A"
SCOPE OF SERVICES
Once technical analyses discussed in Tasks 3 through 8 are completed, Contractor will meet
with the City to discuss the results.
Task 8 Assumptions
Adequate geotechnical information to support completion of settlement potential evaluation
was completed under Task 7.
Task 8 Deliverables
Summary memo and associated documentation required for submittal to FEMA for levee
certification.
Task 9--Operation and Maintenance Plan
Complete updates to the City's current operation and maintenance plan to meet FEMA
minimum requirements.
Identify maintenance deficiencies that may prevent levee certification and develop
recommended maintenance tasks needed for certification.
Task 9 Assumptions
Pertinent operation and maintenance information is provided during Task 1. City staff will be
responsible for participating in the development, review, and approval of the Draft and Final
Operation and Maintenance Plan prepared by Contractor.
Task 9 Deliverables
Draft Operation and Maintenance Plan
Final Operation and Maintenance Plan
Task 10— Levee Certification Submittal Preparation
Prepare a draft levee certification submittal for City review with all information, forms, plans
and maps to meet FEMA certification requirements. Prepare and transmit to FEMA a final
submittal with all information, forms, plans and maps to meet FEMA certification requirements.
Submit all information to FEMA and the City in both digital and hard copy format. Submit to the
City two (2) copies of the back up information for each levee substantiating that each meets or
exceeds the certification criteria.
If the levee does not meet FEMA's levee certification criteria, Contractor will prepare a report
that clearly indicates what deficiencies exist (freeboard, maintenance, structural, etc.), their
Exhibit"A"
Page 5 of 6
EXHIBIT "A"
SCOPE OF SERVICES
location, and include a detailed recommendation of measures that need to be taken to remedy
each deficiency.
Task 10 Assumptions
Submit to the City up to two (2) copies of the draft and final levee certification submittal in hard
copy and digital formats.
Task 10 Deliverables
Draft and Final Levee Certification Submittal if levee meets FEMA certification requirements
Report identifying deficiencies with recommended measures if levee does not meet FEMA
certification requirements
END OF EXHIBIT "A"
Exhibit"A"
Page 6 of 6
EXHIBIT "B"
SPECIAL REQUIREMENTS
As specified in Section 5.1 (d), Additional Insurance, the following insurance policy shall be
required:
Professional Errors and Omissions Insurance. A policy of Professional Errors and Omissions
Insurance in an amount not less than One Million Dollars ($1,000,000.00) per claim and in the
aggregate with respect to loss arising from the actions of the Contractor performing
professional services hereunder on behalf of the City.
Section 5.3, Performance Bond, is deleted.
Section 7.7, Liquidated Damages, is waived.
END OF EXHIBIT "B"
Exhibit"B"
Page 1 of 1
EXHIBIT "C"
SCHEDULE OF COMPENSATION
Tasks lisled below are identical to tasks identified in Exhibit A of this Agreement. Payments to
Contractor shall be made no more frequently than monthly, and shall be based on lump sum costs per
task item of work as indicated herein. Lump sum payments shall be made to Contractor based upon
completion of tasks, or pro-rata portions thereof noted below, to a maximum of 75% of the lump sum
task item fee until completion of such task item as determined by the Contract Officer. Each request for
payment shall contain Contractor's statement of the work or tasks completed or portion performed, with
supporting documentation. The determination of payment due shall be made based upon the
reasonable judgment of the Contract Officer.
Task Total
Lump Sum
Task 1, Data Collection and Review $15,200.00
Task 2, Field Inspection $31,500,00
Task 3, Freeboard Evaluation $6,500.00
Task 4, Closures Evalualion $1,600.00
Task 5, Interior Drainage Evaluation $2,800.00
Task 6, Embankment Protection Evaluation $11,000.00
Task 7, Embankment and Foundation Stability Evaluation $47,200.00
Task 8, Settlement Potential Evaluation $14,800,00
Task 9, Operation and Maintenance Plan $7,800.00
Task 10, Levee Certification Submittal Preparation $10,400.00
Total $148,800.00
END OF EXHIBIT "C"
Exhibit"C'
Page 1 of 1
EXHIBIT "D"
SCHEDULE OF PERFORMANCE.
Task Duration (estimated from Notice to Proceed)
1 - Data Collection & Review 10 weeks
2 - Field Investigation 4 weeks after Task 1 - includes time to perform Top of Levee survey
3 - Freeboard Evaluation 2 weeks after Task 2
4 - Closures Evaluation 2 weeks after Task 2
5 - Interior Drainage Evaluation 2 weeks after Task 2
6 - Embankment Protection Evaluation 6 weeks after Task 2
7 - Embankment and Foundation Stability Evaluation 6 weeks after Task 2
8 - Settlement Potential Evaluation 6 weeks after Task 2
9 - Operation & Maintenance Plan 4 weeks after Task 8
10 - Levee Certification Submittal Package 4 weeks after Task 9
TOTAL 28 weeks
Exhibit"D"
Page 1 of 1