Loading...
HomeMy WebLinkAbout10/1/2014 - STAFF REPORTS - 2.S. ALM SpP iy W V N Fa.nm` C4<ffORN�P CITY COUNCIL STAFF REPORT DATE: OCTOBER 1, 2014 CONSENT CALENDAR SUBJECT: APPROVAL OF AMENDMENT NO. 1 TO A PROFESSIONAL SERVICES AGREEMENT WITH MICHAEL FONTANA AND ASSOCIATES FOR ON- CALL FACILITY CONSTRUCTION OWNER REPRESENTATIVE SERVICES; AND, AUTHORIZING THE CITY MANAGER TO EXECUTE ALL DOCUMENTS RELATED TO THE AGREEMENTS FROM: David H. Ready, City Manager BY: Community & Economic Development Department SUMMARY This Amendment approves additional funding for a contract for Facility Construction Owner Representative Services with Michael Fontana and Associates for assistance in the City in the construction of the public improvements at the Downtown Revitalization Project, with the construction work being undertaken pursuant to the Project Financing Agreement with Wessman Development. RECOMMENDATION: 1. Approve Agreement No. "AMENDMENT NO. 1 TO A PROFESSIONAL SERVICES AGREEMENT WITH MICHAEL FONTANA AND ASSOCIATES FOR ON- CALL FACILITY CONSTRUCTION OWNER REPRESENTATIVE SERVICES;"and 2. AUTHORIZE THE CITY MANAGER TO EXECUTE ALL DOCUMENTS RELATED TO THE ABOVE AGREEMENT. FISCAL IMPACT The original contract with Michael Fontana and Associates for Facility Construction Owner Representative Services was entered into in February, 2014 and is for a term of three years. In a Facility Construction Owner Representative Services, the City's Owner's Representative represents the City in meetings with the contractors and designers, ITEM NO. Owner's Representative Services October 1, 2014 Page 2 providing skills and expertise in construction management, cost estimating, budgeting, and project scheduling in a way that saves the City time and money in a project. The nature of the Agreement is for on-call, as-needed services, so the amount of the unspecified was Agreement because the number and type of capital projects requiring 9 the Consultant's services throughout the duration of the term of the Agreement was unknown. With the February Agreement, a Purchase Order for $25,000 was issued, with the understanding that additional funding would need to be added once the Project was fully underway. Per the terms of the Agreement, the Consultant's compensation is to be identified on separate, individually authorized Task Orders corresponding to individual projects. The Amendment authorizes an individual Task Order (Purchase Order) and additional funding for the Project in an amount that should be sufficient to provide owner's representative services for the core activity of constructing the public improvements and preparing the infrastructure for the Event Center in the Downtown Revitalization Project. The cumulative $75,000 Task Order includes the original $25,000 Purchase Order. The Amendment does not amend the remaining term or any other provision of the Agreement. Additional funding could be available under the Agreement for other Tasks, such as the Event Center construction (which could be constructed as a separate project from the Downtown Revitalization /Project) under separate Task Orders. ohn . RayNond, Director of David H. Ready, City Ma unity'9 Economic Development Attachments: 1. Amendment No. 1 to Professional Services Agreement 2. Professional Services Agreement 2 02 AMENDMENT NO. 1 TO A PROFESSIONAL SERVICES AGREEMENT On-Call Facility Construction Owner Representative Services This Amendment No. 1 to the Professional Services Agreement ("Amendment") is made and entered into this day of October, 2014, by and between the City of Palm Springs, California, a California Charter City and municipal corporation ("City"), and Michael Fontana and Associates, ("Consultant"). RECITALS A. City has determined that there is a need for As-Needed, "On-Call" Facility Construction Owner Representative Services for a variety of future construction projects, including the Public Improvements constructed as part of the Downtown Revitalization Project (hereinafter the "Project"). B. Consultant has submitted to City a proposal to provide As-Needed, "On-Call" Facility Owner Representative Services for a variety of future construction projects to City pursuant to the terms of this Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation and expertise to provide these services and has agreed to provide such services as provided herein. D. City desires retained Consultant to provide such professional services and desires to extend services of Consultant. AGREEMENT In consideration of the promises and covenants contained in this Amendment and other good and valuable consideration, the City and the Consultant agree: SECTION 1. The Agreement expressly stated that the maximum contract amount of this Agreement is undefined, and is subject to the number and type of capital projects requiring the Consultant's services throughout the duration of the term of this Agreement, if any. Consultant's compensation was to be limited to the amount identified on each separate, individually authorized Task Order corresponding to a project requiring the services of the Consultant. SECTION 2. By approval of this Amendment, the City Council hereby authorizes the approval of an individual Task Order (Purchase Order) in an amount sufficient to cover the cost of required services (pursuant to Schedule "D") necessary for the completion of the Downtown Revitalization Project, subject to the remaining term of the Agreement and the existing cost limits established by the Palm Springs Municipal Code, or a cumulative Seventy Five Thousand Dollars ($75,000.00). 03 SECTION 3. City and Consultant agree that the terms of the Agreement, shall remain unchanged and in full force and effect, except as specifically provided in this Amendment. [SIGNATURES ON THE FOLLOWING PAGE] 04 IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement to be executed the day and year first above written. ATTEST: CONTENTS APPROVED: CITY OF PALM SPRINGS, CA By By City Clerk City Manager Date: Date: By City Engineer Date: APPROVED AS TO FORM: APPROVED BY CITY COUNCIL: By Date: Agreement No. City Attorney Date: CONSULTANT Name: Michael Fontana and Associates Check one: _Individual _Partnership _Corporation Corporations require two notarized signatures: One signature must be from 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. Address: 70411 Desert Cove Rancho Mirage, CA 92270 By: By: Signature (notarized) Signature (notarized) Name: Name: Title: Title: 05 State of California ) )ss. County of Riverside ) On before me, Date Name and Title of Officer Personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her,their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal Signature of Notary Public 06 CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT ON-CALL FACILITY CONSTRUCTION OWNER REPRESENTATIVE SERVICES THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this day of , 2014,by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, (hereinafter referred to as "City") and Michael Fontana and Associates, (hereinafter referred to as "Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and are hereinafter collectively referred to as the "Parties." RECITALS A. City has determined that there is a need for As-Needed, "On-Call" Facility Construction Owner Representative Services for a variety of future construction projects, (hereinafter the "Project"). B. Consultant has submitted to City a proposal to provide As-Needed, "On-Call" Facility Owner Representative Services for a variety of future construction projects to City pursuant to the terms of this Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided herein. D. City desires to retain Consultant to provide such professional services. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit "A," which is attached hereto and is incorporated herein by reference (hereinafter referred to as the "Services" or "Work"). As a material inducement to the City entering into this Agreement, Consultant represents and warrants that this Agreement requires specialized skills and abilities and is consistent with this understanding, Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated herein and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required hereunder. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2)the Scope of Services; (3) the City's Request for Proposals; and, (4) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), (collectively referred to as the "Contract Documents"). The City's Request for Proposals and the Consultant's Proposal, which are both attached as Exhibits "B" and "C", respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal. All provisions of the Scope of Services, the City's Request for Proposals and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Page 1 of 16 07 Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (1') the terms of this Agreement; (2nd) the provisions of the Scope of Services (Exhibit "A"); as may be amended from time to time; (3rd) the provisions of the City's Request for Proposal (Exhibit "B"); and, (4`h) the provisions of the Consultant's Proposal (Exhibit "C"). 1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances and all lawful orders, rules, and regulations promulgated thereunder, including without limitation all applicable Cal/OSHA requirements. 1.4 Licenses, Permits. Fees and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant 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 Consultant's performance of the Work and 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 Agreement, Consultant warrants that Consultant (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 under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term 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 the 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. 1.8 Performance of Services. City Manager or his desginee, as provided in Section 2.1 of this Agreement, shall have the right at any time during the term of this Agreement to order the performance of services as generally described in the Scope of Services to perform extra or additional work beyond that specified in theScope of Services or make changes by altering, adding to, or deducting from such Work. No Work may be undertaken unless a written order is first given by the City Manager or his designee to the Consultant, incorporating therein the identification and description of the Work to be performed, a maximum or not to exceed amount for such Work, and the time to perform this Agreement. Page 2of16 08 1.9 Unauthorized Aliens. Consultant hereby represents and warrants that it will comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§1101, et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of any work and/or services under this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to reimburse City for any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, or penalties which arise out of or are related to such employment, together with any and all costs, including attorneys' fees, incurred by City. 2.0 COMPENSATION 2.1 Maximum Contract Amount. City and Consultant hereby acknowledge and agree that the scope of services required by this Agreement will vary dependent upon the number, type, and extent of the services or work the Consultant shall provide; and no guarantee of the extent or the type of services required of Consultant under the terms of this Agreement is made by the City. The annual level of services required by this Agreement is unknown, and may significantly increase or decrease from year to year. In acknowledgement of the fact that the number and type of capital projects requiring the Consultant's services has not been identified for this contract, City and Consultant hereby acknowledge and agree that a specific "Maximum Contract Sum" shall be imposed on each separate project that the City may assign Consultant as provided in Section 1.8 and in this Section 2.1. Each such separate project shall be identified as a Task Order or a Purchase Order authorized by the City Manager or his designee, as provided in this Section 2.1. For the services rendered pursuant to this Agreement, the Consultant shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "D" and incorporated herein by this reference. Consultant's Insurance Premiums for the coverage required under this agreement shall be a reimbursable expense and should consultant take on other compensable work during the term of this agreement, Consultant shall notify the City and the City's share of the reimbursable insurance premium expense shall be proportionately reduced accordingly, subject to the mutual agreement of the parties. The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment for time and materials based upon the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "D", or (iii) such other methods as may be specified in the Schedule of Compensation. Compensation shall include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense, and all other necessary expenditures required to perform the professional services under this Agreement. Compensation shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City; Consultant shall not be entitled to any additional compensation for attending said meetings. Consultant 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 Consultant anticipates, and that Consultant shall not be entitled to additional compensation therefore. It is expressly agreed that the maximum contract amount of this Agreement is undefined, and is subject to the number and type of capital projects requiring the Consultant's services throughout the duration of the term of this Agreement, if any. Consultant shall be entitled to compensation in accordance with separate City authorized "Task Orders' (Purchase Orders) with corresponding Not-to-Exceed payment amounts established pursuant to the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "D". Consultant's compensation shall be limited to the amount identified on each separate, individually authorized Task Order corresponding to a project requiring the services of the Consultant. By approval of this Agreement, the City Council hereby authorizes the subsequent approval of individual Task Orders (Purchase Orders) in those amounts sufficient to cover the cost of required Page 3 of 16 09 services (pursuant to Schedule "D") necessary for capital projects, subject to existing cost limits established by the Palm SpringsMunicipal Code. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation (Exhibit "D"), in any month in which Consultant wishes to receive payment, no later than the tenth (10) working day of such month, Consultant shall submit to the City, in a form approved by the City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such requests shall be based upon the amount and value of the services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or a soon thereafter as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Chances in Scope. In the event any change or changes in the Scope of Services is requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement. If such appropriations are not made, the City Manager may terminate this Agreement as provided in Section 8.3 of this Agreement; otherwise, there shall be no funding for any work or services and Consultant shall not be entitled to payment for any work or services that Consultant may provide. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon Schedule of Performance for each Task Order. 3.2 Schedule of Performance. Consultant 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. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 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 Consultant (financial inability excepted), including, but not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if Consultant, within ten (10) days of the commencement of such delay, notifies the City Manager in writing of the causes of the delay. The City Manager 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 City Manager such delay is justified. The City Manager's determination shall be final and conclusive Page 4 of 16 10 upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this section. 3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement shall continue in full force and effect for three (3) years. At the sole discretion of the City Manager, upon written notice to Consultant and mutual agreement, the term of this Agreement may be extended for two (2) additional one (1) year terms. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its behalf with respect to the Services to be performed under this Agreement and make all decisions in connection therewith: Michael Fontana. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant 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 Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. 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 consent 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 Consultant, 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 Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 4.4 Independent Contractor. A. The legal relationship between the Parties is that of an independent contractor, and nothing herein shall be deemed to make Consultant a City employee. During the performance of Page 5 of 16 11 this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations, other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subcontractors, or agents, Consultant shall indemnify City for all such financial obligations. 5. INSURANCE 5.1 Types of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, or in the event the Risk Manager determines the minimum limits should be adjusted, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which Page 6 of 16 12 may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager- (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of $10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of $10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance Page 7 of 16 13 policies required of Consultant pursuant to this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Consultant agrees to ensure that Consultant's subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. Page 8 of 16 14 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverane.Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..." ("as respects City of Palm Springs Contract No. " or "for any and all work performed with the City"may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No. " or "for any and all work performed with the City' may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. Page 9 of 16 15 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION 6.1 To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Consultant's employees included), for damage to property, including property owned by City, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant's negligence or willful misconduct under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant's indemnification obligation or other liability under this Agreement. Consultant's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 7. REPORTS AND RECORDS 7.1 Accountina Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to 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 reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports.Consultant 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. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant 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 Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. Page 10 of 16 i S 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant 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 incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue.This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. Thereafter, Consultant shall have no further claims against the City under this Page 11 of 16 17 Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. In addition, the Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Consultant may determine. 8.4 Default of Consultant. A. Consultant's failure to comply with any provision of this Agreement shall constitute a default. B. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8.3. C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.4.13, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Legal 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. 8.8 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non-judicial proceeding, the prevailing Party shall be entitled, in Page 12 of 16 18 addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses, including but not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non-judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees.No officer or employee of the City shall be personally liable to the Consultant, 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 Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 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/she is, directly or indirectly, interested in violation of any state statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any settlement made without Consultant's consent or in the event City fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Consultant's expense. If the use or Page 13 of 16 19 sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm springs Attention: City Manager 3200 E. Tahquitz Canyon Way Palm springs, California92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: Michael Fontana and Associates Attention: Michael E. Fontana, Principal 70411 Desert Cove Rancho Mirage, CA 92270 Telephone: (760) 567-2054 10.3 Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof. No amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or their respective successors, assigns, or grantees. 10.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest.This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary.Except as may be expressly provided for herein, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party hereto. 10.7 Recitals.The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for Page 14 of 16 20 purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing 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 the Party for which he or she is signing is bound. (SIGNATURES ON FOLLOWING PAGE) Page 15 of 16 21 IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement to be executed the day and year first above written. ATTEST: CONTENTS APPROVED: CITY OF PALM SPRINGS, CA By By City Clerk City Manager Date: Date: By City Engineer Date: APPROVED AS TO FORM: APPROVED BY CITY COUNCIL: By Date: Agreement No. City Attorney Date: CONSULTANT Name: Michael Fontana and Associates Check one: _Individual _Partnership _Corporation Corporations require two notarized signatures: One signature must be from 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. Address: 70411 Desert Cove Rancho Mirage, CA 92270 By: By: Signature (notarized) Signature (notarized) Name: Name: Title: Title: Page 16 of 16 22 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On _ ...._.____. before me, — {py E 14fx itxEi t N2I1t flN"-Til:n x?ttYB tA'feC,' personally appeared .. who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware suisscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/horlthefr authorized capacity(ies), and that by hisrnet/their signaiuie(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature.._ ...................Fm S+laxe 9bz7 F.e31.�bR1•Y? SV", m 0 WuW NW OPTIONAL Though the olormation below is not required try taw,it tray prove valuable,to persons relying on the document and could prevent haneulenf rerr oval and reanxohment of this form to annfirer drx"mEnt- Description of Attached Document Title or'type of Document. __.. Document Date: ,---- _ .._,_._. _,. . __Number of Pages: Signers)Other Than Named Above: __........ _ Capec"(ies)Claimed by Signer(s) Signer's Name: __ Signer's Narne:__ ---- Individual v;individual Corporate Officer—Titte(s): Corporate Officer—Tille(s): .,w. . Partner—Ct Umi[ed ❑General " Partner—uLimiied LGeneral :a Attorney in Fact L�Attorney in Fact __'I Trustee here '- Trustee j r !-IIcv-Y;trove Guardian or Conservator a Guardian or Conservator D omor, _ Other:_ n j t Suer Is Representing:.......__._.....,_,__ Signer is Representing: j i 472 NM lN."Aeaa4M. on•93W D.SMA.w.,RO ara2lOT•Ch.w.orth,Gb stala2a03.wJ.w.N.rMaWdeeTdg ttan YrA09 ri . ,LCATAJFtt IVa a7&W? 23 EXHIBIT "A" SCOPE OF SERVICES The SCOPE OF SERVICESand principal responsibilities may include, but are not limited to, the following: (*all services may or may not be necessary on each project) 1. Coordinate Design Team and other consultant selection for each project. 2. Coordinate efforts of the selected design team and constructability reviews for each project. 3. Report regularly, verbally and in writing (including Staff Reports) to the City management and Council on status of projects. 4. Coordinate the flow of information between the design team members and the City on each project. 5. Attend meetings of city advisory boards and the City Council when said meetings relate to projects covered by this contract. 6. Conduct regular meetings of the design team and City for each project. 7. Verify and approve the accuracy of all bid specifications and associated documents and assist during the bidding phase of each project, analyze and verify bid results, including the processing and approval of the construction contract documents and working with the City Attorney and all internal City departments as needed. 8. Regularly review the schedule and budget during construction, keeping each project on time and within budget. 9. Make regular visits to the construction site(s)to review progress and handle onsite concerns. 10. Maintain project files concerning each project's finances, correspondence and detailed records, alsorespond to all Requests For Information or Public Records Requests in a timely fashion and in compliance with all applicable laws and regulations. 11. Review all proposed project changes and recommend to City appropriate courses of action, and process all necessary documents, including construction Change Orders, for any approved changes for each project. 12. Participate in weekly construction site meetings for each project. 13. Submit invoices monthly with detailed account of staff hours attributed to specific project billings with all staff hours attributed to project. UseCity provided project numbers or identifiers so that each project can be separately accounted for. 14. Review all payment requests, verify and confirm accuracy and resolve any discrepancies, and make recommendations to the City for payment processing. 15. Continually work to build a mutually supportive team throughout design and construction of each project. 16. Cooperate, coordinate and communicate with all internal City departments as necessary, following all City procedures and complying with all applicable ordinances, regulations and laws for the successful completion of each project. It will be the responsibility of the successful firm or consultant to determine the necessary staffing level required to perform the scope of service. The City will NOT provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. Material testing, survey and building inspection services are NOTpart of the scope of services under this agreement and will be contracted for separately as needed. The successful firm or consultant will, however, be required to work closely with and coordinate these efforts with the contracted firms providing such services on each project. Exhibit"A" Page 1 of 1 24 EXHIBIT "A" SCOPE OF SERVICES Schedule network analysis is NOT part of the scope of services, however the successful firm or consultant will be required to monitor on behalf of the City the progress of any and all performance schedules as they relate to the construction projects. END OF EXHIBIT "A" Exhibit "A" Page 1 of 1 25 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS NOTICE INVITING REQUEST FOR PROPOSALS For FACILITY CONSTRUCTION OWNER REPRESENTATIVE SERVICES (RFP 09-11) NOTICE IS HEREBY GIVEN that Request for proposals (RFP09-11), for providing Facility Construction Owner Representative Services for the City of Palm Springs, CA will be received atthe Office of Procurement & Contracting, City Hall, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. Local Time, MONDAY, FEBRUARY 7, 2011.Proof of receipt before the deadline is a City of Palm Springs, Division of Procurement and Contracting time/date stamp. It is the responsibility of the Proposer to see that any proposal sent through the mail, or by any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Note that City Hall is open Monday thru Thursday and is closed every Friday , weekends and holidays. Late proposals will be returned unopened. DESCRIPTION OF WORK: The work is comprised of providing on-call, as-needed professional facility Construction Owner Representative services in support of potential City of Palm Springs facility capital improvement projects. OBTAINING RFP DOCUMENTS AND REGISTRATION: The RFP document may be downloaded via the internet at the following direct page link http://www.i)almsprincis-ca.gov/index.asi)x?page=85 (or by visiting www.palmspringsca.gov and clicking on Government, then Departments, then Procurement and then open Bids and Proposals). Upon downloading the document it is IMPERATIVE that you contact Cheryl Martin, Procurement Specialist I, via email at Cheryl.Martinna.palmsprinosca.gov or by phone at (760) 322-8373 to officially resister for this specific project with your company name, address, phone, fax, contact person and email address. Failure to officially register may result in not receiving addenda to the RFP. Failure to acknowledge addenda to the RFP may render your proposal as non-responsive. SELECTION PROCESS AND AWARD OF CONTRACT: This solicitation has been developed in the Request for Proposals (RFP) format. Accordingly, firms should take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to determine which proposal best meets the requirements set forth in the RFP document. PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. The selected firm will be required to comply with all insurance and license requirements of the City. All expenses associated with the preparation, submission of an RFP proposal to the City, or participation in any presentations, interviews or any other element of the RFP process shall be the sole financial responsibility of the Proposer. Craig L. Gladders, C.P.M. Procurement and Contracting Manager January 6, 2011 26 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS x ti CITY OF PALM SPRINGS, CA REQUEST FOR PROPOSALS #09-11 FACILITY CONSTRUCTION OWNER REPRESENTATIVE SERVICES Request for proposals (RFP09-11), for as needed, on-call, Facility Construction Owner Representative Services to the City of Palm Springs, CA will be received at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL TIME, MONDAY, FEBRUARY 7, 2011.It is the responsibility of the Proposer to see that any proposal sent through the mail, or any other delivery method, shall have sufficient time to be received by this specified date and time. The receiving time in the Procurement Office will be the governing time for acceptability of RFPproposals. Telegraphic, telephonic, faxed, emailed or other electronic or media transmission of RFPproposals will not be accepted. Late RFPproposals will be returned unopened. Failure to register as a Proposer to this RFP process per the instructions in the Notice Inviting Request for Proposals (under "Obtaining RFP Documents') may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a proposal as being non- responsive. We strongly advise that interested firms officially register per the instructions provide in the Notice. 1. BACKGROUND INFORMATION AND GENERAL DESCRIPTION To clarify, this solicitation is NOT for Construction Management Services, nor for Architectural, Design or Engineering Services. The City will seek qualified firms under separate solicitations for Construction Management, Architectural, Design and Engineering Services at the appropriate time when a specific project warrants such services. The purpose of this solicitation is for the City to have, as the owner, as needed, on-call representation that will oversee and facilitate multiple construction projects on behalf of the City and to act as the City's liaison. The City of Palm Springs is a CharterCity in eastern Riverside County, CA with a population of over 48,000. The City owns and operates Palm Springs International Airport (PSP) as well as many other public facilities within the community such as the Convention Center, Visitors Center, Downtown Parking Structure, and Library, to name a few. Over the next several years the City contemplates potential construction of new facilities as well as the remodel and expansion of existing facilities. Examples of the types of projects that may be contemplated under this contract for construction owner representative services may include, but are not limited to, the following: main library remodel or expansion; new parking garage; new fire station; park concession stand remodel; computerized park irrigation and lighting control system; stadium remodel; new pool equipment enclosure; and at the Airport a remodel of the car rental counters, boiler system replacement, escalator replacement, desert 27 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS landscaping conversion, old hangar demolition and demolition of car rental service facilities including UST removal. Note that projects at PSP would not include federally funded FAA capital improvement projects under this contract. Cost estimates for any of the potential projects listed above are not available at this time as these projects are not yet approved. 2. PROJECT OBJECTIVE AND SCHEDULE The objective of this solicitation is to hire a firm or individual to provide, on an as-needed basis, professional facility Construction Owner Representative Services that will oversee and facilitate multiple construction projects on behalf of the City and to act as the City's liaison. Facility Construction Owner Representative consulting services are expected to be required over the next five-year period and a contract shall be negotiated for whatever term is determined to be in the best interests of the City. During the actual construction of facilities the services sought may be on a full time basis, while during the design and bidding phases of projects the required services may be limited to hourly services. RFP SCHEDULE Notice for Request for proposals posted and issued ..........................Thursday, January 6, 2011 Deadline for receipt of Questions...............................3:00 P.M., Thursday, January 27, 2011 Deadline for receipt of Proposals..................................3:00 P.M., Monday, February 7, 2011 Short List/ Interviews, *if desired by City............................................................to be determined Contract awarded by City Council.......................................................................to be determined NOTE. There will NOT be a pre-proposal conference for this procurement. *Dates above are subject to change. 3. SCOPE OF SERVICES The SCOPE OF SERVICESand principal responsibilities may include, but are not limited to, the following: (*all services may or may not be necessary on each project) 17. Coordinate Design Team and other consultant selection for each project. 18. Coordinate efforts of the selected design team and constructability reviews for each project. 19. Report regularly, verbally and in writing (including Staff Reports) to the City management and Council on status of projects. 20. Coordinate the flow of information between the design team members and the City on each project. 21. Attend meetings of city advisory boards and the City Council when said meetings relate to projects covered by this contract. 22. Conduct regular meetings of the design team and City for each project. 23. Verify and approve the accuracy of all bid specifications and associated documents and assist during the bidding phase of each project, analyze and verify bid results, including the processing and approval of the construction contract documents and working with the City Attorney and all internal City departments as needed. 24. Regularly review the schedule and budget during construction, keeping each project on time and within budget. 25. Make regular visits to the construction site(s)to review progress and handle onsite concerns. 28 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS 26. Maintain project files concerning each project's finances, correspondence and detailed records, alsorespond to all Requests For Information or Public Records Requests in a timely fashion and in compliance with all applicable laws and regulations. 27. Review all proposed project changes and recommend to City appropriate courses of action, and process all necessary documents, including construction Change Orders, for any approved changes for each project. 28. Participate in weekly construction site meetings for each project. 29. Submit invoices monthly with detailed account of staff hours attributed to specific project billings with all staff hours attributed to project. UseCity provided project numbers or identifiers so that each project can be separately accounted for. 30. Review all payment requests, verify and confirm accuracy and resolve any discrepancies, and make recommendations to the City for payment processing. 31. Continually work to build a mutually supportive team throughout design and construction of each project. 32. Cooperate, coordinate and communicate with all internal City departments as necessary, following all City procedures and complying with all applicable ordinances, regulations and laws for the successful completion of each project. It will be the responsibility of the successful firm or consultant to determine the necessary staffing level required to perform the scope of service. The City will NOT provide dedicated work space or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. Material testing, survey and building inspection services are NOTpart of the scope of services under this agreement and will be contracted for separately as needed. The successful firm or consultant will, however, be required to work closely with and coordinate these efforts with the contracted firms providing such services on each project. Schedule network analysis is NOT part of the scope of services, however the successful firm or consultant will be required to monitor on behalf of the City the progress of any and all performance schedules as they relate to the construction projects. 4. PRIORCITY WORKIf your firm has prior experience working with the City DO NOTassume this prior work is known to the evaluation committee. All firms are evaluated solely on the information contained in their proposal, information obtained from references, and presentations if requested. All proposals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. 5. SELECTION PROCESS AND EVALUATION CRITERIA The City of Palm Springs is utilizing a Qualifications Based Selection process to select a firm to provide the professional services requested by this RFP. The City shall review the proposals submitted in reply to thisRFP, and a limited number of firms may be invited to make a formal presentation at a future date, if desired by the City. The format, selection criteria and date of the presentation will be established at the time of short listing. Preparation of proposals in reply to this RFP, and participation in any future presentation is at the sole expense of the firms responding to this RFP. This solicitation has been developed in the "Request for Proposals"(RFP) format. Accordingly, firms should take note that the City will consider multiple criteria in selecting the most qualified 29 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS firm.Consistent with Federal, State and Local laws for the acquisition of professional services, price is NOTanevaluation criteria.Cost proposals submitted in separate sealed envelopes are not opened, nor considered during proposal evaluations. Upon selection of the most qualified firm, the associated cost proposal will be used as a basis for contract negotiations. A contract shall be negotiated on the basis of the submitted Cost Proposal, and in consideration of reasonable and mutually agreed project costs and time requirements.Should successful negotiations not occur with the highest ranked firm, the City may, at its sole discretion, choose to enter into negotiations with the second highest ranked firm, and so on. Firms are requested to submit their proposals so that they correspond to and are identified with the following specific evaluation criteria: A. Firm Qualifications, Experience and Background (35POINTS): B. Understanding of Construction Owner Representative Services and work plan approach/methodology (35 POINTS): C. References and Experience with Projects of Similar Size and Scope (25 POINTS): D. Local Expertise Demonstrated on the Team (5 POINTS): Firms that qualify as a Local Business, or employ local sub-consultants, and submit a valid business license as more fully set forth in Section D.1 below, pursuant to the City of Palm Springs Local Preference Ordinance 1756).The full local preference, five (5) points, will be awarded to those that qualify as a Local Business. Two (2) points will be awarded to a non-local business that employs or retains local residents and/or firms for this project. Non-local firms that do not employ or retain any local residents and/or firms for this project shall earn zero (0) points for this criteria. 6. PROPOSAL CONTENTS AND SPECIAL CONDITIONS Firms are requested to format their proposals so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 5 above. The proposals must be in an 81h X 11 format, may be no more than a total of twenty five (25) pages (sheets of paper, double sided is OK), including an organization chart, staff resumes and appendices, and cover letter. NOTE: Dividers, Attachment "A" , Addenda acknowledgments, and the Cost Proposal ('in a separate sealed envelope) do NOT count toward the 25 page limit. Interested firms shall submit SIX (6) copies (one marked "Original" plus five copies) of its proposal by the deadline. All proposals shall be sealed within one package and be clearly marked, "RFP#09-11, REQUEST FOR PROPOSALS FOR FACILITY CONSTRUCTION OWNER REPRESENTATIVE SERVICES". Within the sealed proposal package, the Cost Proposal shall be separately sealed from the Qualifications/Work Proposal. Proposals not meeting the above criteria may be found to be non- responsive. Each proposal package must include two separately sealed envelopes: ENVELOPE #1, clearly marked "Qualifications/Work Proposal", shall include the following items: • Completed Signature authorization and Addenda Acknowledgment (see Attachment A) • Your response to the evaluation Criteria A through D as provided below. ENVELOPE #2, clearly marked "Cost Proposal", shall include the following item: 30 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS • List the hourly rate (or other rates as they may apply) for pre-construction services for all work performed at the request of the City. • List the flat monthly rate (or other rates as they may apply) for construction projects that are assigned to the firm. The monthly rate would commence on the date that the City Council awards the construction contract for the specific project and shall continue for sixty (60) days following the recording of the Notice of Completion for the specific project. • List any reimbursable expenses the City may incur. • List any additional costs, such as drive time, that the City may incur in conjunction with the performance of Construction Owner Representative Services. • Do NOT include Attachment "A" in the Cost Proposal envelope. Attachment "A" is to be included in Envelope #1, Qualifications/Work Proposal. At a minimum, firms must provide the information identified below. All such information shall be presented in a form that directly corresponds to the numbering scheme identified below. SECTION A: FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND A.1 State your firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number, contact person and E-mail address. If a corporation, indicate the state the corporation was organized under. A.2. State the name and title of the firm's principal officer with the authority to bind your company in a contractual agreement. A.3 Describe your firm's background and qualifications in the type of effort that this project will require, specifically identifying experience with providing construction owner representative services for public agencies. AA List the name, qualifications and availability of the key staff/team members that will be assigned to this project. Provide detailed qualifications of the lead Representative or Project Manager that will be assigned to this project. A.5 Indicate the name of any sub-consultant firms that will be utilized to make up your team. Describe each sub-consultant's background and specific expertise that they bring to this project, SECTION B: UNDERSTANDING OF CONSTRUCTION OWNER REPRESENTATIVE SERVICES AND WORK PLAN APPROACH/ METHODOLOGY B.1 Describe in detail the steps that your firm would follow to provide facility construction owner representative services, including your work plan process and methodology. B.2 Identify your ability to ensure that projects are designed and constructed within your client's budget and the measures taken in successfully completing all phases of a project (from design through completion of construction). 13.3 Identify project management tools you propose to use to keep both your own staff on track and the City staff cognizant of current project status. 31 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS BA Identify a construction project, carried out in a desert environment, for which your firm and the staff proposed for this contract provided Construction Owner Representative Services, and describe how you applied your firm's skills and abilitiesin the following areas: (a) Responsiveness and attentiveness to client needs; (b) Creative ability; (c) Knowledge and understanding of the latest construction trends; (d) Analytical capability; (e) Oral and written communication skills; (f) Interaction with client's organization, i.e., other divisions and personnel (g) Sensitivity to funding constraints B.5 For the potential projects that were briefly described in Section 1 "Background and General Information", please comment on, and identify, any potential problems (if any) associated with these projects that you anticipate based only on the limited information provided, and how you would work with City staff to avoid or resolve them. SECTION C: REFERENCES AND EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND SCOPE CA Provide a minimum of five (5) references for recently completed Construction Owner Representative Services for projects of a similar size and scope where the key personnel identified above provided the professional services required. At least three (3) of the references shall be for public/government agency projects, preferably in a desert climate. Provide contact information, including full name and a current phone number, for each project identified. C2 For the representative successful projects completed, explain what key issues/challenges you faced and how you solved them. Also, please comment on the project budgeting for each. SECTION D: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM DA Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding contracts for services, including consultant services, preference to a Local Business shall be given whenever practicable and to the extent consistent with the law and interests of the public. The term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or proposal opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "CoachellaValley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa RosaMountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "CoachellaValley" includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. The contractor or consultant will also, to the extent legally possible, solicit applications for employment and proposals for subcontractors and subconsultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. 32 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS In order for a business to be eligible to claim the preference, the business MUST request the preference in the Solicitation response (see Attachment A) and provide a copy of its current business license (or of those it employs for this pr;*ect) from a jurisdiction in the CoachellaValley with its proposal. D.2 List all team members with local expertise. Clearly define their role in the overall project. DEADLINE FOR SUBMISSION OF PROPOSALS:AII proposals must be received in the City of Palm Springs, Division of Procurement and Contracting office by 3:00 P.M-LOCAL TIME, MONDAY, FEBRUARY 7. 2011. Proof of receipt before the deadline is a City of Palm Springs, Division of Procurement and Contracting time/date stamp. It is the responsibility of the Proposer to see that any proposal sent through the mail, or by any other method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Late proposals will be returned to the Proposer unopened. Proposals shall be clearly marked and identified and must be submitted in a sealed package to: City of Palm Springs Division of Procurement and Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA92262 Attn: Craig L. Gladders, C.P.M., Procurement & Contracting Manager PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY FRIDAY DUE TO THE CURRENT FURLOUGH PROGRAM, AND THEREFORE IS NOT ABLE TO ACCEPT, TIME OR DATE STAMP ANY PROPOSALS ON FRIDAYS (OR WEEKENDS AND HOLIDAYS). PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A PROPOSAL BY THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT. QUESTIONS?:Proposers, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this RFP other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a proposal. ANY questions, technical or otherwise, pertaining to this request for Request for proposalsmust be submitted IN WRITING and directed ONLY to: Craig L. Gladders, C.P.M. Procurement & Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA92262 via FAX (760) 323-8238 or viaEMAIL: Craig.GladdersCa)palmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFP. The deadline for all q uestions is 3:00 P.M. Local Time THURSDAY, JANUARY 27, 2011. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and 33 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. FORM OF AGREEMENT: The successful firm will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the standard Professional Services Agreement— provided as Attachment "B" hereto. Please note that the Exhibits in the sample contract are intentionally not complete and will be negotiated with the selected firm and will appear in the final Professional Services Agreement executed between the parties. Any exceptions to the language contained in the RFP document, sample agreement, including the Insurance Requirements, MUST be included in the proposal and clearly defined and may be considered in the evaluation process. Failure or refusal to enter into an Agreement as herein provided, or to conform to any of the stipulated requirements in connection therewith, shall be just cause for an annulment of the award. If the highest ranked firm refuses or fails to execute the Agreement, or negotiations are not successful, the City may, at its sole discretion, enter negotiations with and award the Contract to the second highest ranked firm, and so on. AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide all of the services identified in the RFP document. However, the City reserves the right to award a contract to multiple Proposers or to a single Proposer, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contract will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final selection of the firm to be recommended for award and a contract has been negotiated and agendized for consideration. The decision of the City Council will be final. Please note: this RFP does not necessarily identify each specific, individual task required to successfully and completely implement this proposed scope of services. The City of Palm Springs relies on the professionalism and competence of the selected firm to be knowledgeable of the general areas identified in the scope of work and to consider in its proposal all materials, equipment, required tasks and subtasks, personnel commitments, man-hours, labor, direct and indirect costs, etc. The City of Palm Springs will not approve addenda to the selected firm's agreement which do not involve a substantial change from the general scope of work identified in this RFP and the resulting final negotiated scope and pricing. INSURANCE:Insurance provisions are contained in the Professional Contract Services sample agreement included in the RFP. The successful Proposer will be required to comply with these provisions. It is recommended that Proposers have their insurance provider review the insurance provisions BEFORE they submit their qualifications. RESPONSIBILITY OF PROPOSER: All proposers shall be responsible. If it is found that a proposer is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an RFP without an authorized signature, falsified any information in the proposal package, etc.), the proposal shall be rejected. PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, may be made public after the review process has been completed, negotiations 34 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS have concluded and a recommendation for award has been officially agendized for City Council consideration, and/or following award of contract to a specific firm, if any, by the City Council. COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any costs incurred by any proposer in the preparation of their proposal or participation in any presentation or interview if requested, or any other aspects of the entire RFP process. BUSINESS LICENSE: The successful firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". PROPOSAL INFORMALITIES OR DEFECTS: The City of Palm Springs reserves the right to waive any informality or technical defect in a proposal and to accept or reject, in whole or in part, any or all proposals and to seek new proposals, as best serves the interests of the City. INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the proposer to perform the Work and the proposer shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any proposal if the evidence submitted by or investigation of such proposer fails to satisfy the City that such proposer is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to mean that proposer has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for Request for proposals, and any attached sample agreement. Exceptions to any of the language in either the RFP documents or attached sample agreement, including the insurance requirements, must be included in the proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process. REQUEST FOR PROPOSAL (RFP 09-11) FOR FACILITY CONSTRUCTION OWNER REPRESENTATIVE SERVICES ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. CLARIFICATION OF INSTRUCTIONS TO PROPOSERS: PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. The City has received the following questions and is hereby providing answers thereto: 35 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS RESPONSES TO QUESTIONS RECEIVED TO DATE: Please clarify the following statement under the SCOPE OF SERVICES found on pagethree (3): Attend meetings of city advisory boards and the City Council when said meetings relate to projects covered by this contract. Item 5 states that the Owner's Representative (OR) shall "attend meetings of city advisory boards." Q 1: Inasmuch as the Library Board (administrative authority established under the California Education Code) and the Planning Commission are NOT advisory boards, please state if the OR's attendance is required? A 1: Yes, the Owner Representative will report to and receive direction from the Office of the City Manager and as such, if appropriate and requested by the office of the City Manager or his designee, the Owner Representative may be required to attend these types of meetings if the specific project warrants such attendance. Q 2: Will the OR be required to attend neighborhood meetings as scheduled by the Palm Springs Office of Neighborhood Involvement Committee (PSNIC) when projects under the OR's contract are on the agenda? A 2: Yes, the Owner Representative will report to and receive direction from the Office of the City Manager and as such, if appropriate and requested by the office of the City Manager or his designee, the Owner Representative may be required to attend these types of meetings if the specific project warrants such attendance. Q 3: Will the OR be required to present or represent the City on Projects to non-governmental organizations (NGO) such as MainStreet, Uptown, PS Chamber of Commerce, PSEDC and/or other NGOs? A 3: Yes, the Owner Representative will report to and receive direction from the Office of the City Manager and as such, if appropriate and requested by the office of the City Manager or his designee, the Owner Representative may be required to attend these types of meetings if the specific project warrants such attendance. Q 4: Will the OR be required to represent the city on projects, or present the project, to any governmental Authorities Having Jurisdiction (AHJ) such as the Aqua Caliente Tribal Council (ACTC) or tribal staff? A 4: Yes, the Owner Representative will report to and receive direction from the Office of the City Manager and as such, if appropriate and requested by the office of the City Manager or his designee, the Owner Representative may be required to attend these types of meetings if the specific project warrants such attendance. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA 36 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS Craig L. Gladders, C.P.M. Procurement & Contracting Manager DATE: January 18, 2011 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. REQUEST FOR PROPOSAL (RFP 09-11) FOR FACILITY CONSTRUCTION OWNER REPRESENTATIVE SERVICES ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. answers thereto: The Cityhas received the following questions and is hereby providing a g RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: Page 17 paragraph 5.1.A Errors and Omission Insurance. On page 2 paragraph 1. Background Information it clearly states this solicitation is only for owners representation. Therefore I would ask that this requirement be waived as we will not be providing any Professional Services. If not waived please understand that these types of policies are currently being written on a "claims made" basis requiring fairly expensive premiums for this type and amount of coverage over the length of time requiring "tail' coverage. A 1: The City requires Professional Liability insurance for Owners Representative Services and is not waiving this requirement at this time. Per page 9 of the RFP document under "Signed Proposal and Exceptions" proposers are instructed that "Exceptions to any of the language in either the RFP documents or attached sample agreement, including the insurance requirements, must be included in the proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process." Please include any exceptions to the Professional Liability insurance requirements in your proposal. 37 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS Q 2: Page 18 paragraph D. Business Automobile Insurance. I do not carry this type of insurance under my business. I have coverage for my auto under my personal automobile insurance. Will this satisfy the requirement as long as I have the necessary amount of coverage as stated? A 2: Under certain circumstances, such as sole proprietorships operating a personal vehicle for business purposes, the City Attorney/Risk Manager may consider modifying the Automobile Insurance requirements. As in the case above, exceptions to the Automobile Insurance requirements must be clearly defined andincluded in your proposal. Q 3: Since I am an owner/operator and the sole employee I understand that I can complete the City's Request for Waiver of Worker' Compensation Insurance Requirement form. The Employer Liability Insurance requested under paragraph E of page 18 is part of the same workers' compensation policy. Do I presume this other requirement will be waived? A 3: Yes, those firms that qualify as sole proprietorships may complete a Waiver of Worker's Compensation Requirement Form and the Employer Liability Insurance requirement would also be waived. As in the case above, your intention to request an exception to or a waiver of Workers Compensation insurance due to sole proprietorship (or for any other reason) must be clearly defined and included in your proposal. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement & Contracting Manager DATE: January 24, 2011 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. REQUEST FOR PROPOSAL (RFP 09-11) FOR FACILITY CONSTRUCTION OWNER REPRESENTATIVE SERVICES ADDENDUM NO. 3 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS 38 EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS ANDINSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: In the RFP, it states that this proposal is not for Construction Management Services and that there will be a separate solicitation for those services. Do you know when the Construction Management RFP will be available? A 1:Pursuant to page 2 of the RFP document under Section 1) Background Information and General Description, "The City will seek qualified firms under separate solicitations for Construction Management, Architectural, Design and Engineering Services at the appropriate time when a specific project warrants such services. " There is no RFP for Construction Management Services planned at this time, as we do not currently have a specific project that warrants such services. Q 2: If we submit a proposal for RFP #09-11, can we also submit a proposal for Construction Management Services? A 2:The submission of a proposal in response to RFP #09-11 does not prohibit firms from submitting proposals in response to future RFP's for Construction Management Services should the City conduct such a solicitation for a specific project that warrants such services. Q 3: If we submit for the mentioned RFP, will this preclude our firm from submitting on other services or future RFPs that were listed (CM/Architectural/Engineering, etc.)? A 3:The submission of a proposal in response to RFP #09-11 does not preclude firms from submitting proposals in response to future RFP's for Construction Management, Architectural, or Engineering Services should the City conduct such solicitations for specific projects that warrant such services. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement & Contracting Manager DATE: January 27, 2011 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: AuthorizedSignature: Date: Acknowledgment of Receipt of Addendum 3 Is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. 39 EXHIBIT "C" CONSULTANT'S PROPOSAL CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE 40 EXHIBIT "D" SCHEDULE OF COMPENSATION SCHEDULE OF COMPENSATION FOLLOWS THIS PAGE Note: Consultant's Insurance Premiums for the coverage required under this agreement shall be a reimbursable expense and should consultant take on other compensable work during the term of this agreement, Consultant shall notify the City and the City's share of the reimbursable insurance premium expense shall be proportionately reduced accordingly, subject to the mutual agreement of the parties. 41 COST PROPOSAL: List,hourly rate (or other rates as they may apply), for pre-construction services for all work performed at the request of the City. Hourly Rate: $135.00 List flat monthly rate (or other rates as may apply) for construction projects that are assigned to the firm. Monthly Rate: $15,000.00 List any reimbursable expenses the City may incur. Reimbursable Expenses: Printing, postage, out of area travel, fees incurred on behalf of the project (permits, construction supplies...) List any additional costs, such as drive time, that the City may incur in conjunction with the performance of Construction Owner Representative Services. Other Costs: Hourly rate applies to drive time associated with the project(s),:work not included in the scope of the project, special witness and litigation. EXHIBIT "E" SCHEDULE OF PERFORMANCE As this is an on-call services agreement for potential future facility construction projects, the Schedule of Performance shall be prepared in writing by the Consultant, subject to the approval by the City, for each project as assigned. END OF EXHIBIT "E"