Loading...
HomeMy WebLinkAbout03998 - TOM DODSON EIR PALM HILLS MO 6181 PALM MLLS SPECIFIC PLAN CHANGE ORDER NO.2 TDA will perform the following scope of work to finalize the Pahn hills Specific Plan Environmental Impact Report (EIR). Based on our most recent discussions, the project applicant and his representatives have revised the project in accordance with input from the City of Pahn Springs and is seeking expeditious revision and completion of the Draft EIR for public review and comment. The scope of work to accomplish these revisions in a timely manner and a cost estimate to complete the Draft EIR is presented below. SCOPE OF WORK AND COST ESTIMATE Based on our discussions, TDA envisions conducting the following additional technical investigations and work effort. A. Visual Simulations and Evaluation This task will be carried out by Focus 360. Brent Chase has provided a cost estimate to complete six new visual simulations;modify the model;and provide visual simulation presentations to the City Planning Commission and City Council. The fee for this effort is$12,000. B. Traffic and Noise Updates John Kain will revise the traffic study and noise impact forecasts. The fee for this effort will be $7,000. C. All Other Issues TDA will revise all other sections of the Draft EIR this will include incorporating all comments from the City and,where appropriate,the comments of the applicant and his representatives. It will also involve major revisions to several key sections of the Draft EM,including land use and biological resources. In addition, the revisions to the Draft ETR will integrate two alternatives throughout the whole document,the original project and the proposed revision. Although I agree with this approach,this is a substantial writing effort to create an adequate document. I anticipate that TDA will expend approximately 300 hours of effort. Therefore, I am requesting a $35,000 budget for this task. D. Printin¢ I am concerned that printing this document, with a substantial number of 11' x 17' visual simulations,will cost substantially more than originallybudgeted. Therefore,Ibelieve flneprinty g budgetshould be increased by$10,000. This assumes a cost of$100 per document(based on recent experience this is a realistic value) and printing 150 documents. Schedule This is the most difficult aspect of the project to estimate. As you are aware,we have had some problems assembling all of the project data to complete the evaluations in the Draft EIR compiled to date. I suggest the following approach. From the date that the City, applicant and TDA agree that all applicant submittals and information are in our hands, TDA will complete the Draft EIR within 45 days. However, I will make every effort to complete the Draft EIR within 30 days of date of receipt all information from the applicant. Thus,assuming all data is in our hands by Februdiy 15,2001,TDA will complete the Draft Screenclteck EIR by April 2,but will strive to meet a March 17,2001 date. Conclusion The cost estimates outlined above,total$64,000,will allow TDA to complete the Draft EIR for the Palm Hills Specific Plan on a fast track schedule. TDA will mobilize all of its resources to meet the schedule outlined above and to provide a fully substantiated environmental impact forecast. The above estimate focuses only on proposed revisions to the Draft EIR;this does not alter the budget for the remaining tasks in the existss g contract. We will proceed with revisions immediately upon authorization by the City. TO DODSON Tom Dodson and Associates APPROVED AS TO FORM DOUGLAt R. EVANS City Atto"W Director of Planning and Building �aYe Attest: CITY OF PALM SPRINGS, CALIFORNIA By City Clerk City Manager 2 APPROVE® 0V TMF CIW Cf UMUL Llb5ja /� 25qq10-A DECEIVED: 5- 2- 0; 13;52; _' TOM ❑ODSON fi ASSOC.; #2 MAY. 2. 2000 2:03PMEK AND ASSOC NO, 6444 P, 2 CHANGE OPNDEI NO. I PALM HILLS SPECIFIC PLAN DRAFT ENVIRONMENTAL IMPACT REPORT APRlf 28,2000 Tam]godson and Associates hereby requests approval of a change to the terms and conditions of the Contract Services Agreement for Professional Planning Services adoptod by the City Council on July 1, 1999 for the purpose of requesting an additional S 7,500.00 for services rendered in the axea of Biology to evaluate and complete a comprehensive review of all Biological Rosource data (additional developer prepared reports and Bighorn Sheep Recovery .Plan) and compile a comprehensive biological resource sectionoftho DraftEnvironmental ltnpaaReport and Technical .Report for the Palm Hills Specific Plan area, Sections 31 and 32. 7Z�Z TOM DODSON, Tom Dodson and Associates Doi l6- i.FVAhIs, Director of Pl& ning and Building Attest;" r-DCITY OF PALM SPRINGS, CALIFORNIA Hy tY City Clerk lerk rk _ City Ma g 0 aA Tom Dodson & Associates I , EIR for Palm Hills Specific Plan AGREEMENT #3998 M06181, 7-1-98 G`uC- -- CONTRACT SERVICES AGREEMENT FO PROFESSIONAL PLANNING YI IS AIVNIEtI'G L)EPL%R MF-t T ENVIRONMENTAL IMPACT REPORT THIS CONTRACT SERVIC"ES AGREEMENT (herein "Agreement") , is made and entered into this 1st day of July , 1998 by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City" ) and TOM DODSON & ASSOCIATES (herein "Contractor") The parties hereto agree as follows : 1 . 0 SERVICES OF CONTRACTOR 1 . 1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. 1. 2 Contractor' s Proposal . The Scope of Services shall include the Contractor' s proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1. 3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1 .4 Licenses. Permits Fees and Assessments . Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement . Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor' s performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes penalties or interest levied, assessed or imposed. against City hereunder. 1 1. 5 Familiarity with Work. By executing this Contract, Contractor warrants that Contractor (a) has thoroughly investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement . If the services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor' s risk until written instructions are received from the Contract Officer. 1. 6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City' s own negligence. 1 . 7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement . Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement . Unless hereafter specified, neither party shall be responsible for the service of the other. 1 . 8 Additional Services . City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of five percent (5,) or less of the Contract Sum, or in the time to perform of one hundred eighty (180) days or less may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council . It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that 2 Contractor shall not be entitled to additional compensation therefore . 1 . 9 Special Requirements . Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto and incorporated herein by this reference. In the event of a conflict between the provisions and any other provisions of this Agreement, the provisions shall govern. 2 . 0 COMPENSATION 2 . 1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount of One Hundred Fifty Nine Thousand and Seven Hundred and Twenty-Five Dollars ($159, 725 . 00) (herein "Contract Sum") , except as provided in Section 1 . 8 . The method of compensation may include : (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (iii) payment for time and materials based upon the Contractor' s rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or (iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings. 2 . 2 Method of Payment . Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first (1st) working day of such month, Contractor shall submit to the City in the form approved by the City' s Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7 .3, City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3 . 0 PERFORMANCE SCHEDULE 3 . 1 Time of Essence. Time is of the essence in the performance of this Agreement . 3 .2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period (s) established in the "Schedule" attached hereto as Exhibit "C" , if any, and incorporated herein by this reference . When requested by the Contractor, extensions to the time 3 period (s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3 . 3 Force Majeure . The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer' s determination shall be final and conclusive upon the parties to this Agreement . In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor' s sole remedy being extension of the Agreement pursuant to this Section. 3 .4 Term. Unless earlier terminated in accordance with Section 7 . 8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance . 4 . 0 COORDINATION OF WORK 4 . 1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: TOM DODSON Tom Dodson & Associates 2150 N. Arrowhead Ave. San Bernardino, CA 92405 It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement . Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 4 4 .2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor' s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement . 4 . 3 Prohibition Against Subcontracting or Assignment . The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement . Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (250) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis . In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. 4 .4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor' s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5 5 . 0 INSURANCE, INDEMNIFICATION AND BONDS 5 . 1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance : (a) Comprehensive General Liability Insurance. A policy of comprehensive general liability insurance written on a per occurrence basis . If the Contract Sum is $25, 000 . 00 or less, the policy of insurance shall be written in an amount not less than either (i) a combined. single limit of $500, 000 . 00 or (ii) bodily injury limits of $250, 000 . 00 per person, $500, 000 . 00 per occurrence and $500 , 000 . 00 products and completed operations and property damage limits of $100, 000 . 00 per occurrence and $100, 000 . 00 in the aggregate. If the Contract Sum is greater than $25, 000 . 00 but less than or equal to $100, 000 . 00, the policy of insurance shall be in an amount not less than either (i) a combined single limit of $1, 000, 000 . 00 for bodily injury, death and property damage or (ii) bodily injury limits of $500, 000 . 00 per person, $1, 000, 000 . 00 per occurrence and $1, 000, 000 . 00 products and completed operations and property damage limits of $500, 000 . 00 per occurrence and $500, 000 . 00 in the aggregate . If the Contract Sum is greater than $100, 000 . 00, the policy of insurance shall be in an amount not less than $2, 000, 000 . 00 combined single limit . (b) worker' s Compensation Insurance . A policy of worker' s compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor_ in the course of carrying out the work or services contemplated in this Agreement . (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either (i) bodily injury liability limits of $250, 000 . 00 per person and $500, 000 . 00 per occurrence and property damage liability limits of $100, 000 . 00 per occurrence and $250, 000 . 00 in the aggregate or (ii) combined single limit liability of $500, 000 . 00 . Said policy shall include coverage for owned, non-owned, leased and hired cars . (d) Additional Insurance. Policies of such other insurance, including professional liability insurance, as may be required in the Special Requirements . All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insureds. The insurer shall waive all rights of subrogation and contribution it may have against the City, its 6 i r officers, employees and agents and their respective insurers . All of said policies of insurance shall provide that said insurance may not be amended or cancelled without providing thirty (30) days prior written notice by registered mail to the City. In the event any of said policies of insurance are cancelled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 5 . 1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. The Contractor agrees that the provisions of this Section 5 . 1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor' s activities or the activities of any person or persons for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 4 . 3 of this Agreement, the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same policies of insurance that the Contractor is required to maintain pursuant to this Section 5 . 1 . 5 .2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, (herein "claims or liabilities" ) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor' s negligent performance of or failure to perform any term, provision covenant or condition of this Agreement, whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys ' fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, 7 operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys ' fees . 5 . 3 Performance Bon Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City Clerk, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement . 5 .4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the Risk Manager of the City due to unique circumstances. In the event the Risk Manager of City ("Risk Manager") determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the Risk Manager; provided that the Contractor shall have the right to appeal a determination of increased coverage by the Risk Manager to the City Council of City within 10 days of receipt of notice from the Risk Manager. 6 . 0 RECORDS AND REPORTS 6 . 1 Reports . Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement . For this reason, Contractor agrees that if Contractor becomes aware of any 8 0 facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6 .2 Records . Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services . The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records . Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. 6 .3 Ownership of Documents . All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City' s sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6 .4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 9 7 . 0 ENFORCEMENT OF AGREEMENT 7 . 1 California I,aw. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7 . 2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party' s right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City' s or the Contractor' s right to terminate this Agreement without cause pursuant to Section 7 . 8 . 7 .3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor' s acts or omissions in performing or failing to perform Contractor' s obligation under this Agreement . In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7 .4 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party' s consent to or approval of any act by the other party requiring the party' s consent or approval shall not be deemed to waive or render unnecessary the other party' s consent to or approval of any subsequent act . Any waiver by either party of any 10 default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement . 7 . 5 Rights and Remedies are Cumulative . Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7 . 6 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 . 7 . 7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of ($ ) as liquidated damages for each working day of delay in the performance of any service required hereunder_ , as specified in the Schedule of Performance (Exhibit "D") . The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages . 7 . 8 Termination Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause . The City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days ' written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time upon, with or without cause, upon sixty (60) days ' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7 .3 . In the event of termination without cause pursuant to this Section, the terminating party need not provide non-terminating party with the opportunity to cure pursuant to Section 7 .2 . 11 7 . 9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7 .2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages) , and City may withhold any payments to the Contractor for the purpose of setoff or partial payment of the amounts owed the City as previously stated. 7 . 10 Attorneys ' Fees . If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney' s fees . Attorney' s fees shall include attorney' s fees on any appeal, and in addition a party entitled to attorney' s fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment . 8 . 0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8 . 1 Non-liability of City Officers and Employees . No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement . 8 . 2 Conflict of Interest . No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the .Financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8 . 3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement . Contractor shall take affirmative action to insure that applicants are employed and that employees are treated 12 during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9 . 0 MISCELLANEOUS PROVISIONS 9 . 1 Notice . Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743 , Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement . Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9 . 2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9 . 3 Integration; Amendment . It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement . This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 9 .4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless . 9 . 5 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. 13 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF INGS, a m nicfz ipal corp ration 1 � � By: Ci By: Cl- Clerk Manager APPROVED AS TO FORM: RUTAN & TUCKER Davi Ales ire +�'� =A 'Y` IF--'MV COp„9 NKIL City Attorney V3y U.5. NO 7z Douglas R. Evans Director of Planning & Building CONTRACTOR: TOM DODSON & ASSOCIATES By: ; z a2� Name : Tom Dodson Title: President Address : TOM DODSON & ASSOCIATES 2150 N. Arrowhead Avenue San Bernardino, CA 92405 14 EXMIT A `INN l` x 1998 REVISED -44 1V 14f,301VIS10A1 PROPOSAL TO PREPARE AN ENVIRONMENTAL IMPACT REPORT FOR THE PALMS HILLS SPECIFIC PLAN Submitted to. City of Palm Springs Planning Division of PALM s A� '2 G) U N' * �C�•OfATf�f,' cq[I FOIL Submitted by: Tom Dodson & Associates San Bernardino, California April 27, 1998 Revised June 10, 1998 .. :'.:::n':n{..:):....n...f nv.:.:.':»:'<).. .:,..::✓::•,.n.. ..: .. .)J:,,..:.:. .C;`E% :..t),::f.;.v`.m:.::;in;.j'"/;( .:fi':nf^.:f..:. �`I }� niA'f.::'::,::5!:J.>j�✓tij�:i�O,f:.f,.�i,'v':,::'..�:�:ii':::'t:(;i. TDA proposes to.impleinent the following scope of work. First, recently completed environmental documents provide wonderful opportunities to obtain fast hand empirical data to assist in making the project impact forecasts. Utilizing these resources, the technical studies compiled specifically for the Palm Bills Specific Plan and specific research on individual service and utility issues, TDA will provide an environmental document that addresses the proposed facilities in as much detail as permitted in the Palm Hills Specific Plan (PHSP). As always,the first step in the EIR process begins with a comprehensive,detailed project description that will guide the impact forecasting efforts. Our'scope ofwork follows: Task 1: Prepare Project Description Once authorized to proceed with this environmental document,TDA will review all of the information developed to date and prepare a project description with sufficient detail that it can be used to forecast specific environmental impacts for the issues identified in.the City's RFP. Alternatives that will be considered in the EIR will be defined as part ofthis effort. The project description will summarize the whole PHSP; identify all proposed facilities and activities;location of individual facilities where known;proposed and allowable range of land uses for areas where specific uses are not yet defined;and type of activities at a level of detail commensurate with the current stage of planning. TDA will provide as much elaboration of project activities during initial grading, project construction, and occupancy/operation as possible to allow detailed evaluation and forecast of environmental impacts. Graphics will be provided in support of the project description and TDA will rely upon those available graphics in the Specific Plan to the extent feasible and applicable. A total of 70 hours is allocated to this task and the fee is$6,000 for completion of this task. Of this total,30 hours are;allocated to early review and coordination of the technical studies submitted by the applicant. The project description is the deliverable product for this task. TDA has allocated 10 hours to meetings with County Staff and applicant on this task. The project description can be completed within one week after authorization to proceed is received from the City. All work in Task 1 will be performed by TDA. Task 2: Prepare Screencheck Draft EIR for Internal Review Under this task TDA will prepare the DEIR as a Screencheck draft for internal review. The following subtasks will be completed: Subtask 1: Develop the]Environmental Setting Data Base Utilizing the data generated specifically for this project from existing sources and original field investigations, TDA will prepare the existing environmental setting for each of the issues being evaluated intheEIR. TDA assumes that the following environmental issues will require original data to be generated as part of technical studies before they can be fully addressed in the EIR--'aesthetics,biology,cultural resources,hydrology,traffic and transportation,noise and geologic hazards. The remaining issues will be evaluated based on direct field investigations and compilation of information by TDA from original sources, such as Tm fialWn2Au,(yiy Page 15 i t i interviews with utility purveyors and service providers. The proposed effort that will be completed for each section of the EIR,including technical studies and the fees for preparing these technical reports for 'inclusion in the DEIR are discussed at the end of this task discussion. Itis anticipated that TDA's effort for incorporating the environmental setting data base for-the EIR, including review and incorporation of the technical reports,wilr require approximately 150 hours for a fee of$15,000. Tom Dodson will'prepare'and edit all ofthe final text for this section of the EIR Subtask 2: Prepare the Environmental Impact Evaluation TDA will utilize the data from the project description and Subtask I to forecast potential environmental impacts from developing and operating the proposed land uses contained in the Specific Plan. The impact forecastwill be as specific as possible forthe proposed project and affected environment. ,Mitigation measures will be identified, 'as appropriate, for each environmental issue with potentially significant impacts. The impact analysis format used by TDA is a follows:project impact,mitigation measures,unavoidable adverse environmental impact(including any impacts caused by implementing mitigation measures),and cumulative impacts. To the extent feasible,potential environmental effects will be quantified;however, I anticipate that some impact forecasts will be qualitative, such as discussions`of public services and aesthetic effects. f TDA has allocated a total of 150 hours for a fee of$15,000 to this complete this subtask of incorporating data from the technical studies and investigations that are being prepared or conducted for the EIR. Tom Dodson will prepare and edit all of the final text for this section of the document. Subtask 3: Prepare All Remaining EIR Sections I The CEQA mandated sections (Alternatives, Growth Inducement, and a Summary of Irreversible Environmental Impacts) will be provided under this subtask. The series of i alternatives that will be evaluated in this document will be defined as part of the project description. I-anticipate evaluating the no project, alternative sites (locations to be determined),and alternative land uses within the scope ofthe Specific Plan,as agreed to by the City and applicant. It is TDA's intent to prepare a comparative alternative evaluation as outlined in the State CEQA Guidelines,Section 15126(d). A mitigation monitoring plan will be developed under this task and it can be included in the Draft EIR if the City wants it included. A total of 100 hound are allocated to this subtask for a fee of$10,000. The end product of these three subtasks is the screencheck DEIR for review by the City. It will be submitted to the City for review, comment, and approval in accordance with the schedule outlined below. TDA has conducted discussions with its subconsultants and technical staff regarding the technical studies that will be needed for this project. For purposes of this proposal TDA assumes that all of the technical studies submitted by the applicant will be adequate to make adequate, substantiated impact forecasts, or that the applicant will provide additional information that the City Staff agrees is required to provide such impact forecasts. Work proposals and cost estimates for each of the original technical studies are as follows: TnlWmj AygYIG Page 16 i Noise RKJK will review available noise data for the project area and conduct a field review ofthe. project area. Noise measurements.will be conducted at up to six locations in-the project vicinity. Background noise contours from Palm Springs Municipal airport will be compiled. Noise levels adjacent to area roadways at 15 locations will be defined by noise modeling. RKJK will then forecast opening year noise contours with and without the project at up to 15 roadway locations. Noise build-out impacts with and without the project at 15 study area intersections will be defined. Short-term noise impacts from construction will be defined. Project impacts will be summarised, compared to City noise significance thresholds and mitigation measures will be developed. The residual noise impacts after mitigation will be identified. The fee for this task is$4,500. Air Quality TDA and AES will review existing technical data on air quality to determine the adequacy of that data. TDA and AES will perform the following tasks: • Define the existing Air Quality in the Project Area; • Forecast Mobile Sources Emissions During Construction and Operation; • Forecast Short-Term Fugitive Dust Emissions from Earth Moving Activities; • Forecast Short-Term Emissions from Construction Equipment; • Forecast Project Operational Emissions; • Perform CO Hot Spots Modeling at two locations; • Prepare an Air Quality Impact Analysis;and • Prepare an evaluation of air quality planning and consistency issues for the project. The fee for this subtask is$11,500, Transportadon/Circulation RKJK will prepare the transportation impact evaluation. The following steps will be completed. RKJK will confer with the City, Caltrans and other agencies to identify the circulation network features and areas of concern for traffic impacts. A traffic impact analysis suitable for use in the EIR would be prepared by compiling data on existing conditions within the circulation area of concern (existing volumes and levels of service, defining related general plan traffic issues, preparing traffic generation data, defining the traffic distribution,providing levels of service within the area ofooncern with and without the project, defining project mitigation, and making a final set of conclusions and recommen- dations regarding project circulation system impacts. A copy ofRKJK's proposal is attached. The fee for this study is$20,000. I Aesthetics I HCA will prepare the aesthetic impact evaluation for the project, HCA proposes to create a three dimensional computer model of the site indicating the proposed topographic grading, parking, and buildings. This task will rely on digital topographic computer files to be provided by the applicant. Buildings will be indicated as massing blocks. A site survey and .nww.anwo... Page 17 photographs will be taken using the Fuji G617 Panorama Camera.. The photos will undergo proof processing,scanning and color correction of selected views. Computer imaging from 14 viewpoints selected fromthe photo-shoot will be compiled. Irnaging will illustratebuilding forms in massing form. Minimal slop landscape will be included. Chadingandmanuftetured slopes willbe indicated at one year growth. An analysis of visual impacts will be provided. i The fee for this task is$18,000,and additional viewpoint computer images can be added for a fee of$725. Cultural Resources CRM Tech will conduct a cultural resources survey in support of the EIR and prepare a report that will evaluate the significance of any cultural resources discovered on the project site. This survey and report will be prepared for a fee of$11,000. A copy of the specific tasks to be performed is attached for information. Biological Resources . After further discussions with the City staff, it became clear that the biological resources issues will require a major commitment of resources if they are to be adequately addressed. Thus,even through the applicant is submitting a biological resources report prepared by a qualified biologist,TDA has decided to add Mr.Frank Hovore,see attached resume,to our team to prepare the biological resources evaluation for the EIR,to respond to comments,and to attend hearings. The fee for Mr.Hovore's support is$6,000. Task 3: Finalize Draft EIR,Publish,and Distribute TDA will meet with the City, to collect all comments on the screencheck DEIR. These comments will be responded to and a Draft EIR for public distribution will be compiled and printed fordistribution. As noted above,TDA's experience indicates that only on screencheck will need to be prepared,.but TDA commits to the fee outlined below for funaliziug the screencheck in accordance with City direction. TDA will supply the City with 80 bound copies'ofthe DEIR for distribution(and one master)and will arrange to have copies delivered { to the State Clearinghouse and the City's distribution list. TDA anticipates publishing a second volume of technical appendices that will be.available upon request. Thirty copies of the technical appendices will be provided to the City under this proposal. TDA has allocated 40 hours to this task,including clerical staff support. At the end of this task,the DEIR will be distributed for the 45-day public review and comment period. The fee for this task will be $8,500. Task 4: Prepare Responses to Comments and Final EIR Following completion of the 45-day review period(note that TDA will meet with the City upon request to discuss any comment letter that arrives before the end of the review period), TDA will meet with the City to review proposed responses to all comments received on the DEIR. Once general agreement on the content of responses is obtained,they will be prepared and a draft responses to comment document will be delivered to the City for final review and comment. We anticipate allocating I50 hours of effort to this task, including 20 hours of ��--� meetings with the City and-the responses to comments will be completed within 3 weeks, Page 18 i • barring the need to develop'original data. If major new issues are raised that were previously not addressed and that the City concludes must be addressed in the Final EIR, TDA will perform additional analyses based on mutual agreement on the scope of work and a modified fee. The end product off this effort will be a Final EIR available for certification. Eighty copies ofthe Final EIR,a master copy,and a computer disk in WordPerfect 7.0 format will be provided to the City. TDA will assist with the distribution of these documents upon request. These responses to comments will be prepared in a separate volume,unless the City requests that a combined Final EIR document be prepared for distribution. The fee for this task will be$17,500. Task 5: Prepare Findings of Fact and Statement of Overriding Consideration This task will be performed if there are significant impacts identified in the EIR from implementing the proposed project that cannot be mitigated. We anticipate that there will be significant impact's. Based on TDA's past experience with projects of this type and size,it will probably be necessary to prepare a findings and statements document. TDAhasprepared numerous findings and statements documents which we believe are effective in allowing the local jurisdictions to approve projects with significant impact. This document would be prepared by Tom Dodson and requires approximately 50 hours of effort for a fee of$6 OK It will be prepared to supportthe City as"Candidate Findings"and will require approximately 8 hours of meetings with County as part of the total effort. The applicant will be required to submit and substantiate project benefits for inclusion in the balancing test as required by the CEQA. TDA includes draft staff reports and other technical written material required to submit a complete package to the City Planning Commission and City Council for this fee. Task 6: Attend Meetings and Hearings TDA will attend two sniping meetings,20 meetings with Staff and up to four public hearings as part ofthe proposal above. A total of 80 hours have been allocated for this task for a fee of$10,000,including direct mileage costs. Additional meetings will bebilled at an hourly rate of$110/hour for all project team personnel. Based on discussions with City staff,TDA believes that additional unquantifiable work effort will be required to attend meetings, conduct community outreach activities, and develop responses to comments during the review period. Therefore,we request that a 10%contin- gency factor be included in the budget,as shown on page 7,to cover these costs. The use of contingency funds will be on a time and materials basis and will only be permitted after a written justification is submitted by TDA and approved by the City staff. By incorporating this contingency fund into the budget,we have the ability to respond to unforeseen demands for consulting support without returning to the City Council for annoying contract revisions. Since the funds will be expended only if required it can save time and this should be acceptable to the applicant. This concludes the description of the scope of work and the tasks that will be performed to deliver a Final EIR to the City for use in making a decision on this project. TwW kAuoim Page 19 a EXHIBIT B COST PROPOSAL Task Description Cost Task 1: Prepare Project Description $6,000 Task 2: Prepare Screencheck Draft EIR for Internal Review Subtask 1: Develop the Environmental Setting Data Base $15,000 Subtask 2: Prepare the Environmental Impact Evaluation $15,000 Subtask 3: Prepare All Remaining EIR Sections $10,000 1. Noise $ 4,500 2. Air Quality $11,500 3. Transportation/Circulation $20,000 4. Aesthetics $18,000 -- Additional Viewpoints $ 725 5. Cultural Resources $11,000 6. Biological Resources $ 6.000 Subtotal - Task 2: $111,725 Task 3: Finalize Draft EIR, Publish and Distribute $ 8,500 Task 4: Prepare Responses to Comments and Final EIR $17,500 Task 5: Prepare Findings of Fact and Statement of Overriding $ 6,000 Consideration. Task 6: Attend Hearings (includes four public hearings) (additional hearings @ $110/hour) $10,000 TOTAL Proposed Cost: $159,725 Contractor shall be paid in the amount based upon the percentage completion of each task as verified and approved by the Contractor Officer. The budgeted funds, as noted in Exhibit B, may be shifted from one task to another,provided that the total payments shall not exceed the contract sum and with approval of the Contract Officer. I EXMrr C Milestones 1. Prepare,Environmental Analysis and Document and Submit Screencheck Draft EIR 12 weeks 2. Incorporate City Comments and Distribute Distribute Draft EIR 2 weeks 3. 45-Day Review of Draft EIR 4. Responses to Comments and Preparation of Final EIR 3 weeks 5. Attend City Planning;Commission Public Hearings As required 6. Attend City Council Public Hearings As required TDA makes a commitment to complete the entire screencheck Draft within 12 weeks from contract award, assuming that the technical studies are provided within two weeks of the contract award. Page 20 EXHIBIT "D" SPECIAL REQUIREMENTS 1 . The Contract Officer agrees to waive the performance bond as per Section 5 . 3 , Performance Bond. 2 . A policy of professional liability insurance in an amount of $1, 000, 000 . 00 shall be provided. 16 RECEIVED: 5- 2- O; 13:52; => TOM GODSON S ASSOC.; N2 MAY, 2, 20OU 2:OJPM EK AND ASSOC NO- SW F. 2 CHANGE 0t tDER NO. 1 PALM HILLS SPECIFIC PWi GRAFT ENVIRONMENTAL IMPACT WORT APR1I,28,2000 Torn Dodson and Associates hereby requests approval of a change to the terms and conditions of tite Ccntract Services Agreement for Profasslwal Planning Services adopted by the City Council on Yuly 1, 19,9$for the purpose of requesting an additional$7,500,00 for services rendered in the a:ea of Biolagy to evaluate and complete a comprehensive review of all Biological Resource data (additional developer prepared reports and Bighorn Sheep Recovery flan) and compile a comprehensive biological resonroe 5ection of the DraftEnviroamental Impact Report and Technical Report for the Palm Hills Specific Plan area, Sections 31 and 32. v TOM DODSON, Tom Dodson and Associates P06CY R,EVANS, Director of Planning and Building Attest CITY OF PALM SPRINGS, CALIFORNIA By City Clerk yes City Ma ge to Avk-, 4)900 -� 4 . 2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor' s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to 'carry out the terms of this Agreement . 4 . 3 Prohibition Acrainst Subcontractincr or Assicinment . The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement . Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (250) of the present, ownership and/or control of Contractor, taking all transfers into account on a cumulative basis . In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent, of City. 4 .4 Ind�iendent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor' s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above . ATTEST: CITY OF INGS, a m nicipal corp ration By: By: C Clerk Manager APPROVED AS TO FORM: RUTAN & TUCKER Davi Ales ire APPROYFDBYTHECITYCOUNCIL City Attorney 6Y N0. (��f '--- �`j P -- �� L. 3 �5 Douglas R. Evans Director of Planning & Building CONTRACTOR: TOM DODSON & ASSOCIATES By: 47 aj2t 7 Name : Tom Dodson Title : President Address : TOM DODSON & ASSOCIATES 2150 N. Arrowhead Avenue San Bernardino, CA 92405 14 COMACIAL CERTIFICATE OF INSURAN9 Issue Date (MMIDDIYY) AGENCY1 9-30-98 Name KEN CL AUS INSURANCE & 247 E. BASELINE ' This certificate is issued as a matter of information only and confers no rights Address ' SAN BERNARDINO , CA 92410 upon the certificate holder.This certificate does not amend,extend or alter the _ coverage afforded by Ihe.policies shown below. COMPANIES PROVIDING COVERAGE. ST. 97 DIST.' 46 AGENT _0.8I COMPANY LEREa A TRUCK INSURANCE EXCHANGE, / p � INSURED ETHR D FARMERS INSURANCE EXCHANGE TOM DODSON & ASSOCIAPq(E(,I_I'VeL — Name . 2150 N. ARROWHEAD AVE . LEnEfl COMPANv C MID CENTURY INSURANCE COMPANY Address • SAN BERNARDINO, CA 1�� COMPANY LEIIEn COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO. POLICY EFFECTIVE POLICY EXPIRATION POLICY LIMITS LTR TYPE OF INSURANCE POLICY NUMBER DATE(MMIDDIYY) DATE(MMIDOIYY) FAGGREGATE B GENERAL LIABILITY 1487-84-24 9-12-98 9-12-99 $ 2 , 000 , 000 COMMERCIAL GENERAL LIABILITY IOPS —OCCURRENCE VERSION $ CONTRACTUAL-INCIDENTAL ONLY -OWNERS&CONTRACTORS PROT. JURY $ I. , 000 ,000 EACH OCCURRENCE $ 1 ,000 ,000 FIRE DAMAGE(Any one Fire) $ 100 ,000 MEDICAL EXPENSE (Any one person) $ 5 ,000 COMBINED AUTOMOBILE LIABILITY SINGLE LIMIT $ ALL OWNED COMMERCIAL AUTOS BODILY INJURY SCHEDULED AUTOS (PER PERSON) $ HIRED AUTOS BODILY INJURY B NON OWNED AUTOS 1487-84-24 9-12-98 9-12-99 (PER ACCIDENT) $ 1 , 000 ,000 GARAGE LIABILITY PROPERTY DAMAGE $ GARAGE AGGREGATE $ UMBRELLA LIABILITY STATUTORY r ACCIDENT B WORKERS'COMPENSATION B0107 91 J1 10-16-97 10-16-99 EACHCCIOENT $1 ,000 ,000 AND DISEASE—EACH EMPLOYEE $1 , 000 ,000 EMPLOYERS'LIABILITY DISEASE—POLICY LIMIT $1 000 000 DESCRIPTION OF OPERATIONSIVEHICLESIRESTRICTIONSISPECIAL ITEMS: ADDITIONAL INSURED — OWNERS , LESSEES OR CONTRACTORS PROJECT NAME: PALM HILLS SP EIR (FORM B) CERTIFICATE HOLDER CANCELLATION OULD ANY OF TI IF ABOVEDATE THEREOF, Name CITY OF PALM SPRINGS THE ISSUING COMPANY WILLDESCRIBED ENDEAVOR TOLICIES MAIL 30 DAYS WHITTENBE CANCELLEDFORE NOTICE TO THETHEATION CERTIFICATE HOLDER & CITY CLERK NAMED TO THE LEFT,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OH LIABILITY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Address P• 0. BOX 2743 . PALM SPRINGS , CA 92263-2743 � I AUTHORIZED EPRESENTA LIVE i 56 2492 4-94 1251 - E-99 1251 POLICY NUMBER: 1487 84 24 - COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) -This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: CITY CLERK, CITY OF PALM SPRINGS PROJECT: EIR PALM HILLS SPECIFIC PLAN A3998 (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that in- sured. OTHER INSURANCE IF OTHER VALID AND COLLECTIBLE INSURANCE IS AVAH.ABLE TO THE INSURED FOR A LOSS WE COVER UNDER COVERAGES A OR B OF THIS COVERAGE PART, OUR OBLIGATIONS ARE LIN=AS FOLLOWS: A. PRIMARY INSURANCE THIS INSURANCE IS PRIMARY EXCEPT WHEN B. BELOW APPLIES. IF THIS INSURANCE IS PRIMARY, OUR OBLIGATIONS ARE NOT AFFECTED UNLESS ANY OF THE OTHER INSURANCE IS AIM PRIMARY. THE`!, WE WILL SHARE WITH ALL THAT OTHER INSURANCE BY THE METHOD DESCRIBED IN C. BELOW. B. EXCESS INSURANCE THIS INSURANCE IS EXCESS OVER ANY OF THE OTHER INSURANCE, WHETHER PRIMARY,EXCESS, CONTINGENT OR ON ANY OTHER BASIS 1. THAT IS FIRE, EXTENDED COVERAGE, BUILDER'S RISK, INSTALLATION RISK OR SIMLLAR COVERAGE FOR"YOUR WORK". 2. THAT IS FIRE INSURANCE FOR_PRFh�_ SES RENTED TO YOU; OR - 3. IF TIME LOSS ARISES OUT OF THE MAINTENANCE OR USE OF AIRCRAFT, "AUTO"OR WATERCRAFT TO THE EXTENT NOT SUBJECT TO EXCLUSION G. OF COVERAGE A (SECTION 1). WHEN THUS INSURANCE IS EXCESS, WE WILL HAVE NO DUTY UNDER COVERAGE A OR B TO DEFEND ANY CLAIM OR"SUIT' THAT ANY OTHER INSURER HAS A DUTY TO DEFEND. IF NO OTHER INSURED DEFENDS, WE WILL UNDERTAKE TO DO SO, BUT WE WILL BE ENTITLED TO THE INSURER'S RIGHTS AGAINST ALL THOSE OTHER INSURERS. WHEN THIS INSURANCE IS EXCESS OVER OTHER INSURANCE,WE WILL PAY ONLY OLR SHARE OF THE AMOUNT OF LOSS, IF ANY,THAT F_XCEEDS THE SUM OF: I. TINE TOTAL AMOUNT THAT ALL SUCH OTHER INSURANCE WOULD PAY FOR THE LOSS IN THE ABSENCE OF THIS INSURANCE; AND 2. THE TOTAL OF ALL DEDUCTIBLE AND SELF-INSURED AMOUNTS UNDER ALL THAT OTHER INSURANCE.WE WILL SHARE TEE REMAINING LOSS, IF ANY, WITH ANY OTHER INSURANCE THAT IS NOT DESCRIBED IN THIS EXCESS INSURANCE PROVISION AND WAS NOT BOUGHT SPECIFICALLY TO APPLY IN EXCESS OF THE:LIMITS OF INSURANCE SHOWN IN THE DECLARATIONS OF THIS COVERAGE PART. C. METHOD OF SHARING rF ALL OF THE OTHER INSURANCE PERMITS CONTRIBUTION BY EQUAL SHARES, WE WILL FOLLOW THUS METHOD ALSO. UNDER THIS APPROACH EACH INSURER CONTRIBUTES EQUAL AMOUNTS UNTIL IT HAS PAID TTS APPLICABLE LIMIT OF INSURANCE OR NONE OF THE LOSS REMAINS, WHICHEVER COMES FIRST. IF ANY OF THE OTHER INSURANCE DOES NOT PERMIT CONTRIBUTION BY EQUAL SHARES,WE WELL CONTRIBUTE BY LIMITS. UNDER THIS METHOD,EACH INSURER'S SHARE LS BASED ON THE RATIO OF ITS APPLICABLE LIMIT OF INSURANCE TO THE TOTAL APPLICABLE LIMITS OF INSURANCE OF All. INSURERS. CG 20 10 10 93 Copyright, Insurance Services Office, Inc., 1992