Loading...
HomeMy WebLinkAbout03157 - TETTEMER TAHQUITZ CREEK GOLF COURSE EXPAN MO5352 0 John M. Tettemer & Assoc. Ltd Golf course Expan Engineering Serv. AGREEMENT #3157 M05092, 10-7-92 CONTRACT SERVICES AGREEMENT FOR ENGINEERING SERVICES FOR CITY OF PALM SPRINGS 18 HOLE GOLF COURSE EXPANSION PROJECT THIS AGREEMENT FOR CONTRACT SERVICES (herein "Agreement") , is made and entered into by and between the CITY OF PALM SPRINGS, (herein "City") , a municipal corporation and JOHN M. TETTEMER & ASSOCIATES, LTD. , a California corporation (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. Contractor warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent in the industry, and 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, sta- tutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1. 5 Familiarity With Work. By executing this Contract, Contractor warrants that contractor (a) has thoroughly investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) fully understands the facilities, difficulties and restrictions attending performance of the services 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 l 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- 1.7 Further Responsibilities of Partied. 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 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 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 as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit B and any other provisions of this Agreement, the provisions of Exhibit B shall govern. 2,. 0 COMPENSATION 2 . l 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 TWO HUNDRED FORTY THOUSAND DOLLARS ($240, 000) including reimbursable expenses.. Not withstanding any other provisions of this section the CONTRACT SUM may be increased as described in Exhibit B Special Requirements item 2 . The method of compensation may include: (i) a. lump sum payment upon competition, (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, transportation expense, telephone expense, premiums for bonds and insurance, and similar costs and expenses when and 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 (Exhibit C) , 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. -2- 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 of Performance" attached hereto as Exhibit "D" , if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3 . 3 Force Maleure. 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 Contracting officer in writing of the causes of the delay. The Contracting 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 Contracting Officer such delay is justified. The Contract Officer's determination shall hie 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: JOHN M. TETTEMER, Principal in Charge ALAN A. SWANSON, Project ]Manager DEREK KARIMOTO, Project Engineer It is expressly understood that the experience, knowledge, capa- bility 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 suf- ficient time to personally supervise the services hereunder. For pur- poses of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 4 .2 Contract Officer. The Contract officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. -3- 4 . 3 Prohibition Against Subcontracting' and Assignment The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement_. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty-five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. 4 .4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at, any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5. 0 INSUT ANCE, 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 prop- erty damage limits of $100, 00. 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 aggregate. If the Contract Sum is greater than $100, 000. 00, the policy of insurance shall be in an amount not less than $5, 000, 000. 00 combined single limit. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully com- ply 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 -4- or damage arising from any injuries' or occupational dis- eases 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 automo- bile 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 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 riot 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 con- -5- nection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and contractor agrees to save and hold the city, its officers, agents, and employees harmless there- from; (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 proceed- ing, including but not limited to, legal costs and attor- neys' fees. 5 . 3 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City 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. 6. 2 Records. Contractor shall keep, and require subcon- tractors 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 -6- 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. 7. 0 ENFORCEMENT OF AGREEMENT 7. 1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, 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 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 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- 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 Damac[es. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of Zero Dollars ($ 0 ) 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 receipt of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation (Exhibit "C") 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 . 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 pro- ceeding 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- 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 hears, executors, assigns, and all persons claiming under or through them,, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9. 0 MISCELLANEOUS PROVISIONS 9. 1 Notice. Any notice, demand, request, document, con- sent, 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 Con- tract Officer, CITY OF PALM SPRINGS, P. O. Sox 2743 , Palm Springs, Cal- ifornia 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 Agree- ment. 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 invalid- ity or unenforceability shall not effect 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 bene- fit 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 -9- 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 pro- visions 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. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date stated below. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA . City Clerk -k� ity Manager r CONTRACTQR 04-44l �"� �WW-d WVt' By: Name Title: signed- Dated: �✓ APPROVED AS TO FORM: Title: - RUTAN & TUCKER Dated• 3/s'? City(Attginey EXHIBIT "A" SCOPE OF SERVICES The work to be performed by Contractor is identified on the attached Scope of Work. EXHIBIT "A" AGREEMENT TO CONTRACT SERVICES AGREEMENT -11- John M. Tettemer & Associates, Ltd. CITY OF PALM SPRINGS MUNICIPAL GOLF COURSE EXPANSION PROJECT SCOPE OF WORK Task Estimated No. Description Cost Engineering services 1 Hydraulic modeling with iterations $ 15, 000 2 Coordinate hydraulic reviews by 1Q, 000 RCFC&WCD; incorporate comments and obtain approvals 3 Coordinate golf course design with 10, 000 RCFC&WCD planning and design of E1 Cielo storm drain outfall 4 Prepare FEMA package and obtain 15, 000 approval 5 Prepare P, S, and E for Tahquitz cart 15, 000 crossing/stabilizers and obtain approvals 6 Prepare P, S, and E; for miscellaneous 73 , 000 civil improvements including the club house parking lot expansion, street improvements at the: astern terminus of Sonora Road, domestic water and seer service for half-way house, equestrian and bicycle trails, percolation pond regarding, and revision to percolation pond dikes due to golf course configuration changes, and parking lot facilities for the proposed maintenance building at the rear of the Palm Springs Youth Center building (services by Advanced Engineering Group (AEG) SUBTOTAL: $133 , 000 -12- Task Estimated No. Description Cost 7 The following Engineering services may be deleted depending upon information which may become available during the course of the work. Prepare P, S and E for the following items: a. Block wall on south levee crest 10, 000 upstream of Gene Autry Trail to provide freeboard. b. Tahquitz Creek erosion protection 20, 000 c. Reclaimed water service in E1 Cielo 3 ,400 Street (services by AEG) d. Reclaimed water service in Sonora 5, 100 street (services by AEG) e. Sewer siphon in Tahquitz Creek 5, 100 (services by AEG) f. Relocation of existing sanitary 13 , 300 sewers, storm sewer, and domestic water (services by AEG) g. Power line relocation (coordination 4, 000 activities by AEG) h. Preparation of parcel maps for four 14, 500 .non-contiguous parcels (services by AEG) i. Equestrian trail. from new 4, 600 equestrian center to wash (services by AEG) SaH raT1�r $s o, n 0 0 TOTAL FNGINEERZNG:'`S�NVl ;:$2'13 r'oQ4.': -13- Task Estimated No. Description Cost Environmental Services 8 Revise "Palm Springs Golf Course $ 10,000 Project description and Alternatives Analysis" 9 Prepare and submit new 404/1600/401 2 ,500 applications 10 Meet and follow-up with the resource 5, 000 agencies regarding submittal 11 Prepare new Public Notice and 2 , 000 coordinate its approval and distribution with the Corps 12 Prepare Environmental Assessment and 5, 000 coordinate its approval and distribution with the Corps 13 Field meeting and follow-up with the 2 , 500 resource agencies to expedite final permit issuance TOTAL NWfROOPMENTAI SERVICES:;; $, 27;000' TOTAL ALL SERVICES:, $2401: 000, -14- EXHIBIT "B" SPECIAL REQUIREMENTS 1. The Contractor's scope of services includes obtaining a Section 1601 Stream Bed Alteration Agreement from the California Department of Fish and Game and a Section 404 Permit from the Corps of Engineers (collectively "Permits") for work within the waters of the State of California and the United States as required by this Agreement. 2 . The City shall pay directly to the regulatory agencies involved any fees or charges imposed by it for the review and processing documents. 3 . Contractor shall also obtain a professional liability insurance policy in an amount not less than $1, 000, 000. 00 combined single limit. The professional liability insurance policy and the insurer shall meet the requirements set forth in Sections 5. 1 and 5.4 with the exception of the additional insured and waiver of subrogation requirements which are not obtainable. 4 . With regard to section 5. 1 (a) the combined single limit requirement of $5, 000, 000 is reduced to $1, 000, 000 for Contract sum greater than $100, 000. 5. With regard to section 5. 1 (b) Contractor shall not be required to name city as additional insured until January 1, 1993 . 6 . The provision of 5.3 Performance Bond is waived. 7 . With regard to section 5.4 Sufficiency of Insurer or Surety the last sentence in the paragraph is to be changed. Delete that portion of the sentence which follows "this Section 5 may be changed accordingly" and substitute in its place "by formal amendment of this agreement. " 8 . With regard to section 7 . 3 Retention of Funds the section is to be replaced in its entirety with the following: "Contractor hereby authorizes City to deduct from any amount payable to Contractor arising from this contract amounts for which City is found liable to third parties by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligations under this agreement. 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. " 9 . The method of payment under this contract shall be in accordance with 2 . 1 (iii) and (ii) provided that the total amount paid for any task shall not exceed the percentage of completion for that task. 10 . With regard to section 5.2 Indemnification the following wording is to be deleted from lines 12, 13 & 14 "whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees" . 11. With regard to section 5. 2 Indemnification the following wording is to be deleted from line 14 "arising from the sole" and replaced by "to the extent caused by" . 12 . Contractor hereby discloses its intent to use services of Advanced Engineering Group, Inc. as a sub-contractor. 13 . Engineering services listed in the scope of Work as items 7a through 7i will be authorized or deleted at the discretion of the City of Palm Springs. If any of said items are deleted, the contract sum shall be reduced by t he amount indicated in the Scope of Services. 14 . This Agreement amends and supersedes those certain Contract Services Agreement between City and Contractor dated 1/9/91 and that certain Contract Services Agreement between the City and Contractor dated 12/18/91. -15- ]EXHIBIT "C" FEE SCHEDULE JOHN M. TETTEMER & ASSOCIATES, LTD. B'our1V Rates President $105. 00 Vice President, Engineering $ 92 . 00 Senior Engineer $ 86. 00 Engineer III $ 76. 00 Senior Environmental Manager $ 76. 00 Engineer II $ 65. 00 Environmental Manager $ 63 . 00 Engineer I $ 54 .00 Environmental Planner $ 54 .00 Draftsman $ 44 .00 Technician $ 44 . 00 Tech/Clerical $ 40. 00 Clerical $ 36. 00 Direct Expenses Expenses such as special project supplies and materials; food, lodging and transportation for travel outside of the Southern California area; telephone, outside reproduction; courier/express mail; and other costs directly applicable to the project will be charged at cost. Auto mileage will be charged at $0. 32 per mile. Computer processing time will be charged at $19 . 00 per hour. Normal xeroxing will be charged at $0. 06 per page. 2510 Xerox will be charged at $0. 50 per square foot for bored, $0. 75 per foot for vellum, and $1.50 per square foot for mylar. FAX transmittals will be charged at the following rates: Page 1 $4. 00 Page 2 $3 . 00 Pages 3-15 $2 . 00 each Pages 16-30 $1.50 each Additional, over 30 pages $1. 00 each -16- ADVANCED ENGINEERING GROUP, INC. Engineering Services Principal Engineer $ 85/hr Project Engineer 75/hr Junior Engineer 57/hr Senior Engineer 73/hr Staff Designer 62/hr Junior Designer .50/hr Staff Drafter 45/hr Junior Drafter 40/hr Surveying Services Principal Surveyor $ 85/hr Chief of Parties 73/hr Party Chief 68/hr Senior Chairman 61/hr Jr. Chairman 47/hr Field Survey 3 Man Party 166/hr 2 Man Party 125/hr Computer Services System Operator $ 62/hr System Technician 42/hr Office Services and Expenses Secretary/Clerk $ 26/hr General Office 21/hr Travel - $ .30 per mile In-House Reproduction COST Outside Printing COST Plus 151 Mailings COST -17- EXHIBIT "D" The following schedule for construction of the golf course expansion will serve as the guide for timing of the design tasks contemplated by this contract. Design will be completed in a time frame that will allow appropriate review, approval, permitting and bidding without impacting the construction schedule of the golf course expansion project. -18- EXHIBIT "D" SCHEDULE OF PERFORMANCE August 12, 1992 City Council authorization to proceed with Project . as defined September I - October 2, 1992 Revision by Golf Course Architect of Golf Course Conceptual Grading Plan September 7 - October 12, 1992 Solicit Proposals from designers for Equestrian Center October 21 - November 6, 1992 Develop Preliminary design for Equestrian Center November 30, 1992 - Feb. 12, 1993 City processing of Project applications and authorization to bid work November 30, 1992 - Feb. 26, 1993 Develop construction drawings for Golf Course, and Equestrian Center, and approval of designs February 4,- February 26, 1993 Draft bid packages for major components of construction and distribute/advertise March 1 April 2, 1993 Bidding Period October 5, 1992 - April 2 1993 Processing an approval of 404 Permit with Corps of Engineer and Calif. 1601 Permit April 7 - April 21, 1993 Award contracts for major components of work April 26 - May 10, 1993 Begin construction 12 months from beginning of Course Expansion/Remodel Completed Construction EXHIBIT "D" Date: September 4, 1992 3/c&d.d1dp.=hd -19- • John M. Tettemer & Assoc. 1st Amend - G/C Expan Proj FIRSP AMENDMENT TO Design Flood Control Struct CONTRACT SERVICES AGREEMENT FOR AGREEMENT # 3157 ENGINEERING AND ENVIRONMENTAL DESIGN SER` M05232, 8-4-93 CITY OF PALM SPRINGS 18 HOLE GOLF COURSE EXPANSION PROTECT THIS FIRST AMENDMENT TO THE AGREEMENT FOR CONTRACT SERVICES (herein "Agreement"), made and entered into on the 7th day of October, 1992, by and between the CITY OF PALM SPRINGS, (herein "City" or "Owner"), a municipal corporation and JOHN M. TETTEMER AND ASSOCIATES, LTD., a California corporation (herein "Contractor") is hereby amended effective August 4, 1993 as follows: 1. Section 2.1 Contract Sum is hereby amended to provide a maximum contract amount of TWO HUNDRED FIFTY SIX THOUSAND ONE HUNDRED ($256,100). Contractor acknowledges previous payments of ONE HUNDRED SIX THOUSAND THREE HUNDRED SEVENTYSEVEN DOLLARS AND 04/100 ($106,377.04) leaving a balance of ONE HUNDRED F'ORTYNINE THOUSAND SEVEN HUNDRED TWENTY TWO DOLLARS AND 96/100 ($149,722.96). 2. Exhibit "A" Scope of Work is hereby amended to read as follows: CITY OF PALM SPRINGS MUNICIPAL GOLF COURSE EXPANSION PROJECT SCOPE OF WORK TASK DIGSCRIPTION ESTIMATED NO. COST ENGINEERING SERVICES 1 Hydraulic modeling with iterations $ 15,000 2 Coordinate hydraulic reviews by RCFC&WCD; 16,600 perform additional hydraulic analyses to evaluate the effects of sediment removal on the south levee freeboard of Palm Canyon Wash as requested by RCFC&WCD; incorporate comments and obtain approvals 3 Coordinate golf course design with RCFCD&WCD 10,000 planning and design of El Cielo storm drain outfall 4 Prepare FEMA package and obtain approvals 15,000 5 Prepare P, S, and E for Tahquitz cart 15,000 crossings/stabilizers and obtain approvals 6 Prepare P, S, and E for miscellaneous civil 73,000 improvements including the club house parking lot expansion, street improvements at the eastern terminus of Sonora Road, domestic water and sewer service for half-way house, equestrian and bicycle trail, percolation ponds reworking, revision to percolation pond dikes due to golf course configuration changes, and parking lot facilities for the proposed maintenance building at the rear of the Palm Springs Youth Center Building(Services by Advanced Engineering Group) Subtotal: $139,600 TASK DESCRIPTION ESTIMATED NO. COST 7 The following Engineering Services may be deleted depending upon information which may become available during the course of work. Prepare P, S, and E for the following items: a. Block wall on south levee crest upstream of the $ 10,000 Gene Autry Trail Bridge to provide freeboard. b. Tahquitz Creek and Palm Canyon Wash erosion 32,600 protection; Palm Canyon Wash levee improvements c. Reclaimed water service in El Cielo Drive 0 (services by Advanced Engineering Group) d. Reclaimed water service in Sonora Street 0 (services by Advanced Engineering Group) e. Sewer Siphon in Tahquitz Creek 0 (services by Advanced Engineering Group) f. Relocation of existing sanitary sewers, storm 13,300 sewer, and domestic water (services by Advanced Engineering Group) g. Power line relocation (coordination activities by 0 Advanced Engineering Group) h. Preparation of parcel maps for four non- 14,500 contiguous parcels(services by Advanced Engineering Group) L Equestrian trail from new equestrian center to 4,600 wash (services by Advanced Engineering Group) j. Reclaimed Water Service line from El Cielo 5,000 Road to Golf Course Pump Station(private line) k. Prepare grading plan for the conversion of 6,000 existing effluent holding basin to serve as a percolation basin within the Wastewater Treatment Plant SUBTOTAL: $ 86,000 TOTAL ENGINEERING SERVICES: $225,600 TASK DESCRIPTION ESTIMATED NO. COST ENVIRONMENTAL SERVICES 8 Revise 'Palm Springs Golf Course Project $ 10,000 Description and Alternatives Analysis" 9 Prepare and submit new 404/1600/401 permit 2,500 applications 9a Prepare "Habitat Mitigation and Monitoring Plan" 3,500 as directed by the U.S. Army Corps of Engineers and obtain approval 10 Meet and follow-up with resource agencies 5,000 regarding submittals 11 Prepare new Public Notice and coordinate its 2,000 approval and distribution with the Corps of Engineers 12 Prepare Environmental Assessment and coordinate 5,000 its approval and distribution with the Corps of Engineers 13 Field meeting and follow-up with the resource 2,500 agencies to expedite final permit issuance TOTAL ENVIRONMENTAL SERVICES: $ 30,500 TOTAL ALL ENGINEERING AND ENVIRONMENTAL SERVICES: $256,100 5. Exhibit "D" Schedule of Performance shall be amended by advancing all dates contained therein by 5 months, except "August 12, 1992 - City Council authorization to proceed with Project as defined". IN WITNESS WHEREOF, the parties have executed and entered into this Amendment as of the date stated below. AT-T$ST: Cl OF PALM SP IFORNLk CI City Clerk City Mana r 1 APPROVED AS TO FORM: CONTRACTOR: RUTAN & TUCKER John M: Tettemer and Associates, LTD. David J. WWshire City Attorney jmtpscon.aml APPROVED BY THE COUNCIL O . • John M. Tettemer 2nd Amend - G%C Expan Engr'g & Eviron Design AGREEMENT #3157 SECOND AMENDMENT TO M05288, 12-1-93 CONTRACT SERVICES AGREEMENT FOR ENGINEERING AND ENVIRONMENTAL DESIGN SERVICES FOR CT1Y OF PADI SPRINGS 18 HOLE GOLF COURSE EXPANSION PROJECT THIS SECOND AMENDMENT TO THE AGREEMENT FOR CONTRACT SERVICES (herein "Agreement"), made and entered into on the 7th day of October, 1992, by and between tlle CITY OF PALM SPRINGS, (herein "City" or "Owner"), a municipal corporation andJOl-IN M. TETI'EMER AND ASSOCIATES, LTD., a California corporation(lierein "Contractor") is hereby amended effective December I, 1993 as follows: 1• Section 2.1 Couttacl Sum is Hereby -uncxxlcd to provide a maximum contract amount of TWO HUNDRED SIXTY THREE THOUSAND SIX HUNDRED (E263,600). Contractor acknowledges previous payments of ONE HUNDRED SEVENTY TWO TI-IOUSAND EIGHT DOLLARS AND 11/100 ($172,008.11) leaving a balance of NINETY ONE TI-IOUSAND FIVE I-IUNDREDNINETY ONE AND 89/100 (a91,591.89). 2. Exhibit "A" Scope of Work is hereby amended to read as follows: 3. Section 3 except as expressly slated here, all other provisions of the Agreement for Contract Services shall remain in full force and effect. CITY OF- PALM SPRINGS MUNICIPAL GOLF COURSE I;XI1AN510N 11R0JIiCT SC' old; or• Wol(lc TASK DhSCRIPTION I ESTIMATED I NO. COST IiNGINIiIiRING 5ERVJCIi5 M31 mo deling odeling with iterations $ 15,000 2 Coordinate hydraulic reviews by I(GI;C&N'VCD; 16,600 perform additional hydraulic analyses to evaluate the effects of sediment removal On the south levee freeboard of Palm Canyon Wash as rcyucs(cd by I(CFC&WC1); incorporate conuncnls and obtain approvals Coordinate golf course design with RCI'CD&WCD 10,000 planning and design of I;I 000 storm dr: in oulfall Prepare ITMA pacl<alle and ol.rlain approvals* 22,500 5 Prepare P, 5, and 1; for 't:rhquiV Call 10,000 crossings/s(abiliza'S and obtain approvals 6 Prcpa7rc 11, 5, and E for misccllancous civil 73,000 improvemcnls including the club house parking lot expansion, s0•cet improvemcnls ;It the eastern terminus of Sonora Road, donreslic water and sewer service for half-way house, equestrian and bicycle trail, percolation ponds reworking, revision to percolation pond dikes due to golf course configuration Changes, and parl(ing lot facilities for the proposed maintenance building at the rear of 16c Pahn Springs Youth Center Iluilding(Serviccs by Advanced Engineering Group) Subtotal: $1417,100 TASK ESTIMATEDNO. COST 7 The following Engineering Services may be deleted depending upon information which may become available during the course of*work. Prepare 11, S, and L' for the following items: a. Block wall on south levee crest upstream Of the $ 10,000 Gene Autry •frail Bridge to provide fr'CCbOard. b. Tahquitz Creek and Palm Can}10n Wash erosion 32,600 protection; Palm Canyon Nash levee fmprovenl ell ts C. Reclaimed water service in P,1 Ciclo Drive 0 (services by Advanced Engineering Group) d. Ieclaimed water service in Sonora Street 0 (services by Advanced Engineering Group) C. Sewer Siphon in Tahquitz Creek 0 (services by Advanced Engineering Group) f. Relocation of existing sanitary sewers, storm 13,300 sewer, and domestic water (services by Advanced Engineering Group) g. Power line relocation (coordination activities by 0 Advanced Engineering Group) h. Prcparalion Of parcel reaps for four non- I4,500 contiguous parccls(scrvices by Advanced Engineering Group) L Equestrian trail from new equestrian center to 4,000 wash (services by Advanced Engineering Group) j. Reclaimed Water Service line from El Cielo 5,000 Road to Golf Course PLIIIIp Station(privalc line) k. Prepare grading plan for the conversion Of 6,000 existing effluent holding basin to serve as a percolation basin within the Wastewater Treatment Plant, 5UB'TO'TAL: $ 86,000 TOTAL ENGINEERING SERVICES: $233,100 *Task No. 4 - All P1 MA requested documentation to be submitted to PRMA fa- the CLOMR on or before November 23, 1993. TASK DESCRII''1'10N ESTIMA'1'L•1� NO. COST ENVIRONMENTAL SEItVICL's 8 Revise "Palm Springs Golf Course Project $ 10,000 Description and Alternatives Analysis„ 9 Prepare and submit new 104/1600/401 permit 2,500 applications 9a Prepare "llabitat Mitigation and Monitoring flan" 3,500 as directed by the U.S. Army Corps of Engineers and obtain approval 10 Meet and follow-up with resource a.gcncics 5,000 regarding submittals 11 Prepare new Public Notice and coordinate its 2,000 approval and distribution with the Corps of Engineers 12 Prepare Environmental Assessment and coordinate ]' 3,600 its approval and.distribution with the Corps of Engineers 13 Field meeting and follow-up with the resource agencies to expedite final permit issuance 'TOTAL ENVIRONMENTAL SIiRVICES: TO't'AI, AI,L IiNGINEI;RING AND ENVIIiONMIiN'I'AI, SERVICES: IN WITNESS WIIL'•RL•OF, the parties have executed and entered into this Amendment as of the date stated below. ATTEST: CI'I ' OF PALM SPR ALIPORNIA Cit ¢fit-k City M i alter APPROVED AS TO FORM: CONIUACTOR: RUTAN & TUCKER John 'I'cacmer and Associates, LTD. �� By: � -�l-a David J. �&Ghire City Attorney 40WVED OY TIME CITY CO-UNC'I� L OF PALM -P Cite of Palm Springs oAP OR..R EO`•' M cq1/FORNkP Department of Parks &Recreation Administration 619-323-8265 Recreation•Special Events 619-323-8272 Parks •Golf Course 619-323-8282 Filming Permits 619-323-8286 Desert Highland Unity Center 619-323-8271 March 26, 1993 John M. Tettemer & Associates, Ltd. P. O. Box 9846 Newport Beach, CA 92658 Dear John: I have reviewed your attached proposal dated March 25, 1993 , regarding adjustments and reallocations under task #7 in your current contract. I received a recommendation from our consultant, David Schey, in his attached memorandum dated March 26, 1993 , which recommends that your proposal be approved and the funds for items in task #7 of your contract be reallocated to accomodate the elimination and/or addition of the sub tasks you have proposed. I understand that these have been necessitated by the most recent project changes requested of you by the City. I agree with David that these changes are necessary and are in accordance with allowable modifications within the scope of work outlined in your current contract. As stated by David Schey, these adjustments entail no increase in cost or schedule and therefore, may be authorized under my authority as the assigned Contract Officer. Thank you for your continued cooperation in moving this project ahead expeditiously. Please call me if you have any questions or concerns. Sincerely, /�)) Terry L. Lortz Superintendent of Parks and Golf Course TLL/vbl cc: Tom Kanarr, Finance Director Judy Sumich, City Clerk David Schey, Community Golf Development Alan Denfeld, Dir. of Parks, Rec. & G. C. Attachments Post Office Box 2743, Palm Springs, California 92263-2743 MEMORANDUM DATE: March 26, 1993 TO: Terry Lortz, Superintendent of Parks and Golf Course FROM: David Schey, Community Golf Development SUBJECT: Revision of Details to Item 7 of Contract with John M. Tettemer and Associates Within the City's contract with John M. Tettemer and Associates(JMT) for engineering services, task 7 identified a number of items whose design may or may not have become necessary for the golf course expansion project. Indeed, several of these items should be deleted as being unnecessary. At the same time, during the course of finalizing the design of the course and especially as a result of the pattern of storm water flow from the Palm Canyon Wash during the January, 1993 storms, we have found that it would be prudent to armor the edge of the golf course expansion that is exposed to the waters of the Palm Canyon Wash upstream of the Gene Autry Trail bridge. In this reach, the water tends to turn north at the end of the existing hard levee and attack the north levee. This is not a problem since the construction of the levee adjacent to the sewage treatment plan but the golf course expansion could be exposed to erosive flows. It is my belief that adequate funds are available for the construction of this protection but since it is new to the project, the cost of designing the improvements has not been provided for. It is my recommendation that the attached proposal from JMT be approved and the funds for item 7 in their contract be reallocated to accommodate the elimination of items c, d, e, and g. Item b is proposed to be increased by $12,600 to cover the design of the increased amount of armoring and a new item, j, is proposed for the design of a private reclaimed water line that will run from El Cielo Road across the golf course to feed the main irrigation lake. This line will allow us to take service from the existing DWA main in El Cielo Drive and eliminate the need to extend this main south to Sonora Road and to construct a new main in Sonora Road from El Cielo Drive to the golf course the design of which was the subject of items c and d of the original contract. These adjustments reflect the current circumstances, entail expenditure of no additional money, and should be able to be approved administratively and should not need to be approved by the City Council. If you have any questions regarding my recommendation or the JMT proposal, please let me know. `%UJOHN MTETTEMEa&A5500ATES,LTD. March 25, 1993 Mr. David Schey Community Development, Inc. 17992 Mitchell South Suite 240 Irvine, CA 92714 Dear David: A meeting was held on February 10, 1993 at our office to discuss the results of the hydraulic analyses performed for the City of Palm Springs Municipal Golf Course Expansion project. As a result of the meeting, several adjustments to the contract design tasks were proposed. The purpose of this letter is to describe the design adjustments and update the current status of Task 7. As a result of the recent series of storms, erosion damage was experienced along the existing sand dike on the north bank on Palm Canyon Wash. To prevent this type of damage in the future when the golf course improvements are constructed, it is recommended that erosion control protection be installed as a part of the golf course construction. Side slope erosion protection will also be necessary within Tahquitz Creek upstream of the confluence with Palm Canyon Wash. The locations of the proposed slope protection in Palm Canyon Wash and in Tahquitz Creek are shown in our report entitled, "Hydraulic Analysis of the Proposed Expansion of the City of Palm Springs Golf Course," dated March 1993. In addition to the erosion protection identified above, construction of a compacted fill structural levee will be required on the north bank of Palm Canyon Wash east of the Gene Autry Trail bridge. This levee will assure containment and provide the necessary freeboard against the 100-year flood. The location of the levee is also shown in the above referenced report. The design of the levee will require a geotechnical investigation to provide information regarding required foundation removals and other design parameters. Also, as we discussed on March 4, 1993, the construction of the reclaimed water mains in El Cielo Road and Sonora Road will be replaced by the construction of a private main on the City's property. A connection and meter will be required at the existing Desert Water Agency 36--inch main. ENGINEERING MANAGEMENT PLANNING 3151 Airway Avenue,Suite Q-1 Costa Mesa,California 92626 714 434-9080 FAX 714 454-6120 r Mr. David Schey March 25, 1993 Page 2 It is requested that Contract Item No. 7, which identifies potentially deletable engineering service tasks, be adjusted to provide funding for design of the proposed erosion protection and the compacted fill levee, and for design of the private reclaimed water line. Specifically, Task 7b should be redescribed as "Tahquitz Creek and Palm Canyon Wash erosion protection; Palm Canyon Wash north levee improvements," with the estimated cost adjusted to $29,100. Task 7j should be added to reflect cost of design of the private reclaimed water main. Tasks 7c and 7d have been adjusted to reallocate funding for the private reclaimed water main. Based on our previous discussions, Items 7e and 7g have been deleted. These items have been reallocated to fund Task 7b as shown in the following tabulation. The total budget allocation has not been affected by these requested adjustments. Task Requested Revised No. Description Budget Adjustment Budget 7 Prepare P, S, and E for the following items: a. Block wall on south levee: crest $ 10,000 $ 0 $ 10,000 upstream of the Gene Autry Trail bridge to provide freeboard b. Tahquitz Creek and Palm Canyon 20,000 12,600 32,600 Wash erosion protection; Palm Canyon Wash Levee Improvements c. Reclaimed water service in El Cielo 3,400 (3,400) 0 Street (services by AEG) d. Reclaimed water service in Sonora 5,100 (5,100) 0 Street (services by AEG) e. Sewer siphon in Tahquitz Creek 5,100 (5,100) 0 (services by AEG) f. Relocation of existing sanitary sewers, 13,300 0 13,300 storm sewer, and domestic water (services by AEG) g. Power line relocation (coordination 4,000 (4,000) 0 activities by AEG) h. Preparation of parcel maps for four 14,500 0 14,500 non-contiguous parcels (services by AEG) Mr. David Schey March 25, 1993 Page 3 Task Requested Revised No. Description Budget Adjustment Budget i. Equestrian trail from new equestrian 4,600 0 4,600 center to wash (services by AEG) j. Reclaimed Water Service from El 0 5,000 5,000 Cielo Road to Golf Course Pump Station (private line) SUBTOTALi $ 80,000 $ $80,4oC1 TOTAL ENQINEERII�G'SERVICES 13,000 ' $ .' 0 ':$213;000, Note: The cost of a geotechnical investigation for construction of the compacted fill structural levee is not included in this table. We are available to review this request in detail with you at your convenience. Please call me should you have any questions. Sincerely, GAG Alan A. Swanson Vice President, Engineering AAS175:mdg John M. Tettemer & Assoc. Ltd Third Amend - G/C Expan Engr'g & Environ Design AGREEMENT #3157 M05352, 5-4-94 THIRD AMENDMENT TO ENGINEERING AND ENVIRONMENTAL DESIGN SERVICES FOR CITY OF PALM SPRINGS 18—HOLE GOLF COURSE EXPANSION PROJECT THIS THIRD AMENDMENT TO THE AGREEMENT FOR CONTRACT SERVICES (herein "Agreement") , made and entered into on the 7th day of October, 1992 , by and between the CITY OF PALM SPRINGS, (herein "City" or "Owner") , a municipal corporation and JOHN M. TETTEMER AND ASSOCIATES, LTD. , a California corporation (herein !'Contractor") is hereby amended effective May 4, 1994 as follows: 1. section 2 . 1 Contract Sum is hereby amended to provide a maximum„cont7;act._ amount of Three Hundred and Twenty-Seven Thousand, Three Hundred Dollars ($327, 300) . 2 . Exhibit "A" Scope of Work is hereby amended to read as follows: 3 . section 3 except as expressly stated here, all other provisions of the Agreement for Contract services shall remain in full force and effect. CITY OF PALM SPRINGS MUNICIPAL GOLF COURSE EXPANSION PROJECT SCOPE OF WORK - '1'AS1C I�IiSCltll''1'tUN I li5'1'IMA7'lil� NO. COST IiNGINlilil(lNG SJNWICIsS l flydr;tulic Inodc:liul; with iterations rS 75,OU(1 2 Cuordhuitc hydraulic rcvlccvs by ItGI'C&X'VCI); 16,600 pCI•fuI•m :Iddill0na1 hydraulic to Cvalu;Ite the Cflhcls of sediment rCnurval on the south levee freeboard of Patel Canyon,1C41sb as requcsled by AC1'Gk1VC1); Incorporate comments and obtain ;Ipprovnls 3 Coordblale golf course desltln wilb ACYO)L'4WO) 10,000 pl:mning :Ind dC51g11 of lil C100 slurm clr;Iin oulfell 4 i'rcparc I'EA1A pacic;Igc and ubt;Iin approv:ds * 22,500 5 111-cp:u•e 1', 5, ;uid 1; for 'I'ahquiV, C;u•t 1U 0U(1 cros5ings/sWbill4crs Mid obtain a1 1)rovals 6 1'rcp:(rc 11, 5, and 1; for miscCllMICous Civil 73,000 Inyn'ovemenls including the club house p:u-lcing lut Cxp:uision, 5(rccl improvements ;It the Caslcro terminus of Sonora (toad, domCstic water and sewer 5erVICe 1'01' half-way house, Cquestri;m and bicycle trail, pulrcolalion ponds I-Cwoddng, revision to percolation pond dikes due to I;ull' course Cunfigw•:11ion changuso ;Ind p;u•Idng lot Glcililic5 Jul- (lie propusCd Ilia rice building at Ibc rew. of the Palm Springs youth Ccntct' lluilding(Scvvicc:; by Advanced 1;111;inccr•ing Group) Subtotal: SJ.47,100 AMML TASK DESCAIPT•ION - 1;5T IMAT'El) NO. COST 7 'I'hc following I;n,ginceling Sel-viccs may be deleted dcpcncling upon information which may become available during; the course of work. Prepare P, S, and I; for (hc foilowirnll heats, a. )flock wall on south levee crest upsu,cam of the >S 10,000 Gene Autry Trail 0rfdge to provide freeboard. b. TahqufU, CYCCI( and Palm Canyon wash cros1011 32,600 protection; Palm Canyon Nash levee hnprOVClnCnls C. Acclainned water service ill lit CHU Drive 0 (services by Advanced ling;incering; Group) d. lteclaimccl water service in Sonora 5LI'CCL 0 (services by Advanced Engince•ing Group) C. 5CWel' Siphon in Tahquitz Crccic 0 (services by Advanced Millinecrfng Group) f. 1(cloc:tion of existing sanitary sewers, storm 13,30U scwcr, and domestic water (services by Adv:uncccl Nnginccring Group) g. Power Ifnc relocation (coordination activities by 0 Advanced linginecring Group) h. Preparalon of parcel reaps for four non- 14,500 contiguous parcels(serviccs by Advanced Engineering Group) 1. Equestriall trail from new equestrian Centel- to 4,6o0 wash (services by Advanced linginecring G rou p) J. Reclaimed wafer Service line from l t CHO 5,U0o Road to Golf Course I'ump S(3lion(privaIC IinC) k. Prepare gradirig plan for the conversion of 6,000 existing effluent holding, basin to serve as a percolation basin within the m/amewater I'I'C:tlmCnf Plant SUBTOTAL $ 86,000 T'O'I'AI, ENGINEERING 5El(VICES: $233,100 *'Task No. A - All FEMA requested documen(ation to be submitted to PLMA for the CLOMR on or before November 23, 1993, TASK 1)I35C1(II'T'1ON Fr, 'ITh4A'I'I;1) NO. COST ENVII(ONNMN'I'AI, 51iItVICGS Il Revise "Palm Springs Golf Course Project 10,000 Description and Alternatives Analysis" 9 Prepare and submit new 404/I.000/40I permit: 2,500 applications 9a 1'ecparc "1Tabilat Mitigation and Monitoring flan" 3,500 its dfrccled by the U.S. Army Corps of linginccrs and obtain approval 10 MCCL and follow-up wi(b resource agencies 5,000 regarding submiLtals 11 Prepare new Public Notice and coordinate its l,000 approval and disu•ibutlon with the Corps of linginccrs ' 12 1'rcpare EnvE'0111nennal Assessanent and cobtdhlate 5,000 Its approval and.distrihution with the COrpS of Enginceas 13 Field Meeting and follow-up with the resource 2,506 agencies to expedite final permit issuance '1'O'1'�11,. ENVIHt]NMIiN'i'AI. SIa1tVEC;li5: � 30,500 TASK DESCRIPTION ESTIMATED NO. COST 14 . Prepare studies, make submittals, $ 34 , 000 and coordinate study estimates with FEMA as required to provide additional data related to the CLOMR approval (see FEMA letter to the City dated Feb. 10, 1994) . Specific ' studies , submittals , and coordination activities are as follows: a. Prepare and submit detailed certification forms based on completed project 2 , 000 b. Prepare and submit as-built plans (aerial topography to be provided by the City) . Activities required will be the following: * Revise hydraulic model * Process hydraulic model to confirm Base Flood Elevations (BFEs) * Revise erosion control plans as required * Submit supporting hydraulic computations for as-built condition 6, 000 c. Prepare Operation and Maintenance Plan per paragraphs 65. 10 (c) 1/3 cd) of the NFIP regulations for Palm Canyon Wash North and south levees. Coordinate plan preparation with RCFC&WCD 3 , 000 d. Prepare and submit Sediment Transport Analysis for Tahquitz Creek and Palm Canyon Wash for ass-built conditions and resubmit (Channelization Form" for both drainage courses. The sediment transport analysis will Lie performed by Daryl Simons as a subconsultant to JMTA. 23 , 000 TASK DESCRIPTION ESTIMATED NO. COST 15 . Revise Erosion Control Plans to $10, 000 incorporate changes required due to RCFC&WCD Storm Drain Line 20. Specific work activities are as follows: * Coordinate activities with the City of Palm Springs and Sanborn Webb, Inc. ; * Attend a total of three coordination meetings with RCFC&WCD and Ted Robinson; * Design alternative outlet channel; * Revise golf cart alignment and low-flow crossing details; * Design nuisance flow drain with cleanout:s; * Revise storm drain easement; * Revise quantities and Engineer's Estimate; * Revise general specifications; and * Adjust golf course grading to reflect nuisance flow outlet , and realigned golf holes; and * Modify erosion protection for revised golf course grading to reflect new storm drain Line 20. (Completed) 16. Coordinate with RCFC&WCD for review $2 , 500 and approval of the floodwall drawings on the south levee of Palm Canyon Wash. 17 . Assist the City of Palm Springs in $8 , 000 negotiating agreements with the RCFC&WCD as follows: * Cost sharing agreement for construction of the Palm Canyon Wash floodwall; 4 , 000 * Maintenance Agreement for the outlet of Storm Drain Line No. 20; and 2 , 000 * Encroachment Agreement for golf course construction within RCFC&WCD right-of-way adjacent to the north levee of Palm Canyon Wash. 2, 000 18 . Assist the City of Palm Springs with $4 , 20Q issues relating to the Corps Section 404 No. 92-358-RS and the CDFG Section 1601 Streambed Alteration Agreement No . 5 - 271 - 92 . Specifically, the following work has been completed or is expected to be completed within the next six months: TASK DESCRIPTION ESTIMATED NO. COST a. Coordinate with the Corps and the City, regarding the issuance of a performance bond for the project pursuant to the Section 404 Permit condition; (Completed) 600 b. Coordinate with the Corps and RCFC&WCD regarding the proposed excavation of fill material from Palm Canyon Wash upstream of Araby Drive; and (Completed) 2 , 400 C. Assist with additional issues which may arise relating to the Corps Section 404 Permit and the CDFG Section 1601 Agreement for the project. This includes an extension of the 1600 Agree- ment which will be required if the project is not completed by August 31, 1994 . 1, 200 19 . Assist the City of Palm Springs in $5,000 responding to issues which may arise during construction of the erosion control facilities TOTAL ADDITIONAL ENGINEERING SERVICES: $ 63,700 TOTAL ALL ENGINEERING AND ENVIRONMENTAL SERVICES: $327, 300 IN WITNESS WHEREOF, the parties have excuted�n- entered into this Amendment as of the date stated belgy ATTEST: CITY O� Sp G /CALIFORNIA City Clerk City Man er APPROVED AS TO FORM: CONTRACTOR: RUTAN & TUCKER John . Tettemer & Associates, LTD. David J. eshire City Atto ey APPROVEL)) BY THE rqW CUUNCIL