Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A8620 - KIMLEY-HORN AND ASSOCIATES, INC. - TRAFFIC SIGNAL IMPROVEMENTS
CITY OF PALM SPRINGS. • PROFESSIONAL SERVICES AGREEMENT HSIP CYCLE 9.TRAFFIC SIGNAL IMPROVEMENTS : FEDERAL-AID PROJECT NO. HSIPL-5282(049); CITY PROJECT NO."18-05= • THIS PROFESSIONAL SERVI ES AGRE Thereinafter "Agreement") is made • and entered into,:to be effective this dayyof .VM90'.20 : , byand between the CITY OF PALM SPRINGS, a California: charter city and municipal,corporation, (hereinafter referred to.as "City"): and Kimlev-Horn.and:Associates. Inc:, (hereinafter referred to as "Consultant"). City'and Consultant are sometimes hereinafter individually referred to as "Party" and are hereinafter collectively referred to as the"Parties." RECITALS • - A: City has determined that there is a need for environmental and traffic engineering design services related to the HSIP Cycle 9 Traffic Signal Improvements,:Federal Aid Project No. HSIPL-5282(049), City Project No. 18-05,:("Project"). B. Consultant has submitted to City a proposal to provide environmental.and traffic engineering.design "services related to the Project for the City pursuant to the terms of this • Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation; and expertise to provide these services and has agreed to provide such Services as provided herein: D. City desires to:retain-Consultant to provide such professional services. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency, of which are hereby acknowledged, the Parties agree as follows: 1:0 :. SERVICES OF:CONSULTANT. 1.1 Scope of Services: In compliance with all'terms and conditions of this Agreement, Consultant agrees to perform the professional services..set forth in the. Scope of Services described, in':Exhibit-:"A," which is attached hereto and is incorporated herein by. reference (hereinafter referred to as.-the "Services" or "Work"), As a material:inducement to.the City entering into this Agreement, Consultant acknowledges that this Agreement requires specialized skills and abilities and is consistent with this understanding, Consultant represents_that it is a provider of professional services and that Consultant is experienced in performing the Work and Services contemplated herein and, in light of such status and experience Consultant covenants that it shall follow 'the generally accepted professional standards:ordinarily adhered to.by members of the profession in :performing the Work and .Services=.required hereunder. For ;., purposes of this Agreement,the phrase "professional standards"shall mean those standards of practice recognized among well-qualified and experienced professionals-`in the same industry : , performing'similar work under similar circumstances. Page 1 of 37 7.2- Contract Documents. The,Agreement between the Parties shall .consist of the following;:(1) this Agreement; (2) the'Scope of Services; (3) the City's Request for Proposals; and, (4) the. Consultants signed,'. original .proposal submitted to the City ("Consultant's Proposal"), (collectively referred to as the "Contract Documents");- The City's Request for Proposals and the Consultant's'Proposal, which are both attached as Exhibits "B".'and "C", respectively,.are incorporated by reference and are made a part of this Agreement:. The Scope of Services shall include the Consultant's Proposal. Ali provisions of the:Scope of Services, the.. City's Request for Proposals and the Consultant's Proposal shall be binding: on the.Parties. Should any conflict or inconsistency exist i in the Contract Documents, the conflict- or inconsistency shall be,resolved by applying'the provisions in the highest priority document, which shall be determined in the following order of priority':.(1st)the terms of this Agreement; (2"a)the provisions of the Scope of Services (Exhibit"A"); as may be amended from time to time; (31d) the.provisions'of the City's Request for Proposal (Exhibit "B"); and,-(4th) the provisions of the Consultant's Proposal (Exhibit "C"). : 1.3.. Compliance with Law:::Consultant warrants that all Services rendered hereunder shall be=performed in accordance with all applicable federal, state, and local laws,-statutes, and ordinances and all lawful orders;: rules, and regulations promulgated thereunder, including without limitation all applicable Cal/OSHA requirements. - 1.4 Licenses; Permits, _-Pees and Assessments: Consultant represents and warrants to:City that:it has obtained: all licenses; perm' its, qualifications, and approvals of whatever-nature that are legally required to practice its profession and perform the Work and Services.- required by this Agreement. Consultant represents 'and warrants to City that Consultant shall, at its sole cost and expense, keep in'effect at all times during the term of this Agreement, any license, permit, qualification, or approval;that is,legally required for Consultant- to perform.:the Work. and. Services under this Agreement. Consultant shall have the.sole obligation to pay for any fees, assessments, and taxes, plus applicable.`penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the.Work.and Services required by this Agreement, and shall indemnify, defend, and hold. harmless against any such fees; assessments,taxes penalties, or interest levied,.assessed, . or imposed against City hereunder: 1.5 Familiarity with Work. By executing this. Agreement, Consultant-affirms that Consultant (a) .has considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed; and (c) understands the facilities;'difficulties,, and restrictions attending performance of the-Services under this Agreement. If the. Services •. involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will-be acquainted with the:conditions there existing, prior to commencement of any. :Services:hereunder.:;,Should the Consultant discover any latent or unknown conditions that will, materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City: 1;6 :Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials,papers, documents; plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to:persons or property, until acceptance-of the Work by the City, except such losses or damages as may be caused by City's'own negligence. Paget of 37 • 1.7:: .:.Further ResDonsibilitles of Parties Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement: Both Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. • 1.8 Performance of Services: City Manager or the Director of Engineering Services / City Engineer, as provided in Section 2::1 of this Agreement, shall have the right at any time = during the term of this Agreement to order the performance of services as generally described in the Scope of Services to perform extra or additional work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work.`No Work may be undertaken. unless a written order is first given by. the City Manager or the Director of : • Engineering Services / City Engineer.to:the'Consultant, incorporating therein the identification • and description of the Work to be performed, a maximum ,or not to exceed amount for such Work, and the time to perform this Agreement.. 1.9 Unauthorized-Aliens. Consultant hereby represents and warrants that it will comply with all of the provisions 'of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§1101,et seq.; as:amended, and in connection therewith, shall not employ unauthorized aliens as defined.therein. Should Consultant so employ such unauthorized aliens for the performance' of any work.and/or services under this Agreement,:and should any liability or sanctions be imposed against:City :fore such use of.unauthorized aliens: Consultant hereby .agrees to reimburse--'City .for any and: all :liabilities,, actions, suits, claims, demands, losses, costs,. judgments,:arbitration awards, settlements, damages, demands, orders, or penalties which arise out of_.or are related to:such employment, together with any-arid all costs, including attorneys' • fees, incurred by City. 2.0 COMPENSATION . 2.1: Maximum Contract Amount, For the Services rendered under this.Agreement, Consultant shall.be compensated by City in accordance with the Schedule of Compensation, which is attached as Exhibit"D"and'incorporated in.this Agreement by reference. Compensation shall not exceed the maximum contract amount of Two Hundred Fortv-Eight Thousand,Three Hundred•Twenty-Nine Dollars ,($248,329) ("Maximum Contract:Amount"), except as may be provided under Section 1.8. The method of compensation shall be:as set forth.in Exhibit"D. Compensation for necessary expenditures for reproduction costs, telephone expenses, and transportation expenses,must be approved in advance by the Contract Officer designated under Section 4.2 and will only be approved if such expenses;are also specified in the Schedule of • Compensation:: The Maximum Contract Amount shall include the attendance of:Consultant at all Project meetings reasonably deemed necessary by the City. Consultant shall not be entitled to any increase in.the Maximum Contract Amount for attending these :meetings. Consultant accepts the risk that.the services identified in the Scope of Services may be more costly and/or "time-consuming than Consultant anticipates, that Consultant shall not be entitled to additional compensation, and that the provisions of Section 1.8 shall not be applicable to the services identified in the Scope of.Services. The maximum amount of city's payment obligation under , this section is the amount specified in this Agreement. If the City's maximum payment obligation . is reached before the Consultant's Services under this:Agreement are completed,. Consultant shall complete the.Work and.City shall not be liable for payment beyond the Maximum Contract Amount Page 3 of 37 2.2. Method of Payment. .. Unless another method of payment is specified in the Schedule'of Compensation (Exhibit"D"), in any month in which Consultant wishes to receive payment, Consultant shall submitto the City art invoice for services rendered prior to the date of the invoice. The invoice shall be in a'form approved by the:City's Finance.Director and must be submitted no later than the tenth(10)working day.of such month:. Such re_quests shall be based upon the amount and value of the services performed by Consultant and accompanied:by such — reporting data including an itemized breakdown of all costs incurred and tasks performed during the°period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five(45) days after receipt of the invoice or as soon as is reasonably practical. There shall be a maximum of one payment per month. 2.3 " Changes in Scope. In the event any change or changes in the Scope of Services is requested by the City, the Parties shall:execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work product . or work is required by the enactment or revision of law subsequent to the preparation of any documents; other work product, or work;and/or(b)to provide for additional services not included in this Agreement or:not customarily furnished in accordance with generally accepted practice in Consultant's profession. Consultant shall only commence-Work covered by an amendment after the amendment is executed and notification to proceed has been provided by the City's Contract Officer. 2:4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm:.Springs City Council for each fiscal year covered by the Agreement If such appropriations are not made, the City Manager may terminate this Agreement as provided in Section 8.3 of this Agreement; otherwise, there shall be no funding for any work or services and Consultant shall not be entitled to payment for any Work or services. that Consultant may provide:Consultant further acknowledges the following: A. It is mutually understood between the parties that this Agreement may have been written before.ascertaining,the availability of funds or appropriation of funds,..for the mutual benefit of both parties, in order to avoid program:and fiscal delays that would occur if the contract were executed after that determination was made.- B. This Agreement is valid and enforceable only, if sufficient funds are made available to.the City for the purpose of this Agreement. In addition,this Agreement is subject to any additional restrictions, limitations,conditions, or any statute enacted:by the Congress, State Legislature, or City Council that may affect the provisions, terms, or funding of this Agreement in.any - ' manner. - C.-It is mutually agreed that if sufficient funds are not appropriated, this Agreement may be amended to reflect any reduction in funds. D. The City has the option to void the Agreement under the 30-day termination clause pursuant - to as provided in Section 8.3 of this Agreement, or by mutual agreement to amend the: Agreement to reflect any reduction of funds. Page 4 of 37 - 2.5- Cost principals and Administration Requirements. A. Consultant agrees that 48 CFR Part 31, Contract Cost Principles and Procedures, shall be used to determine the allowability of individual terms of cost: B. Consultant also agrees to comply with federal procedures in accordance with 2-CFR, Part -200, Uniform Administrative Requirements, Cost Principles, and.Audit Requirements for Federal Awards. C. Any costs for which payment has been made to Consultant that are determined: by - subsequent audit to be:unallowable under48 CFR Part 31 or 2 CFR Part 200 are subject to repayment by Consultant to City. 2.6 Prompt Payment to Subconsultants. Consultant or Subconsultant shall pay to any Subconsultant, not.later than ten (10) days after receipt of each progress payment, unless otherwise agreed to in writing; the respective amounts allowed :Consultant on account of the work performed by the Subconsultants, to the extent of each Subconsultant's interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from Consultant or.Subconsultant to:a Subconsultant,:Consultant or Subconsultant may withhold no more than 150 percent of the disputed amount.Any violation of this requirement shall constitute a cause for,disciplinary action and shall subject the licensee to a penalty, payable to the Subconsultant,of.2 percent of the amount due per month for every month that payment .' is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs.The sanctions authorized under this requirement shall be separate from, and in addition to,all other remedies, either civil, administrative, or criminal. This- clause applies to both DBE and non=DBE Subconsultants. 2.7 Equipment Purchase and other Capital Expenditures. A. Prior authorization in.writing, by City's Contract Officer, shall be required before Consultant enters,into any unbudgeted purchase order, or subcontract exceeding $5,000 for supplies, equipment, or Consultant services. Consultant shall provide an evaluation of the necessity or desirability of incurring such costs. B. For purchase of any item, service or consulting work not covered in Consultant's Cost Proposal and exceeding $5,000 prior authorization by City's Contract Officer; three competitive quotations must be submitted with the request, or the absence of proposal must be adequately justified. - C. Any equipment purchased as a result of this .Agreement ..is subject to the following: "Consultant',shall maintain an inventory of all nonexpendable .property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $5;000 or more. If the purchased equipment needs replacement and is sold or traded in, City shall receive a-proper refund. or.credit at the conclusion:of the contract, or if the contract is terminated, Consultant may either keep the-equipment and credit.City in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established City procedures; and credit City in an amount equal to Page 5 of 37 the sales,price. If Consultant elects to keep the equipment, fair market value shall be determined at Consultant's expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by City and Consultant,if it is determined to sell the equipment, the terms and conditions of such sale, must be approved in advance, by City.", 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the project: . 2.8 Retention of Funds. A. Any subcontract entered into as a result of this-Agreement shall contain ail of the provisions of this'Section.:_ ; . B. No retainage will be held by the City from progress payments due to Consultant Consultants and Subconsultants are,prohibited from holding.retainage'from Subconsultants. Any delay or postponement of payment may take place only for good cause:and with the City's prior written approval. Any'violation of these provisions shall :subject the violating Consultant or Subconsultant to the penalties, sanctions, and other remedies specified in Section 3321 of the California Civil Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies, otherwise available to Consultant or Subconsultant in the event of a_dispute involving late payment or nonpayment by Consultant, deficient Subconsultant performance and/or noncompliance by a Subconsultant.This clause applies to both DBE and-.non-DBE.Subconsultants. 3. SCHEDULE OF PERFORMANCE 3.1: Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon attached Schedule:of: Performance (Exhibit "E"), • incorporated by reference. 3.2 Schedule,of Performance. Consultant shall commence the Services under this • Agreement upon receipt of written notice to proceed and shall perform all Services within the time-period(s) established in the Schedule..of Performance:: When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated,togrant such an extension. 3.3 Force Maieure. The time period(s) specified in a Task Order for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond control and without the fault or negligence of the Consultant (financial inability excepted), including, but not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes; floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if Consultant, within ten (10) daysof_the commencement of such delay; notifies the.City Manager - .in Writing-of f the causes of the delay: The City.Manager shall ascertain the facts and:the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the City Manager such delay is justified. The City Manager's Page 6 of 37 determination shall be final and conclusive upon the Parties to this Agreement. .In no event shall .. Consultant be entitled to recover damages against the City for any delay in the performance..of. this Agreement, however caused, Consultant's sole remedy being :extension of the.Agreement pursuant to this section. • Due to the ever changing circumstances:surrounding the COVID-19 Virus, situations,may arise during the performance of this Agreement that affect availability of resources and staff of Consultant, the City, other consultants, and public agencies. There could be changes in . anticipated delivery times, jurisdictional approvals, and project costs. Consultant will exercise reasonable efforts-, to overcome the challenges .presented by current circumstances, but Consultant will not be liable to City for any delays, exp enses, losses; or damages of any kind caused by.the COVID-19 Virus. 3.4 Term: Unless earlier terminated under this Agreement, this Agreement shall commence upon the effective date of this.Agreement and'continue in full force and effect until completion of the Services: However, the term shall not exceed five (5) years from the commencement date, except as otherwise provided in the Schedule of.Performance described in Section 3.2 above.-Any extension must be through mutual written agreement of the Parties. • 4. COORDINATION OF WORK • 4.1 Representative of'Consultant The following principal:of Consultant is hereby designated as being the principal and representative of Consultant,authorized to actin its behalf with respect to the Services to be performed under this.Agreement and:make all decisions in • connection therewith: Jean. Fares, PE. It is expressly understood that the experience, . knowledge,-education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this_Agreement. Therefore, the foregoing principal . shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient'lime to personally supervise the services performed :hereunder. The foregoing principal -may not be changed by Consultant:without prior written approval of the. . Contract Officer. . .4.2 .. Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is'subject to Change. by the City Manager. It shall_ be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and:the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required.hereunder shall mean the approval of the Contract Officer., The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting:. or, Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducementt-for City to enter into this Agreement. Therefore, Consultant shall not assign:the performance of thisS,Agreement, nor any part thereof, nor any .monies due hereunder, voluntarily or by operation of law,without the prior written consent of City Consultant shall not contract with any other entity to perform the Services required under this.Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this . Agreement by City, Consultant shall be responsible:to City for the acts and omissions of its Page 7 of 37 Subconsultant(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any Subconsultant and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. Consultant further acknowledges the following: A. No subcontract shall relieve the Consultant of its responsibilities and obligations hereunder. The Consultant agrees to be as fully responsible to the City for the acts and omissions of its Subconsultants and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the Consultant. The Consultant's obligation to pay its Subconsultants is an independent obligation from the City's obligation to make payments to the Consultant. B. The Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work shall be subcontracted without written,authorization by the City's Contract Officer, except that which is expressly identified in the approved Cost. Proposal. C. Any subcontract entered into as a result of this Contract, shall contain all the provisions stipulated in this entire Contract to be applicable to Subconsultants unless otherwise noted. D. Any substitution of Subconsultants must be approved in writing by the City's Contract Officer in advance of assigning work to a substitute Subconsultant. 4.4 Independent Consultant. A. The legal relationship between the Parties is that of an independent Consultant, and nothing herein shall be deemed to make Consultant a City employee. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision,_ or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not Page 8 of 37 in any way.or for any purpose be deemed to be.a partner.of:Consultant in its business or otherwise a joint venturer or a member of any joint enterprise withConsultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in-any manner. C.- No City benefits shall be available to Consultant, its officers, employees,or agents in:connection with any performance under this Agreement: Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages,or other compensation to,Consultant for the performance of Services under this Agreement.. City shall not be liable for compensation or' indemnification to Consultant, its officers, employees, or agents, for or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations, other:than pursuant to:Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees; servants, representatives; Subconsultants, or agents, Consultant shall indemnify City for all such financial obligations. 5. INSURANCE 5:1 Types of Insurance. Consultant.shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of.this Agreement; including:any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work. hereunder by Consultant, its agents, representatives, or employees: In the-event the City Manager determines that the Work or Services to be performed:under this Agreement creates an increased or decreased risk of loss to the City,the Consultant agrees that the minimum limits. of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee: Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein: Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence. basis. The minimum amount.of insurance required hereunder shall be as follows:. . A. Errors and Ornissions.Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement,standard industry form professional liability (errors and'omissions) insurance coverage in an amount of not less than one million dollars .($1,000,000.00), per occurrence and two-million do llars ($2,000,000.00) :annual. aggregate, in:accordance with the provisions of this section.:' - . (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant.that would affect the availability of the limits of insurance required by this Agreement, or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional. liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. - • Page 9 of 37 (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date•of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts;or-omissions of Consultant during the course of performing Services under the terms of this.Agreement. The coverage shall be evidenced byy either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail"coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either. of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for. in this Agreement, whichever is later. In the event of termination of the policy: during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the-Services under the terms of this Agreement: B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory- amounts, and in compliance with all other statutory requirements, as required by.the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' ..compensation insurance policy against the City and to require each of its Subconsultants, if any, to do likewise under their workers' compensation insurance policies: If Consultant has no employees; Consultant::shall. complete the City's Request for Waiver of Workers'Compensation Insurance Requirement form. C. Commercial General Liability- Insurance.. Consultant shall obtain and maintain, in full force and effect throughout the term of this.Agreement, a policy of commercial general,liability insurance written on a per occurrence basis with a combined single limit of at least one, million. dollars ($1,000,000.00) and two million dollars ($2,000,000..00) general aggregate_for bodily injury and property damage including' coverages for contractual liability, personal injury, independent.Consultants, broad form property damage,-products and completed operations. - D. Business Automobile Insurance.: Consultant shall obtain and maintain, in full force and effect throughout the terra of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage,for owned, non-owned, leased,and hired cars. E. Employer Liability Insurance: Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and,approved by the City.Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and.self- Page 10 of 37 insured retentions. City reserves the right to reject deductibles or;self-insured retentions in excess of $10,000, and the City Manager may require:evidence:of pending claims.and.claims history as well as evidence.of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess Of$10,000. 5.3- Other Insurance. Requirements. The following provisions shall apply to the insurance policies required of consultant pursuant to this Agreement:. 5.3.1 For any general or auto.liability claims related.to this Agreement, Consultant's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self- insurance maintained by the City and its. officers, council members, officials, employees, agents, 'and volunteers shall be in-excess. of Consultant's insurance and,shall not contribute with it. 5.32 :Any failure to comply with reporting or other provisions of the policies, including breaches of warranties shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits, where available, provided by Consultant and available or applicable to this Agreement are intended`-to apply to each insured, - including'additional insureds,against whom a claim is made or suit is brought to the full extent of the policies. . Nothing contained in.this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance'coverage: 5.3.4 None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City, Manager and approved in writing:. 5.3.5= Consultant agrees 'to.require its.insurer to modify.insurance endorsements to . delete any exculpatory.wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as . opposed to being required)to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and, submittal of certificates without required endorsements may delay commencement of the.Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 :Consultant agrees:to ensure that subConsultants, and any other parties involved with the Project who are brought onto or_involved in the Project by Consultant, provide - the same minimum insurance coverage- required of Consultant. Consultant agrees to ;monitor and review all such coverage and assumes'all responsibility for ensuring that such coverage is. provided in conformity with the requirements of this section. Consultant agrees that upon request, all-agreements with subConsultants and others engaged in the Project will be submitted to the City for review: . Page 19 of 37 5.3:7 .Consultant acknowledges and agrees that any actual oralleged failure on the part ofthe:City to inform Consultant of,non-compliance;with any insurance.requirement "in no way imposes any additional obligations on the City:;nor"does'-it waive. any rights hereunder in this or any other regard;" 5.3.8 Consultant shall provide proof that'policies of insurance required herein expiring . during the term of.this. Agreement-have been .renewed or:replaced with other policie• s providing.at least the same coverage. Proof that such coverage has ordered shall be submitted prior-to expiration. Endorsements,as required in this " • Agreement applicable to the renewing or new coverage shall be provided to City no later than ten,(10) days prior to expiration of the lapsing coverage.. - 5;3:9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on Coverage, limits, or other requirements. -nor as a waiver of any coverage-normally provided by;any given policy. Specific reference to a given coverage:feature is;.for purposes of clarification only as it pertains to a given issue, and is not intended-by any party or insured to be limiting or all-inclusive 5.3.1.0 The requirements in this section supersede all other sections and provisions ofthis Agreement to the extent that any other section;or provision conflicts with or impairs , _ the provisions of this section: . 5,.3.1-1 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant'arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of-this Agreement. City assumes no obligation or liability by such notice,.but has the right(but not the duty)to monitor the handling of any such claim or claims. • if they are likely to involve City, or to: reduce- or dilute ;insurance available for payment of potential claims. 5.3.12 Consultant.agrees,that the provisions of this section .shall not•be construed:as. limiting in any way,the extent to which the Consultant Maybe held responsible for the payment of damages resulting from the,Consultant's activities or.the activities of any person or person for which the Consultant is.otherwise responsible.. 5.4 Sufficiency of Insurers: Insurance required herein shall be:-provided by authorized insurers in`good standing with the State of California Coverage shall.be provided'by • insurers admitted in the State of-California with an AM.-Bests- Rating of B++,"Class VII, or better, unless such,.requirements are waived in_writing by the City Manager or his designee due. to unique:circumstances. 5.5' Verification of Coverage. ."Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all-of the coverages required by this;Agreement. The certificates and endorsements are to be.signed by . a person authorized by-that insurer to bind-coverage on its, `All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require. Consultant's insurers'to provide complete, certified copies of all:required-insurance policies at - any time. Additional insured. endorsements are not required for Errors and Omissions and Workers' Compensation.policies. Page 12 of 37 - Verification of Insurance coverage may be provided,by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or(2) an,acceptable-Certificate of .Liability Insurance Coverage with an -approved Additional Insured. Endorsement With the following endorsements stated on the:certificate: 1. _. "The City_of Palm Springs, its officials, employees, and agents are named as art additional insured..." ("as respects City'of Palm Springs Contract No. . " or "for any and all work performed with the City"may be included in this statement):. 2:` "This insurance .is:primary and non-contributory over:any insurance or self • - insurance the-city may have,.." ("as respects City,of Palm Springs Contract No: "or"for any and all work performedwwith the City,may be included in this statement). 3.. "Should any of the above described policies be canceled.before the expiration date thereof, the issuing company will mail 30 days,written notice to the Certificate Holder named." ,Language such as, "endeavor to" mail and "but failure to mail such-notice shall'.impose no - obligation: or liability of any kind' upon the company, :its ;agents or representative" is not acceptable and must be`crossed -4. :° Both the Workers' Compensation and.Employers'Liability policies shall contain the insurer's waiver of subrogation in favor of.CitY, its elected officials, officers, employees, agents, andvolunteers: In addition to the endorsements:listed above, the .City._of Palm Springs shall be named the certificate holder on the.policies: All!.certificates of insurance and.endorsements are to be received,and approved by the City before work Commences. All certificates of insurance must be authorized by a person with authority, to bind`coverage,:whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the` - commencement of work shall not waive the Consultant's'obligation to provide them:: - .6. _:INDEMNIFICATION To the fullest extent permitted-bylaw,Consultant shall defend, indemnify, protect, - and hold harmless City, its elected officials, officers, "employees; 'agents,. and volunteers (collectively the "Indemnified Parties"), from and against any and all-liabilities, actions, suits, - claims, demands, losses,. 'costs, judgments, arbitration .awards, settlements, : damages,'; demands, orders, penalties, and:expenses including legal-costs and attorney fees(collectively "Claims"), including but not limited to Claims arising from, injuries to or death of persons (Consultant's--employees included), for damage to property, including property owned by City, from any violation of any federal,;state, or-local.law or ordinance,-and from errors and omissions committed by Consultant, its officers; employees,.representatives, and'agents, that to the extent arise out of or relate--to Consultant's .negligent performance. under this Agreement. This 'indemnification. clause"excludes Claims arising from the sole or active, negligence or willful misconduct-of the City;.its elected officials, officers, employees, agents, and volunteers. .Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant's indemnification:obligation,or other.liability under this Agreement. Consultant's indemnification obligation Shall survive the expiration or earlier termination of this ,Agreement until all actions:against the Indemnified Parties for such matters indemnified are fully. " Page 13 of 37 and;finally barred by the applicable statute of limitations or,-if an action is timely filed,-until such • action is final. This provision is intended for the benefit of third party Indemnified Parties not - otherwise a party to this Agreement. 6:2 Design_Professional Services.'Indemnification and Reimbursement If the Agreement is determined to be a "design'professional services agreement"and:Consultant,is_a "design professional" under California Civil Code Section 2782.8, then:.: A. To the fullest extent permitted,by law, Consultant shall indemnify, defend, protect and: hold harmless City and its:elected officials, officers, employees, agents and volunteers and all, other public agencies whose approval of the project is-required,:(individually"Indemnified Party"; Collectively "Indemnified Parties") against_any and all liabilities, claims, judgments, arbitration awards;'settlements,r costs, demands, orders.and penalties (collectively"Claims"), including but not limited to Claims.arising from,injuries or death of persons (Consultant's employees included)• .. and:damage to-property, which Claims arise out of, pertain to, or are;related to the negligence, recklessness or willful misconduct of Consultant, its agents, employees,_or:subconsultants, or arise from Consultant's negligent,reckless-or willful performance of or failure to perform any - term, provision; covenantor condition of this Agreement("Indemnified Claims"), but Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the - negligence, recklessness or willful :misconduct of the City and its elected Officials. Officers, employees, agents and volunteers. B... Consultant shall reiimburse,,withiin thirty (30) days of,receipt of.written invoice or statement, the Indemnified Parties for`any reasonable expenditures, including',reasonable attorneys'fees, expert fees,,litigation costs, and expenses that:each Indemnified Party may.incur • by reason of Indemnified Claims: Upon request by an Indemnified Party,Consultant shall defend With legal counsel :reasonably-acceptable to- the.-Indemnified Party all: Claims: against the - • Indemnified Party that.may arise out of, pertain to, or relate to=Indemnified Claims, whether or , - not Consultant is named as a party to the Claim proceeding.The determination whether a Claim • "may.arise out of, pertain to; or relate to Indemnified Claims" shall be baeecr on.the allegations made in the Claim and the facts known or subsequently discovered by the Parties. In no event • shall the'cost to defend charged to the Consultant exceed the judicially determined Consultant's proportional percentage of fault To. fthe extent Consultant's reimbursements in the ordinary` course to the Indemnified.,Parties on account of the. Indemnified Claims exceed such amount (the;"Excess Amount"),_then, within a reasonable;time after such judicial determination, to the • extent such determination has not been appealed_by the Indemnified Parties, the Indemnified: Parties shall return the Excess Amount to Consultant Consultant's indemnification obligation hereunder shall survive theexpiration:or earlier termination of this:Agreement until: all actions - against the Indemnified.Parties for such matters indemnified hereunder are fully and finally • _barred by the applicable statute of limitations or, if an action is timely filed, until.such action is. final.: C. The Consultant shall, require all. non-design-profession -Subconsultants, :used or subcontracted by Consultant to.pe"rform the Services or Work required under this Agreement,to execute an: Indemnification Agreement adopting the indemnity.provisions in sub-section.6.1 in favor: of the 'Indemnified .Parties. In additions, Consultant shall require all non-design- professional.,Subconsultants, used or subcontracted by Consultant to perform the Services or Work required under this Agreement, to obtain insurance that inconsistent with"the Insurance provisions,as set forth in this Agreement, as:well as any other insurance.that may required, by Contract Officer. Page 14 of 37 6.3 Claims Filed by City.''Construction Contractor. • A. If,claims are filed by the Citys construction- contractor relating to work performed by - Consultant's personnel,and additional,information or assistance from Consultant's personnel , is required in order to evaluate or defend against such claims,Consultant agrees to make its; personnel available for consultation with the City's construction contract administration and legal .staff and for testimony, if necessary, at depositions. and at trial or arbitration proceedings. ; B. Consultant's personnel that -the-City considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from the .City: :. Consultant shall.;be responsible for: all 'costs associated with consultation or.testimony, including travel costs, associated with defense of the City's construction contractor claims. C:. Services of Consultant's ,personnel. in.connection with the City's construction contractor . -.claims will be performed pursuant to a written amendment to.this Agreement, if necessary, extending the termination date:of this Agreement in order to resolve the construction claims. 7. REPORTS AND RECORDS :. 7.1 Accountinci Records: Consultant shall keep complete, accurate, and detailed accounts of all time,.costs, expenses,:and expenditures pertaining;in any way to this Agreement. Consultant:shall keep such books and,records as shall be.necessary to properly perform the _ Services required by this Agreement and o .enable the Contract Officer to evaluate the performance of such Services::'The Contract Officer shall,have full.and free access to such. books and:records:at all reasonable.times, including the right;to inspect, copy, audit, and make records and transcripts from such records ; • 7.2".. Consultant's Reports or Meetincis: A. Consultant shall submit progress reports at least once a month: The report should be sufficiently.'detailed for the .Contract,Officer_todetermine, if Consultant is performing to expectations, or is on schedule; to provide- communication of interim findings, and to sufficiently address"any difficulties or special problems encountered, so remedies can be developed: . :Consultant's Project Manager shall meet with the :City's .Contract Officer, as needed, to discuss progress on the Project " C Consultant shall periodically prepare and submit to :the 'Contract Officer such reports concerning-the performance of;the Services required by this Agreement as the Contract - Oficer.shall'require: Consultant_hereby acknowledges that the City is greatly concerned about.the cost of the Work and,Services to be.performed pursuant to'this.Agreement. For this reason,.Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease.the cost of the Work or Services contemplated herein or,if Consultant is providing:design services,the cost of the-. project being designed, Consultant shall promptly ,notify the Contract. Officer of such fact, circumstance, technique, or event and,-the estimated increased or decreased cost related Page.15 of 37 thereto and, if-Consultant is providing design services, the estimated increased or decreased ; cost estimate for the project being designed::- 7.3 " Ownership of 'Documents._ All drawings, specifications, reports, records; documents,-memoranda, correspondence, computations; and- other materials prepared by - Consultant, its employees, Subconsultants, and-agents:in the performance of this Agreement shall become, upon payment for such, the property of City,and shall be promptly delivered to City upon request of the Contract Officer or upon-the termination of this Agreement,.and Consultant shall have no claim for further employment or additional compensation=as-a result of - the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects`and/or use.-of incomplete documents _without specific written authorization by the Consultant will be at the City',s sole.-risk and without liability to Consultant, and the City shall indemnify the Consultant for:all damages resulting therefrom: Consultant may retain-.copies,of such documents for its own use Consultant shall _ have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its Subconsultants shall provide for ,assignment to `City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom:' Consultant further acknowledges the following' A. Upon completion of all-work under:this Agreement, ownership .and. title to all reports, documents, plans, specifications, and estimates produce as part of this Agreement will automatically be vested in the.City; and no further agreement will be necessary to transfer ownership to the City. Consultant shall furnish the City all necessary copies:of data needed to complete the review and approval process. Additionally, it is agreed.that the Parties intend this to be an Agreement for services.and each considers the products and 'results of the services to be rendered by Consultant hereunder to be work made for hire.y Consultant ` acknowledges and agrees that the work (and;all rights::therein, including, without limitation, -copyright) belongs to and shall be the sole and exclusive property of City without restriction or limitation upon its use or dissemination by City. • B: It is understood-and agreed that all calculations, drawings and specifications,whether in hard copy:,or .machine-readable form, are intended for one-time use in the construction of the project for which this Agreement has been entered into: - - C. Consultant is.not liable for claims,,liabilities,:or losses out of, or connected with.the ", modification,.or misuse"by the.City of the machine-readable information and data provided by Consultant under this Agreement, further, Consultant is not liable for claims, liabilities, or - losses arising out of, or-connected with,any use by the City of the project documentation on other projects for additions'to.this project;:or for the:completion of this project by others, except only such use as many be authorized in writing by Consultant: D. Applicable patent rights provisions regarding rights to inventions shall be included in the contracts as appropriate (48 CFR 27, Subpart 27.3 Patent .Rights under Government Contracts for federal-aid contracts): E.' The:City may_permit copyrighting reports or other agreement ;products. If:copyrights are permitted; :the agreement 'shall provide that the FHWA shall have...the royalty-free ` Page 16 of 37 nonexclusive and irrevocable right to reproduce, publish,or otherwise use; and to authorize others to use, the work for government purposes. _ F. Immediately upon termination, City shall be entitled to,.and;Consultant shall-deliver to City, reports, investigations,_ .appraisals; inventories, studies, analyses,,. drawings., and data • estimates performed to that date,whether completed-Or not, and'other such materials as may, been prepared or accumulated to date by Consultant in performing this Agreement which is not Consultant's privileged information, as defined by"law,or Consultant's personnel information,.along with all other property belonging exclusively to.City which is in Consultant's possession. : . G. Publication'of the information derived from work performed or data obtained in connection_. with services rendered under thisAgreement must be approved in writing by City.. - 7.4 Release _of Documents. All drawings, specifications, reports, records, documents', and other materials prepared by Consultant,in the performance of services under this Agreement shall,not be released publicly without the prior written approval of.the Contract Officer: All information gained by Consultant in the performance of this Agreement shall,be considered :confidential and ,shall not be released by Consultant without City's prior written authorization. • - Consultant further acknowledges the following A. All financial, statistical, personal,technical, or other data and.information relative to the City's• . operations, which are designated confidential by the City and Made:available to.Consultant in order to carry out this.Agreement, shall be protected by Consultant from unauthorized use and disclosure. B. Permission.to disclose information on one occasion,or public hearing held by the City relating .. • to the contract; shall not.authorize Consultant to:further disclose such...information,: or • • disseminate the same on any.:other occasion. C. Consultant shall not comment publicly to:.the press- or any other media regarding the Agreement or the City's actions on the'same; eXcept to .the City's staff, Consultant's own personnel involved'in the performance:of this Agreement, at public hearings or in response to questions from a-Legislative committee.' - D. ;Consultant :shall..not issue any news release or public relations: item of any nature, whatsoever, regarding.work performed or to be performed under this Agreement without prior review'of the contents thereof by the:City, and.receipt of the City's written permission.- - E. Anysubcontractentered into as•a"result of this Agreement shall contain all of the;provisions of this Section. F. All information related to the construction estimate is confidential,'and shall not be disclosed by Consultant to any entity, other than the City; Caftans, and/or FHWA. All of the materials prepared or "assembled_ by .Consultant pursuant .to performance of .this Contract are confidential and Consultant-agrees that they shall not be made available to any individual or organization..without the prior written approvalof City or except by court order If Consultant Page 17of37 or any of its officers, employees, or subcontractors does voluntarily provide information in violation of this Contract, City has the right to reimbursement and indemnity from Consultant for any damages caused by Consultant releasing the information, including, but not limited to, City's attorney's fees and disbursements, including without limitation experts' fees and disbursements. 7.5 Audit and Inspection of Records. A. For the purpose of determining compliance with Public Contract Code 10115, et seq. and Title:21, California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the " Agreement pursuant to Government Code 8546.7; Consultant, subconsultants, and City shall maintain and make available for inspection all books,documents, papers, accounting records, Independent CPA Audited Indirect Cost Rate workpapers, and other evidence pertaining to the performance of the contract, including but not limited to,the costs of administering the Agreement.All parties, including Consultants Independent CPA, shall make such workpapers .and materials available at their respective offices at all.reasonable times during the contract period and for three years from the date of final payment under the contract. The state, State Auditor, City, FHWA, or any duly authorized representative of the Federal Government having jurisdiction under Federal laws or regulations.(including the basis of Federal funding in whole or in part) shall have access to any books, records, and documents of Consultant and it's certified public accountants (CPA) work papers that are pertinent to the Agreement and indirect cost rates (ICR) for audit, examinations, workpaper review, excerpts, and transactions, and copies thereof shall be furnished if requested. B. Consultant and any subconsultant shall permit the City, the state, and the FHWA if federal participating funds are used in this Agreement; to review and inspect the project activities and files at all reasonable times during the performance period of this Agreement including review and inspection on a daily basis. 7.6 Audit Review Procedures. A. Any dispute concerning a question of fact arising under an interim or post audit of this Agreement that is not disposed of by agreement, shall be reviewed by City's Chief Financial Officer. B. Not later than 30 days after"issuance of the final audit report, Consultant may request a review by City's Chief Financial Officer of unresolved audit issues. The request for review will be submitted in writing. C. Neither the pendency of a dispute nor its consideration by City will excuse Consultant from full and timely performance, in accordance with the terms of this contract. D. Consultant and Subconsultant contracts, including cost proposals and Indirect Cost Rates (ICR), are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit,an ICR Audit, or a CPA ICR audit work paper review. If selected for audit or review, the Agreement, cost proposal and ICR and related work papers, if applicable,will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Consultant's responsibility to ensure Page 18 of 37 federal, state, or local government officials-are allowed.full access-to the CPA's-work papers - including making copies at necessary.- The Agreement, cost proposal, and ICR shall.be. adjusted by Consultant and approved .by:City contract manager to conform to.lhe audit or review recommendations: Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the Agreement by this reference. if directed by City at its sole:discretion. Refusal'by Consultant to incorporate audit or review..recommendations,or to ensure that the federal, state or local governments have access to CPA work papers,will be considered a breach of Agreement terms and cause for termination of the Agreement and - disallowance of prior reimbursed costs. - - E-. Consultant's Cost Proposal may be subject to a CPA ICR Audit Work Paper Review and/or audit by:Independent Office of Audits and; Investigations (IGAI).. IGAI, at its sole discretion, • may review-'and/or audit and.approve:the CPA ICR documentation. The'Cost Proposal shall : be adjusted by the:Consultant;and approved by the City's Contract Officer to conform to the Work : Paper Review recommendations.. included ;in .the management letter or audit recommendations included in the audit report. Refusal by the Consultant to incorporate the Work Paper Review recommendations :included' in,' the management letter or . audit - recommendations included in the audit report will be considered a breach of the Contract terms and cause for termination of the Contract and disallowance of prior reimbursed costs. - . - F: During lOAl's review of.the ICR audit work`papers created-by the Consultant's independent CPA, 10AI.will work-with the CPA and/on-Consultant toward a resolution of issues that arise during the review:Each party agreeslo use its best efforts to resolve any'audit disputes in-a timely'manner. If lOAI identifies significant:issues during the review and is unable to issue a cognizant approval letter, the City will reimburse_the Consultant`at an accepted ICR until a • FAR (Federal'.Acquisition Regulation):°compliant ICR {e.g; 48 CFR Part 31'; _°GAGAS ' (Generally Accepted.Auditing Standards);:CAS (Cost Accounting_Standards), if applicable; in accordance-with procedures and guidelines of the American.Association of State Highways and Transportation Officials _(AASHTO) Audit.Guide;:and other applicable procedures and z, guidelines}is received and approvediby IGAI If the proposed rate is less than one hundred_: fifty percent (150%)7" the accepted rate reimbursed will be ninety percent (90%) of the • _proposed"rate. If the proposed rate is between one hundred fifty percent (150%) and two. hundred percent(200%0)-the accepted rate will-be eighty-five percent(85%) of the proposed rate. ;If the proposed'rate is greater than two hundred percent (200%) - the accepted rate will be seventy-five percent:(75%0) of the proposed rate. G If IGAI is--unable. to issue .a cognizant{letter per paragraph .F above, IGAI. may :require Consultant to submit a revised"independent:CPA-audited ICR and audit report within three (3). months of the effective date of the management letter. IGAI will:then have up to six (6) months to review the Consultant's'and/or the independent-CPA's'revisions. . H. If the Consultant fails to comply with the:provisions of this:Section'7.6, or if IGAI is still'unable 'to issue a 'cognizant approval letter after: the revised independent CPA-.audited ICR is submitted, overhead cost.reimbursement will be ,limited sto the.accepted; ICR that was established upon initial rejection.of the ICR and set forth in paragraph F-above for all rendered services. . In this` event,- this accepted._ICR will become: the. actual 'and :final ICR :for. reimbursement purposes under this.Contract. ";,Page 19 of 37 - I. Consultant may submit the final=invoice to the City only when all:of the following items have ., - `occurred: (1) IOAI-accepts-or adjusts the original or revised'independent CPA audited ICR; • (2) all work,under this Contract has been:completed to the satisfaction of the City; and,=(3) IOAI has issued its final ICR review letter.The Consultant must submit the final.invoiceto the • City no later than sixty (60)calendar days after occurrence of the last of these items. The. * accepted"ICR will apply to this Contract and all other agreements executed between Cityand the Consultant, either as a prime or Subconsultant, with.the same fiscal period ICR._ 8., ENFORCEMENT OF.AGREEMENT. 8.1 California Law and Venue: This Agreement shall be construed and interpreted both as to validity and'as to performance of the Parties in accordance with the laws-of the State of California. Legal actions concerning any dispute, claim,"or matter arising out of or in relation, to this `shall be instituted. in the Superior Court of the County of Riverside,-:State of • California, or any other-appropriate court in such County,and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. - . . 8.2 . Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and:purposes of the Parties .The terms of this Agreement are contractual and the;result,.of negotiation, between the Parties. Accordingly, any rule:Of construction of contracts.(including, without limitation, California Civil : • Code Section 1654)that-ambiguities are to,be construed against the drafting°party, shall not be • employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are:for convenience and identification purposes only and shall •- not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 3 Termination: City may terminate this Agreement for its convenience at any time, • Without'Cause, in whole or in part, upon giving Consultant thirty (-30) days written notice. Upon such- notice, City shall pay Consultant for Services performed-through,the date of termination Upon receipt of such:notice, Consultant shall immediately cease all work under this Agreement;.. :' unless the notice provides otherwise Thereafter,Consultant shall have_nofurther claims against the.City under this Agreement ''Upon termination of the Agreement pursuant to this section,' Consultant shall submit to the City an invoice:for-:work and services performed prior to the date of"termination: In addition,;the Consultant.reserves the,right to terminate this Agreement at any time, with or without cause, upon sixty (60)`days,written notice to the City, except that where termination is due to material default by the City,_the period_of.notice may such shorter time • as.the Consultant-may determine.. • Consultant further acknowledges the following: " • A. Upon termination,`the City shall.be entitled to all work, including but not limited to, reports, • investigations, appraisals, inventories,"studies, analyses, drawings and 'data estimates:.. performed' to that date, whether completed or not, and in accordance .with Section .7.3 • Ownership of.Documents. ,B The City may temporarily suspend this Contract, at no additional;cost to the.;City, provided `, that Consultant is-given;written notice of temporary suspension:.If City gives such notice of temporary suspension, Consultant shall immediately suspend. its activities under this Page 20 of 37 • Contract. A temporary suspension may be issued concurrent with the notice of termination provided;for in subsection A of this section. C. Notwithstanding any of this Contract, Consultant shall not be relieved of liability to City for.damages sustained by City by virtue of any breach of this Agreement by Consultant, - - and CityMay withhold anya ments due to Consultant until such time as the exact amount.. Yp. Y. of damages,.if any, due City from'Consultant'is determined D. -._In the'event of termination,'Consultant shall be:compensated as provided for in this Contract, . - except`as provided in Section 2'7-C. Upon termination, the City shall be entitled to all work, , .including but not limited to, reports,investigations-, appraisals, inventories, studies, analyses, - drawings. and data'estimates performed: to that date, :whether completed or not,:and in accordance with Section 7.3 Ownership of-Documents.: 8:4 Default of.Consultant: _ A. Consultant's failure to,comply with .any provision of.this Agreement shall constitute.a,.default. - - : B. - If the City Manager;or his'designee;:determines that Consultant-is in default ` in the:performance of. any..of the terms or conditions of this Agreement, he/she shall.notify - ':Consultant in writing of such default.- Consultant shall-have ten (IC)) days, or such longer period . . - as City may:designate,.to cure the default=by:rendering satisfactory. performance. In the event . Consultant_fails to:-cure its,'default within such` period of time;-City shall have the right; notwithstanding- any other_-provision of this-Agreement, to;terminate.this Agreement without -. further notice and without prejudice of any remedy to which City may be entitled atlaw;.in equity, - or under this Agreement: Consultant shall be liable for any and all reasonable costs incurred by. 'City as a result of such:•default. -Compliance with:the provisions of this=section.:shalli not constitute a waiver of any City right to-take;legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8:3. - . - C If termination is due to the:failure of the Consultant to fulfill its obligations under this Agreement,City may; after compliance:with the provisions of Section 8.4 B,take over. the'work:and prosecute the same to completion by contract or otherwise, and the Consultant ' shall be liable to the extent that the total cost for-:completion of the Services required hereunder .. :exceedsAhe Maximum Contract Amount (provided that:the City shall use reasonable efforts to mitigate such damages),_and City may withhold_any payments to the Consultant far-the purpose of-setoff or partial payment of the.amounts--owed the City as previously stated The withholding or failure to withhold payments to`Consultant shall not limit Consultant's liability for completion of the Services as provided'herein..:: - 8:5 Waiver. No waiver.of`any provision of this Agreement shall be effective unless in - . writing and signed by a'duly.authorized representative of the Party against whom enforcement . of a Waiver is sought. 'Any waiver by the Parties of any default Or breach of any covenant, . • - ., . condition or term contained in this_Agreement, shall not be construed:to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete.compliance.with any of the covenants; conditions, or terms.'.contained in this ' Agreement be:construed as changing,the terms of this Agreement in any manner or preventing : 'the Parties from enforcing the full,provisions hereof. - Page 21 of 37 • . 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared"to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by.either Party of one'or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the; same default or any other default:by the-other Party. . 8.7 • Legal Action. In addition to any other rights or remedies, either Party may take. legal action, in law or in equity,to-cure, correct or remedy any default, to:recover damages for any default,to compel.specific performance of this Agreement,to obtain declaratory or injunctive relief, or to obtain anyother remedy consistent with the purposes of this Agreement. Attorney Fees. In the;event any dispute between the Parties with respect to this. Agreement results in litigation or any non-judicial proceeding, the:prevailing Party shall be • entitled, in addition to such other relief as may be granted, to recover from the'non-prevailing Party all.reasonable costs and expenses, including but'not.limited to reasonable attorney-fees,. expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in.collection of any judgment entered in.such'proceeding. To-the extent authorized by law, in ; the event of a dismissal by the plaintiff or petitioner of the litigation or rnon-judicial proceeding within thirty(30) days of the date set for trial or hearing, the other Party shall be deemed to.be the prevailing Party in such litigation or proceeding. . . 8.9 Disputes. : ; A. Prior to either party commencing any action under this Contract;the parties agree to try in good faith,to settle any dispute amicably between them. :If a dispute has not been settled after forty-five:(45)days of good-faith negotiations and as may be otherwise provided herein, : then either..party may commence legal action against the other B: Any dispute, other than audit,concerning a'question of fact arising under this Agreement that is not disposed ofby agreement shall be decided by a committee-consisting of City's Contract Officer and Director of Engineering Services/City Engineer, who may consider written or verbal information submitted by Consultant . - C. Not later than thirty (30) calendar days- after :completion of all'deliverables"necessary to, - . complete the plans, specifications and estimate, ;Consultant :may •request review by City Council-of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. D, Neither the pendency of a dispute, n'or-.its.. consideration:-by the committee, will excuse - Consultant from full and timely performance in accordance with the terms of-this Agreement., - 9; CONFLICT.OF INTEREST, NON-DISCRIMINATION' " 9:1 Non-liability of City Officers and Employees..No officer or employee of the City - • shall be personally liable to the Consultant, or any successor-in-interest, in the event of any: • default or breach by'.the.City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of.the terms of this.Agreement; Page 22 of 37 : . . 9.2 : Conflict of Interest Consultant acknowledges that no,officer or employee of the _.. City has`or shall have any direct or indirect ;financial: interest in this Agreement nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter Consultant warrants that Consultant has not paid or given, and:will not pay_or give,.any third -party:any money or other consideration in" • :exchange for obtaining this Agreement. Further, Consultant acknowledges the following; •- A. Consultant shall:disclose anyfinancial, business; or other relationship with the City that may have an impact upon the outcome of this Agreement, or any.. ensuing-""City construction project. Consultant shall also:_list current-Clients who may have a financial interest in the outcome of this Agreement, or any ensuing'City construction project, which.will.follow. B: Consultant certifies that it has disclosed to the City any actual,apparent;or potential conflicts • of interest,that mayexistrelative=to the services to be provided pursuant.to-this Agreement. Consultant.agrees to advise the City of any,actual, apparent or potential:conflicts of interest , that may develop.subsequent'to the date of execution of this Agreement. Consultant further agrees to complete: any statements of economic interest if required by either. the City ordinance or State law: C. Consultant hereby certifies that it does not now have, nor shall it acquire any financial or. business interest that would.conflict with:the performance of services under this.Agreement. ID Consultant hereby certifies that neither Consultant, nor any firm affiliated with Consultant will bid_on.any construction contract, or.on any contract to provide construction inspection for any construction project resulting from this Agreement An.affiliated firm is one, which is subject • to the control:of the'same persons through joint:ownership, or otherwise. E. `Except for Subconsultants whose services are limited to providing surveying or materials testing information, no Subconsultant who has provided design'services in connection-with this Agreement:shall be eligible to bid on any construction contract;..or on any contract_to provide construction inspection for any-construction project resulting from this Agreement: _ 9.3 Covenant Against Discrimination. In connection-with its performance under this Agreement,Consultant shall not discriminate.against any employee-or applicant for employment. " because of"actual or''perceived race, religion, color, sex,:age, marital status, ancestry, national; origin (Le., place of.,origin, immigration status,_cultural or linguistic characteristics;•or ethnicity), sexual orientation,'gender identity, gender expression, physical or mental:disability, or medical condition(each a "prohibited basis"); Consultant shall ensure that applicants are employed, and • -that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's:lawful capacity to'-enter:_thiis Agreement; and in executing this Agreement, Consultant certifies that its actions and .omissions hereunder:shall not incorporate any discrimination arising from or :related to any prohibited basis in any Consultant activity, • including but not ,limited to the following employment, upgrading,= demotion or transfer;. recruitment or recruitment advertising;:layoff or termination; rates of pay or ;other:forms:of compensation;.and selection for training, including apprenticeship, and,further,that Consultant 'is in full compliance::with the provisions of Palm Springs::Municipal Code Section 7.09.04Q, including without-limitation the provision .;of benefits, relating to -non-discrimination, in :city • contracting: Page 23 of 37 Consultant further acknowledges the following requirements: A: Consultant's signature-affixed herein, and:dated,-shall constitute a certification under penalty of perjury under the laws of the State of California-that Consultant has,°'unless exempt, complied with, the nondiscrimination program requirements of Government. Code Section 12990 and Title 2, California Administrative Code, Section 8103:: B: During the performance of this Contract,:Consultant and its Subconsultants shall not deny the Contract's ;benefits to any person on the basis of race; religious creed, color, national origin, ancestry, physical disability, mental.;disability,:medical condition, genetic:information, `marital status, sex, gender, gender identity,:gender;expression, age;-sexual:orientation, or military -and .veteran status, 'nor shall :they..unlawfully ,discriminate, harass,- or allow - ' • harassment against any.employee.or applicant for employment-because of race, religious creed,color, national origin, ancestry, physical disability;mental disability, medical condition, genetic informatio► , marital status, sex, gender, gender identity,`;gender expression,,age, `sexual-orientation, or military and veteran.status. Consultant and Subconsultants shall insure.. . that the`evaluation and_treatment of their employees and applicants for employment are free. from:such discrimination and harassment.`: Consultant and.Subconsultants shall comply with - • the provisions of:the:Fair Employment and Housing Act (Gov: Code §12990 et seq.), the • applicable regulations promulgated there under (2 CCR §1:1000•et seq:), the:provisions:of • Gov. Code §§11135-11139:5, ,and the regulations or.standards adopted by_the City to implement such article. The applicable-regulations of the'-Fair Employment and Housing . Commission implementing GO. Code:§12990 (a-f) set forth'2 CCR §§8100-8504, .are incorporated into this Contract by reference and made a part'hereof as if set forth in full. Consultant shall permit access,by representatives of the Departmert:of Fair Employment and Housing and the.City.upon:reasonable notice at anytime during-the normal business hours, but in:no case less than twenty-four(24) hours' notice;to such'of its books,records, accounts; - and all other sources of information and its facilities•as said':.Department or City shall require. • to ascertain compliance with this clause. : Consultant and its_Subconsultants shall give • written notice of_their obligations under:this.,clause;to 'labor organizations With which-they. have a collective bargaining or other A reement.• - C. The-`Consultant shall comply with regulations relative.to non-discrimination in federally assisted programs of the U:S Department of Transportation (49 CFR.Part 21 - Effectuation • of Title VI of the Civil Rights Act-of:1964); Specifically, the Consultant shall not participate either:directly or indirectly in the discrimination prohibited by 49 CFR §21.5, including employment practices and the selection.and retention of Subconsultants. . D. The Consultant, with regard to the work- performed under this Contract, shall act in - accordance with Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq.)..Title VI provides that the recipients of federal assistance will implement and maintain a policy of - nondiscrimination-in which no person in.the United States shall, on the basis of race, color, -- national.origin, religion, sex;;:age, disability, be excluded from participation in, denied the benefits ;of or subject to 'discrimination under any`prograrn or'activity by the recipients of federal assistance or their assignees and.successors-in interest.' E: Consultant, subrecipient or subconsultant will exclude any_`person from participation 'in, deny any person the benefits of, or otherwise discriminate against anyone in-connection - with the award-and performance of any contract covered by 49 CFR 26 on the basis of race, color, sex,or national origin. In administering the City components of the DBE'Program Plan, Page 24 of 37 c Consultant, subrecipient or subconsultant.will not,: directly, or through contractual or other arrangements, use,criteria or Methods of administration that:have;the effect of defeating or substantially impairing accomplishment of.the objectives of the DBE Program Plan with respect to individuals of a particular race, color, sex, or national origin : F. Consultant shall include the nondiscrimination and compliance provisions"of this clause in all. subcontracts to perform work:under this Contract. :. G_: During the performance of.-this contract, the Consultant, for itself, its assignees, and .successors in interest agrees to"comply with the following:non-discrimination statutes and= authorities; including'but not,limited to a. Title VI of the Civil Rights.Act of-1964 (42 U S:C: §'2000d:et sect:,"78'stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part.21:. b...The Uniform Relocation Assistance and Real'Property Acquisition Policies Act of -1970, (42 U,S C :§::4601. ),_.(prohibits unfair.treatment of persons displaced or whose property has been acquired because of,Federal:or,_Federal-aid programs • and projects);" ".Federal-Aid Highway Act of„,1973,. (23. _U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); d. . Section 504: of the' Rehabilitation Act of 1973, (29 U.;S:C:"§ 794:et seq.), ,as -amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; -e. The Age Discrimination Act of 1975; .as amended, (42 S.C. § 6101 et.seq:),: (prohibits discrimination on the of.age); (. . .Airport and Airway Improvement Act of 1982, (49 USC§ 4 71, Section 4 7123 ), - as amended, (prohibits discrimination based on race, creed, color, national.origin, or sex);.. g. The "Civil Rights Restoration Act of 1987, (PL 100 209.), :(Broadened the scope, coverage and.:applicability, of Title VI of;the Civil:Rights"Act of 1964, The.Age Discrimination Act of 1975-and Section 504..of the Rehabilitation Act of 1973, by expanding"the definition,of the,terms "programs or activities" to"include all of the . programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activitiesare Federally funded or not), h. Titles-II and III the Americans::with-Disabilities Act, which prohibit discrimination ' -on .the": basis of disability in the:operation of public entities, public and private • - = transportation systems, places :of public:accommodation,..and certain testing . • entities (42 U.S:C:''§§ 12131:-12189)."as implemented by Department='of Transportation regulations at 49 C P.R: parts'37 and 38 i. The Federal Aviation Administr.ation's Non-discrimination statute'(49 U:S C. ;§ 47123) (prohibits discrimination on the basis of race; color;";national origin, and• . j Executive. Order 12898, Federal Actions; to Address -Environmental. Justice in Minority:Populations:and Low-Income Populations, which ensures discrimination against minority populations by'discouraging programs,policies, and activities with dispro•portionately high and adverse .human":health or:environmental effects on minority and low-income;populations;. k. 'Executive Order 13166, _Improving;Access'to Services for;Persons with Limited. ,English.Proficiency::and resulting agency guidance;; national origin discrimination, includes discrimination because of limited English proficiency (LEP). To ensure 3 Page.25 of 7 compliance with Title VI, you must take. reasonable steps to ensure that LEP persons have meaningful access to your. programs (70 Fed. Reg: at 74087 to 74100); I. Title IX of-the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U .S.C.- 168.1-et seq)•.-- . • 9.4 Rebates. Kickbacks_or Other Unlawful Consideration:Consultant warrants that this=Agreement was not obtained or secured. through- rebates kickbacks or other unlawful consideration;: either promised ;or paid to any City employee. For breach or violation of this warranty, City shall have the right in its discretion;.to terminate the contract without liability; to pay only for the value of the work actually performed, or to deduct from the-contract price; or- ;otherwise recover the full amount of auch rebate, kickback or other:unlawful consideration. 0.5 Contingent Fee -Consultant warrants, by execution of this Agreement that no . person or selling agency-has:been employed, or retained; to solicit or secure this Agreement. upon an agreement or::understanding, for a,commission, percentage, brokerage,,or contingent fee, excepting ,bona fide employees, ,or bona fide established commercial-or selling agencies maintained by Consultant for the purpose of securing business. For breach or violation of this warranty, the City has the rightto annul this Agreement without liability;.-pay only.for the value.of the work actually performed, or in its discretion to deduct from the Agreement:price or consideration, or otherwise recover the full amount of such Commission, percentage, brokerage, or contingent fee 10. MISCELLANEOUS PROVISIONS 10.1 .. Patent and Copyright Infringement. A To the fullest extent permissible under law,and:in lieu of any other-Warranty - by City or Consultant against patent or copyright infringement, statutory'or otherwise, it is agreed that-Consultant shall defend at its-expense any claim or suit against City on account of any allegation that any:item furnished under this Agreement,or the normal use or sale thereof arising out of the v performance of this Agreement,' infringes upon any presently. existing. U.S. letters v: patent or copyright and Consultant shall pay all costs and damages-finally awarded in any such : ' suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority,; information,and assistance 'at Consultant's expense for the defense of same,:and, provided such suit or claim arises out of, pertains to, or is related to the negligence,recklessness or willful of Consultant. :-However, Consultant will not-indemnify City if the suit or claim results from: (1)' City's alteration of:'a deliverable, such that City's- alteration of:such deliverable:created the infringement upon any presently U S. letters patent or copyright;" or:(2) the:use of:a deliverable in combination with other Material not provided by'Consultant when it is such use in combination which `infringes upon an existing U.S letters.patent or copyright. : B: Consultant:shall have sole-control of'the defense of any such claim'or suit and all,negotiations for settlement,:thereof Consultant shall not be obligated to indemnify City _ under any settlement made without Consultant's consent:or in the event City fails_to cooperate in the defense of any suit or claim,provided, however,that such defense shall be at Consultant's expense'. If the useor sale of.such item is:enjoined as a'result of the-suit or claim,,Consultant, Page 26 of 37 • at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute - an equivalent item acceptable to City and extend this patent and copyright ii.ndemnity thereto 10.2'' Notices. .All notices or other communications required or permitted hereunder: shall_be: in:writing,-and shall be personally delivered, sent by pre-paid First Class U.S. Mail, • registered or-:certified'mail, :postage prepaid, return: receipt requested, or delivered or:sent-by facsimile with,attached evidence of completed.transmission, and shall be deemed received upon. • the earlier of(i)the date of delivery to the address of the person to receive such notice if delivered personally-or by messenger or overnight courier, (ii) five,.(5) business days after,the date of posting by'the United States Post Office if by�mail; or (iii) when sent if given by facsimile Any notice, request,.den-tend, communication sent by facsimile must he confirmed within forty-eight(48)hours by letter mailed or delivered.,,,Other forms'of electronic transmission- • such as e-mails, .text.messages, and instant. messages are not acceptable manners of notice required hereunder. Notices or other-communications shall! be addressed as follows: - . . To•City: City`of,`Palm;Springs , .Attention City Manager 3200`E Tahquitz Canyon Way • • Palm Springs, CA 92262 - - , Telephone :-:(760) 323..8204 - --Facsimile: (760) 323-8332 • To-Consultant:. Kimiey Horn and Associates, Inc :Attention, Jean B. Fares, PE, Senior Vice President :660 South•Figueroa Street;.Ste. 2050': Los Angeles; CA 9001_,, - Telephone: , (213) 261-4040, 10..3 Entire Agreement.' This Agreement constitutes the entire agreement between.the Parties and supersedes all prior negotiations, arrangements, agreements,-representations, and. understandings, if any, made by or among the Parties with respectrto..the subject matter hereof: No'amendments or other modifications of-this Agreement shall'be binding unless executed, in writing by'both Parties hereto, or their respective successors, assigns, or grantees: 10.4 Severability. Whenever possible,,each provision. of this Agreement shall be • interpreted insuch-a manner as to be effective and valid under applicable law,but if any provision of this.Agreement shall be determined to be invalid by a"final judgment or decree of a court-of competent jurisdiction,-such provision shall be ineffective only to the extent of such prohibition` • or invalidity, without invalidating the reminder of that provision, or the remaining provisions-of _. this Agreement unless;the invalid provision is so.material that its invalidity deprives either Party . of the basic benefit of-their bargain or renders this Agreement meaningless.. • - • 10.5 Successors in Interest This Agreement shall be binding upon arid.;inure to the • benefit of the Parties'successors and.assignees. - 10.6 Third Party Beneficiary. Except as may be expressly provided,_for herein, nothing contained in this Agreement is intended to confer, nor-shall this Agreement be construed as, • conferrin anyrights, including,:without limitation, anyg as a third-party beneficia " or • g g. g�.. . rights beneficiary • otherwise, upon any entity or person not a-party hereto. :Page.27.of 37 - 107. Recitals The above=referenced .Recitals are . hereby =incorporated into the Agreement as though:fully set forth herein and:each patty-acknowledges and agrees that such ` Party_is bound, for purposes of this Agreement, by the same. 10.8 Corporate Authority Each of.the undersigned represents.and warrants that (i) the Party for-which he or she is-executing this.:Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and;deliver.this Agreement on behalf of the Party for which. • hear she is signing,(ill) by so executing this Agreement;'the Party for which he or she is signing is formally bound to the provisions.of this Agreement, and (iv) the entering into.this Agreement does not violate any;provision of_any other.Agreement to which the Party for which he or she is signing is bound. . - 10.9. State Prevailing Wage Rates . A. No Consultant or Subconsultant maybe awarded';an Agreement containing public work elements unless registered with the Department Of Industrial .Relations (DIR) pursuant to - = Labor Code§1725.5. -Registration with DIR must be maintained throughout the entire term of this Contract,;including anysubsequent:amendments. B. The Consultant shall comply-with all of the_applicable provisions of-the California Labor Code • requiring= the payment - of prevailing. `:wages., ; The: General Prevailing Wage Rate . Determinations applicable'to work under :this Contract are :available and on file with the Department of Transportation's Regional/District Labor Compliance Officer (http;//www.dot.ca.00v/hcl/construe/LaborCornPliance/documents/District- _` Region Map Construction 7-8-15.pdf).` These wage rates are made a specific part of.this..; Contract.by reference-pursuant to Labor Code §1773.2 and :will .be applicable to work performed at a construction project site Prevailing wages will be applicable to all inspection work performed at City construction sites; at City facilities and at off-site locations that area- set up by the construction:contractor or one of its subcontractors solely and specifically to:_ • serve City projects. _Prevailing wage requirements do not:apply to inspection work performed., at'the facilities of_Vendors and-.commercial materials suppliers:that -provide goods and services-to the general public: - :C. General Prevailing Wage Rate Determinations applicable to this project may also be obtained -.. . from the Department"of;I ndustrial.Relations Internet site at http://www.dir.ca gov. D. Each: Consultant and Subconsultant- shall, keep"accurate certified payroll records and ' supporting documents as-mandated.by.Labor Code§1776 and as defined in 8 CCR§16000 showing the name, address, social security:-number, work classification,,straight time and • overtime hours worked each-.day and week; and the actual per diem wages paid to each journeyman, apprentice, worker, or .other employee employed by ,the Consultant or Subconsultant`in connection with the public work. Each:payroll;"record shall.contain or be verified by a written declaration that it is made under penalty-of perjury; stating both of the : following:.(A) The:information contained,.in the payroll record is true and correct.. (B) The. employer has complied with the requirements of Labor Code §177-1,. §1811_,•,and §1815 for any work performed by.his.or her,employees:on the public works project: Page28.of37 ; . E. The payroll records enumerated under paragraph D above shall be certified as correct by the Consultant under penalty of perjury: The payroll records and all supporting documents shall; • -be made available for inspection and copying by City representative's at all reasonable hours at the principal office of the:Consultant::- The Consultant shall provide copies of certified payrolls or permit inspection of its records as follows: (A) A certified copy of an employee's payroll-record shall be made available for inspection or furnished to the employee or the employee's authorized representative on'request. (B) A certified copy of all payroll records enumerated in paragraph D above, shall be made available for inspection or furnished upon request•to a representative of City; the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. Certified payrolls submitted to the City, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards shall not be altered or obliterated by the Consultant. (C) The public shall not be given access to certified payroll records by the Consultant. The Consultant is required to forward any requests for certified payrolls to the City Contract Officer by both, email,and regular mail on the business day following:receipt of the request. F. Each Consultant shall submit.a-certified copy of the records enumerated in paragraph D above to the entity that requested_the records within ten(10) calendar days after receipt of a written request:.Any copy of.records made available for inspection as copies and.furnished • -. upon request to the public or any public agency by City shall be marked or obliterated in such 'a manner as to prevent disclosure of each individual's.name, address, and social security number,:The name-and address,of the Consultantor Subconsultant performing the work shall • not be marked or obliterated. The:Consultant shall inform the City of the location of the records enumerated under paragraph D above, including the street address, city and county, and shall,'within five working days, provide a notice of a change.of Iodation and address. In- the event the Consultant or Subconsultant fails.to comply within the ten (10) day period, he "or she`shall,as_a penalty to City, forfeit one hundred dollars ($100)for each calendar day, or portion thereof, for each worker,-until strict compliance is effectuated. Such penalties shall` be-withheld by City from payments :then due, Consultant is not subject to :a penalty• • assessment pursuant to this section due to the failure of a Subconsultant to comply with this section O. When prevailing wage rates apply,_the Consultant is responsible for verifying'compliance with certified payroll requirements: Invoice payment will, not:be made until the invoice is approved by the City's Contract Officer: H. The Consultant and any of. its Subconsultants shall comply with Labor_Code §1774 and §1775. Pursuant to Labor Code.§1775, the Consultant and any Subconsultant shall forfeit to the City a penalty of not more than two hundred dollars ($200) for each calendar.day, or portion-thereof, for each worker paid less than the:prevailing rates. as:determined,by.the Director of DIR for the work or craft in which the worker is employed for any public work done under the Contract by:the Consultant or by its Subconsultant in violation of the requirements of the Labor Code and in particular, Labor Code §§.1770 to 1780, inclusive. • I. The amount of_this forfeiture shall:be determined by the Labor Commissioner and shall be based on consideration of mistake, inadvertence, or neglect of the Consultant or Subconsultant intoning to pay the_correct rate of prevailing wages, or the previous record of the Consultant or Subconsultant-in meeting their respective prevailing wage obligations; or the willful failure by the.Consultant or Subconsultant to pay the correct rates of prevailing Page 29 of 37 wages. A mistake, inadvertence, or neglect:in failing to pay the..correct rates of prevailing . wages is not excusable if.the.Consultant Or Subconsultant had knowledge of the obligations under the Labor Code: The':Consultant is responsible for paying the appropriate rate, . including any escalations that take place during the term of the Contract. ' J. In addition to:the penalty and pursuant,to Labor Code §1775 the difference:between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker'by.the Consultant or Subconsultant, • K. If a worker employed by a Subconsultant on a,public works project is not paid the general •`, prevailing per diem wages by the Subconsultant,the:Consultant is not liable for the penalties described above unless the.Consultant had knowledge of that failure of the Subconsultant.to • pay the specified prevailing rate of wages to those workers or unless the Consultant fails to comply with all of the following requirements: (A) The Contract executed between the Consultant and the Subconsultant for the performance of work on public works projects shall include a copy of the requirements in Labor Code §§ 1771, 1775, 1776, 1777.5, 1813, and 1815. (B)The.Consultant shall monitor the payment of the specified general prevailing rate . of per diem wages by the Subconsultant to the employees by periodic review of the certified payroll records of the Subconsultant. (C) Upon becoming aware of the Subconsultant's failure to-pay the specified prevailing rate of:wages to the Subconsultant's workers, the Consultant shall diligently take corrective:action to halt or rectify the failure, including but not . limited to, retaining sufficient funds due the 'Subconsultant for work performed on the public - : works project.-,(D) Prior to making final payment to the Subconsultant for work performed on the public`works.:project, the Consultant shali obtain an affidavit signed under penalty of perjury from the Subconsultant that the Subconsultant had paid the specified general : :prevailing rate of per diem wages to the Subconsultant's employees on the public works project and any amounts due pursuant to Labor:Code§1813. L. Pursuant to Labor Code §1775, the City shall notify the Consultant:on a public works project within=fifteen (15) calendar days of receipt of a complaint that a Subconsultant has failed to pay workers the general prevailing rate of per:diem wages. - = M. If the City determines that employees of a Subconsultant were not paid the general prevailing rate of per diem wages and if the City did not retain sufficient money under the Contract to pay those employees the balance of wages owed under the general prevailing rate of,per. diem wages, the Consultant'shall withhold'an amount of moneys due the Subconsultant sufficientto pay those employees the general prevailing rate of per diem wages if requested • by the City: N. Eight(8) hours labor constitutes a legal day's work. The Consultant shall forfeit, as a penalty to the City, .twenty-five dollars`($25)::for each worker employed, in the execution of the • _ Contract by the Consultantor:any of its Subconsultants for each calendar:day during which such worker is required or permitted to work more:than eight (8) hours'in any one calendar day and forty(40) hours in any one calendar week in violation of the provisions of the Labor Code, and in particular §§1810 to 1815 thereof, inclusive, except'that work performed. by - employees in excess of eight (8) hours per day, and forty (40) hours during any one week, shall be permitted upon compensation:for all hours worked in excess of eight (8) hours per Page 30 of 37 day and forty (40)hours in any week, at not less than one and one half(1.5)times the basic • rate of pay, as provided in §1815. :- 4. Where either the Contact or the subcontract exceeds thirty thousand dollars-($30,000),.the Consultant and any. subconsultants under him or .her shall comply with all applicable : requirements of Labor Code§§ 1777:5, 1777:6 and 1777.7 in the employment of apprentices. Consultant and subconsultants are required to comply with all Labor Code requirements • regarding the employment of apprentices, including mandatory ratios of journey level to '• apprentice workers. Prior to commencement of work, Consultant and subconsultants are advised` .,to contact the DIR Division of Apprenticeship ;Standards website at https.//www.dir.ca.gov/das/, for. "additional information regarding the employment of and for the specific journey-to- apprentice:ratios for the :Contract work. The Consultant is responsible for all subconsultants';compliance with these .requirements. Penalties are specified in Labor Code §1777.7. 1010 Prohibition of Expending City State or Federal Funds for Lobbying. A. Consultant certifies to the best.of'his or her knowledge and belief that: 1) No State, :Federal, or City appropriated funds have,been paid or will be paid, by or:on • behalf of the Consultant, to any person for influencing or attempting to influence an officer or employee of any local,State,or Fed eral"agency, a Member of the State Legislature or United States Congress, an officer oremployee,of the Legislature or,Congress, or;any" employee of a Member of.the Legislature-or Congress in connection with the awarding or making of this Contract, or with the,extension, continuation, renewal, amendment, or • modification of this Contract 2) If"any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member'of Congress, an officer or employee of Congress, or an employee of a member " of-Congress in connection with this"Contract, the Consultant shall complete and submit Standard .Form-LLL, "Disclosure .Form to Report Lobbying," in' accordance with its instructions • B.:This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into: Submission of this certification is a prerequisite for making or entering into this transaction imposed.by_Section 1352, Title 3.1, U.S. Code: Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000,for each such failure. = _ C: Consultant also agrees by _Signing this Agreement,that he or she shall require that the ._ : language`of this certification be-.included. in all .lower-tier subcontracts, which exceed " . $100,000 and that all such sub recipients shall certify and disclose accordingly.. • 10.11 Debarment and Suspension-Certification. A. Consultant's signature affixed herein; shall constitute a certification under penalty of perjury under the laws of the.State of California, that Consultant has complied with Title 2"CFR, Part.. Page 31 of 37 180, "OMB Guidelines to Agencies on Government wide. Debarment and Suspension (nonprocurement)", which certifies that he/she or any person associated therewith in the capacity tof owner, partner, director, officer; or manager, is not currently under suspension, , debarment, voluntary exclusion', or determination of ineligibility by any federal agency; has not been suspended,-debarred, voluntarily excluded; or determined ineligible by any federal agency within the past three:(3) years, does not:have a proposed debarment pending; and has not been indicted, convicted; or had a civil judgment rendered against it by a court of 'competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to,the City. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered .in determining Consultant responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. C. Exceptions to the Federal Government Excluded Parties List System maintained by the e General ; Services Administration . are to be. determined by .the Federal highway - Administration. 10:12 Disadvantaged Business Enterprises SDBE) Participation. A. Consultant,subrecipient.(City), or subconsuitant shall take.necessa y and reasonable steps to ensure that.DBEs have opportunities to„participate in the contract(49 CFR 26). To ensure -' equal participation of DBEs provided.in 49 CFR 26.5, The City shows a contract goal for DBEs. Consultant shall make work available to DBEs and select work parts consistent with available DBE subconsultants and suppliers.' B.. Consultant. shall :meet the DBE goal -shown ,elsewhere in these...special provisions or demonstrate:that they made adequate good faith efforts to meet this goal.:It is'Consultant's responsibility to verify that the DBE firm is certified as DBE at date of proposal opening and document thee record by printing out the:California Unified Certification Program(CUCP)data for each DBE firm.:A list of DBEs •certified by the CUCP can beI found here: httpsa/dot.ca.00v/programs/civil-rights/dbe-search., • C: All DBE participation will count toward the California Department of Transportation's federally mandated statewide overall DBE goal:Credit for materials or supplies.Consultant.purchases from DBEs counts towards the goal in the following manner • a. 100 -percent counts if the materials or supplies are obtained .from a DBE manufacturer. b. 60 percent counts.if the materials'.or supplies are purchased from a DBE regular dealer. c. -Only fees, commissions, and charges for assistance in the procurement and . . delivery-of Material's or supplies count if obtained from a DBE that is neither- a - manufacturer nor regular.dealer.49CFR26.55 defines"manufacturer" and"regular dealer." D. This-Agreement is subject to 49 CFR, Part 26 entitled "Participation by Disadvantaged - Business Enterprises .in Department of Transportation Financial Assistance Programs". . Consultants who enter into a federally-funded agreement will assist the City in a good faith effort to achieve California's.statewide overall DBE goal Page 32 of 37 • E. The goal for DBE participation for this contract is 8°k: Participation by. DBE consultant or subconsultants`shall be in accordance with'information contained in the Consultant Proposal DBE Commitment-(Exhibit 10-01),:or:in'the Consultant Contract DBE Information (Exhibit 10-02) attached hereto and incorporated as part of the Agreement. If a:DBE subconsultant • 'is unable to perform, Consultant must make a good faith effort to replace him/her.with another. DBE subconsultant, if the.goal:is,not otherwise'met ' F. The Consultant can meet the DBE participation goal by either documenting commitments to DBEs to meet the Contract goal, or by documenting adequate good faith efforts to meet the - Contract goal. An adequate good faith effort means that the Consultant.must show that it took all necessary and reasonable steps to achieve a DBE goal-that, by their scope, intensity, and'appropriateness to the objective;could reasonably be expected'to meet the DBE goal. If Consultant has not met the DBE goal, complete and submit Exhibit.15-H: DBE Information. Good Faith Efforts to document efforts to meet the goal. Refer to. 49 CFR Part 26 for guidance.regarding evaluation of good faith efforts to meet the DBE goal. G. Under 49 CFR;26.13(b) "Consultant, subrecipient or subconsultant-shall not discriminate on the basis of race, color, national origin, or:sex in the performance of this contract Consultant shall carry out applicable requirements of 49 CFR 26 in the award and•administration of federal-aid.contracts." Failure.by Consultant to carry out these requirements:is a material breach of this..contract, which may result in the termination of this contract or such other remedy as the City deems appropriate,; which may:include but not be limited to:_(1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or; (4) Disqualifying the contractor from futurebidding as non-responsible. H. Consultant shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless:Consultant or DBE subconsultant obtains the City's written consent. Consultant shall not terminate or substitute a listed DBE for convenience and perform:the work with their own forces or obtain materials from-.other sources without - authorization from the City. Unless the City's consent is provided,the Consultant shall not be . entitled to any payment for work or material unless it is performed or supplied by the listed DBE on the Exhibit 10-02 Consultant:Contract DBE Commitment form I. The City authorizes a request to use other forces or sources of materials if_Consultant shows - any of the following justifications: : a., Listed DBE fails or refuses to-execute a written contract based on plans-and specifications for the project b. The City stipulated that a bond is a condition of executing the subcontract and;the listed DBE fails to meet the:City's bond requirements.. c. Work-requires,a consultant's,license and listed DBE does snot have a valid license • under Contractors License-Law: : d. . Listed DBE fails or refuses to perform the work or furnish the listed materials(failing or refusing to perform is not an allowable reason to remove:a DBE if°the failure or refusal is a result of bad faith or discrimination).. e. Listed DBE's work is unsatisfactory and not in compliance with the contract. f. Listed DBE is ineligible to work on the .projed because of suspension or. debarment.. _ g: Listed.DBE.becomes bankrupt or insolvent. Page 33 of 37 h. Listed DBE voluntarily withdraws with written notice from the Contract. i. Listed DBE is ineligible to receive credit for the type of work required. j. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. k. The City determines other documented good cause. J. Consultant shall notify the original DBE of the intent to use other forces or material sources and provide the reasons and provide the DBE with 5 days to respond to the notice and advise Consultant and the City of the reasons why the use of other forces or sources of materials should not occur. K. Consultant's request to use other forces or material sources must include: a. One or more of the reasons listed in the preceding paragraph. b. Notices from Consultant to the DBE regarding the request. c. Notices from the DBEs to Consultant regarding the request. L. If a listed DBE is terminated or substituted, Consultant must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amountof work as the original DBE under the contract to the extent needed to meet or exceed the DBE goal. M. A DBE is only eligible to be counted toward the Contract goal if it performs a commercially useful function (CUF) on the Contract. CUF must be evaluated on an agreement by agreement basis. A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the Contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a CUF, the DBE must also be responsible, with respect to materials and supplies used on the Contract, for negotiating price, determining quality and quantity, ordering the material and installing(where applicable), and paying for the material itself. To determine whether a DBE is performing a CUF,evaluate the amount of work subcontracted, industry practices,whether the amount the firm is to be paid under the Contract is commensurate with the work it is actually performing, and other relevant factors. N. A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. In determining whether a DBE is such an extra participant, examine similar transactions, particularly those in which DBEs do not participate. O. If a DBE does not perform or exercise responsibility for at least thirty percent (30%) of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of the contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that it is not performing a CUF. P. Consultant shall maintain records of materials purchased or supplied from all subcontracts entered into with certified DBEs. The records shall show the name and business address of each DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all firms. Page 34 of 37 DBE prime consultants shall also show the date-of work performed by their own-forces along with the corresponding dollar value of the work. - _ -. Q. .Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the form entitled, "Final Report-Utilization. of Disadvantaged Business Enterprise (DBE), First-Tier Subconsultants" CEM-2402F [Exhibit 17-F, of the LAPM],, certified correct by Consultant or Consultant's authorized representative and shall be furnished to the Contract Officer with the final invoice: Failure to provide the summary of DBE payments with the final invoice will.result in twenty-fivepercent (25°l0) of the dollar value Of - the invoice being withheld from payment until the form is submitted.. The amount will.be returned to Consultant when a satisfactory "Final Report-Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subconsultants" is'submitted to the Contract Officer. - R. If a DBE :subconsultant is decertified-,during the life of the Agreement, the decertified subconsultant` shall notify Consultant in writing with the date of decertification. If a subconsultant becomes a certified DBE during the life of the Agreement, the subconsultant • shall notify Consultant in Writing with the date of certification.Any changes should be reported to the City's.Contract Officer within 30 days. S. After submitting an invoice for reimbursement that includes a payment to a DBE, but no later than.the 1"0t"of the following month,the prime,contractor/consultant,shall complete and email the Exhibit 9- F: ,Disadvantaged Business Enterprise Running Tally of Payments to business.support.unitaedot.ca.gov-with a copy to the City. T. Any subcontract entered into as-a result of this contract shall contain all of the:provisions of this section. - 1013 Safety: _ A. Consultant shall-,comply with OSHA regulations applicable to Consultant regarding necessary safety:equipment or procedures. Consultant shall comply with safety instructions issued by City Safety Officer and other City representatives: Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site ' . - B. Pursuant to the authority contained in Section .591 of the.Vehicle Code, the City has - determined that such areas are within the limits of the.project and,are open to-public traffic. Consultant shall comply with all of the requirements set forth in.Divisional 1, 12,'1"3, 14, and 15 of the Vehicle Code. Consultant shall take all reasonably necessary precautions for safe - . operation.of its vehicles and the protection of the traveling public from injury and damage - . from such vehicles. • C. Any subcontract entered into:as a result of this contract, shall contain all of the provisions of this,Section. . D. Consultant must have.a Division of-Occupational Safety and Health (CAL-OSHA) permit(s), as outlined in California Labor Code Sections .6500 and 67.05,•prior to the initiation of any practices,"work,-method, operation,:or process related to the construction or excavation of trenches which are five feet or deeper. Page 35 of 37 - 10.14: National Labor Relations Board Certification. In accordance with Public Contract Code Section 10296, Consultant hereby states-under penalty of:perjury that no more than one final unappealable finding-of contempt of court by a' federal court has been issued. against Consultant within the immediately preceding two-year period, because of Consultant's failure to comply with an order of a federal court that orders Consultant to comply with an order of the National Labor Relations Board. 1015 Inspection'of Work: Consultant and any subconsultant shall permit the City, the - State, and the FHWA if federal participating funds.are used in this Contract;to review and inspect the project activities and files at all reasonable times during the performance period of this :. . _ Contract. • • (SIGNATURES ON FOLLOWING PAGE) • • Pa9e 36 of 37 . .. IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement,to be executed the,day and year first above.written. - - _ ATTEST: -. ,' CONTENTS APPROVED: - . CITY r PALM SPRINGS, C - By BY -. A `th ,ny J: Melia,: David H. Ready nage-r . . Date: 1 ti e _ Date: ' APPROVED AS TO FORM: . - - APPROVED BY CITY COUNCIL - : By Date:(/42;Zo reement No. A-u - Je ava,.;._Attorney . . Date: Ai _ # _ o 2 d : . CONSULTANT. . " . _; Name tiA - 0ttJ ate. ii550 a,4S, INS• Check one: _Individual Partnership Corporation" - - Corporations require two notarized signatures: One signature must be from Chairman.of Board, President, or any. Vice President - "The-second signature must be from.:the Secretary,-rAssiStant Secretary, -Treasurer, A ssistant , , ' Treasurer, or Chief Financial Officer ' : : Address: . 95-n,,5 Mat.111;00 NZ-. - .. Suva-G A-1. : _mow 'tea 1►Jela, S tt210 . By. _Am 1" By Signatur (notari ed) . - : Si atu (notarized) Name: ectul, Fate5, P.1. L kU '1 ' :Name:. y ( S l ; Title: ,SQNiof `r+CG Pfp.Siaett4' ,Title:S.6..cc V� C . ,y,� Q(LSia:.J\ 1 Page 37 of 37 . • . . CALIFORN!A ALL-PURPOSE ACKNOWLEDGMEIR. • CIVil.CODE§1188 . sFes4ta4tifglFe•4t..t.t:«`.A'ti.CtL'a rwls.xx+lu''YI/'ni"wrmAt fS[rAt4e uet<.5<R`ef.^.e.IaL.Cai nue.d�ln/'6Myim.a;eStiwssg - - . A oomry public a'other otficer cerpTetinp this cep ve iea only the identity of Usi edividrrsl+atw signed the _. document ace/Pilch this certificate is attached.and not the maid sae,ace:ra y,'ors:dcity of brat deccnieiit : Stets of Caifamia • .;this;de, y„ _ _ , NoaeM 19,2020 before me l): arAa;t lii. :mat;ts. 1Pu.11 1i c, . . Date Have Insert Name Name mid,Tf of fire Oflrcer Jena ia.re$ _ . _ " Nam�)of ) _ ..who proved,to'me on the_basis of eadefects,ry/evidence-to be the Person whose name(�)-la/a . ., " subscribed to the within ciatrument and acknowledged to me that he✓af executed the same in ', ' his/hit/pair authorized capacitygpf.end that by clenature(wf oaths inatniment the peraori ); . . . ':or the entity upon behalf of which the peiion(y)'octed.`executed the ioa�tru rent . ' I certify ender PENALTY OF PERJURY under the taws ' •.of the Slate of Ca ifornia that the foregoing paragraph - _ is trsrhrr and correct= 1 W:FRATICELLI,: „„,..i .e,1NffE93'-'7 hand and official cast ; COMM. #2282291 z s4 - Notary Public•California :E zcc Los Angeles County S;g,>aturet I . . 1 y .;Q,:o _My Comm.E�xpirrees Mar.22,20231- . - Sfgnvtunr of Nob yPublic: P ac.ntctarySea►Above .. Thou);h.Uris section io optional,completing this frifomuvtion can deter alteration of the docwnwrt or " . . . fraudulent reattachment of this faun ban wintended document ' • Description of Attached Document . - . . . Rile or Type of Document •- •- Document Date: :. . • • - Number of Payer: Sipner(a)'Other,ThanAbove:. Named Ab . CepecitYrea)ctl hf a rGS • • . . . ' .SijF efa Name: Signers Ntune: -" ' • Ili OciMoiata Office': 1it81(8): ' O Corporate Oifioer-Trtle(a):- • • ..- -- . ❑Partner- p Limited 0 General - 0 Partner—'Cl Limited Cl General ' ' - . •' . ' ' Cl Ind-riddle! . CI Attorney in Fact --.' Olndividual:` DAttorney in Fact. ❑Trustee-' '"❑Guirdian or Conservator ©Tnsatae . O Guardian or Coneen etor . , " ❑Oltree ❑Other •Si r Is Re • : , ®2014 National Notary Aeeaciabian•wwwhlebcnalNatury org;''1.800-US NOTARY(1-800-BTi 0827) itam'l590T,. • - - . . • • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMEMT ctvu..CODE§11ea = X[At Y#CRLS[1P[4GeiCr.O.t.ek;ttliCidxSw%11,,M1i+bMMfMYA.]1,i->44,t CS4cS.6[R:•"4"..6.at.I AtYx nb-,.."Aiw6LlJ4kf0.R ' A wry publicar other officer carQleting tie coat*.vo'rrra s orgy the identity of the odnnd:al vita signed the ' - documenttowbth tie cerbficste ie ettached,and not the trutfdulrieaa,axe racy,arvefit ty othat f docuMent • Efste o►C a y. . ,tyOf ye rs;at, ) , vn1JOtJerrthQ,f'lg,2o2o before me. I�t9.-�ra,�+c �l�, Nc�yobl Date Gr• lnee+t Name and Title.of the Officer. . - e9 . . who proved to:me on the, b s of aabcfectory,evidence to be the person whose narno(pj Ia/agl. • . subscribed to the within in*trument and acknowledged to me that he&afy executed the same in- • hRsthaf/ftiiir authorised caplacityyepf.and that by ergnatnra(pronthe inotrument the person( ! or the entity upon behalf of which the phis on(af bete .'e eCuted the instrument . I c erti(yrmder PENALTY OF PERJURY under the laws . • of the State of Cardomia that the foregoing paragraph ' ' - - - - - - ry T is true and correct. .. 3 v�L W.FRATICELLI ' ' :tt • COMM. #2282291 z, vtITMES:Srayhaid and ofcialcesl. • ' • i�r Notary Public.-California-. z ?w tj Los Angeles County -' . Sigrsatrae- lit,/ f�X . - 4r. �M�Comm.Expires MarM.22,2023 S fora of Notary Public .. • . • • Pisa Notary'Seal Above - Though this goofier?is apfianal_completing this lnfo:nation can deter alteration of the document or . fraudulent reattachment of this form to sri l:iefended doeunent - , Description of Attached Document ,' Idle or Type of Document ':Document Date: - . Number of Pager:: Signer(e)Other Than Named Above: ;CapacuAlea)C[a' by tit e) • . Signer a Name: Ce Lt. Signer's lane:• • Map/isle Officer-Title - O - .Corporate Officer-T rtie(s): • • •b Parhter CI Limited ❑General , ❑Partner•- ❑Limited: O General . •• . • 0 Individual 0 Attorney in Fact . • ❑ln&vidusl ' DAttomr y in Fact. CI Trustee . 0 Gtardia n or Ccneervator 0 Trustee C]Guardian or Conservator ['Other.' ' .. O Othei: ffi� er o :ir�s j N Signer is Representing:. . • �. . ._. 02014 National Notary Aeeaclabon•wwwNetionelNotsryr ar0 .i H00 liS t C TAKY(1 80ti STtt a27} m$59oT EXHIBIT "A"SCOPE OF SERVICES Task A: General Our scope of services includes the following key tasks: • Project Management and Meetings • Field Work; Utility Coordination,Utility Potholing • Planning • Environmental Documentation • Conceptual Design • Plans,Specifications,and Estimate(PS&E) • Connect Traffic Signals to the Traffic Management Center • Signal Timing and Dilemma Zone Adjustment • Bidding Assistance • Local Assistance Procedure Manual(LAPM)Support • Construction Support A.1 - Project Management This task will consist of project coordination with team,administration,setting up and attendance at project meetings.Kimley-Horn's administration efforts include,initial development and maintenance of project schedule,work plan,budget,and filing system and processing timely invoices/progress,reports on a monthly basis:We will.create and maintain a simplified criticalpath:method schedule,updating it as- needed to manage the project,and as requested by the City. A.2 - Meetings. . Kirriley-Horn assumes that it will attend up to four(4) in-person meetings the City for the Project kick-off, subsequent to'the 90%;and 100%design reviews,and one CityCouncil meeting:Kimley-Horn will coordinate with the Cityto develop meeting agendas for each meeting:After each_meeting,Kimley- Horn will prepare and distribute minutes to document-design decisions and action items that arise out of each meeting which.will be distributed to each meeting attendee: A.3 -Schedule Kimley-Horn will develop the project schedule for design and construction and will provide this schedule " to the City in both digital and hard copy.An updated schedule will be handed out during the PDT meetings: The project schedule shall be divided into tasks and subtasks in full detail including City function timeline, critical path,and other outside sources such as agencies or utilities.Some of the=tasks:shall be planning, environmental,design,relevant City Council meetings,Ca[trans review,advertising,and • construction.The schedule will indicate anticipated durations for project tasks. Task A Deliverables: . • Monthly Progress Reports- • Meeting Agendas • Electronic copy of meeting minutes. • Schedule updates Task B: Phase I - Planning, Environmental, and Conceptual Design (35% Complete) ; B.1 - Preliminary Engineering Studies Kimsey-Horn will develop general project design concepts and related activities needed to establish the parameters for final design,such as Geometrics,ADA Compliance,Traffic Operations,Electrical,and ITS Elements. B.2 . - Left-Turn Phasing Analysis • The Kimley-Horn team will utilize existing turning movement • counts at the project intersections • 'Kim ley-Horn shall prepare a level of service analysis with protected/permissive and protected left turn phases at the project intersections • Kimley-Horn will provide recommendations for the left turn phasing,base peak hours turning ' movement counts,collision history,speed limit,and lane configurations B.3 - Research of Record.Information Kimley-Horn shall provide engineering services related to the research and investigation of utility company and agency records to locate underground improvements,centerline,right-of-way and private property lines.The research will include utility maps and street improvement plans. Kimley-Horn will obtain copies of readily available City records from the City,including street plans, traffic signal plans,signing&striping plans,and other such records that the City knowingly has in its possession.. BA - Environmental The following environmental scope of work has been developed based on the following key assumptions: • CECQA compliance documentation will be a Categorical Exemption. • NEPA compliance documentation will be a Categorical Exclusion: • Per District 8 protocols,District staff will prepare the.Categorical Exclusion Checklist and would also prepare the Categorical Exemption/Categorical Exclusion documents. Our work program will be initiated with the kick-off meeting/discussion which will define the parameters of the analysis,scheduling and understanding of the project.The Kimley-Horn team will evaluate the necessary information with respecttothe project.Project research will include V coordination with appropriate City departments to acquire relevant readily available environmental data,previous studies for the area and other available files, exhibits,maps and reference documents. Environmental issues that may require further detailed study or that may delay or affect the viability of the project will be documented. Preliminary Environmental Study(PES) A key factor in the projects'NEPA clearance will be consistency and compliance with Caltrans' Environmental Handbook which provides Caltrans'guidance for the development and processing of federal environmental documentation.The initial and most critical step involves the successful preparation of a Preliminary Environmental Study(PES)Form.A PES will be drafted for the project by the Kirnley-Horn team as part of the scope of work.The PES identifies the,necessary level of technical assessment required to support the environmental documentation for the project and generally summarizes specific environmental issues that mayaffect project approval,progra coming,scheduling, design considerations,and project costs. Kimley-Horn will draft the PES Form for City review with respect to the proposed project details.Upon completion-of-City-review,-the-PES-form-will-be submitted to Caltrans-for-review-and approval:Kimley Horn will be available fora site visit with Caltrans and the Cityto review the project sites and receive comments on the PES Form.The Ca(trans approved PES form will act as the work scope for the required NEPA compliance documentation. Visual Impact Assessment Kimley-Horn will prepare the Visual,Impact Assessment(VIA)questionnaire for the project,utilizing the latest version as provided by Caltrans.The VIA questionnaire will be used to assess potential impacts to the visual environment that can accompany roadway improvements: CEQA Compliance Per Caltrans District 8 protocols,District staff will prepare a Categorical Exemption(CE)in conformance with CEQA Guidelines Section 15300,and the regulations,requirements and procedures of any other responsible Public Agency with jurisdiction by law.The CE will be supported by a memo to file documenting the basis for the CE.Should one or more impacts be identified as requiring mitigation or Significant and Unavoidable,thus necessitating the preparation of either an Initial Study leading to a Mitigated Negative Declaration(IS/HIND)or an Environmental Impact Report{EIR},a separate scope of work and budget can be provided to the City.Upon approval of the CE,Kimley-Horn will prepare the Notice of Exemption(NOE)/Notice of Determination(NOD)for filing by the City with the Office of Planning and Research,State Clearinghouse and the Office of the County Clerk:The City will be responsible.for all filing fees. NEPA Compliance As noted above,per CTO8 protocols, CTO8 will prepare the Categorical Exclusion for the project based on the PES form and related documents provided in this scope of work. Task B Deliverables: •- Draft PES for City review including VIA Questionnaire(one round of review;electronic transmittal) • Revised PES for City and Caltrans review(one round of concurrent review and consolidated non- conflicting comments;electronic transmittal) • Final PES to Caltrans(electronic transmittal to Caltrans) B.5 -Surveying and Topographic Mapping The Kimley-Horn team will perform surveys necessaryfor the concept.drawings and project design, establishing a uniform stationing on streets,increasing northerly and easterly. The Kimley-Horn team will collect field survey data necessaryfor the design of the proposed improvements along the roadway,which shall include the preparation of topographic base mapping through field survey methods.The field survey data shaft be compiled to develop a topographic base map of the project area. Topography shall include features`within the City's right-of-way needed for construction of the project. Three-dimensional(3D)field survey information will be limited to the 20 curb ramp locations requiring modifications of the curb ramps for ADA compliance. B.6 - Utilities Coordination This task includes collecting data and information from the City,coordination with utility companies,and a field reconnaissance at all nine(9) intersections.Kimley-Horn will coordinate with the City to collect existing availa ble data for the design.Sample data that will be.requested includes but is not limited to the following: • Utility contacts • Existingas-builts pertinent to the project within the project vicinity including, but not limited to, existing traffic signal,roadway,and communication as-builts • • Available electronic signal plans Kimley-Horn will perform utility coordination for the project. Record base maps of the utility companies will be requested and we will notify the various agencies and request that if they plan to install new facilities within the project area that they coordinate with the City as soon as possible.Utility records will be scanned and catalogued as they are received. Utility information will be incorporated into the , project base map.Kimley-Horn will review and analyze received utility record plans to identify potential conflicts with the proposed improvements. Kimley-Horn will coordinate with utilities up to the start of construction to facilitate the adjustment and relocation of their facilities if necessary. Kimley-Horn will,conduct field reconnaissance at the nine (9)intersections following the project kick-off that will be conducted to investigate existing signal infrastructure andsite conditions.As part of the field review,Kirnley-Horn will identify any potential issues that may affect the proposed design such as existing conduit fill conditions and sight distance limitations.We will utilize the as-builts,field notes,and survey topography to create a base map for the proposed improvements.We will prepare preliminary improvement plans for the nine (9)intersections for City review. B.7 -Utility Potholing C Below,as a subconsultantto Kim ley-Horn,will provide the following: • Underground utilities at potential conflict locations to determine their horizontal and vertical location for clearance and connection points or conflicts for underground improvements such as gas lines and other utilities and to determine the location of proposed traffic signal pole' foundations. • Repair existing improvements in-kind because of potholing.This includes repair of asphalt concrete and PCC.C Below will perform up to eight(8) potholes.Vac-X or a similar potholing method will not be used over gas mains.The potholing information and plan will be submitted to the Cityafter task completion. The Kimley-Horn team will pull a no-fee encroachment permit,notify underground service alert,and provide standard traffic control during potholing operation. B.8 - Right-of-Way Kimley-Horn understands the project will be completed within the public right-of-way.The project will not require any utility:relocation or right-of-way acquisition or easements If any other work will occur outside of the right-of-way in addition to what is anticipated in this scope of work,additional scope and fee would be required. - - 8.9 - Preliminary Design (Conceptual Layout Plans,-35%) Kimley-Horn will prepare conceptual layout plans showing tentative trafficsignal pole locations,signing and striping,and ADA compliant pedestrian access ramps. Deliverables: • Draft PES.for City review including VIA Questionnaire(one round of review;electronic transmittal) • Revised PES for City and Caltrans review(one round of concurrent review;electronic transmittal) • Final PES to Caltrans(electronic transmittal to Caltrans) • Right-of-Way and Utility Base Maps A Documentation with Utility Companies A Preliminary Improvement Plans B.10 -Submittals Kim ley-Horn shall submit two(2)sets of bond copies of the preliminary design drawings with each submittal for checking by the City,along with the previous red-lined check prints.Kimley-Horn shall perform quality control on all submittals. The Kimley-Horn team shall submit necessary PES documentation to the City for initial review.The Kimley-Horn team will submit the PES and supporting documents to Caltrans District 8,DLAE,after addressing City comments.Kim ley-Horn will address Caltrans comments in order to receive final approval. • Task C:Phase II- Engineering Design- Plans,Specifications, and Estimates(PS&E) Prepare 90%PS&E Kimley-Horn will prepare90%plans,specifications,and an initial engineer's opinion of probable construction costs(estimate)for traffic signal modifications at nine(9) intersections.The traffic signal modification plans will include line work,showing existing curb,gutter,sidewalk,striping and pavement markings,detectors,traffic signal poles,controller and service cabinets,conduits,and pull boxes relevant to the design.The proposed traffic signal modification plans will show proposed video detection camera locations,any affected and/or new conduit or pull boxes,signal phasing,and annotation of existing and proposed equipment.The pole, equipment,and conductor schedules will be completed at this stage.Plans will be prepared in accordance with the requirements of the 2006 edition for traffic signal poles and mast arms),California Manual on Uniform Traffic Control Devices(MUTCD) (latest version),and relatedstandards,and will be presented at 1:20 scale. Task C u 90%PS&E Deliverables: • 90%Plans,Specifications,and Engineer's Opinion of Probable Construction Costs in,pdf electronic format " Kimley-Horn prepares curb ramp designs that are fully compliant with theaccessibilitystandards and best practices.Once compliant curb ramps and landings are designed,the transition to the existing sidewalk also should strictly meet the accessibility standards. Curb ramp improvements details for the following locations are anticipated: ' 1. 1. Tahquitz Canyon&Calle Encilia NW/NE/SE 2. 2. E.PalmCanyon&ArabyDr NW/NE/SE 3. • 3. Ramon Rd&Avenida CaballerosNW/NE/SE ' 4. 4. Ramon Rd&'Corimpadre Rd NW 5. 5. Farrell Dr&Via Esceula SE ' 6. 6. Sunrise Way&Tachevah Dr . NW/NE/SE/SW 7. 7. Farrell Dr&Alejo Rd NE/SE • An initial engineer's opinion of probable construction cost will be developed based on the preliminary plans.A project contingency will be included in the engineer's opinion of probable costs to provide for. cost increases and unknown issues that may a rise but cannot be specifically identified at this stage. Kimley-Horn will prepare technical special provisions and contract documents`:The base documents that the special provisions will be based on is the City of Palm Springs Traffic Signal Specification and Caltrans 2018;Standard Specifications. Kimley-Horn will utilize City and Caltrans documents as design standards,including,but not limited to, the following: • Cityof Palm Springs Standard Plans and Details ' • Caltrans Standard Plans' V • Caltrans HighwayDesign Manual&DI Bs V • Local Assistance Procedures Manual We anticipate the following preliminary plan sheet counts for the project: 1. Cover sheet(1 Sheet) . 2. Notes,legends,and construction details(2 sheets) 3. Communication NetworkSchematic(1 sheet) 4. Traffic Signal modification plans(9 sheets) 5. Curb Ramp Modification Plans(10 sheets) Estimated Total Sheets;23 Sheets Prepare 100%PS&E Based on one set of non-conflicting comments from the.90%PS&E comments,Kimley-Horn will advance the PS&Eto the 100%level of design.Kimley-Horn will adjust the plans and technical specifications based on the City comments accordingly.Kimley-Horn will prepare a comment response matrixto be submitted with the Final submittal.The comment response matrix will include the original comments, Kimley-Horn responses to the comments,and final resolution. A licensed professional engineer will conduct a peer review and QC/QA of the design plans,schedules,. and technical special provisions.A licensed professional engineer will stamp and signal{plan sheets for this submittal. Kimley-Horn will submit one(1) 24"x36"hard copy and PDF electronic copy of the 100%plans and one (1)hardcopy and an electronic copy in Word format of the technical special provisions to the Cityfor review.The 100%engineer's opinion of probable cost will be submitted to the City in .pdf electronic format. C.1 -Improvement Plan Preparation Kimley-Horn will develop street improvement plans,traffic signal plans,and striping and signing plans in accordance with the current City of Palm Springs standard plans or standards approved by the City Engineer and made known to Kimley-Horn prior to starting design.Existing utilities shall be indicated in plan sheets.Plans shall be prepared at 1"=20'scale,on 24"x 36"improvement plan sheets,and shall consist of: Task C-100%Deliverables: • One(1)set of 24"x36"hardcopy 100%plans • One(1)set of hardcopy technical special provisions • 100% Plans,Specifications,and Engineer's Opinion of Probable Construction Costs in PDF electronic format Title Sheet Kimley-Horn will include a title sheet per current City requirements. Detail Sheets Kimley-Horn will include typical sections and details: Roadway Improvement Plans Kimley=Horn will include plans for the proposed intersections with existing and proposed ADA compliant pedestrian access ramp locations and types which include necessary removals and repairs to the existing AC pavement,Portland cement concrete(PCC)sidewa lks,curbs,and driveways.Kimley-Horn's plans shall provide roadway improvements in accordance with the City's standards and Caltrans standards where applicable. Based on our field review,improvements to a total of 20 curb ramps are anticipated. Traffic Signal Plans Each of the intersection controller traffic signal timing sheets will be prepared to accommodate the advance dilemma zone detection systems timing parameters and any cabinet special functions. The traffic signal modification plans will address removal of the existing pole, mast arm,traffic signal heads,signs;and installation of new pole, mast arm,traffic signal heads,and signs.Kimley-Horn will indicate the installation of the advanced dilemma zone detection system equipment on the plans.Other relevant features of the traffics ignal design include carrying over the existing protected left-turn phasing for approaches and provision of emergencyvehicle pre-emption.The plans will show lane dimensions,signal pole and push-button pole placements,controller and power meter cabinet placements,conduit runs and hand holes or pull box placements,lane channelization,video detection placement,circuitry and conductor schedules,signal pole and mast-arm schedules,phase schedules, schedules for signal heads,schedules for video detectors,signal pole location details,emergencyvehicle pre-emption details,and other notes,schedules,details and/or drawing components required for complete traffic signal construction plans. Timing Sheets Traffic signal timing sheets will be prepared for nine (91Intelight controllers to accommodate the advance dilemma zone detection systems timing parameters,proposed left turn phases,and any cabinet special functions. Communication.Network Schematic Currently all project intersections,except for Indian Canyon Drive and 20th Avenue are connected to the City's Traffic Management Center(TMC)through either wireless radio or Ethernet over copper connections.The project intersections connected throughwireless radios are:E. Palm Canyon Dr/Araby . Dr,Ramon Rd/Avenida Caballeros,Ramon Rd/Compadre Rd,Farrell Dr/Via Escuela,Sunrise Way/Tachevah Dr,Farrell Dr/Alejo Road,and Sunrise Way/Alejo Rd.Tahquitz Canyon Way/Calle Encilia. is connected through Ethernet over copper. Kimley-Horn proposes to connect Indian Canyon Dr and 20th Avenue through a wireless radio pointed at the.existing antenna at the Palm Springs AmtrakStation.This antenna is already connected to the TMC through a quick bridge wireless link to the Police Station Comm Tower.Prior to design and construction, Kimley-Horn staff will perform a Signal Strength Analysis to confirm whetherthe proposed radios can meet certain.parameters(receiver-sensitivity,signal-to-noise ratio,etc.)to ensure a successful' • connection.Upon a successful signal strength analysis,Kimley-Horn will design one(1)sheet that include the type,placement and direction of the proposed radio,as well as its location within the City's traffic signal communication network. Construction Phase Authorization Kimley-Horn will prepare a Request for Authorization to advance the project to construction using procedures outlined in the'Caltrans Local Assistance Procedures Manual. . • Task D:Phase Ill- Construction Support This ta"sk cons ists ofcoordination and support during the construction stages of the-project.Malley-Horn will attend the pre-construction meeting and address items for the construction management team to be aware of. Kimley-Horn will be involved during,construction stages,byresponding to information requests(RFI),reviewing and responding to all submittals,and reviewing and approving any proposed changes by the contractor during construction.We will attend up to three(3)construction progress meeting's or field meetings. At the finish of construction,Kimley-Horn will attend one(1)meeting for final inspection and assist in the development of punch lists.After construction and at the closing stages of the project, Kimley-Horn will participate in the"Lessons Learned Meeting." Questions During Bidding The Kimley-Horn team will answer questions(request for information [RFI])regarding the Technical Provisions and design drawings,or conflicts during the bidding processes. D.1 -Pre-Construction Meeting Kimley-Horn will attend the pre-construction meeting and answer questions regardingthe technical provisions and design drawings that arise during the meeting. D.2 -Construction The Kimley-Horn team will be available for five months to: • Reviewdesign change requests • Assist the City in.issuing Contract Change Orders • Prepare addenda and respond to requests for information throughout the bidding process • Preview submittals from contractorselectedto construct the project D.2.1 Questions/Design Change Requests . 0.2.2 As-Built Drawings Kimley-Horn will prepare record drawing as-builts after construction has been completed at all nine (9) intersections.Any and changes during construction as redlined and noted by the contractor will be documented and annotated.Record drawings will be prepared in AutoCAD,and.pdf electronic files shall be sentto the City. Deliverable: • Record drawings in PDF electronic format EXHIBIT "B" . . CITY'S REQUEST FOR PROPOSALS CITY'S REQUEST FOR PROPOSALS FOLLOWS THIS PAGE • .�QF PAyY °p� • • l7FpRtt�A CITY OF PALM:SPRINGS,:CA REQUEST FOR PROPOSALS(RFP)#17-20 ENVIRONMENTAL I TRAFFIC ENGINEERING DESIGN SERVICES - HSIP CYCLE 9 TRAFFIC SIGNAL IMPROVEMENTS . FEDERAL-AID PROJECT-NO. HSIPL-5282(049) .CITY PROJECT NO. 18-05 Requests for Proposals (RFP #17-20), for professional environmental and traff is engineering design:services related to the HSIP Cycle 9 Traffic Signal Improvements,Federal Aid Project No. HSIPL-5282(049) City Project No •18-05, (hereinafter the "Project"), will be received <' electronically by the Office of Procurement& Contracting, 3200 East Tahquitz Canyon Way, • . Palm Springs, California, until•3:00 P.M. Local Time, Thursday, May 14; 2020. It is the responsibility of the respondent to see that any submittal uploaded to the City's website will be receivedby this specified date and time. The receiving time-in the Procurement Office will be the • governing time'for acceptability of-RFP submittal's. Mailed,telegraphic,telephonic, or faxed RFP'. submittals will not be accepted: `Late RFP 'submittals will be rejected. Failure to register as'a Respondent to this RFP"process per the instructions in the Notice Inviting Requests for Proposals (under 'Obtaining RFP Document?) may result in not receiving Addenda or other important information pertaining to this process. Failure,to acknowledge Addenda may render a submittal as being'non-responsive. We-strongly advise that interested firms officially register per the - ions: 1. ..PURPOSE AND SCHEDULE; - • The City of Palm-.Springs is requesting proposals from qualified professional firms to provide the. ,. .City-with comprehensive environmental and•traffic engineering design services related to the HSIP Cycle 9 Traffic Signal Improvements, Federal Aid Project No. HSIPL-5282(049),City-Project • No:'18-05, (hereinafter the"Project"). The selected firm will be responsible for providing: Phase - 1: Planning/Environmental/Conceptual Design services, Phase 2 Engineering Design(PS&E) Phase services,:and Phase 3: Construction Support services for the Project: PROJECT LOCATION Nine intersections throughout Palm Springs', California: 1. Tahquitz Canyon Way/Calle Encilia. _2. E. Palm Canyon Drive/Araby Drive : 3: Ramon Road/Avenida Caballeros 4.• Ramon Road`/Compadre Road . 5. Farrell DriveNia Escuela ; 6. Sunrise Way/Tachevah Drive ,7. Farrell Drive I Alejo•Road • 8. Indian Canyon Drive/20th Avenue 9. :Sunrise Way/-Alejo Road The Project is made. possible by`funding through'the Highway Safety.Improvement Program -. ("HSIP")federal aid provided through theFixing:America's Surface Transportation ("FAST")Act. All federal aid funds programmed On local agency projects,are coordinated through the California Department of Transportation;("Caltrans"), and the'selected firm will be expected to provide all - RFP#17-20. Page1of115 necessary coordination with Caltrans in accordance with and pursuant to the Caltrans Construction Manual and Local Assistance Procedures Manual ("LAPM") as required to successfully implement the Project through the construction phase. The selected firm will be required to demonstrate adequate experience providing environmental and traffic engineering design services 'on other federally funded HSIP projectsin accordance with the Caltrans LAPM. Staff from the selected firm assigned to work on this Project must have relevant experience with.providing these services on other federally funded HSIP projects, including knowledge of and experience with the Caltrans LAPM and other related guidelines. SCHEDULE: . Notice requesting Proposals posted and issued Wednesday, April 8,2020 Deadline for receipt of Questions Thursday, May 7, 2020,3:00 P.M. Deadline for receipt of Proposals Thursday, May 14,2020, 3:00 P.M. Short List/Interviews/Technical &Cost Proposals to be determined Contract awarded by City Council to be determined NOTE: There will NOT be a pre-proposal conference for this procurement. *Dates above are subject to change. . 2. BACKGROUND: In 2018 Caltrans issued a call for its HSIP Cycle 9 projects. Continuing the City's efforts to evaluate and identify projects to improve traffic safety, the Department of Engineering Services prepared a third HSIP application to improve traffic signals at 9 intersections with the latest in. traffic safety equipment, including the installation of advanced dilemma zone detection and upgrading of ADA curb ramps at thefollowing 9 intersections: 1. Tahquitz Canyon Way/Calle Encilia 2. E. Palm Canyon Drive/Araby-.Drive 3. Ramon Road/Avenida Caballeros 4. Ramon Road/Compadre Road 5. Farrell DriveNia Escuela 6. Sunrise Way/Tachevah Drive 7. Farrell Drive/Alejo Road 8. Indian Canyon Drive/20th Avenue 9. Sunrise Way/Alejo Road The City's grant application to Caltrans requested HSIP federal funds for an estimated total project cost of$1,702,700, consistent with the HSIP federal program reimbursement rate of 100%. A copy of the City's HSIP grant application is included as Exhibit 1 (a separate file to download)*. As a federally funded project, the Project requires environmental clearance pursuant to both the California Environmental Quality Act ("CEQA") and the National Environmental Policy Act ("NEPA"). The City is the Lead Agency with regard to CEQA, and the Federal Highway Administration ("FHWA") has delegated its authority for NEPA to Caltrans. The selected firm will be required to provide professional services necessary to obtain CEQA and NEPA approvals. Given the scope of the Project, it is anticipated that the Project will require an Initial Study (with technical studies) leading to a Categorical Exemption in accordance with CEQA regulations, and a Categorical Exclusion in accordance with NEPA regulations. The project is generally shown on the next page. RFP#17-20 Page 2 of 115 1! := 4000' 1 fi 2,00 0, 0 0 8000 12000 7_ fr e _. • 1117a 1.rt--E �_ 1 irk;; . ,a ' C%._.... At I.- - •c_L-.0_-_,Y.;!. , ...r„. - E-5 :�„ ice. D,R :,• " ' • r,,._ ,____:,-... ,._, l tifCt.. ,.. p c •'l 41M �„ '-� E Y^ 991E C {' ro _ r'. I ,74 Nc �._ ', _ "";' :i, =.tom 40 _g. I _ `N- ,� • --4 4 '4 , . .1i,r :-' j. - it 113W ' 3 S UEia c:r-----r- ---,---\---.--1 4 11'..*7-IfFill.'''il -"ir L 1....; —: ;-'Ili-T.1 'A* ,..z:1 .. i .1 Y ilt".\,,, ik . I'ON ,: "A •-RI:. ----.-- —j,__i L.. 7-.. .,, fsi 4 W l . 1 Lt-' 1 ,� :f. _ - � ; .1 I .. 1 ,,,-.; -2,' ' • if..1-3 0, „ ,,_i_,.. p i .-.7..-:-,7-777,----,.--.T) .. i - .-' a_ • Y ` A , . 1Czi iial,- - i . L., 4 TIE_ VE DIN. S 3RI.DR ,e . - .., ,� � f1w ,�P, a� � r s • G : -- _1_,I___., . .....1 rt ,, . Cs--l'' . I E-1" :. ,..igii:, .._,,,...,.. 11 -1.rzf. ,, ,_- 1. .J]' �, �(fi Xpit . . ..._. . _ _ } ''' .sue r _ it• 41 U ��` I.'1 `#;.. --,, „�d j v 1 . ti �l e i {t'I 4 . t�--..:1,'• __I iI4F c f"°• rr fr'.�r. _ri 1 r• �'•. . '',;., d •Cy •44 ! + `�!.i 1`S' �iai- SIR ,_ , t' ° °R. 1� \ �1.,, ` F, _ ��� ;•s RFP#17-20 • Page 3 of 115 • • All work:will be conducted:and prepared in accordance with Caltrans and/or the City:of Palm Springs' practices, regulations, policies, .procedures, manuals, and standards, as appropriate and includes compliance with Federal Highway Administration requirements: The City has obtained Caltrans approval to proceed with:the Preliminary Engineering Phase and secured $303,500 in federal funds for this purpose: The City's budget for the required environmental and traffic - engineering design services is$250,000 with the balance available for the City's internal costs and other. consultant costs. 3. .SCOPE OF WORK The Project will improve traffic safety: at the 9 :listed intersections by removing existing five-section • protected/permissive signal heads; mast arms, signal poles,and installing signal heads on new mast arm `, and: traffic signal pole at the improved location, implementing advanced dilemma zone protection, installing'ADA compliant pedestrian access ramps,;and new striping and signing.As part of the design, the selected firm-will also be required to establish connections of the traffic signals to the Traffic Management Center located at the.City's Engineering Services Department. The work shall be in accordance with the requirements of Caltrans Local-Assistance Procedures Manual(LAPM),City of Palm '. Springs Standards, Caltrans Standard Plans(the City has adopted the 2006 edition for traffic signal poles =and mast arms), California Manual on,Uniform Traffic Control Devices (MUTCD) (latest version), and related standards.. - In general; the professional services to be furnished for the Project will include but not be limited to: facilitating'all meetings including recording and distribution of meeting minutes;preparation of Preliminary Environmental Study(PES);environmental documents based..upon results of PES,.to include: Initial Site Assessment, Community Impact..Assessment, Natural' Environment Study — Minimal Impact; Visual • Impact Checklist, Air Quality Checklist, and Cultural Resources (HPSR, ASR and APE Map) (any . technical studies not required by Caltrans will be deleted from scope and credited to the contract amount by contract amendment); field survey, potholing of. underground facilities; coordination with utility, companies"for relocation of their facilities which conflict with the proposed improvements, performing research as needed preparation of Plans, Specifications, and Estimate (PS&E).to include traffic signal • Modification plans,signing & striping.plans, street improvement plans; preparation of detailed estimate of quantities and cost estimate;preparation of technical specifications;review of the project site to ensure plans are complete and accurate; provide plans and coordination with Southern California Edison for the. • ' • establishment of a service meter if required; attendance at the preconstruction meeting, answering all • questions regarding' the design during bidding; providing construction .:support (nbt construction administration); and preparation of as-built drawings. Firms shall provide a detailed scope of work identifying , • Project.Management and Meetings . a Phase Planning, Environmental and Conceptual Design o Left Turn Phases!Level of Service Analysis ; o Research"Record Information/Field Review o: Environmental Services. °. • o-;:Survey/Topographic Mapping • o Utility Coordination - o Utility.Potholing o :Preliminary Design • . Phase 2 Engineering Design(PS&E) :. o .Street Improvement Plans o Traffic Signal Plans " RFP#17-20 • Page 4 of 115 o Signing I Striping Plans o Bid Documents I Technical Specifications o; . Quantity/Cost Estimate • Phase 3--Construction Support o Support during bidding o Support during construction ' o As-built drawings 4. PROPOSAL REQUIREMENTS: Submittal Requirements • • Each proposal shall include a Statement of Qualifications and Technical Proposal,and a separate sealed • envelope with the Consultant's proposed rates and multipliers: The proposal should be 'organized as • follows.and contain the following:minimum information: 1. A cover letter describing the Consultant's interest and commitment to perform the environmental and , traffic engineering design services for the:City:The person authorized to negotiate a contract with the City'_should sign the. cover letter.-A description of the Consultant's',understanding Of the City's organization, the Project, and,how-:the Consultant is the most qualified firm to provide the requested services for the City(no more than two pages). 2. State the qualifications and experience of the firm and key personnel who will be assigned on the • project. Discuss the staff availability of key personnel.. Emphasize the specific qualifications and experience in managing and providing the environmental and traffic engineering design services on other HSIP projects,with emphasison Caltrans District 8 experience. - 3. Consultant's Organization Chart showing the Principle in Charge, the proposed Principal:in Charge and Project Manager, key staff,-specialty services staff, and sub-consultants. identify individuals for key positions and other team members and sub-consultants and the major role(s) associated with • each team member. Identify staff or sub-consultants that are:available to provide specialty services. - For each key team member, identify his/her projected workload and availability for this contract on a continuous basis to support the City's needs. = 4. Describe the organization of the proposed Consultant team focusing on the Project Manager who will be responsible for coordinating all elements of the required services. State whether during the past 5 years the prime and major sub-consultants have jointly collaborated on'assignments similar to those required by this RFP Describe how the proposed.Consultant team would interact with City staff and how the core team would be organized to address the City's needs. 5: For each of the proposed key staff and other significant team members, summarize their individual work history and experience, what unique skills they would bring to the team, and: describe any assignments during the past 5.years that are directly relevant to the type of services requested by this RFP. Provide two references each (names and current contact information) for the program manager,each project manager and other key.core team members for recently completed or ongoing similar work. 6. General Approach-present the Consultant's-approach to provide the services described:in this RFP.. include a discussion that pertains to•coordination with City staff, Caltrans, local agencies, and any other regulatory or permitting agencies that could be involved with the Project Also discuss how the . • proposed Consultant team will identify project problems,:issues,Or conflicts that need to be resolved and the general approach to resolving them and how proposed Consultant team ,has handled unforeseen problems on projects in the-past. RFP#17-20 . • Page6of115.' :_ 7. Program Management and Control System - describe the approach'to develop and implement a Project,Management and Control System(PCS). Provide a description of and examples of systems . and/or reports used with similar clients to track project progress and expenditures, administer and monitor the construction contract, and maintain critical program and project information. 8:• Provide a detailed scope of work outlining the Consultant's proposed tasks to complete the Scope of Work described in Section 3. This section should outline the Scope of Work by Task and Subtask for negotiation purposes and inclusion the final contract. 9. Identify prior federally funded signal and civil improvement projects during the past 5 years in which the Consultant..has performed as the Project Manager;(as the prime consultant) that provided services similar to those envisaged by this RFP. Provide client references from projects underway or completed in Caltrans District 8.(preferably local projects that can be visited). Reference.information must include the following: a.' .Client name,and contact information , • • b. .Project description and location c. Total value of the services provided. _ , d. -Key personnel involved and_their role e."Subconsultants Federal-Aid Provisions; ' The Consultant's services will be provided for a'federally,funded local-transportation project, which necessitates compliance with additional requirements. Special attention is directed to Attachment E Local,Assistance Procedures Manual.Exhibit(LAPM) 10-1;Notice to Proposers DBE Information, Consultants shall complete and submit the following with the proposal to be considered responsive. -. The following forms and instructions are provided in Attachment E. -,Local-Agency Proposer DBE Commitment(Consultant Contracts);(LAPM 10-01).The DBE contract goalfor this contract is 8%. • Local,Agency Proposer DBE Commitment(Consultant Contracts);(LAPM 10-02). _ . "=• DBE Information-Good Faith Effort (LAPM 15-H)--Required only if DBE goal is not`achieved. It.is recommended that the proposer_prepare and.submit a GEE even if the DBE goal has been met., • Consultant Annual Certification of Indirect Costs and Financial Management System (LAPM 10-K). • ; Disclosure of Lobbying Activities(LAPM 10- ))- _• Conflict Of Interest and Non-Discrimination Certification Public Integrity Disclosure ,Prior to award and through completion of the services, the selected Consultant will-be required,to follow applicable federal-aid requirements and shall complete and submit with the agreement the following forms: • Local Agency Proposer DBE.Commitment(Consultant Contracts); (LAPM 10-01) • Local Agency Proposer DBE Information(Consultant Contracts)-(LAPM 10-02) • Any:other relevant forms required for the project. 'The selected Consultant shall demonstrate familiarity of providing services for federally funded signal and civil improvement projects and has clear understanding of requirements/needs to facilitate the project.' through.Caltrans Local.Assistance and.Local Assistance Procedures Manual. , RFP#17-20 Page 6 of 115 . Disadvantaged Business Enterprise(DBE)Requirements - As the Professional Services will be funded'with federal funds,the selected Consultant's final contract is ;subject to applicable provisions of the Caltrans Disadvantaged Business Enterprise(DBE) Program Plan as it relates to local agencies. The DBE Program Planis prepared in accordance with U.S.-Department of.Transportation(DOT);49 CFR; Part 26 regulations: - . Firms replying to this RFP shall review the Notice to Proposers— Disadvantaged Business Enterprise • Information (Exhibit 10-I), included;as Attachment E to this RFP: Additionally, firms should review the Caltrans Local Assistance Procedures Manual('`IAPM"),Chapter 10"Consultant Selection",to be aware of the Caltrans regulations and requirements if being selected-for the.Project The City will be utilizing the"One Step RFP"process as identified in the.Chapter 10 of the LAPM. • It is the policy of the City of Palm Springs to'ensure that`DBE's, as defined,in49 CFR, Part 26, have an equal opportunity to receive and participate in federal-aid contracts. It is:also the City's policy: • To ensure nondiscrimination in the award and administration of DOT-assisted contracts. • To create a level playing field on which DBE's can compete fairly for-DOT-assisted contracts. To ensure that the City's DBE participation percentage is narrowly, tailored, sin accordance with applicable law: ' • : _ : • To ensure that only firms that-fully meet 49 CFR;-Part 26 eligibility standards are permitted to participate as DBE's • To help remove barriers to the participation,of DBE's in DOT-assisted-'contracts: • To assist the development of firms that can'compete successfully in the market place-•outside the DBE,Program, DBE's and.other small businesses are strongly encouraged:to participate in the'performance of Agreements financed in whole or_in-'part with federal:funds (See 49 CFR, Part 26; "Participation. by Disadvantaged Business Enterpriape in Department of Transportation Financial Assistance Programs") Firms submitting a-proposal in reply to this RFP should ensure that DBE's and other small businesses have the opportunity.to participate in the performance of the work that is the subject of this solicitation : and should take all necessary and reasonable steps forthis.assurance..Firms shall not discriminate-on : the basis of race, color; national origin, or sex in the award and performance of its subcontracts. = Firms are encouraged to-use services offered by financial institutions owned and controlled.by:DBE's. ' • • The City of Palm Springs operates under a state-wide DBE Program administered by Caltrans. Federal- aid contracts,will contain varying percentages of Disadvantaged Business Enterprises(DBE)participation ;_goals that selected firms will be required to meet or, alternatively, perform a good-faith effortto meet as condition of award of a contract' . - . " • The City has established ;a DBE contract goal of8%o. The City encourages firms to','subcontract services to the extent possible with DBEs. If portions of the work required by the Project are not assigned by sub-contract to DBE .firms equal to or exceeding the participation level, the selected firm will be required to demonstrate that appropriate good faith.efforts were made. - A "Consultant Contract DBE Commitment" Exhibit 10,91. and/or 10-02 form will be included in the Agreement documents (see Attachment E) to be executed by the selected firm: The purpose of this. form is to collect data required under 49 CFR, Part26.- Even if no DBE participation Willbe reported,the successful-firm must execute and return the form.. Firms replying to this RFP are advised to read more about the Caltrans DBE Program by visiting the Caltrans DBE website at: https://dot.ca:Qov/programs/business-and-economic-opportunity . ' RFP#17-20 . Page-7 of 115 • Conflict of Interest Statement: Consultants shall disclose any financial, business or other relationship with the City that may have an impact upon the outcome of the contract or the construction project. The Consultant shall also list current clients who may have a financial interest in the outcome,of this contract or the construction project that will follow. General Requirements: The firm's proposal should describe the methodology to be used to accomplish each of the project tasks. The proposal should also describe the work which shall be necessary in order to satisfactorily complete the task requirements. Please note: this RFP cannot identify each specific, individual task required to successfully and completely implement this project. The City of Palm Springs relies on the professionalism and competence of the selected firm to be knowledgeable of the general areas identified in the scope of work and to include in its proposal all required tasks and subtasks, personnel commitments, man-hours, direct and indirect costs, etc. The City of Palm Springs will not approve amendments to the selected firm's agreement which do not involve a substantial change from the general scope of work identified in this RFP. Important Note: Firms replying to this RFP must be knowledgeable of the processes and procedures related to federally funded local assistance projects administered through Caltrans District 8. General Qualifications: The following is a list of qualifications that are considered mandatory and will form the basis for the evaluation of the Consultant: 1. Proposed Consultant team has personnel with demonstrated experience managing federally funded HSIP signal and civil improvement projects through the environmental and design phases. Team members must collectively have expertise in project management, right-of-way requirements and processes, utilities coordination, NEPA I CEQA experience, and traffic signal / street design; experience with Caltrans District 8 is strongly preferred. 2. Proposed Consultant team has demonstrated experience and a defined approach in implementing program and project management controls for transportation projects. Program, and project management control systems;project controls(scope,cost, schedule);contract management;-project filing systems and document management; budget development; and project and program reporting. 3. Due to federal contract provisions, no contract will be awarded to a consultant without'an adequate financial management system as required by 48 CFR Chapter 99,48 CFR Chapter 1 Part 31, and 2 CFR 200. PART FIVE: SELECTION PROCESS/PROPOSAL EVALUATION CRITERIA: The City of Palm Springs is utilizing a Qualifications Based Selection process to select a firm to provide the services requested by this Request for Proposals (RFP). The City-shall review proposals submitted in reply to this RFP, and a limited number of firms may be invited to make'a formal presentation at a future date. The format, selection criteria and date of the presentation will be established at the time of short listing. Preparation.of proposals in reply to this RFP, and participation in any future presentation is at the sole expense of the firms responding to this RFP. This solicitation has been developed in the "Request for Proposals" (RFP) format. Accordingly, firms should take note that the City will consider multiple criteria in selecting the most qualified firm. 'Consistent with CA Government Code Section 4525/4526 and Municipal Code 7.04.050 for the acquisition of RFP#17-20 Page 8 of 115 ' professional services,es, price is NOT-an evaluation criteria.;As this,project is funded with Federal funds, the provisions of the City of Palm.Springs Local Preference Ordinance: 1756 are• not'applicable or allowed.. Firms shall submit their schedule of hourly rates and direct costs(the"Fee Schedule") and their Cost Proposal in a separate electronic submittal. Fee Schedules/Cost Proposals are not opened, nor considered during.RFP evaluations. Upon selection of the most qualified firm, the associated.Fee Schedule/Cost Proposal will.be used as a basis for contract negotiations. A contract.shall be negotiated • on the basis of the submitted Fee Schedule/Cost Proposal, and in consideration of reasonable and mutually agreed project costs and time requirements. Should successful negotiations not occur with the• highest:ranked firm,the City may, at its sole'discretion,choose to enter into negotiations with the second highest ranked firm, and so on. ; Any additional,forms that include the fee(IE. LAP M 10-02)shall be submitted with.the separate electronic submittal containing the cost proposal: In accordance with:Caltrans IAPM, the Fee Schedule/Cost Proposal shall be developed with the following criteria in mind: - ` • The,consultant is paid at an agreed and supported specific fixed hourly, daily, weekly or monthly. :rare; for each=class of employee engaged directly in the work. Such rates of pay include the :. consultant's estimated costs and net fee, (profit): Federal regulations require that profit be separately negotiated from contract costs: The specific rates of compensation, except for an individual acting as a sole proprietor,are to include an hourly.breakdown,direct salary costs,fringe:, - - .benefits, indirect costs, and.net.fee. Other direct::coati may be included, such as travel and equipment rentals;'if not-:already capturedn the indirect cost rate: Firms shall provide a Fee Schedule listing hourly rates and direct costs in accordance with Exhibit 10-H1 (Cost Proposal),Cost-Plus-Fixed Fee,or Lump Sum, or:Firm Fixed Price Contracts(Design, Engineering and Environmental Studies). The 10-HI shall be submitted for the Prime and anY - Subconsultants. Firms shall also provide a Cost Proposal_for the Project ina.format similar to -the form included with Attachment.E. = PRIOR CITY WORK If your firm has prior experience working with the City DO NOT assume this prior • work is known to the evaluation committee. All.firms are evaluated solely on the information contained in their proposal, information.obtained:from references, and presentations if requested All'proposals must be prepared as if the evaluation-committee has no knowledge of the firm,their qualifications or past - projects. - • An Evaluation Committee, using'the following evaluation criteria for this REP,will evaluate all responsive proposals to this RFP. - The Evaluation Committee may request, if "desired. by City, formal - presentations/interviews from short listed firms at a future date of which"the format and presentation :evaluation criteria shall be provided at the time of short listing.' Participation in any phase of:this RFP process, including the interview phase if conducted, is at the sole expense of:the fines replying • L. to this RFP. The City.shall NOT be responsible for any costs incurred by any firm in response to, or participation in,this RFP: - EVALUATION CRITERIA The following criteria will be used to.evaluate Consultant qualifications: A. Project Understanding-and Approach: 30°r'o B. Qualifications of Team-and key staff: 20°fo • • RFP.#17-20. Page 9 of 115 • C. ;Familiarity with State and Federal Procedures: 10% D. Experience-of Consultant with projects of a similar type and scale 3_0% • Comparable Experience. , • • - Federal Aid Projects with,'Caltrars.District.8. = . E. Availability • . .. 10% Total 100%: PART SIX:: PROPOSAL CONTENTS: Firms are requested to format their proposal so that responses correspond directly to, and are identified with, the specific evaluation criteria stated,in Part:Four above. The proposal must be submitted in an electronic(PDF) 8'/z X 11 format, mini;mum'1Opt font size,minimum%" margins, and:may be no more than a total offorty (40) pages;(a "page"is defined as a single sheet of paper,which may - be double-sided). The page count limit includes cover' letters, organization charts,`staff resumes, appendices, :and--any exceptions,to.the language in the sample agreement, or ,in. the insurance requirements: NOTE Dividers, Attachments . "A", "B" & '"C", Attachment E Forms, Addenda acknowledgments,and the.Fee Schedule (''iri a separate electronic submittal)=do NOT count toward the page limit(everything else does). • ELECTRONIC SUBMITTAL REQUIREMENTS: . . Interested firms ,shall submit electronically two separate files (1)'the Statement of Qualifications i • Technical Proposal (Submittal-#1); and (2)the Fee:Schedule/Cost Proposal (Submittal#2), by the 3:00 PM, May 14. 2020, deadline. Submittal#1 is to be labeled as: "SUBMITTAL#1, RFP#17-20; HSIP CYCLE 9, FIRM NAME." ELECTRONIC SUBMITTAL #1, clearly marked "Statement of.'Qualificatiions and Technical' Proposal",shall include the following items:, • . Completed Signature authorization:and Addenda Acknowledgment(see Attachment A)= Completed, and notarized, Affidavit of Non-Collusion (see Attachment B) *Due to_COV!D-19, notarization of this document is waived You are to:complete the form,.sign,,and date. • Completed Debarment and Suspension Certification (see Attachment C) • Completed Consultant Proposal DBE Commitment(LAPM 10-01) • Attachment E Forms(Except Cost Proposal Forms;•l_APM 10-02,and 10-K) , . • Statement of Qualifications/Technical Proposal with responses to all requirements Identified in Part Four _ Submittal:#2 is to be labeled as: "SUBMITTAL#2,-,RFP#17-20, HSIP CYCLE 9, FIRM NAME" ELECTRONIC SUBMITTAL #2, clearly marked "Fee Sched'ule/Cost Proposal", shall include the following item: • Fee Schedule-:provide a Fee Schedule that establishes how the Consultant proposes to be paid at an agreed and supported specific fixed hourly; daily, weekly or monthly rate, for each class of employee engaged directly in the work: Such rates of pay include the consultant's estimated costs and net fee (profit). Federal regulations require that profit be separately negotiated from contract costs.The specific rates of compensation, except for an individual acting as a sole proprietor, are to include an hourly breakdown, directsalary costs; fringe benefits, indirect costs, and net fee direct costs may be_included, such as travel and equipment rentals, if:not already captured in the indirect cost rate. RFP#17-20 . Page10 of 118 • Completed Consultant Contract.DBE Commitment(LAPM=1002) • _ Completed: Cons• ultant Annual Certification: of Indirect Costs and. Financial Management System (LAPM 10-K) • : Do NOT include-Attachments "A", "B",.or"C" in Submittal #2; Fee Schedule/Cost Proposal. • Attachments "A" and "B" and"C'.are to be included in Submittal#1, "Statement of Qualifications:/ Technical Proposal". ELECTRONIC SUBMITTALS SHALL BE UPLOADED.TO THE FOLLOWING SITE VIA. THE LINK BELOW. ALL: ELECTRONIC SUBMITTALS MUST- BE TIME DATE STAMPED BY-THE SYSTEM AS..BEING RECEIVED BY- THE DEADLINE: LATE SUBMISSIONS WILL BE,REJECTED. - TO UPLOAD YOUR TWO (2) SEPARATE FILE ;SUBMISSIONS IN RESPONSE TO • THIS RFP,-GO TO. • htts://Spaces.hi htail.com/uplink/Procurement. PART SEVEN:- DEADLINE FOR.SUBMISSION OF PROPOSALS: . Proposals will be received in the City of Palm Springs;Office of Procurement and.Contracting until 3:00 P.M., LOCAL TIME, THURSDAY, May 14,2020. .Proof of receipt before.the•deadline is the time/date stamp of the electronic upload to the City's-system. It is the responsibility of the firms replying to this. RFP.to see that any proposal submitted electronically and uploaded to the:City's system is received by. the due date and time: Late proposals will be rejected. ' _. -Proposals shall be clearly marked'and identified and "must be submitted to:.. City.of Palm Springs • Procurement and Contracting Department : 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig Gladders,C.P.M.;Procurement,&Contracting Manager • PART EIGHT:QUESTIONS: •,'Firms; their representatives,agents or anyone else acting on their behalf are specifically,directed NOT to contact any city employee,commission member,committee.member,council member,or other agency employee or associate for any purpose related to this RFP other than as directed below. Contact with :•anyone^other than as directed below WILL be cause for rejection of a proposal. - questions,-:technical or otherwise, pertaining,,,to this RFP Must be submitted IN WRITING and •directed ONLY to: ' . • , Craig Gladders, C P.M..' Procurement&Contracting Manager • 3200.East Tahquitz Canyon Way. .: Palm Springs; CA. 92262 - • via FAX(760).323-8238 _ or via EMAIL: Craig:Gladderserialmsoringsca.gov RFP#17-20 Page 11 of 115 Interpretations or clarifications considered necessary in response to:such questions be resolved by - the issuance of formal Addendato the RFP: The deadline for all auestions is 3:00 P.M., Local Time; - Thursday. May 7; 2020. Questions received after this date,'and time,may not be answered. Only questions that have been resolved':,by written Addenda via:the:Division, of Procurement and Contracting will be binding. Oral and_other-interpretations or.-clarifications, will be,without legal or - contractual effect. ' PART NINE: FORM OF AGREEMENT: • The selected firm will: be required-to enter 'into:a,contractual-agreement, inclusive of insurance, requirements, with the City of Palm Springs in accordance with the standard Professional Services Agreement (see Attachment "D"). .Please note that Exhibits A, B,.C, D and E are intentionally not complete in the attached sample contract document These exhibits will be negotiated with the selected firm, and will' appear in the final Professional Services Agreement executed_between the_ parties: Requested changes to the Professional Services.Agreement may not be approved,and the selected firm must ensure that the attached document will be executed We specifically draw Your attention.to the language in the sections of the sample contractual - agreement attached entitled "Conflict`of.Interest". and "Covenants Against Discrimination" and. recommend all firms carefully consider these contractual requirements prior to submitting:a proposal in : response to this-RFP. Firms that submit a proposal in response to this RFP shall certify the following: : ; 'Non-Discrimination:Certification: . ' a). Consultant certifies and represents that,'during'the performance of the Agreement,the Recipient:and any other parties with whom it may-Contract shall adhere to the City's non-discrimination and equal benefits as provided pursuant to Ordinance No.-1896 in the Palm Springs Municipal Code Section 7.09.046-to assure that applicants and employees are treated equally and are not discriminated against because of their actual or perceived race, religion, color;sex, age, marital status, ancestry, national origin (Le.; place of origin, immigration status, cultural or,linguistic characteristics, or ethnicity), sexual orientation, gender identity,`genderexpression,' physical or mental disability, or medical condition (each a"prohibited basis"). Consultant further certifies that it will not maintain any segregated_facilities. b) Consultant shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of this Agreement state that it is an"equal'opportunity employer"or that.all.qualified applicants will receive:consideration for employment without regard to their actual or perceived race, religion, color, sex, :age, marital status,,ancestry, national origin (ie., place of origin, immigration status, cultural or .linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability,or medical condition,(each a"prohibited basis").. c) _ Consultant shall certify that it has not, in the performance of this Agreement, discriminated against ' applicants or employees because of their actual or perceived race, religion; color, sex, age, marital - status, ancestry, national origin (i.e., place of origin,' immigration status, cultural -or linguistic,"- characteristics, or ethnicity);. sexual orientation, gender' identity, gender:expression, physical or mental disability:or;medical condition(each a:"prohibited;basis").: d) If requested to do so by the Contract Officer, Consultant shall provide the City with access to copies of all of its records pertaining or relating to its employment practices,except to the extent such records or portions of such records are confidential or privileged under state or federal law, e) •Consultant agrees to recruit Coachella Valley:residents initially and to give them preference, if all . other factors are equal,:for any:new.positions which result from the performance of this Agreement and which are performed within the city.The Contract Officer may agree to modify requirement where it is in conflict with federal or state laws or regulations. RFP#17-20 Page 12 of 115 • - f) Nothing contained in this Agreement shall be construed'in,any manner so as to require or permit any act which is prohibited by law. Failure or refusal to enter into an.Agreementas"herein provided or to conform to any of the stipulated • requirements in connection therewith shallbe just cause for an annulment of the award, If the highest ranked Proposer refuses or-fails to execute the Agreement, or negotiations are not successful, or the : agreement is terminated, the City may, at its sole discretion,:enter negotiations with and award the Contract to the second-highest ranked Proposer, and so on.' PART TEN DECLARATIONS AND SPECIAL CONDITIONS - AWARD OF CONTRACT: It is the City's intent to'award a contract to the firm that can provide all of the services"identified intheRFP document. However, the City reserves the right to award a contract to multiple Respondents or to a single Respondent, or to make no award, whichever is in the best interest of the City. . It is anticipated that award of the contract will.occur at'the next regularly scheduled City Council meeting after the evaluation committee has made its final selection of the firm to be recommended for award and a contract has been negotiated and agendized for consideration. The decision of the City Council will be'final: RIGHT TO ACCEPT OR REJECT PROPOSALS;',.The City of Palm Springs reserves the right to waive any informality or technical defect in a proposal and to accept or reject, in whole or in part, any or all • proposals and to cancel all or part of this RFP and seek new proposals, as best serves the interests of the City. The City furthermore reserves the right to contract separately with others certain tasks if deemed • in the best interest of the.City. • INSURANCE:_Insurance provisions are contained in th'e Standard Contract Services sample agreement . included.in the RFP. " The successful Proposer will be required to comply with these provisions. It is • recommended that Proposers have their insurance provider review the insurance provisions BEFORE they submit their"proposal.": -RESPONSIBILITY OF PROPOSER: All firms responding to this RFP shall be responsible::If it is found that a firm is irresponsible (e.g.,has not paid taxes, is not a legal entity, submitted an RFP without an authorized signature,falsified any,information In the proposal package,,.etc:), the proposal shall be rejected. , PUBLIC RECORD; All documents submitted in response to this solicitation will become the propertyy of • the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation; pursuant to CA GovernmentCode 6255 during:the negotiation process,may be made public after the City's negotiations:are completed, and staff has recommended to the City Council '.the award of a contract to a specific firm, but before final action is'taken by the City Council to award the contract: - Although,the California- Public Records Act_("CPRA") recognizes that certain confidential trade secret information may be protected from disclosure;the City may not:be in a position to establish that the information.submitted in a proposal is'a.trade secret. If a request is made for information marked. "Confidential," "Trade.Secret,"-Proprietary,'' or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from `disclosure by a court of competent jurisdiction: - " 1f a submitting party contends that a portion of the:proposal is confidential even under the:CPRA, the party: 1) must clearly label,each document;and/or page deemed,a confidential document 2) the legal rationale supporting such contention including specific references-to applicable provisions of the Public Records laws of the State 3)must actively defend against any request for disclosure of information which the party has determined should not be released;.and 4)must indemnify and hold harmless the City from RFP#17-20 :Page 13,of 115 any loss, claim-ortuit, including attorneys' fees, brought:by a person challenging the City's refusal to release the documents.The City will-not,under any circumstances,incur anyexpenses,.or be responsible for any damages or losses incurred by a party submitting;a proposal or any other person or entity, because of the release of such information. The City will not return the original or any copies of the proposal or other information or documents submitted to the City as part of this RFP process. NOTE - THAT THE CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL OF THE INFORMATION,VIA A' ; BLANKET.STATEMENT,IS SUBMITTED`AS PROPRIETARY INFORMATION OR A TRA DE:SECRET. SUCH PROPOSALS MAY BE FOUND NON-RESPONSIVE:COST RELATED TO P.ROPOSAL`PREPARATION: _The City.will NOT be responsible for any costs • incurred`by any firm responding to this'RFP in the preparation of their proposal or participation in any presentation if requested, or any other aspects of the entire RFP process.'. - • -COMPLIANCE WITH LAW Proposer warrants that all Services rendered shall be performed in. accordance with all applicable federal,-state, and local laws; statutes, ordinances lawful orders, rules, and regulations: LICENSES, PERMITS,`FEES,AND_ASSESSMENTS: Proposer represents and warrants to City that it • will obtain all licenses, permits,-qualifications, and approvals of whatever nature that are legally required : to practice its profession and perform the Work and:Services requested in this RFP. Proposer represents - and warrants to City that Proposer shall, at its sole cost and expense; keep in effect at all times during the term of the Agreement if so awarded, any license, permit, qualification, or_approval that is legally required for.Proposer to perform the Work and Services under the Agreement if so awarded: Proposer shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest;':which may be imposed by and arise from or are necessay for the Proposer's performance of•the Work and Services required under the Agreement if so awarded. Proposer shall indemnify,defend, and hold harmless City against any-such fees,assessments,taxes penalties,or interest levied,assessed, or imposed against City to the fullest extent;permitted by law:. BUSINESS LICENSE The selected firm will be'required-to be licensed in accordance with the City of.. Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled"Business Tax". - INVESTIGATIONS: The City reserves the right to, make Such investigations as it deems necessary to determine the ability of the firms responding to this RFP to perform the Work and the firm shall furnish to the City all•such:information and data for this purpose.as the City may request. The.City reserves the .- right to reject any proposal if the evidence submitted by or investigation of such firm fails to satisfy the - City that',such firm is properly,qualified to carry out the obligations of the.Contract and to complete the :. Work contemplated therein. •• PROPOSALS TO REMAIN OPEN The Proposer shall guarantee;that all contents of their proposal shall . be valid for a period of.120 calendar days from the due date of.proposals. SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions set forth in all of the sheets which makeup this Request for P roposals, and any attached sample agreement Exceptions to_ any of the language in either the RFP documents or attached sample agreement, including the insurance requirements, must be included in.the proposal and clearly defined.,-Exceptions to the City's RFP document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process; however, the City.makes no guarantee that any exceptions will be . approved, • - RFP.#17-20._ Page 1.4 of 115' EXHIBIT "C" CONSULTANT'S PROPOSAL • CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE 'a.i;,a- f..a' .:. r._•�a .c,.:Y:' _.. 'a:::a0%a'i::i.i _'.,•. 'a - - • : _ _ PROPOSAL FOR i ,'� ENVIRONMENTAL/TRAFFIC -� ��, „, t i ENGINEERING DESIGN SERVICES �i - . ,c,„ ?.,..,y 4 e - " -` . for HSIP Cycle 9 Traffic Signal Improvements r‘` federal Aid Project No. HSIPL-5282(D49);City Project No: 1'8-05 ,,',.. , r,.... J., . , ... . c.74,-„N ,. 4 14.14.-.4./4.,,. , ....; , LF!pI ..r.%-.1, n� • .+i Akf�h i':. _ • 'V'e,.'.e`� f A .r 4 :4- J ' p"pr �F tat, t �f'-."..`ti 9. tK 04 t i'' 4 % .•.W?'F 4 1 4' a t,4- t . ,. li 1 ,1 •, l': 1r�1+py 1# '.. ti l ? 1 It / 4" Y, `•,4 i;t.'<•-47t+�• ;,�' +{* -` {apt ,.• +" -1 ,4 % 1�,1,1'�.el., '• 7 F Li iX��i 4 1-1r,4 f ! II; - �{{'f t,ul. R e I41 _ ; W l Ca'-,IC},-Skkil4t``eiii t, t..e.s y._..+" . 114 MM1. i. (j-_, ( .Cr .a��..... 1 �d;•J `r� T;-.,x a..6k t�`+, yr• r.$ `-"�!' 4 efrPe f1� u.c=CL'5 r t..A-, -Y --zi'•4 ;a"+.✓ :: tAYTt ii ' tom; -: ( }--� - 4-4.07 e tr (ifI. 1 .Mac. - .�=+,a ,•Td."' te . V.Sf "+ r nk. 2 M1h _4J 1� -; - = f'-'.'.- 'y ,.. Yy 1 .• :: .2}J in,La."'. i"r '41 f� ram. ''an` , , + S °x ,• 1'ta'4 4 9 � � n, r.t+ �� � b� ,,�i 41.L '.i1.„,,;�'a"'.°aL`�Gr. - 7..''5" r tip - ..---_ + y ., `-sq a r , 4d ,1• PREPARED FOR: - • PREPARED BY Kirmley * Horn, - , Expect More Experience Better', " .^ y,y' r . ,v., • :1_ ENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP C cle 9 Traff Fx • ENVIRONM y • 'c Signal Improvements •, -' • 1,'COVER-LETTER. May 14,2020 x► 660.South Figueroa Street Suite 2050 Mr.Craig Gladders,C.P.M. Los Angeles,CA Procurement and Contracting Department 90017 City of Palm Springs TEL 3200 E.Tahquitz Canyon Way, Palm Springs,CA 92262 Re:Proposal for Environmental'/'iraaffic Engineering Design Services for HSIP Cycle 9 Traffic Signal improvements— Federal Aid Project No:HSIPL-5282(049);.City Project No.18-05;RFP#17-20 Dear Mr.Gladders and Members of the Selection Committee: The City of Palm Springs(City)is seeking a trusted and knowledgeable traffic engineering consultant to prepare plans,specifications,and estimates(PS&E)for Implementation of advanced zone detection at nine intersections throughout the City.In order to improve safety,operation,and pedestrian accessibility,the City has completed a roadway safety analysis throughout the entire city,and these nine intersections were isolated for • improvements due to high incidences of unsafe speed,DUI,and traffic signals and signs violations.The City needs an experienced partner with a proven background delivering environmental documents and technical studies,preparation of PS&E,Caltrans D-8 Local Assistance Procedures Manual("LAPM"),and construction support IGmley,-Hom has unparalleled experience In providing traffic signal modifications for implementation of advanced dilemma zone detection for Highway Safety Improvement Program(HSIP)projects to reduce traffic fatalities and serious injuries.Our team always strives to provide the highest quality of work to our clients.We offer the City these important reasons for selecting our team: •Experienced Project Manager.Jean Fares,P.E.,has over 30 years of experience—including 26 years at imley-Horn—with the planning and design of traffic and transportation projects throughout California and the western states.As a registered Professional Engineer in California,he has provided traffic signal design at over 2,000 locations,signal system design at over 1,500 locations,and traffic signal timing at over 2,500 locations,and has wide-ranging experience with traffic operations,signing and marking plans preparation,transportation management plans(rMP),and traffic control plans.Jean also has extensive expertise in applying traffic engineering,intelligent Transportation Systems(ITS)technologies,and communications infrastructure design to leading transportation projects. Extensive Caltrant and HSIP Experience.Kimley-Horn has completed numerous Caftans HSIP projects ranging from signal intersections to multiple intersection corridors,We understand that being familiar with the coordination of the approval process is the key to timely completion of these projects.Additionally,Kimley-Horn brings a successful track record of completing transportation and highway projects for clients In.District 8,including: A City of Rancho Mirage,HSiP m Design of A City of San Bernardino,224 Traffic Signal d County of San Bernardino,On-Call Civil Traffic Signal Interconnect Improvements Improvements HSIP Project Engineering Services .4 City of Cathedral City,Professional A City-of Barstow,North 1st Avenue Bridge I County of Riverside,I-10 Bypass PA&ED Engineering Services for Date Palm Drive Replacement PSR/PDS,PA&ED(sub) A County of Riverside,a-215Nan Buren and Varner Road Safety Improvements A County of Riverside,Mission Boulevard Boulevard Interchange. 4 City of Beaumont,I-10/Pennsylvania Bridge Replacement(sub) A.County of Riverside,Sunset Avenue Avenue Interchange Improvements A Western Riverside County Council of Railroad Grade Separation at 1-10 Governments,On-Call Services - Project Team Committed to and Available for this Project.Kimley-Hom uses a proactive management system known as"cast-aheads"to detail every project's personnel needs and also to determine each staff person's availability.By continuously matching project needs with staff availability,our cast-aheads system is an accurate tool for keeping our projects on schedule.The individual members of our project team were selected using two criteria:(1)their experience with a wide range of traffic signal improvement projects,and(2)their availability to assume major technical responsibilities within this contract timeframe,The staff members selected for this team are available immediately to serve you and are in an excellent position to successfully complete theassignments required for this project.Ed Vick,a former CEO and President of imley-Flom,is quoted as saying,"We have no reason to exist,except to serve our clients."The spirit of this quote leads the professionals at Kimley-Hom in their work each day and their endeavor for excellence in serving our clients.This commitment is something you can come to expect from Klmley-Hom. My team and I appreciate the opportunity to submit this proposal to the City of Palm Springs.We are confident that we can offer the experfence, predictable focal accessibility,and resources you seek for t the requested services while exceeding the City's DBE goal.If you have any questions regarding our proposal,pleasefeel free to contact me at 818.970.2048 or via email.et jean.faresC'Jmley-hom.com. Sincerely, KIMLEYHORN AND ASSOCIATES,INC. Kimley-Horn acknowledges Addendum#1.on April 22,Addendum#2 on May5,Addendum#3 on May 7,and Addendum#4 on May 11. Jean B.Fares,P.E. Project Manager,Senior lice President Kimley :: City of Palm Springs �rnEo�+6or 1.2020 » Holrn t 1 ,s z� 'n:ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements '. ^ "A" r. s ,..,cc r + ',A-4 - -- =TABLE OF.CONTENTS.:: ,_,: . __ - - - • 1.Cover Letter i 2.Firm Qualifications 1 3.Project Team 3 4.Team Organization ...................„4 5.Resumes of Key Staff - 5 6.General Approach 13 7.Program Management and Control System 25 - 27: ,9.:Representative Project Experience_.,_-__ - 1 -_ :- -- - -. .__- .- 36: A Contract Exceptions Forms I , l . lY r , 11 I, ' .r '1{ ' I ' r II' r _ - 1 tl R �ir{ . rII L 1 { i 4j N .^r.a,' - os . t • E ' City of Palm Springs .]RED96011.2020 Kimley>>Horn -;it { "`- :ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN.SERVICES for,HSIP Cycle 9 Traffic Signal Improvements r • I_ ' ; — . • 2. FIRI AUALIFICATIONS',- . , . _ - ___ Kimley-Horn Profile experience in advanced traffic management projects include citywide signal system designs,transportation control centers,electronic toll Kimley-Hom is a full- r _ facilities and revenue control systems,and innovative transit and service engineering, k -^' 1;'' public transportation systems.Each of our systems is designed not planning,and environmental ! .i53 Ywn� ? r , p9 r. +. -1_= only to address current needs,but also to accommodate future growth consulting firm providingLinn Q5'- + ' ' S and advances in technology.We have been responsible for virtually a comprehensive range lainley�»Hom '_tie,-uu+. - every aspect of traffic systems including Plans,Specifications& of services to public and `--..., E"`P1ot'•` P'isi a Estimates private clients nationwide. T - t package conceptual designs,operational feasibility, - We were founded by experts F "' I r lI! 0 a lYI a,1` .) communication architecture,system design,software development, in traffic engineering and and deployment and implementation plans. transportation planning,and these disciplines continue to be at the ADA Compliance cornerstone of our practice.Our range of services covers urban and ® Kimley-Hom engineers are on the forefront of regional transportation planning,traffic signal warrant studies,traffic implementation of the Americans with Disabilities Act(ADA),helping signal systems design and implementation,signal coordination and municipalities upgrade aging infrastructure to meet applicable ADA timing,traffic impact analyses,and seeking Innovative programs to standards and ordinances:Our expertise ranges from curb ramp obtain financing for transportation improvements. and sidewalk design to pedestrian-dedicated paths and walkways. Because traffic engineering and transportation planning have been Kimley-Hom understands how to implement improvements that mainstays of Kimley-Horn's practice for 53 years,the City can be benefit our clients,as well as the general public. assured that we have the experienced professionals and resources to meet the project's needs:We have provided a wide range of 0 Caltrans Experience traffic engineering consulting services to government agencies As mentioned in the RFP,the City has received funding throughout California and the United States. grants through the Caltrans Call for Projects for the Federal Highway Our services include but are not limited to: Safety Improvement Program HSIP Cycle 9(057).Kimley-Hom has completed numerous HSIP projects ranging from signal intersections. 1 Traffic engineering, I Safe routes to school to multiple intersection corridors.We understand that being familiar traffic operations,and design projects with the coordination and approval process is the key to timely transportation planning / Pedestrian completion of these projects. • Traffic signal facilities and design Kimley-Hom staff has 30+years of experience in CEQA/NEPA design and upgrades a Bicycle planning and design compliance in the Coachella Valley,including extensive work • Environmental services / Street lighting/lighting with Caltrans D8 and two other HSIP projects being processed including CEQA and NEPA photometrics analysis through Caltrans D8. • A Signing and striping design J Traffic control plans • Civil engineering A Signal timing rism Roadway and Intersection Improvements Arai design services Street circulation A roadway intersection is a dynamic element in your. . A Construction support planning and design transportation infrastructure.The efficiency of intersection operation 4 Roadway design/ maximizes the efficiency of the entire roadway system.Every streetscape/ intersection has a unique combination of features—roadway layout, Improvement/upgrades signal equipment,and mix and volume of vehicles,pedestrians, and bicycles.As a result,every intersection requires careful As a recognized nationwide leader in engineering consulting study to develop and apply safe,efficient,and flexible design. services,Kimley-Horn's professionals understand the complexities Our in-housestaff understands all aspects of roadway design, of an HSIP project and can develop informed solutions tailored to including intersection geometrics,utility relocations,traffic control, your specific needs.We have an extensive history of completing signalizations,signing and marking,and erosion control so that we similar traffic signal network upgrade projects successfully,on can be an efficient and coordinated partner to the City. time,and within budget.Our-technical qualifications and strengths cover a wide variety of project types and requirements that will be 0 Signing and Pavement Markings utilized as determined at each project site.Some of our principal As a component to roadway design and traffic engineering, practice areas include: !galley-Horn has prepared numerous signing and pavement marking plans for various projects.These projects include studies of H Traffic Signals/Traffic Control Devices extensive signing and pavement marking plans for urban and rural Signal design and construction is one of the cornerstones roadway projects.Our goal is to successfully maintain the safety of of Kimley-Hom's professional practice.Over the past five decades, pedestrians and vehicular traffic.In addition,Kimley-Hom has the we have developed signal designs for thousands of intersections for capabilities to prepare these plans in accordance with the Manual of state departments of transportation andmunicipalities nationwide.Our Uniform Traffic Control Devices and Caltrans Design Standards. City of Palm Springs •TRF.D9601 r.2020 Kimsey?))Horn . its v 5 .:f :- 'mac...... .., .... ... - h ... ...- �.�_ -"-`,tr ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements 'e'r I 0 Bidding and Construction Support . Staff Availability - Kimley-Hom routinely serves clients during construction As requested in the RFP,the following table highlights the current phases of their projects,providing bidding and construction support availability of our proposed team. Each Kimley-Horn staff member services to make sure our clients'projects are successful throughout. listed—as well as additional staff in our Riverside and Southern We can assist in preparing and distributing bid documents for the California offices,if necessary—will be readily available to serve the City,review contractor bids,and prepare bid tabulation and contractor City throughout the term of the project.Our past work history with recommendations.Although our aim is to prepare a plan set that can similar projects gives us the experience necessary to deliver quality stand by itself,we will respond to contractor requests for information projects on-time and within budget and clarification In a timely manner.Our experience with construction % —- contract administration has made our traffic and transportation Staff I Availability designs more cost effective and practical and gives us the ability to Jean Fares,RE. _ 30% problem-solve in the field during construction. _Mike Sutton,P.E. 15% �! Additional Benefits Kevin Agulgul,P.E,T.E.,E.E.,CSEP 15% Schedule and Cost Control 0 Kevin Thomas,CEP,Env-SP 30% ; Kimley-Hom knows how Important cost control is to Nikita Petrov,P.E. _ 40% federally funded projects and is well-suited to manage and V Jason Melchor,RE.— 45% I administer your project.We are prepared to commit the necessary Frank Hoffmann,P.E. 40% resources to ensure the success of your efforts.Moreover,we also i Sri Chakravarthy,P.E.,T.E. 35% have the tools that tell us exactly how and when to implement --— these resources.While this can be perceived as an internal issue to Kimley-Horn,the tools we use to manage and administer a project are for the clients'benefit,because a firm basis is established for on-time,within-budget delivery of all services.Schedule and budget are extremely important to Kimley-Horn,and our resources will allow us to meet the goals established for your project, �R Quality Control and Quality Assurance Since its founding,Kimley-Hom has aggressively pursued , its commitment to quality for every task,deliverable,and service. provided by the firm.Recognizing the Importance of careful quality control,Kimley-Horn developed a quality control/quality assurance , (QC/QA)manual that every project manager Is required to know and use.We strive for our procedures to facilitate the delivery of high- quality services that satisfy your needs.There will be no learning • - - curve relative to quality for the Klmley-Horn team. - . _ ! -1 — i • ro ,., City of PalmSprings e TRED96011.2020 Kim ey>>>Horn ''-': < `� , SignalImprovements , , ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic d ." 3.'PROJECT'TEAM Organizational Chart Kimley-Horn knows that when you choose a consulting firm; The organization chart delineates the roles and responsibilities you are really choosing the people who will bring you technical of both Kimley-Horn's key personnel and all subconsultant staff. expertise,hands-on experience with similar projects,and a Notably,our team will be led by Jean Fares,RE.,a successful commitment to timely,first-rate deliverables and client service. Kimley-Horn project manager with over 30 years of specialized The proposed Kimley-Horn team has a history of successfully experience in transportation engineering.We have included the completing projects and a proven track record of providing each availability of our key team members on the previous page. assignment focused attention regardless of size.Our project team is unsurpassed in local knowledge and relevant experience and has been structured to provide strong support to the City and the City's project manager. "gpLM sw ',Or, 0144 ) ,, , V.1 i tlpQ - ♦Q' .µt - • PRINCIPAL-IN-CHARGE PROJECT MANAGER OCfI A I Mike Sutton,P.E. ! ! Jean Fares,P.E. ;) i Kevin Aguigul,RE.,T.E.,E.E.,CSEP,:I ENVIRONMENTAL DILEMMA ZONE TRAFFIC SIGNAL PLANS ADA COMPLIANT CONSTRUCTION . ,AND LOCAL CALCULATIONS/ :(PS8E). RAMP DESIGN ; SUPPORT ASSISTANCE PROCEDURE REPORTS , I Jason Melchor,P.E. i I Frank Hoffmann,P.E. Jean Fares,P.E. I 'Kevin Thomas,CEP,EnvSP' '.Nikita Petrov,RE.,FOI' Tim Chan,RE. I i )(iota Georgalis,P.E. • Frank Hoffmann,P E, I ' Meghan Karadimos , Ar_ek Harmandayarr,EIT ; Roxannabelle Perfecto,P.E. ; Matt Schwengler,EIT , s Jason Melchor,P.E. I Dana Privitt,AICP — Anoush Razavian,EIT 1 Camden Cabrinha,P.LS1 i - _ Jericho Systems' i David Sedath,EIT - ASM Affiliates' • Raunak Singh,EIT '` . ' = Camden Cabrinha,RLS 1,• BOLD=Key Personnel ' ,-,';i' TRAFFIC SIGNAL TIMING -. -; - Subconsultants: Sri Chakravarthy,P.E,T.E. ,.; POTHOLING ''Cabrinha;Hearo&Associates(DBE), ' Matt Stewart,P.E. ,, �, Hector- CBelow' . __ , Vargas - R 'Jericho Systems ' I ASMAffliates t 1 i _ • 1 I .�.._.____.. ---`—"r1__-+.r ______ _____-r . City of Palm Springs e ME-098011.2020" Kimley>>Horn a .y ms ... _.. ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements - -: -. :_ 4.TEA 'ORGANIZATION Our team includes traffic engineering specialists assigned to C Below has been in the utility locating business for ten yearsand specific roles and responsibilities who understand they must employs the most experienced technicians in the industry,some not only deliver exceptional technical and hands-on project with over ten years of experience.C Below currently has over 45 experience,but also have a commitment to exceptional quality and employees,including thirty technicians,the sales department,a client service.Project Manager Jean Fares,P.E.will be primary, Project Engineer,a surveyor,and a CAD technician. day-to-day contact for the City,providing management of the Joint Work:C Below has worked on several projects with our team, project team and our subconsultants. notably:Rancho Road Improvements,and Lawrence and Teller Road Subconsultant Profile Intersection improvements in Thousand Oaks, Cabrinha,Hearn&Associates Jericho Systems,Inc. -Natural Environmental (Survey and Right-of-Way Mapping)(DBE) Study-Minimal Impact(NES-MO rel.? HEARN u cAB t. Cabrinha,Hearn&Associate Jericho Systems,Inc.provides ASSOCIATt (CHA),a professional land expert natural resource consulting • a surveying and mapping services for clients in the public-. Ji 111('flp SYSiiiE:MS corporation,was founded in 1976.CHA has extensive experience in and private sectors.Their mission providing services on large-scale projects within Southern California _. - is to provide clients with high such as the Crenshaw/LAX Extension,Purple Line Extension Section. quality consulting services,so that they can make informed natural 1,California State University system(various campus sites),City of resource management decisions.Jericho's experienced staff helps Pasadena On-Call Surveys,City of Santa Monica On-Call Surveys, their clients navigate the often-complex regulatory permitting Gold Line Eastside Extension Tunneling Project,and Pasadena process to get their project done as efficiently as possible. Light Rail Project. - Joint Work:Jericho has joined our team on multiple The firm has participated on several Caltrans projects,and they are Environmental Planning and Documentation projects throughout very familiar with the agency's guidelines and procedures.They are Southern California. currently providing land surveying services on an on-call basis on , Caltrans contracts 08A2868,07A4408,and have provided services • ASM Affiliates,-Inc. - Caltrans Cultural Resources on 090710,07A4180,07A2704,07A4679,and.07A2694. Compliance Documentation CHA is a DBE(Metro#1379/CUCP#21761)certified firm,registered r 1 ASM Affiliates,inc.(ASM)Is a • with the California Department of Industrial (1000021302), AS M cultural resources management and is a signatory to IUOE Local 12. (CRM)consulting firm specializing in archaeological and historical studies for compliance with local, Joint Work:CHA recently signed an agreement to provide state,and federal environmental requirements.Since incorporation. surveying,services for CIP 8751 Traffic Safety Improvements(HSIP In 1977,ASM has completed more than 5,000 technical studies Cycle 9B).We have received the NTP and work is scheduled to including major historic context statements,NRHP and CRHR begin in May 2020. nominations,and Historic American Building Survey(HABS)/Historic American Engineering Record(HAER)/HistoricAmerican Landscape C Below,Inc. (Potholing) Surveys(HALS),documentation. C Below offers professional locating ���0 and mapping services throughout Joint Work:ASM has provided cultural resources on multiple w ^„« Southern California.Their highly Environmental Planning and Documentation projects throughout experienced technicians utilize the most advanced equipment in the Southern California. industry.C Below locates horizontal and vertical locations of underground utilities including water,gas power,waste, communications,and:cable/TV.Many different methods are used to locate these utilities.These methods include GPR(ground penetrating radar),CCTV,utility locators,electromagnetic locators, and potholing.Accurate information is vital in planning and can prevent costly delays from damages caused by cutting,coring, drilling,or digging in areas congested by unforeseen hazards In concrete,masonry,and underground.Information can be provided in the form of pull box or electrical reports,potholing reports, underground mapping,3D modeling,CAD drawings or simply marking surfaces. Cityof Palm Springs -TRE096011.2020 Kimle >)Horn . Y •=rtr3 x. *, ;ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements .. , 5. RESUMES OF KEY STAFF Jean;Fares;.P.E t' Project Manager;Construction Support k i , , Jean has 30 years of experience with the planning and design of traffic and transportation projects A-<•_� ,�- __ throughout California and the western U.S.As a registered Professional Engineer in California,he has provided traffic signal design at over 2,000 locations,signal system design at over 1,500 locations,and ( PROFESSIONAL traffic signal timing at over 2,500 locations,and has wide-ranging experience with traffic operations,signing CREDENTIALS: and marking plans preparation,transportation management plans(iMP),and traffic control plans.Jean also ; Bachelor of Science, has extensive expertise in applying traffic engineering Intelligent Transportation Systems(ITS)technologies, California State and communications infrastructure design to leading design-build transportation and transit projects. Polytechnic University;, Pomona o RELEVANT EXPERIENCE _ - ,,, ,. ■ Professional Engineer A Traffic Management Center(TMC)TFouhleshooting and liming Plan Review,Palm Springs,CA in California#TI312097 -ProjectManager • Institute Of Transportation Design of Traffic Signal Interconnect Improvements(HSIP Project),Rancho Mirage,CA Engineers(ITS; -Projf 14farrager Member A Professional Engineering Services for Date Palm Drive and Varner Road HSIP Safety Improvements,Cathedral City,CA-Project Engineer r PROFESSIONAL. • 224 Traffic Signal Improvements HSIP Project,San Bernardino,CA-Project Manager '''" REFERENCES: Paramount Boulevard Fiber-Optic Communication System,Downey,CA-Project Manager • Jesse Eckenrolh, • Transit Priority System Phase 2/ATMSPhase 3,Santa Monica,CA-ProjectManager Director of NI&Works; Wiley Canyon Road at Orchard Village Road&Newhall Avenue at Railroad Avenue City of Rancho Mirage, Intersection Improvement Project(HSIP Project),Santa Clarita,CA-Deputy Project Manager 760.770.3224 • Traffic Signal Synchronization Project,Coachella Valley,CA-ProjectManager. ■ Cesar Romo,Traffic Signal Administrator, A Buena Vista Street and Winona Avenue Improvements,Burbank,CA--ProjectManager ` City of Santa Clarita, A On-Call Traffic Engineering Services,Agoura Hills,CA-Project Director 661.286.4002 ® Pomona Valley Advanced Traffic Management and ITS Project,Pomona Valley,CA — ---- —J -Project Manager A Colima Road and Fullerton Road ITS and Street Improvements,Los Angeles County,CA -Project Manager A Nogales Street Traffic Signal Synchronization Project,Various Cities in Los Angeles County,CA-Project Manager • Rancho Road Sidewalks and Bike Lanes(HSIP Project),Thousand Oaks,CA-Project Manager A Woodruff Avenue Traffic Signal Synchronization Project,Various Cities in Los Angeles County,CA-Project Manager A Marine Avenue Traffic Signal Synchronization Project,Various Cities in Los Angeles County,CA-Project Manager A Whittier Boulevard Traffic Signal System.Projects,Whittier,CA Project Manager A Smart Corridor-San Fernando Road,Glendale,CA-Project Manager • Los Robles Avenue Traffic Signal Improvement and Interconnect,San Marino,CA-Project Manager • On-Call Traffic Signal Design Services,Palmdale,CA-Project Manager L Ocean Park Boulevard Complete Street,Santa Monica,CA-Principal-in-Charge A San Fernando Road Improvements,Santa Clarita,CA-Project Manager A ITS Phases II through VII Projects,Santa Clarita,CA-Project Manager d Traffic Signal Improvements HSIP Project,Culver.City,CA-ProjectManager A ITS and Traffic Signal Modification,Inglewood Stadium,Inglewood,CA-Principal--in-Charge City of Palm Springs =TAED9601 r,2020 Kimley>»Horn k, t RAFFIC ENGINEERING' - -�_ -_- ' ENVIRONMENTAL DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements - - 7 tlf. , - t . _07,J ''') L. ,Mike•Sutton, P.E. e t Principal-in-Charge ( - i ) Mike Is a professional engineer with more than 24 years of broad-range experience covering many types of land development and public works projects,His strengths are In on-and off-site planning and design PROFESSIONAL for master planned communities as well as managing design teams on multiple Industrial,commercial, CREDENTIALS: and resort projects.He also has many years of design and management experience on local public works 1 — projects.His duties typically include supervision of the design team,client coordination,coordination with 11 Bachelor of Science, governing agencies,administration and management of subconsuitants,and coordination with utility Civil Engineering, purveyors.Mike's vast,multifaceted experience has made him an invaluable asset to Kimley-Hom. California State ! rlIAPolytechnic Univetsity, RELEVANT EXPERIENCE r Pomona 4 A Professional Engineering Services for Date Palm Drive and Vamer Road HSIP Safety t 10'Professional-Engineer Improvements,Cathedral City,CA—Principal-in-Charge in California#57667 1 ■'Board Member-CV i" A Design of Traffic Signal Interconnect Improvements(HSIP Project),Rancho Mirage,CA s —Principal-In-Charge Branch of APWA 4 The Crossings,Cathedral City,CA—ProjectManager (Acting President) J Downtown Core Streets,Cathedral City,CA=Inspector/Construction Manager Board Member m Salton Sea Action A 224 Traffic Signal Improvements HSIP Project,San Bernardino,CA—Project Engineer Committee • Marriott Shadow Ridge,Palm Desert,CA—Project Manager/Project Engineer : Member,Chi Epsilon, ' • Garden of Champions Tennis Stadium Complex,Indian Wells,CA—Project Engineer The'National Civil. • La Entrada Specific Plan,Coachella,CA—Project Manager Engineering Honor Society • KPC Coachella Specific Plan and EIR,Coachella,CA—Project Manager y A Sundance Master Plan Community,Beaumont,CA—Project Manager s PROFESSIONiAL SilverRock Resort,La Quinta,CA—Project Manager `" REFERENCES: ® Four Seasons Terra Lago-Active Adult Residential Project,Indio,CA—Project Manager • John Gorge,Director t of Engineering,City I A Eisenhower George and Julia Argyros Health Center,La Quinta,CA—Project Director I of Cathedral City, 1 A El Paseo Hotel,Palm Desert,CA—Project Manager 760.770.0327' A Veteran's Park,Coachella,CA—PrincipaI•in-Charge ' j • Juan Raya,City 1 A Legacy Apartments Affordable Housing,Thousand Palms,CA—Project Director Engineer,City of Indio, A Cedar Glen Affordable Housing,Riverside,CA—Project Director 760.5441.4225 A Rancho Dorado Apartments,Moreno Valley,CA-•Project Director A Toscana Apartments Affordable Housing,Fontana,CA—Project Director A Hovely Gardens Apartments,Palm Desert,CA=Project Manager A Heimark Distribution Center,India,CA—Project Manager A Sterling Estates i1,City of Rancho Mirage,CA—Project Manager J Bob Hope and Dinah Shore Widening Project,Rancho Mirage,CA—Project Manager A Highway 111 Widening San Marcos to Larkspur Way,Palm Desert,CA—Project Manager A Highway 111 Widening Plaza Way to San Marcos,Palm Desert,CA—ProjectManager .t Ramon Widening Project,Riverside County,CA—Project Manager City of Palm Springs •T13E096011.2020 Kimfey>>)Horn , y 'mot '".. `t--. s ;Y:, F c ",F •.' . a`.ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements 41- , I. - Kevin Agtrigul,.P.E ,`T.E., E.E ,,CSEP ; , , Quality Control/QualityAssurance . Kevin Aguigui is a Senior Systems Engineerwith extensive hands-on experience in ITS,systems engineering, -; transportation engineering,and electrical systems design.His main focus is in the areas of ITS,transit _ ITS,security and surveillance systems,communications networks,traffic engineering and design, f PROFESSIONAL CREDENTIALS: adaptive control systems and transit signal priority systems.He has planned,designed,implemented and . integrated numerous ITS systems that have included advanced transportation controllers,CCTVs,VMS, • Bachelor of Science, detection systems,security and surveillance systems,real-time transit information systems,wireless Civil Engineering, f} networks,local and wide area networks,and electrical systems.He has conducted numerous technology University,of Hawaii evaluations,prepared several ITS strategic and master plans,and conducted systems integration for many different types of networks and systems.He has implemented and integrated all forms of communications ' Certificate with networks including configuration and testing of field elements and network equipment for both wired and Distinction, wireless systems. Telecommunications and Network' 0 RELEVANT EXPERIENCE Engineering,UC Berkeley A Traffic Management Center(TMC)Troubleshooting and Timing Plan Review,Palm • Certified Systems Springs,CA-QC/QA Engineering A 224 Traffic Signal Improvements HSIP Project,San Bernardino,CA-OC/QA Professional(CSEP) A Design of Traffic Signal Interconnect Improvements(HSIP Project),Rancho Mirage,CA--QC/QA • Professional Engineer 2, A Paramount Boulevard Fiber-Optic Communication System,Downey,CA-QC/QA in California#E1 8 88 #TR17ii1,#EE19888 A Expo Metro Line Construction Authority,Design of LRT Phase 2(Stage S),Los Angeles,CA -Systems Engineer • Institute of Electrical and.Electronic A ITS Phases II -VII Projects,Santa Clarita,CA-OC/QA Engineers(IEEE), • Transit Priority System Phase 2/ATMS Phase 3,Santa Monica,CA QC/QA Member A Gerald Desmond Bridge Design-Build(D-8)Project,Port of Long Beach,CA-OC/QA i s Institute of A Sand Hill Road Traffic Signal interconnect Adaptive Coordination Project Design Services, Transportation Menlo Park,CA-Principal•in Charge Engineers'(ITE), Member A Bowers Avenue Traffic Signal Interconnect,Santa Clara,CA-Project Manager • Intelligent d Miner Avenue and Filbert Street Traffic Signal Installation,Stockton,CA- Principal-in-Charge transportation Society • Adaptive Traffic Signal System,Walnut Creek,CA-Project Manager of America(ITS A De La Cruz Boulevard,El Camino Real,and Scott Boulevard Traffic Signal Interconnect and s America),Member Coordination Project,Santa Clara,CA-Project Manager ■ International • Davis Road and Wagner Heights Road Traffic Signal Installation,Stockton,CA Council on Systems Principafin-Charge i Engineering(INCASE), Citywide Traffic Signal Communications Inventory,Dublin,CA-Project Manager Member .4 Benton Street at Pomeroy Avenue Intersection Improvements and Signal Interconnect ; , PROFESSIONAL Project,Santa Clara,CA--Project Manager • s REFERENCES: ®. Trairc Signal Controller and Cabinet Replacement for Broadway/California Drive/Carolan • Eric`Bons,P.E.,Senior Avenue Intersections,Burlingame,CA-Project Manager Engineer,City of Visalia, A 65th Street;Power Inn Road,and Fruitridge Road TLSP Signal Timing,Integration and 559.713.4350 Installation,Sacramento,CA-Principal-in-Charge . • Cesar Romo,Traffic A ITS and Traffic Signal Modification,Inglewood Stadium,Inglewood,CA-Project Engineer 1 Signal Administrator, City of Santa Clarita, 661286.4002 City of Palm Springs ,TRco98011.zo2o . • Kimley>>Harn ,' r ti v 7. n „ - aS ENVIRONMENTAL./TRAFFIC ENGINEERING DESIGN SERVICES for HSIP cycle 9 Traffic Signal Improvements *:,9, . lu.94UpFFr lab.. L;t: Kevin.Thomas, CEP, ENV SP' , � Environmental and Local Assistance Procedure i ; £ - _� 4 ,. Kevin has over 30 years of experience in the environmental compliance and permitting of major capital bib. improvement and land development projects,specializing In the strategic guidance,preparation,and peer Win, PROFESSIONAL review of CEQA/NEPA documents and regulatory permitting programs.He has managed and prepared [ CREDENTIALS: Environmental and Planning studies for public and private sectors clients,under the California Environmental , Quality Act(CEQA)and National Environmental Policy Act(NEPA).His responsibilities also include staff • BachelorofArts, training and public hearing presentations.Kevin draws on his broad background and understanding Errnranmental. . of environmental constraints to provide technical and CEQA compliance review and environmental Engineering;University documentation,in addition to research,analysis,and writing.He's managed a wide range of environmental of.California, planning projects,including environmental documents for major transportation projects,air quality and noise Los Angeles;CA „ studies,community participation programs,highly controversial capital Improvement projects,state-of-the- art visual analyses,facility siting and due diligence studies.As a Riverside County resident and leader in our j • Certified Riverside office,Kevin is familiar with the key local agencies and stakeholders involved in the CEQA/NEPA Environmental and project delivery"process.Kevin is adept at Integrating with design teams at all stages of the project Professional(CEP) delivery process,from feasibility study,to concept design,to PANED(CEQA/NEPA compliance),regulatory ' r • ENVISION permitting,review of construction Old documents for consistency.with CEQA/NEPA and permits,and Sustalnability preparing mitigation monitoring reports during construction. Professional(ENV SP) - v RELEVANT EXPERIENCE . e American Road and -, Transportation Builders, A Professional Engineering Services for Date Palm Drive and Varner Road HSIP Safety . l NEPA subcommittee; Improvements,Cathedral City,CA—Environmental QC/QA ! Chair A 224 Traffic:Signal Improvements HSIP Project,San Bernardino,CA—Environmental Planner " American Consulting Engineers Council - A On-Call Environmental Services Contracts Caltrans Districts 7,8,and 12,Los Angeles, . (ACEC);;Land Use San Bernardino,Riverside and Orange Counties,CA—Project Manager* and Environment ' A Van Buren Metro Station IS/MND and CE/PES,Riverside County Transportation Commission Committee (ROTC),Riverside,CA—Environmental Task Leader" PROFESSIONAL A Jeffrey Road Pedestrian Overcrossing CE/MND,Irvine,CA—Project Manager* 'REFERENCES: Los Alamos and Interstate 215 CE/CE,Murrieta,CA—Environmental Task Manager* A Riverside County Transportation Department,Various Road Projects,County of Riverside,CA • Qliverf�ilupca,Planning —Project Manager* Director,City of Riverside County Transportation and Land Management Agency,On-call Environmental San Bernardino; '909.384:5111 Services,County of Riverside,CA—Project Manager g - A Antelope Valley Transportation Authority Operations Center IS/EA,Lancaster,CA • • Ron Goldman, — 'ContractPlanner, Project Manager City of Coachella A El Dorado Bridge Widening Project Initial.Study/Mitigated Negative Declaration,Rancho and City of Murrieta, Mirage,CA—Project Manager* 951.288.4832 A Interstate 15 and Nutmeg Street Overcrossing IS/MND,IViumeta,CA—.Project Manager* ----' A-Jefferson Drive/Murrieta Creek Road,Murrieta,CA—Environmental Task Manager* A McFadden Avenue and Interstate 405,Overcrossing IS/MND,Huntington Beach,CA-Project Manager* , A Monterey Bridge Construction Noise Monitoring,CA-Environmental Task Manager* Moulton Parkway Super Street EIR,Orange County,CA—Project Manager* A North Costa Mesa.Arterial improvement Program EIR,Costa Mesa,CA—Project Manager* - A On-Call Civil Engineering Professional Services,San Bernardino County,CA—Environmental Planner* A ITS and Traffic Signal Modification,Inglewood Stadium,Inglewood,CA—Environmental Planner 'Prior to KimleY-Horn City of Palm Springs 4 TRE096077.2020 KlmleyHorn @ ' a ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements ▪ +if • r • q,u • -_t ;Nikita,Petrov, P.E.-,,FOI Dilemma Zone Calculations/Reports Nikita has more than 13 years of experience working on a variety of transportation projects from ITS design ;Ali. __ , -' - -- to transportation studies and planning.His area of.expertise 1s primarily signal design and signal timing._ PROFESSIONAL His experience with signal design and modification as well as interconnect design includes over 75 traffic CREDENTIALS: signals throughout the Bay Area and Northern California.He has worked on all types and sizes of projects which were as small as one lighted crosswalk design to as large as 17 traffic signal modifications along 11 w ▪ Bachelor gf Science; miles of expressway.He has served as a project manager on multiple traffic signal and signing and striping ff `Gull Engineering projects for various public and private agencies,and has been a task manager for many more projects which 1 included traffic signal and street lighting design,signal interconnect design,signing and striping design, LUos An ell-of California; Los Angeles. roadway design and civil modifications,pedestrian and bicycle studies,speed survey projects,transit design ` and planning projects,freeway study and operations projects,and ITS design project.Nikita has a long ■ Professional.Engineer .a track record of providing quality services which resulted in great working relationships with clients and a lot in California#C80570 of repeat work. ■ ETA Fiber Optic. Installer,F01233142 a RELEVANT EXPERIENCE i PROFESSIONAL ITS and Traffic Signal Modification,Inglewood Stadium,Inglewood,CA—Project Engineer REFERENCES:. • 224 Traffic Signal Improvements HSIP Project,San Bernardino,CA—Project Engineer. . Carmen P.Talavera, • Advanced Dilemma Zone Detection Project,Sunnyvale,CA Project Manager RE;TE.,Senior Traffic A Advance Dilemma Zone Detection Phase II Project,Sunnyvale,CA—Project Manager Engineer Department A Maude Avenue Bikeway&Streetscapes,Sunnyvale,CA—Project Engineer of Public Works,. City of Sunnyvale, • NGAOP Santa Clara County Bluetooth Readers Installation Project,Santa Clara.County,CA 408.730.7522 Project Engineer { • Jamil Sales,P.E., A NEXTGEN Dublin Field Elements Project,Dublin,CA—Project Manager Traffic Engineering and A Capitol Expressway ITS Infrastructure and Sidewalk Project,Santa Clara County,CA Operations,County of —Project Engineer Santa Clara Reads and A SR 99/Service Road Divergent Diamond Interchange Modification Project,Ceres,CA Airports Department, —Project Engineer 408.494.1375 A Bailey Road interchange Modification Project,Contra Costa County,CA—Project Manager A 2017 HSIP Union City Traffic Signal Modification Project,Union City,CA—Project Manager A Gregory Road and Elinora Road Intersection Modification Project,Pleasant Hill,CA—Project Manager Golf Club Road and Old Quarry Road Improvements Project,Pleasant Hill,CA—Project Manager A Bollinger Canyon Road Pedestrian Signal improvements Project(HSIP),San Ramon,CA—Project Engineer A Imjin Parkway Intersection Improvements,Marina,CA—Project Engineer City of Palm Springs .TRED96011.2020 KtmIeyHorn '« ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements r7 1 _. 11 l _- • - -�rpe4on4ueLL -6wcS S Jason lelcfior,.P E. 4 • : k Traffic Signal Plans 9 (PS&E);Construction Support I �- Jason is a professional engineer with 21 years of experience In traffic engineering and transportation - � planning.He has worked with clients In Riverside,Orange,Los Angeles,and San DXego Counties on PROFESSIONAL traffic engineering projects such as traffic signal designs,signing and striping,traffic control,and signal •� :-- =- -- -- - interconnect design plans.He has prepared traffic impact studies and performed the technical analysis for CREQENTIALS: a variety of transportation planning projects including transit analysis and circulation studies.Jason has E'Bachelor of Science,, experience working with a variety of traffic engineering software programs and computer design packages. Civil Engineering;. For over 10 years,he has been a core team member on many ITS and traffic signal upgrade projects ' Specialization in with Jean Fares. Transportation, RELEVANT EXPERIENCE UnIrviiversity iifCal foaiia, e A Traffic Management Center(TMC)Troubleshooting and liming Plan Review,Palm Springs,CA ■ Professional'Engineer —Project Engineer in California#C65218' A Design of Traffic Signal Interconnect Improvements(HSIP Project),Rancho Mirage,CA ; ■ Institute of , Project Engineer { Transportation. A Paramount Blvd.Fiber-Optic Communications System,Downey,CA—Project Engineer ! Engineers • A Transit Priority System Phase 2/ATMS Phase 3,Santa Monica,CA—Project Engineer orange GountyTraffjc Engineering Councils A ITS Phases II through VII Projects,Santa Clarita,CA—Project Engineer A Wiley.Canyon Road at Orchard Village Road&Newhall Avenue at Railroad Avenue . j ` PROFESSIONAL g i Intersection Improvement Project(HSIP Project),Santa Clarita,CA—Project Engineer REFERENCES: A On-Call Traffic Engineering Services,Agoura Hills,CA—Project Engineer a Jesse Eckenrottr, J On-Call Traffic Signal Design Services,Palmdale,CA—Project Engineer I Director of Public Works, j A City of Industry On-Call,City of Industry,CA-Project Manager City of Rancho Mirage, 760.770.3224 Expo Metro Line Construction Authority,Design of LRT Phase 2(Stage B),Los Angeles,CA Project Engineer ! ■ Cesar Roma,Traffic i A Ocean Park Boulevard Complete Street,Santa Monica,CA—Project Engineer- I Signal f Administrator,a l City of Santa Ciarita, A Ramona Boulevard at Valley Boulevard Intersection Improvement Project,El Monte,CA , 661.286 4002 Project Engineer - A Imperial Highway Traffic Signal Fiber-Optic Communication System and Upgrades Project,Downey,CA—Project Engineer A City Municipal Fiber-Optic Network,Ontario,CA—Project Engineer ' A Riverside Fiber Optic Improvements,Burbank,CA—Project Engineer - Pasadena SAFEiEA-LU System Manager,Pasadena,CA—Project Engineer A OCTA,Traffic Signal Synchronization Master Plan,Orange,CA—Project Engineer . i Base Line Road Traffic Signal interconnect and Signal Coordination,Rancho Cucamonga and Upland,CA—Project Engineer A East.Coast Highway Signal Rehabilitation Design,Newport Beach,CA-Project Manager A Gerald Desmond Bridge Design-Build(D-B)Project,Port of Long Beach,CA-Project Engineer A Traffic.Signal Improvements HSIP Project,Culver City,CA.—Project Engineer A ITS and Traffic Signal Modification,Inglewood Stadium,Inglewood,CA—Project Engineer A 224 Traffic Signal Improvements HSIP Project,San Bernardino,CA=Project Engineer City of Palm Sgrings •7MED9601 l.2020 Kimley>AHorn --"` ,�_ - F...e• - - - - ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements • - - •- - - 'Sri;•Chakravarth, `P.E. T.E. Traffic Signal Timing E f �= Sri has more than 16 years of traffic operations and transportation engineering experience.Since beginning __- his career with Los Angeles County prior to joining Kimley-Hom,Sri has participated in a wide variety of ppOFE_5_.SI0NAL traffic signal synchronization,ITS operations projects,and on-call traffic engineering services.His project CREDENTIALS: management experience includes traffic signal operations,traffic signal design,traffic impact studies, I RE®- corridor planning,signal justification studies,site-specific traffic circulation,and safety studies.His key areas • Master of Science,, of expertise include traffic signal timing,signal design,ITS,transportation modeling,grant applications,and Civil Engineering, statistical analysis. Louisiana State University; 0 RELEVANT EXPERIENCE ■ Bachelor of Science, • Design of Traffic Signal Interconnect Improvements(HSIP Project),Rancho Mirage,CA ; Civil Engineering, Project Engineer { Kakatiya University • ITS Phases II-VII Projects,Santa Ciarita,CA—Senior Project Engineer • Professional Civil A Marine Avenue Traffic Signal Synchronization project,Various Cities in Los Angeles County, Engineer in California CA-Assistant Project Manager ; #C73629 i Nogales Street Traffic Signal Synchronization project,Various Cities in Los Angeles County, ' professionalTraffic CA—Assistant Project Manager Engineer in California #2531 • Whittier Traffic Signal Synchronization Project,Whittier,CA—Project Engineer • Pomona Valley Advanced Traffic Management and ITS Project,Pomona Valley,CA ' PROFESSIONAL• Project Engineer W. REFERENCES: • Paramount Boulevard Fiber Optic Communication System,Downey,CA—Project Manager ■ RamiroAdeva,Director • On-Call Traffic Engineering Services,Malibu,CA—Project Manager of PubicWorks/City A Read Road Bike Path Connector,Thousand Oaks,CA—Project Engineer Engineer City ofAgoura Hills,818.5-97.732 A Mulholland Highway Scenic Corridor,Calabasas,CA—Project Engineer ■ Rob Duboux,Assistant On-Call Traffic Engineering and Plan Checking Services,Agoura Hills,CA—Project Engineer Public Works Director, • Pacific Coast Highway Signal System Improvements Project,Malibu,CA—Project Manager City of Malibu,; • U.S.101/23 interchange PS&E Traffic and Electrical Design,Thousand Oaks,CA 310.4562489 x339 Project Manager A Rice Avenuel5th Street Grade Separation Preliminary Engineering and Final Design(Traffic and Electrical Design), Oxnard,CA—Project Manager A Newport Avenue Multi-Phase ITS Improvements,County of Orange,CA—Project Manager • Chapman Avenue Regional Traffic Signal Synchronization Program,Orange County,CA—Project Manager • OCTA,Crown Valley Traffic Signal Synchronization,Orange County,CA o Project Manager • OCTA,Lake Forest Drive Signal Timing and Synchronization,Orange County,CA—Project Manager ® OCTA Brookhurst Street TLSP,Orange County,CA—Project Engineer A OCTA,El Toro Road Regional Traffic Signal Synchronization Project(RTSSP),Orange County,CA—Project Manager A Accident Rate Study,LA County,CA—Project Engineer • Design for Kazan/Walnut Traffic Signal Improvements,Irvine,CA—Project Manager • ITS and Traffic Signal Modification,Inglewood Stadium,Inglewood,CA—Project Engineer • 224 Traffic Signal Improvements HSIP Project,San Bernardino,CA—Project Engineer City off palm Springs -rfEo9601 l 2020 Kirnley Horn ty� rM1'fF 3f t k -t. "'y""'li,ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements , 'rr` > — Frank Hoffmann;,P.E. ADA Compliant Ramp Design;Construction Support , fir,,,, , 11 a^r A Frank has over 34 years of diverse experience in civil design and construction management.Project types • _ -•r 4 `tj ,,; include private,local,state,and federal working with roadway design and improvement,Bus Rapid Transit, ' j=q PROFESSIONAL ' Light Rail Transit,transit support facilities,utility design,water resources,drainage design,and airport lit CREDENifALS., construction.His responsibilities include project management,work plan preparation,cost estimating, ---_• S, contractor selection,scheduling and oversight,design specification development,resource allocation, ii Bachelor of Sclera, technical and final report preparation and review,quality control(QC/CIA),troubleshooting,negotiation/ _ CivFEngrneering; `' approval of field changes,and client relations,Frank has a broad range of design experience in the Fachtiochsctiule Sonoran and Mojave Desert.Frank has a large portfolio of projects delivered through the Caltrans Local ' Rheinland-Pfalz. ,,E Assistance Program and is currently working'on projects In Corona,Colton,Beaumont,and Banning with , Caltrans District 8. _i * PrefessionalEngineer In California#C61839 r btit RELEVANT EXPERIENCE ■ American Society of- ' i Mil Engineers(ASCE)•• I • A Professional Engineering Services for Date Palm,Drive and Varner Road HSIP Safety y Member Improvements,Cathedral City,CA—Project Manager AOn-Call Civil Engineering•Services,Palm Springs,CA—Project Manager o ,,.1PIi0FESSlONALr REFERENCES°„ 4 1-10/Pennsylvania Avenue Widening,Beaumont,CA—Lead Roadway Engineer f A Ontario Ranch Road Widening Project,City,of Ontario,CA(Lewis Group)—Project Manager ' Min Coda,RE 4 County of Riverside,I-10 Bypass PA&ED,Riverside,CA—OC/QA Director of Engineering, City of Cathedral City; A Mid-Coast Light Rail Transit project-100%Final Design Phase,sub to WPS,San Diego,CA- 760.770,0327 —Subconsultant Civil Project Manager EI Gerardo'Garduno; - 4 Patterson Avenue and Webster Avenue Widening,Perris,CA—Lead Roadway Engineer . Project Manager, , 4 Replacement of North 1st Avenue Bridge,Barstow,CA—Senior Roadway Engineer Lewis:Management A McKinley Street Grade Separation,sub to Biggs Cardosa Associates(BCA),Corona,CA Corporation; ' Lead Roadway Engineei 909.579.5109j A Western Riverside County Council of Govemments"(WRCOG)2016 On-Call,Riverside,CA —Project Engineer 4 Van Buren Road Widening,Riverside County,CA—Lead Roadway Engineer A SR 94 Campo Road Widening,Jamul,CA—Lead Roadway Engineer 4 LA Metro,SR 138 Corridor PA&ED,North Los Angeles County,CA—Deputy Project Manager , A Mission Boulevard Bridge Replacement,Riverside County,CA—QC/QA 4 7th Street Widening,Maricopa County,AZ—Project Manager 4 Riverside Transit Authority,Design of the Promenade Mall Mobility Hub,Temecula,CA;Riverside County,CA—QC/QA 4 Expo.Phase II Bike Path,Santa Monica,CA—Project Manager A SANDAG,Bus on Shoulder(BOS)BHT Demonstration,San Diego,CA—QCIQA A Agoura Road Widening Project(Complete Streets),Agoura Hills,CA—Lead Roadway Engineer 4 Mulholland Highway Master Plan,Calabasas,CA—Lead Roadway Engineer - 4 I-5/Genesee Avenue Interchange PA&ED,PS&E and Construction Phase Services(CPS),San Diego,CA—QC/QA A 1-5 North Coast PA&ED and PS&E,San Diego,CA—Senior Roadway Engineer A Voigt DrivelI-5 North Coast Corridor(NCC)Improvements(PS&E),San Diego,CA—QC/QA A US 101 and Palo Comado Canyon Road•PA&ED,Agoura Hills,CA—OC/QA A ITS and Traffic Signal Modification,Inglewood Stadium,Inglewood,CA—Project Engineer 4 224 Traffic Signal Improvements HSIP Project,San Bernardino,CA—Project Engineer City el Palm Springs =7RE096011.2020 KimIey» Horn .,, min ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements , •rr;b'. 1 ti o ! r - -- GENERA -APPROACH' Project Understanding and Approach To minimize the number of vehicles entering the dilemma zone during the yellow clearance interval,the City of Palm Springs is - Project Understanding proposing to install an Advanced Dilemrna Zone Detection System The City of Palm Springs received a Highway Safety Improvements (ADZDS)at each approach of the nine intersections.The ADZDS Project(HSiP)Cycle 9 grant to improve safety at nine(9)signalized will collect the volume and speed of vehicles prior to the dilemma intersections throughout the City by installing the latest in traffic zone,and either extend the green time or turn the yellow interval safety.equipment.The City is seeking a consultant to complete on earlier,to minimize the number of vehicles entering the dilemma _,. •:.ahe deslgn,(pre fans,Specifications,and Estimate)for the zone during the yellow clearance interval. 'Installation of dilemma zone detectors,installing protected left-turn - Our approach Is to collect speed surveys along each approach of traffic slgnarheads,and upgrading of ADA curb ramps at the nine each intersection.We understand the City has recently updated (9)project intersections, their speed survey citywide.We anticipate being able to.utilize According to the Federal HighwayAdministration(FHWA)Traffic the City's recent speed survey data to calculate the dilemma Control Systems Handbook,the dilemma zone is the virtual zone zone boundaries on the surveyed 85th percentile speed for each prior to the signalized intersection,where a driver has difficulty intersection approach. . deciding whether to safely proceed through the Intersection We understand there are options in technology that can be prior to the side street turning green or safely stop,as the yellow implemented when Installing an ADZDS.Options for radar only clearance interval has turned on and prior to the signal turning red. or hybrid radar and video detection are available applications for In either situation,there may be the potential for collisions during an ADZDS.Radar only will obtain the speeds of vehicles prior to the dilemma zone period.For example,if the driver decides to stop the dilemma zone and signal whether or not to provide a green suddenly,there is a potential for a rear end collision or the inability extension.A hybrid radar and video detection system will do the for the driver to safely stop prior to the stop line.Alternatively,if same as radar only,but also-has the ability to provide continuous the driver decides to proceed through the intersection,there is a detection of a vehicle throughout the system to ensure optimal potential for conflicts with cross traffic.The FHWA describes the detection.We will identify which technology is more appropriate to dilemma zone for high-speed approaches,the area where the implement for the City based on achieving the goals of the project as speeds exceed 35 miles per hour(mph),and defines the boundaries well as being financially responsible to the City's constituents. - of the zone.According to FHWA,the upper boundary,where 90 percent of motorists will decide to stop,lies 4.5 to 5 seconds The City is seeking to hire a firm to design the Installation of the from the intersecffon.The lower boundary,where 10 percent of ADZDS at nine signalized intersections.Due to the nature of the the motorists will decide to stop,is 2 to 2.5 seconds from the funding,the City is also requesting the selected firm to prepare intersections,This means that the dilemma zone should not be applications and supporting documents in conformance with the longer than 3 seconds.The sample table below shows upper and applicable federal requirements for federally funded projects, lower boundaries for approach speeds from 35 to 55 mph. such as E-76°Authorization to Proceed to Construction,"National _ Environmental Policy Act(NEPA)clearance,and Right-of Way and Dilemma Zone Boundaries Utility Certifications,as part of the Preliminary Environmental Study Distance from intersection for 90% (PES)procedures.Additionally,we will coordinate with all the utility Approach Speed and 10%probabilities of stopping companies affected by the project. mi/h J_ [-90%values in ft j- 10►alues in ft . The Americans with Disabilities Act(ADA)of 1990,along with its. 35 254 l implementing regulations,and the California Government Code I { { 102 1 Sections 4450 et seq.,prescribe that facilities shall be made { 40 { 284 122 ', accessible to persons with disabilities.Based on our review of the 1 45 • 327 152 s• project recommendations and a detailed field review of all nine intersections,we noticed diversions from the current ADA standards 50 353 { 172 - - at seven of the nine intersectiorrlocations. 55 { 386 { 234 ; i The California building Code(CBC)and the California Department Of. I Source:Table of Dilemma Zone Boundaries.Reprinted from Transportation's accessibility design guidance,DIS 82"Pedestrian Traffic Contro!Systems Handbook:Chapter 6 Detectors,try U.S, Accessibility Guidelines for Highway Projects"dated Nov 16,2017, l Department of Transportation Federal HighwayAdministrafon Office will be used to identify the ADA deficiencies and to develop revised i of Operations,retrieved from https://ops.fhwa.dotgov __ l designs following.current ADA regulations. City at Palm Springs .T1ED9601 12020 Kimley»)Horn ,r�13L`g "'.1 ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSII Cycle 9 Traffic Signal Improvements • +ryf," 9 • Kimley-Hom'and our subconsultant Cabrinha,Hearn,& • While:we understand that new traffic signal equipment and signal Associates,a DBE,are very familiar with the federally funded - pole?will be needed at certain intersections,our approach is to projects and Caltrans Local Assistance Procedures and have vast identify alternate methods and means to reuse existing infrastructure experience working on similar projects.We have partnered together as much as possible.We have conducted multiple preliminary field on multiple signal,ITS;and roadway design projects,and completed observations at each intersection to measure the slope and various tasks depending on the requirements of the project. dimensions of every existing•ramp to verify ADA compliance.Our - -- engineers walked through and around each intersection to 1 document the existing controller cabinets,traffic signal poles/arms, {_ speed limit signs,traffic signal heads,pedestrian signal heads,and - , `,� m : , ` '' �. �; pushbuttons.These preliminary field notes and the City's recently ' —tea--- .,L& - conducted Engineering and Traffic Survey will help determine the :!moo < Il .,, _ optimal ADZD locations and other intersection specific ',2: r. ' E�e `; '� "" recommendations.A summary of our notes and recommendations ' -•----`' ''''"'14 ` 4''` ' a 4*,,,.' 4; ' are found in the Project Recommendation Tables whichgo beyond :r. t ,�; a j y _ the required traffic safety improvements listed In the REP. -_, - ti 1 ProjectApproach ' ` ',1 The Kimley-Hom team has developed a project approach that Is fully •`c. ll responsive to the stipulations of the Request for Proposals(RFP)and cz•�,' "' I . has developed over 50 years of completing similar signal design �' :1Y and intersection modification projects.This approach can be further FF adjusted based on the current needs of the City and any specific ' - needs of the corridors to be timed,The following diagram illustrates For this contract,Kimley-Hom will be the,prime engineer completing the project flow and deliverables. • the design as well as taking the lead to complete the E-76 applications and NEPA clearances.We have extensive experience working specifically with Caltrans District 8 on Local Assistance projects and are familiar with the process, LOCAL ASSISTANCEPROCEDURE Prepare Required " -' Caltrans/Cily Field Review/ Callrans Kick-Off` Submit PES Environmental Approval of Signs Start ROW Meet with Meeting to Caltrans Caltrans Studies and CEQNNEPA NEPA Certification Technical Memos Docunient PS&E.PROCESS a.Dileniina:Zbne Cafculatiorfs -_ 'Gther Existing Data .Technical Memo Progress! •• Speed Survey - - - f Deliverable e.As-Builts - 30%PS&E Comments '' 'Meeting 9, Field Investigation i '" ° t '' • Design of Improvements; Apply for Encroachment Permits , Deliverable.' Comments Comments 75%PS&E Meeting. -= Meeting • _ Deliverat5 e'100%PS&E ` --• Prepare E=76,. f City Submits 'E 7G Dilemma Zone t t Bidding • Construction Rims for E-76 for Authorization - Signal Timing. ) Assistance Assistance Assistance `'" ConsGuciion I Construction for Construction Assistance ` .Deliverable' i ' Bid Package .1 City of Palm Springs 9 7AED96011.2020 KImley}>>Ham t.- t`` • EXHIBIT 2:Typical Design for Advanced Dilemma Zone Detection System Intersection (Intersection 6-Sunrise Way and Tachevah Drive) • , , -,..,;.• • ,1 ., Approach Distance from intersection for•90% •., : -. --,- 5t-t. fo', , spEnp Approach speeds will be based an-:.511/7.. ::k. _ ' Speed and 10%probabilities of stopping u,:4,11. the 85th percentile from the Speed ,- . L., -,I,„; , ,.:.--.a , • , i _,Izi..;,./. 2"----..• ` . -:- '• (40 Survey conducted by the City. ,1-1,. ' 4 • i TA-•;1• •T": , '- • l• mi/h ' t90%values in ft '10%value-i,irift• •,,,,A, „ = . . 11. 1: -' ,„ 35 • - 254 • 1 102 -I•••,r .-._.j,- ' : e ••V'. '.. '. ,- D.._,Ii•c• , • -•• o....---,... . i, ' : ., ___ 40_ _ji,_ _ 284 ___ il ' 122_ _ i .,..)?I'•• •-••••• ,0 ..,_ . •••1 •• ) -,.iit:-';'-, Lai. l,..0, - -• -• . •'. - ,-•----- 327-- ,'-- -.1,-;-------I : 45 JL ,; oz i-4,•••:', *1-'''' :4' .-''''''''' ' '• '' 1',•, I` 1 • -50-- ll 353 L • 172 1 " ' .-}P. , --e• 1 --1, '' 1. 4 '',. ":,.•Sil...:' .,•.,a .,,ii. ; !--- ---L °, 55 11 386 i 234 re4->•-•'-'''''' ..7 , ...• ---- , 3,=•• •• ''.. rr Install Advanced Sour=MI6 of Mama Zone Banded=avinted nom Mitt Coning' i,•3 '- *( Dilemma Zone Werra Han:book Chapfer 6.DetectorA by U.S.Department of Ttanspor- , ,1-- .. .s. Sadao Feci9fal lighwayAtimkisbelan Office of Opetutiuta,(atrium!Imm 4,v,-.,.Lt -: ' tiA Tistall Advance Dilemma Zone Detection j 4,1'5;1 %,r-,•k•,.. k A - -t! Detection System 1 Ittpe/apaftrwadotgov equipment on existing luminaries or and associated ' 1 IO,existing traffic signal mast arms. i 1-'- .:-,-gi;t -:•:' equipment in existing - 1 7,,-- • i • .•qi.,..-. -' traffic signal cabinet i SPEED Approach speeds will be based on , '••',' t Pi•,•7?1,: A te --;" umn• the 85th percentile from the Speed r-Y,':,. t ••.,;24- 5-`./..-j•e: ,_.__ __-- .---,-- 45 ,,-;; -- -•,;_ -- - -------,— ,--,r"-:•-•_,2 :_ 1 ,1;-,2,-, -.'e:,,`4?`-, i ,k. 4•,14, _ ____ ..., . ,,;,,) -z- , : :i SUrVey conducted by the City. i 'Lf ,,, •, ;"-; '',1§-,, ' •I',i--- i•'.4 .,.7;.1.,.,;, beef-,‘,.•-• -y.j.`,744Pir-'4:0',1 I- .... .,`,...;,,t,,,,-',...?i-X‘•7,,-.:.a.,.' :,11, -.. ...,,f-,-,t,?.;.,•-•cv- •,p-,..v..-,- --- ,,,_.• -..:1-r-,, .1 • -, -•••.•.--.-.. ,--C,71::._•''t i_•,";717'71;zre I.": fill'''''••• ' i,* •:.---...4' :,-.i-...k.'''-" '••-•W'• -,:x;,.,•!":t.".,d:,-7 '*er\"'PR'.'.:Nt--.".''Pfijr. " ,,.,.'N.445'tA4.Z.1.:*"lk'''•-•trge. - •-41:1P rt-79, . . . -::',1',..:-.4.':...,r'et.e.,',.:1,..,''.0.,r,•....."'7-' -''- '"-•-'-.4------ , '' _ : - - ^-'-. ' ."11111 -s, 4„- .. . .4.4. ..',.--":'";'44-' " - 1 '' +'..421Ratirt 284 • -- - --. pl • ' 1 ,3 . .,i..., , w., . ir ift. 2,4-_-_ .,•,, . ••.-,"'-`,'""4'01eti " ,7' ' 4:. ,......, •o t i tril 11 14 -,4 ',•-•J,•<-7.'"-,•,-.' .1",tittr Yfachevailirive: , . '''.-,- , ,.'..--:, •"-..,.. 4'-' i :,- •-•- •a/,,r3tv eifirtip NERW-7?-. . --.4., . , -- . -- . - WEED Approach speeds will be based on - ' UMIT • 1 The 85th percentile torn the Speed - 'r-- —-- 'L ''.** /-'-'---- —-----'---. -'?-- '--"---r''''-------'----':: '--"- V-<1,•'0;r7i, ,.....-:, ,,--------7----- .• ----,---_-_,-. . . ------,--, Survey conducted by the City. 1 \ 1 4, .., '•,• ,-,.; The tahleabovefrom the Federal, Detection in advance of the i ,:-.-,11-/. -,,,t1 c• 1 ,' i HighwayAdministraticm,defines; 1. / dilemma zone can exterid green .`.11- . •1." ?!.`-'' ki : rillerrn4,zone boundaries for I times to ensure the yellow change I '35-iiiir4O-: Ir'"f.tr.4"--t;-'------- - --1."..:: .• -i'• '.': t -: ''•1.de- ;,-;..-- r •!r:,4'4,;_l ,Y,,,CC-", 1 High-Speed,ppproachest Far a , interval does not begin with a v-• • ....... . j, -.- 1-.,•:,.•-•'-., 1'7,0 1 l 45 MPH approach speed the , vehicle in the dilemma zone.The 1. .. . --- --I-- - 4 1 -1,' 1 .' ' ,* '''"'1 F downstreantand,upstream, ,• dilemma and advanced — -. r , ;.c, :. . ,/r• , , ., _.,•••-7--.4•0•••-•,-. : -•-_,_,,....--,--- - ' I. - -• - •.1-2 boundaries are 152ft and 327 zone limits are dependent of .."4.10'..717.-,i,i-- _ -.7• 16P . • .....„-7 • T-T----" ,..'' C -.: I,respectively: , vehicle approach speeds and are / '.11'' • ''` -., -,, ''..,..1 - -- , .1,51.". 1 , th-ti m. - , .1-4 i_. • - -- _ !,,...,1 a * 1 3,1,,..','• further upstream of the stop line 1c 1 - at higher speeds. r, -: . , . .1-,.., spEED Approach speeds will be based on , ,---,••' ''.,_..-4, - ,• , - , 41-1mg. the 85th percentile from the Speed . Survey conducted by the City. • • ..„---,-A1.-- --rc. •=„1-4...-,A4,„ - -.-,...--, ---1-11,-,114`... ' I ;-• , - ' ; %,-,. ......i.:,„..r.i,,,LA•1.-;,--- __ . , •• ..„., ; • ) r . , at............—..,......—•4,...1 1 .." 1 . 1 1 Various Detection Systems are available for ' - -_-11 f 1 ,; : 't . '----' 1 implementatiOn,A Video/Radar Processor LEGEND: , 1: ,, A •A• •1' 1 '' r ' (r7-- - 1 .--• : I based system can monitor multiple lanes , 4:r.,•• ' 1. Mil Dilemma Zone li.•, A. , Advance Detection Zone . (:)"."`• :. '.• I and provide multiple detection zones. MINI • . City of Palm Springs .TRED96011.2020 Kimlep>>Horn • , . . , , . . . . PROJECT RECOMMENDATIONS TABLE: Tahquitz Canyon Way and Calle Encilia Existing Conditions Potential Modification and Challenges . . .• 35 MPH posted speed limit for WB • A1112-inch traffic signal heads • Install ADA compliant pedestrian push-buttons • Install advanced dilemma-zone detection equipment for WB traffic on new .0• Tahquitz Canyon Way " • Pedestrian signal head • Upgrade existing I-IPS Safety Light to LED ' traffiC signal mast arm or luminaire - • WB Bike Route • Reflectortzed Street Name • Install new countdown pedestrian signal heads • Install LED Street Name Sign(LSNS) - -' • Storm Drain System Sign(RSNS) • Upgrade corner to ADA compliant curb ramp • Inadequate space for• Non-ADA compliant curb ramp • WB Emergency Vehicle "• Install new traffic signal pole with 45'mast new ADA compliant .r..„-"„' •, . \''`,...',„1 1.4'-""••,"--' •`....j. 0 Fire Hydrant Preemption(EVP) arm on new foundation curb ramp installation i• ,,g); . -: \ . ri ,,a Existing 1A pole and pull box • Replace existing 3-section signal head with while maintaining lA . ye` "" _ - ---,J, :-- --7 i • • " Existing within ramp wing 1A pole with: new 3-section protected left-turn arrow signal pole location • No pedestrian push-button .head on existing 1A pole- = i Existing&Pe 17-2-100 pole with: • Pedestrian signal head l'"--- .tir-----ic't‘--" , ::•- ---d: __" • Insta113-section protected left turn arrow . '. i ,..fit--. - - -,z,C-.------•,-- ° • Pedestrian push-button • AN 12-inch traffic signal heads • lb 1 • _ ,,... . ---- • 200 Watt HPS Safety Light signa head on end of new mast arm 1 , -- - - .--_ , • .. . • Maintain existing 1A traffic signal pole - _ . - .. . •••• 35 MPH posted speed limit for NB • No pedesiian push button li:• InitallADA comp=pedestrian puih-buttoris • IViaintain existing lA traffic signal pole ,-i ri-17, .-------A•---A.,„,-., -1.•11-. ,,, 1 .i i Calle Encilia • Pedestrian signal head •:,• Upgrade existing HPS Safety Light to LED 6 Install advanced dilemma zone detection r _f_'-g,....=--,. ; •• Storm Drain System • ReflecterizedStreet Name i.,-• Install new countdown pedestrian signal heads -a A equipment for NB traffic on new traffic l j':J--,---"1 ,,,k • i U' •• Non-ADA compliant curb ramp Sign(RSNS) 'ill. Upgrade corner in ADA compliant curb ramp signal mast arm or luminaire i 'fru' •i !. ,, _,...• ,, I ' Ili, '• NB Bike Lane .:;• Install new traffic signal pole with 35'mast arm on • Install LED Street Name Sign(LSNS) a,T,,,N, ., 7 i tip i 1 ,• ; Existing 1A pole with: ,,:) - -.1 t • Inadequate space for new ADA compliant °L „i',4,*;ti--- - -,--, ..I E' Existing Type 17-3-100 pole with: • Pedestrian push-button :.' new foundation - •• Replace mdstirig 3-section signal head with new curb ramp installation while maintaining [ 3,-• • 200 Watt HPS Safety Light • Pedestrian signal head --: ,•-,---z.:••.- ,,,,t-r- -0 1 3-section protected left turn arrow signal head on lA pole location • All 12-inch traffic signal heads . Au2..inch traffic And I,i;; heads i: existing lA pole :,,,,,----••-,,-;....,,,,,,,r ..,,..-_..„ --.,t. ,..2:-°, 1 -.-4, ,-,...--.7,--, -..- :••••_1,.!-_, ,i•: 0 Insta113-section protected lelt-tum arrovv signal 7._--- ----""':::-7---7:- head on end anew mast arm • 35 MPH posted speed'hitt(Elii • 200 Watt HPS Safely Light • Install ADA compliant pedestrian push-buttons • Maintain existing lA traffic signal pole - Tahquitz Canyon Way • Al112-inch traffic signal heads • Upgrade existing HPS Safety Light to LED • Install advanced dilemma-zone detection equipment for EB traffic on new traffic • Non-ADA compliant curb ramp • Pedestrian signal head • Install new countdown pedestrian signal heads signal mast arm or luminaire • Bdsling pull bores within ramp wings • Refiectorized Street Name • Upgrade corner te ADA compliant curb ramp • Install advanced dilemma-zone ____ -telt; -,,------z-..-----.:_, " --,- •V.' -t•-ik= g • EB Bike Route Sign(RSNS) • Install new traffic signal pole with 45 mast detection equipment In existing f`z- • .• - _ -_..,-. , -=, • Traffic Signal Controller Cabinet with Existing arm on new foundation controller cabinet g loop detection for all approaches lA pole With • Replace existing 3-section signal head with • Install LED Street Name Sign(ISMS) , ''' -154' cn • No pedestrian push-button new 3-section protected left-turn arrow signal • Upgrade existing controller to !, - - • • -...-":-.5-----,.,-,-!,-:.1 Existing Type 17-2-100 pole with: • Pedestrian signal head head on existing 1A pole Intelight controller and update --• - li - • Pedestrian push-button • All 12-Inch traffic signal heads • Install 3-section protected left-tum arrow existing signal timing plan __---..7'-'--- ' •-:;:,-1__:a,-__j. -- .,- • • signal head on end of new mast arm • _ . '',,Ii• 30 MPH posted limit for SB • No pedestrian push-button •„.• install ADA compliant pedestrian push-buttons • Maintain existing 1A traffic signal pole , Calle Encilia • Pedestrian signal head , ,,,• Upgrade existing HPS Safety Light to LED • Install advanced dilemma-zone i • 1, i •r• • Storm Drain System • Refiectorized Street Name ,';„• install new countdown pedestrian signal heads detection equipment for SB traffic ''''.' ''' '`.." -7*,...,., ' , ,eo iv• Non-ADA compliant curb ramp Sign(RSNS) , • Install new traffic signal pole with 35'mast arm on on new traffic signal mast arm or I -4. - ,.,- s .,r —, if il ' , ...,,,..i• SB Bike Lane I new foundation luminaire .4U.4::::3 1: ..Z. - ,r- Existing IA pie with: ,;• Replace esiistiv 3-section signal head with new • Install LED Street Name,Sign(LSNS) 1'..., .0. _ 1 '.. •:,Existing Type 17-3- • Pedestrian push button '', ,th:c-• - .i 3-section protected left turn arrow signal head on • Inadequate space for new ADA • -, l',.. - • ' ,( 1 100 pole with: • Pedestrian signal head 'i ', alsting lA pole • • - ,,. compliant curb ramp Installation • 200 Watt HPS Safety Light • All 12-inch traffic signal , • Install a_sootion protected left turn arrow signal while maintaining-IA pole location • '--mgaikm---......_.... --' '' —go • ."'.,• All 12-inch traffic signal heads heads , , 'i, head on end of new mast arm . - --- - • - - - - - • - City of Palm Springs -T8E696011.2020 KimleyoHorn ,. . PROJECT RECOMMENDATIONS TABLE:East Palm Canyon and Araby Drive Existing Conditions Potential Modification _ _ and Challenges • E ■ 50 MPH'posted speed limit for WB Palm . Existing type 26 pole with: - ■ Install ADA compliant pedestrian push-buttons Install advanced dilemma-zone detection • V ' Canyon Drive ■-Non-:ADA compliant pedestrian push button • Upgrade existing HPS Safety Light to;LED equipment for WB traffic on existing traffic. •.Non-ADA compliant curb ramp 200 Watt FPS Safety Light • Install new countdown pedestrian signal heads. " signal mast arm or luminaire '. • All 12-inch traffic signal heads •■ Upgrade corner to ADA compliant Curb ramp. • 50 MPH approach speed requires a dilemma- • Pedestrian signal heads zone detection area 353ft set-backfrom stop line. • Illuminated Street Name Sign(ISNS) - - - • Emergency Vehicle Preemptions(EVPs) , •i t■ 45 MPH pasted speed iimit'for NBAraby Drive y;ylliuminated Street Name Sign(iSNS) —- S ;• Install ADA tpedestrian push-buttons • 45 MPH approach"Speed requires a dileitima=) • Non-AEA compliant curb ramp • Emergency Vehicle Preemptions(EVPs) C;• Upgrade mating HPS Safety Light to LED .zone detection area 327ft set-back from stop r ma's{■ NB Bike Lane ■ Wireless Radio Antennas , ;■ Install new countdown pedestrian signal heads line:Potential line of sight issue due to bend i.al•r Existing Typo 2i6 polo with: Existing 1A pole with: (;•■ Upgrade confer 1e ADA compliant ramp in road. o i;;+ Non-ADA compliant pedestrian push-button • Non-ADA compliant pedestrian push-button instil athra d ma-mnC de ii,=1 • 200 Watt HPS Safety Light • Pedestrian signal head i.f equipment arm oTor SB traffic r lu on Ong traffic signal i , All 12 inch traffic signal heads All'12-inch traffic signal heads. `' tr_ (■ P.edestnan signal heads s 1 ▪ 50 MPH posted speed limit for ES Palm ' ■:Pedestrian signal headst;• Install ADA complian pedestrian push-buttons • Install advanced dilemma-zone detection • Canyon Drive • Illuminated;Street Name Sign(ISNS) • Upgrade existing.HPS Safety Light to LED_ equipment in existing controller cabinet 1n •.Traffic Signal Controller Cabinet with video ■ Emergency Vehicle:Preemptions(EVPs): • Install new countdown pedestrian signal heads • Upgrade existing controller to 2070 ATC ' , detection for all approaches; ' Wireless Radio Antenna • Upgrade corner to ADA compliant Curb ramp Intelight controller : • • Bus stop and shelter - • Install advanced dilemma-zone detection ' • 50 MPH approach Existing tApole with: pp oach speed requires a •a Existing type 26 pole with: •-Non-AEA compliant pedesVan push button equipment for ES traffic on existing traffic . • dilemma-zone detection area 353ft"set-back • .Non-ADA compliant pedestrian push-button • ■'Pedestrian signal head • signal mast arm or luminaire.: - 'from stop line , ••200 Watt HPS Safety Light '- • All 12-inch traffic signal heads - • All 12-inch.traffic signal heads" • • .-k j.f• 45 MPH posted speed limit for NB Araby Drive • Pedestrian signal heads i:■ irwtalADA compliantpedeslrian push buttons ■ 45 MPH'approach speed requires a dilemma 11:. . '�•t;• Storm Drain System • Illuminated Street Name Sign(ISNS) 1:i■ Upgrade ebsti HIS SafetyLightto LED Q,.. �a• n9 zone detection area 327ft set-back from _i• SB Bike Route ;.• install new countdown pedestrian signal heads - l:, Pedestrian signal headstop line • Existing 1A pole with: I r E :i Existing type 19 pole with: • Non-ADA compliant pedestrian push-button ' Install advanced dilemma-zone detection - . tax,*i Non-ADA compliant pedestrian push-button g equipment forN6lralfic on existing traffic signal' i i I,i'• 200 Watt HPS Safety Light • All 12-inch traffic signal heads ii mast armor uminaira !■ All 12-inch traffic signal heads . • City of Palm Springs -TRED96011.2020 - KtmIeY..»>Horn 17 • PROJECT RECOMMENDATIONS TABLE:Ramon Road and Avenida Caballeros Existing Conditions Potential Modification and Challenges E • 45'MPH posted speed limit for WB , • • All 12-inch traffic signal heads -• -•.Upgrade existing HPS Safety Light to LED _ cb , Ramon Road. ',Pedestrian signal head - Install new countdown pedestrian signal head • • •• • Non-ADA'compliant curb ramp• • Illuminated Street Name Sign(ISNS) Upgrade comer to ADA compliant curb ramp - ' • Fire Hydrant with • Wireless Radio Antenna • .Install advanced dilemma-zone detection equipment for WB traffic on existing traffic signal mast arm or luminaire • • Traffic Signal Controller Cabinet - • Install advanced dilemma-zone detection equipment,in existing controller cabinet - d. loop detection for SB ExlslingP�edesManPush - • Upgrade existing'controller toIntelightcontroller . • Button Post with: ., .- . ,e• Exlsling ljpe 19 pole with: •-ADA-compliant pedestrian push-button - • c • No pedestrian push-button ,, • Bike push=button • - a • HPS'Safety Light ' i t• 35 MPH posted speed limit forNB Existing 1A pole with: i l■ Install ADA compliant pedestrian push-buttons , - ,m,E i Avenida'Cabaileros • Pedestrian push-button ;• Upgrade existing HPS Safety Light to LED al'i • NB Bike lane ■ Pedestrian signal head ,i■ rnstall new countdown pedestrian signal heads t r. Existing Type 15TS pole with: • All 12-Inch traffic signal heads I ?■.'Upgrade corner to ADA compliant curb ramp l I. HPS Safety Light $ i• Install protected left-turn arrow signal'head on existing t.i..„, ADA-Compliant pedestrian':push-button f. 1A pole; 1 , t i■ Pedestrian signal head t Jim 'Maintain existing 1A traffic signal pole • 45 MPH posted speed limit for EB Ramon Road s Install ADA compliant pedestrian ash-buttons • • No curb ram- driveway crriy ■ Upgrade existing HPS Safety light to LED ;$ r l, ESdsting Type'1e pall with - . p - L - " - - ■'Install new countdown pedestrian signal head * �� ■.-Upgrade corner to'ADA-com ADA-compliant curb ramp ` • Pedestrian push-button ' .- p p v; ,wr: —+- . - • 2 hIPS Safety Light • Install new traffic signal pole'with 40 mast arm on r" I Ali 12-inch traffic signal heads• ;` new foundation ■.Pedestrian signal head Install protected left-turn arrow signal head on new ■ : ..mast arm - ' •a No Street•Name Sign _ • Install advanced dde mma zone detection equipment for EB traffic on new traffic signal mast arm or luminaire Install- - - • Illuminated StreetName Sign QSNS • • Installing ADA compliant curb ramp while maintaining 1 . . p __ existing driveway 4' — I s■ 35 MPH posted s limttfar SB Avenida Caballeros install striping for crosswalk = -- ' -.f t •■ SB Bike Lane i 1■ InstallADA compliant pedestrian push=buttons $ , Existing Type 19 pole with: , ; � install new countdown pedestrian signal l�, rp m i '■ No Safety Light t ti• Install advanced'dilemma-zone detection equipment for SB I J r i traffic on new traffic signal mast arm or luminaire := :,ic-:,ice-. . �`�i is 1 j• All 12-inch traffic signal heads l, .� . , ''■ No pedestrian push-button I 1 • eg,$ ■ No pedestrian signal head I; I'z--�,:•- x; I;•■ Illuminated Street Name Sign(ISNS) ! T ' City oft Palm Springs a TRE09r011-2020 ' . IGImIey»>Holrn • 18 . ' PROJECT RECOMMENDATIONS TABLE:Ramon Road and Coinpadre Road Existing Conditions Potential Modification and Challenges .g ■'40 MPH posted speed Iimitwith 25. -=■ All 12-inch traffic signal • Install ADA compliant pedestrian:push-buttons ■ Field survey overhead power conductor locations _ rs ; MPH school zone for WB Ramon Road _ , heads • • Install new countdown pedestrian signal heads _ and heights to determine conflict when installing" ' • Non-ADA compliant curb ramp • Pedestrian signal head -• Upgrade corner to ADA compliant curb ramp: - new equipment • -■ Traffic Signal Controller Cabinet with' • Illuminated Street Name ■ Install protected left-turn arrow signal heads on existing Type video detection for all approaches Sign(ISN,S) 26 pole' F '1- r __r l ' Exrsfing.vpa 26 pore with:' , • Emergency Vehicle • Install advanced dilemma-zone detection equipment for WB �' I ■ Na pedestrian push-button; Preemption(EVP) , traffic on existing traffic signal mast arm. - F No Safety Light •:Wireless Radio Antenna :■ Install advanced dilemma-zone detection equipment in existing: : • _. - '■ Existing pedestrian push- controller cabinet nr . button post with pedestrian. •'Upgrade existing controller to Intelight controller A„�` , .1,- , ' t� z ' : push-button • 40 MPH approach speed �-« 1 - - r- �,. t requires a dilemma-zone detection area 284ft set-back from ,,,E� • .. , - stop line. • . - • . - • Overhead power conductors along Northside of Ramon Road. `��_"'�' 6dsbng Type i6pie wink:..�__.__-. ..___ y--. - ` - -t ;•Instaf advanced dllemma-ione detection equipment forN6: w- -. r No pedestrian push-button 3 i traffic on existing traffic signal mast ann ti :. ■ No Safety Light l.t■ Install protected left-turn arrow signal heads onexisting Type '�'+i■ All 12-Inch'traffic signal.heads r f 16 pole A. -`i I. No pedestrian signal heads j■ Overhead power conductors along �, . <■ Illuminated Street Name Sign(ISNS) Norfhside of Ramon Road. wr =,, Emergency Vehicle Preemption(EVP) i•■ Field survey overhead power conductor locations and heights � c i :' t r s i t to determine conitictwheninstalling•newequipment I ,,,,s1 ,,,,, ! li it .. r 40-MPH posted speed limit with 25 Pedestrian signal heads ■'Install ADA compliant pedestrian push-buttons .- --_ _ MPH school zone for EB Ramon Road Illuminated Street_Name •• Upgrade existing HPS Safety,Light to LED U ■ Fire: Hydrate ' ' ' Sign(ISNS) ■,'Install new countdown pedestrian signal head . , Existing 1)po 26 pole , Existing 1a pore with: • Install protected left-turn arrow signal heads on existing Type .S. • Na pedestrian push-button • • Non-ADA compliant :. . ,� 26 pole - a ■ 200 Watt HPS Safety.Light .pedestrian push-button• Install advanced dilemma-zone detection equipment for EB . ' •:All 12-inch traffic signal heads. -• All 12-inch traffic signal' traffic on existing traffic signal mast armor luminaire heads 9 • 40 speed requires a dilemma-zone detection • • .. . area 284ft set-back from stop line ' ; Ong Type 19 pole`with Existing iA pole with. ' i ■ Install ADA compliant,pedesbtan:push-buttons •Y• Ins didile nma-zone detection equip-me-nil-Or� 1) ,l • Non ADA compliant pedestrian push- ■ Non-ADA compliant t 1■ Upgrade existing HPS Safety Light to LED SB traffic on existing traffic signal mast arm or luminaire ( • - y i' button pedestrian push-button );i■ Install new countdown,pedestrian signal heads • Install protected left tum,arrow signal head on existing. . ,,• 200 Watt HPS Safety Light ■ Pedestrian signal head I l Type 1A pole ■ All 12-inch traffic signal heads • A1112-Inch traffic signal !! , - M3 1■ Pedestrian signal heads heads ) ,,f ■ illuminated Street Name Sign(ISNS} t, _` 4 — __ t . City of Palm Springs •TRE03G01 i2ozo Kimley>>>Horn PROJECT RECOMMENDATIONS TABLE:Farrell Drive and Via Escuela • Existing Conditions Potential Modification and Challenges E p 25 MPH posted speed limit for Via Escuela ■ Illuminated Street Name Sign(iSNS) : Install ADA compliant pedestrian push-buttons •- Install: advanced dilemma-zone detection , • O • WB.Shared Bike-Lane - - Emer enc Vehicle.Preem Preemption EVP i.■ upgradeHPS-Safe Light g Y P ( ) P9 existing tY g equipment for WB traffic on existing traffic • Storm Drain System • Wir.eless Radio Antenna . . •i •,Install new countdown pedestrian signal heads .signal mast arm or luminaire . • Existing Type 19 polo with:: •• . Existing iA pole with: ' • I.• Install protected left-turn arrow'signal heads ; Non-ADA compliant pedestrian push button ••• Non-ADA compliant pedestrian push button on exist•ing Type 1A pole, •-200 Watt HPS Safety Light - • Pedestrian signal head •T a • All 12-inch traffic signal heads •• All 12-Inch traffic signal heads -■ Pedestrian signal.head • ., '• 45 MPH posted speed limit for NB Farrell Drive ■ AI112-inch traffic signal ti ; • installADA compliant pedestrian push-buttonsY • Install advanced dilemma zone detection. , ■ Storm Drain System • Pedestrian signal head 41• Upgrade existing HPS Safety Light SD LED - equipment in existing,controller cabinet / • I.I■ Traffic Signal Controller Cabinet with loop • Illuminated Street Name Sign(ISNS) i;')■ Install new countdown pedestrian signal heads •■ Upgrade existing controller to Intellght • r g detectors for all approaches Emergency Vehicle Preemption(EVP) ;;I• Upgrade corner to ADA compliant curb ramp , controller ' 3 fxisdng Type Z6 pole with:ramp Existing N Non-ADA compliant with:pedestrian push_button •',• Install protected left-tum heads • 45 MPH approach speed requires a dilemma • arrow signal • o,(s i on existing Type 26 pole zone retection area 327ft:set-back from. (x, i■ Non-ADA compliant pedestrian push-button •• Pedestrian signal head ;a' Install advanced dilemma-zone detection. siflp hoe ■ 200 Watt HPS Safety Light • All 12-inch traffic signal heads equipment for NB traffic on existing traffic ':; signal mast arm or luminaire i ■ 25 MPH posted speed limit for EB Via Escuela Pedestrian signal head � • Install ADA compliant pedestrian push-buttons e'• Install Protected left tum arrow signal heads _ p p • EB Shared Bike Lane • : •';Illuminated Street Name Sign(ISNS) "• Upgrade existing HPS Safety tight to LED on existing Type 1 A pole o • Non-ADA compliant curb ramp: • Emergency Vehicle Preemption.(EVP) . • Install new countdown pedestrian signal head" • Install advanced dilemma-zone detection aExisting Type 19 polo with: " Existing IA pole with: - Upgrade corner to ADA"compliant curb ramp ,equipment for EB traffic on existing traffic • Non-ADA compliant pedestrian push-button-. Non-ADA compliant pedestrian push-button- • signal mast or luminaire' • 200 Watt HPS Safety Light:,- ■ Pedestrian.signal head. ' I. All 12 inch traffic signal heads • All 12-inch traffic signal heads I ' ,• 45 MPH posted speed limit for SB Fer'reii ifi ■ Ilnminated Street Name Sign(INS).— '{I• instal ADkcompiiant pedestran push-butlans Install advanced dilemma-zone detection t; ■ Fire Hydrant • Emergency Vehicle Preemption(EVP) if'• Upgrade existing HPS Safety Light to LED equipment for SB traffic on existing traffic 3 f Eaofsdleg �� �. Existing 1A with: ',i• Install'new countdown pedestrian signal heads signal mast arm or luminaire i• ': I.(i(■ Non-ADA compliant pedestrian push-button • Non-ADA compliaiitpedestrianpush-button i• Inshallprotected •left-turn arrow signal heads 45 MPH approach speed:requires,a dilemma iiI I. 200 Watt HPS Safety Light. ■ Pedestrian signal head, on existing Type 26 pole' zone detection area 327ft set-back from . S■ All 12-inch traffic signal heads i All 12-inch traffic'signal heads i=, stop • 1 i•,,■ Pedestrian signal head };i • w_ _ _ •;:l City-of Palms Springs -TRE09001 1.2020 = KIR1Iey*HOT�1 20 PROJECT RECOMMENDATIONS TABLE:Sunrise Way and Tachevah Drive Existing Conditions Potential Modification and Challenges '"` •■ 45 MPHposted speed limit for • Illuminated Street Name Sign(ENS) • Install ADA compliant pedestrianpush-buttons ' E r p9 ) p p Inadequate space for new ADA ecu pliant curb ,,e3•, WB Tachevah Drive • • Emergency Vehicle Preemption PP) -• Upgrade existing HPS Safety Light to LED ramp installation while maintaining existing utilities ' • Storm Drain System • Install new countdownpedestrian signal heads i Brisling lA pole with: ".-- - ■ WB Bike Route ■ Pedestrian signal head • Upgrade corner to ADA ompliant curb ramp �;, ' ' -' ° i 1 • No curb ramp ■ All 12 inch traffic signal heads • Replace existing 5-section signal head with new 3-section ,(Lk x ,, . 'ti 611 Protected left-turn arrow signal head on existing1A pole "' ' `P �✓ ,• Existing Type 24 pole with: • Existing pedestrian push-button • 200 Watt HPS Safety Light posts with non-ADA compliant • Install 3-section protected left-turn arrow signal head on end of r j I • All12-inch traffic signal heads. pedestrian push-buttons existing mast arm and remove existing R10 12 sign ^ ;- _ • Pedestrian signal head • Install advanced dilemma-zone detection equipment J g traffic on existing traffic signal mast arm or luminaire - _ • 45 MPH posted speed limit for NB ■ Pedestrian signal head ,, ;■ Install ADA compliant pedestrian push-buttons •Install advanced dilemma-zone detection- Sunrise Way ■ illuminated Street Name Sign(ISNS) ', ;• Upgrade existing HPS Safety Light to LED equipment in existing controller cabinet ;•. Traffic Signal Controller Cabinet • Emergency Vehicle Preemption(EVP)+,• Install new countdown pedestrian signal heads • Upgrade existing controller to Intelight controller . with loop detectors for all • Wireless Radio Antenna ■ Upgrade corner to ADA compliant curb ramp and update existing signal timing plan ' , I i ,• approaches Existing IA pole with: i• Replace existing 3-section signal head with new 3-section — -- , Non-ADA compliant curb ramp . Non-ADA compliant pedestrian , protected left-turn arrow signal head on existing 1A pole • 'ter, + Install 3-section protected left tum arrow signal head on end of i —-- J -; 0, Existing Type pole with: push-button z' • Non-ADA compliant pedestrian • Pedestrian signal head existing mast arm,replace existing 5-section signal head with l r; ,= , push-button ■ Ali 12-inch traffic signal heads new 3 section signal head,and remove existing i • 200 Watt liPS Safety Light R10-12 sign - y-� • A1112 inch traffic signal heads ;',•• Install advanced dilemma-zone detection equipment for NB traffic t� l ° ' on existing traffic signal'mast arrn or luminairesl ■ 45 MPH posted speed limit for EB • Pedestrian signal head • Install ADA compliant pedestrian push-buttons - i �., t tic • ,•4: Tachevah Drive • Illuminated Street Name Sign(ISNS) • Upgrade existing HPS Safety Light to LED _ t s • Non-ADA compliant curb ramp • Emergency Vehicle Preemption(EVP). ■ Install new countdown pedestrian signal head • " ,k ` ;;,, it Existing type 24 pale with: Existing IA pole with: • Upgrade comer to ADA compliant curb ramp :f " �:,ra ,, -` 6�. ■ Non-ADA compliant pedestrian ■ Non-ADA compliant pedestrian fleplace existing 5-section signa• l head with new 3-section y sgt* .t ' i protected left-turn arrow signal bead on existing 1A pole "'' � 1� • 4^7'f..; o . push-button push-button .,r,. s-.3,. ,r, , to ..• 200 Watt HPS Safety Light • Pedestrian signal head • Install 3-section protected left-turn arrow signal head on end of I -- r • All 12-inch traffic signal heads • Ail 12-inch traffic signal heads existing mast arm and remove existing R10-12 sign • Install advanced dilemma zone detection equipment for EB traffic on existing traffic signal mast arm or luminaire 45 MPH posted speedlimit for SB • Illuminated Street Name Sign SN i•9 (ISNS)- Install ADA compliant pedestnan push buttons ---- -_ Sunrise Way • Emergency Vehicle Preemption PP) • Upgrade existing HPS Safety Light to LED __. _ _ ■ No curb ramp Existing lA pole with • Install new countdown pedestrian signal heads - - L , L ,,; ,' •::• Fire Hydrant ; ;■ Upgrade comer to ADA compliant curb ramp ,T m • • Pedestrian signal head $ Existing • ;• Replace existing 3-section signal head with new 3-section ' , Type 26 pole with: • Ail 12-Inch traffic signal heads , 1'1. 200 Watt HPS Safe Light protected left-him arrow signal head on existing 1A pole Fs• Safety g Existing pedestrian push button e '•r Install 3-section protected left-hum arrow signal.head on end of i • + i a :,• All 12-inch traffic signal head's posts with non-ADA compliant I ■ Pedestrian signal head existing mast arm,replace existing 5-section head with pedestrian push-buttons 1 ; i new 3-section signal head,and remove existing R10-12 sign °w"" „mar .. ■ Install advanced dilemma-zone detection equipment for SB traffic - - on existing traffic signal mast arm or luminaire City of Palm Springs =TA£D9301 7.2020 Klmley»>Horn Mr • • PROJECT RECOMMENDATIONS TABLE: Farrell Drive and Alejo Road • " Existing Conditions Potential Modification and Challenges ` . o :■ 35'MPH posted speed limit for. • Pedestrianrsignal head, - ■ Install ADA compliant pedestrian.push=buttons ■ Determine minimum'clearance distance• •- C2 WB Alejo Road Reflectorized Street Name Sign •'install new countdown-pedestrian signal heads: _between overhead powerlines and• • Storm Drain System (RSNS) ■ Install new traffic signal pole.with 35'mast arm with luminaire on new foundation luminaire arm - ■•WB Shared Bike Lane ' - Emergency Vehicle Preemption ■ Replace existing,5-section signal head with:new 3-section protected.left-turn arrow • Adequate existing space for new pole r Non-ADA compliant curb ramp , (EVP). signal head on existing 1A pole • •, while maintaining existing locations - ' 'Exis#ng Type'19 pole with: - Existing MA polo with: " ■ Maintain existing 1A traffic signal pole. . w '■"Non ADA compliant pedestrian " ■ Non ADA compliantpedestnan Install 3-section protected left-turn arrow signal-head on end of new mast arm ._' �. _�, • L push button'• • push=button - . ` Install advanced dilemma zone detection equipmentfor.WB traffic on new traffic �'" •„� 1�+ � �� ' ' • • No Safety,Lighi- • -' _ ■,Pedestrian signal head .•sign•• •--t arm or luminaire = • en • Install LED Street Name Si n SN : • x All 12=inch traffic signal heads •,All 12-inch traffic signal heads g ll - r `'' Overhead power conductors along Northside of Alejo Road - Field survey overhead power conductor locations and heights to determine conflict•. ' .._ .A p • with new signal pole and mast arm location i- , 5 M PH 4 posted speed limitfor.�W All 12-fnch traffic signal heads 's install ADA compliantpedesfian push-buttons - + Iristall L•EDStieet Neme Sign(ESNs) i i i NB Farrell.Drive • Pedestrian signal head f:i■ Upgrade existing UPS'Safety Light to LED ■ Upgrade existing controller-to Intellght I i,■-Traffic Signal Controller • Reflectorized Street Name Sign'.,;1■ Install new countdown pedestrian signal:heads controller and update existing signal {:, ,f; Cabinet with loop detectors for (RSNS) t■ Upgrade corner to ADA compliant curb•ramp timing plan t: )i all approaches ■ Emergency Vehicle Preemptions.]■ Replace existing 3:section signal head with new 3-section protected left-turn�armw i ■ Storm Drains tern -' "--r¢! System (EVPs) :' si nal•headon•exlstinglApole -�n,�--rp ,�.;�; -o(+■ Non ADA compliant curb ramp brisling1A pole with: Install 3-section protected left-turn arrow signal head on end of existing mast arm i ' ._, i _ . f • z Existing TypeZ6pole with': Non-ADA compliant pedestrian ;. _ replace existing 5-section signal head with new 3-section signal head and remove -.-+ ' (� Non-ADA compliant pedestrian push-button ill existing R1012 sign f ,' .:...._.,.. .r t push-button ■ Pedestrian signal head i t• Install'advanced:dilemma-zone detection equipment for NB traffic on existing traffic sa>Z pi . . ': ) ?■ 200 Watt HPS Safety Light ■ All 12-inch traffic signal heads signal mast arm'or luminaire _ }L+ Install advanced dilemma-zone deteL•tion_egquipment in existing controlet cabinet,___ -�•_ __ _T_ _ . 35 MPH posted speed limit for •! Pedestrian signal head. " Install ADA compliant pedestrian push-button.or new post within 5ft of crosswalk• ■ Install LED Street Name Sign(LSNS) " EB Alejo Road • Reflectonzed Street Name Sign Upgrade existing HPS Safety•Light to LED - '■ Adequate existing space for new pole . • . - ,•-EB Shared Bike Lane ~. :(RSNS) •` ■' Install. new countdown pedestrian signal heads " While maintaining existing locations " TA ■.Non-ADA compliant curb ramp: • Emergency Vehicle Preemptions • Upgrade corner to ADA compliant curb ramp ` .Existing Type.18 le with: ma's)' • • Install new traffic signal pole with 35'mast arm with luminaire on newfoundation r '= Fn " '• Replace existing 5-section signal head with new 3-section protected left-tum arrow 4 z t i,-, . S. ,Non-ADA compliant pedestrian. •Existing MA pole with, ,;�;��" push button and location Non ADA compliant pedestrianle • •signal head on existing 1A pole • - . • 200 Watt HPS Safety Light =push-button'and location Malritaln existing fA traffic signal pole t� 1"•; _ • - ■•Install 3-section protected left-turn arrow signal head on en of new mast arm •, '- • •,All 12 inch.trafflc signal heads Pedestrian signal head `�} * All 12-inch traffic signal heads': ,• Install advanced dilemma-zone detection equipment for'EB•traffc on-new:traffic ' }=' "^ �. . slgnal'mast arm or luminaire ." _ . • j V 1{■"451NPHposted speedd Iimif for ■ Pedestrian signal head `l i s tnstaliAUA compliant pedestrian pushbuttons on news post within 5ft of crosswaik • Uistall LED Street Name Sign{ESNs) I • , :; f} SB Farrell Drive • No Street Name Sign '• Upgrade existing.HPS Safety Light to LED Trim vegetation around existing 1A pole ',; • - • pole with:' Non-ADA Existing IAl e • i Replace existin 3-sectionedestdal signal heads r . T _ _ ,r , 1,y-,.1 ;■ Non-ADA compliant curb ramp ; ■ Install new countdown A I i Existing We 26 ■ compliantpedestrianp g signal head with new 3�section protected left-turn arrow '- • f push-button and location • Pedestrian signal head' protected left-turn ' I Non-ADA compliant pedestrian location . Install 3-section ,i i i''r -, N c a signal on existing 1A pole. ,push-button and ;� , . . - g arrow signal head on end of existing mast arm, _ . u ■ 200 Watt HPS Safety Light • Alf 42-inch traffic signal heads `' replace existing 5-section signal head with new 3-section signal head,and remove ); ,. = f ' " "- I l s• All 12-inch traffic signal heads i.i Install g R10-12 sign s.,,,4,_.-2 ,"•`- •:—' " • • �,■ g F existing _�-__ :•l Signal advanced dilemma zone detection equipment for SB traffic on existing traffic r 1 ■ c! mast arm or luminaire City of Palm Springs TREUDGOr i;zozo. Kim >»Hrn leyo 22 PROJECT RECOMMENDATIONS TABLE:Indian Canyon Drive and 20thAvenue Existing Conditions • Potential Modification and Challenges • E • Speed limit not:posted along WB -• Pedestrian signal head • Install ADA compliant pedestrian push-buttons - . 0 •20th Avenue `-LED Street Name Sign(LSNS). ..■ Install new countdown pedestrian signal heads ■. Traffic Signal Controller Cabinet with '.* Emergency Vehicle Preemption(EVP) • Upgrade existing HPS Safety Light to LED video detection for all approaches r 'Install'advanced dilemma-zone detection ui ment for WB traffic on, ' •• • ADA compliant curb.ramp, . Brisling 1A pole with:• ,P, _ • Non-ADA compliant pedestrian ' • existing traffic signal mast arm or luminaire `l J Existing Typo 24 polo with:_ push-button !.Install advanced dilemma-zone detection equipment in existing ? , k • • Non-ADA compliant pedestrian • Pedestrian Signal head controller cabinet • k, ■'Upgrade rade existing controller to inteli ht controller.and update existing signal_ 4 push-button im All 12-inch traffic signal heads 9 g g • I .• ■ 200 Watt HPS Safely Light , , timing'plan •'All 12-inch traffic signal heads '■.Install Wireless Communication System with Radio Antenna and associated' ' z• cabinet equipment to establish a new link with the existing Traffic ! t Management Center network - . • Potential line of sight Issue with advanced dilemma-zone detection - . _ - - • equipment due to bend in road;for WB approach' . ri—'35 Replace damagedt affic signal plate' , ' 1 MPH posted epeed limitfor NB ■ All 12 inch traffic signal heads ii'; install ADA compiiant pedestrian push-buttonrI Canyon Drive • LED Street Name Sign(LSNS) `i ■ Install new countdown pedestrian signal head • red!;■ ADA compliant curb ramp • Emergency Vehicle Preemption(EVP)!I■ Upgrade existing HPS Safety Light to LED j al ExNon i►jipemp pole with: • Pedestrian-signal !A pole wleh: f.l■ Install advanced dilemma-zone•detection equipment for NB traffic on ' -' s f i,o t,i Non-ADA compliant pedestrian ■ Pedestrian signal'head i existing traffic signal mast arm or luminaire — � r; rr' �,''' ' t ' ■ push-button. ■ All 12 inch traffics) rich heads • .. �1 200 Watt HPS Safety^Light _-. g - N_ -^ ; i • Speed-limit not posted along EB • ■ LED Street Name Sign(LSNS)• • Upgrade existing HPS Safety Light to LED .' ni u 20th Avenue EmergencyVehicle Preemption(EVP) • Install advanced dilemma-zone detection equipment for EB traffic on No crosswalk and curb ramp. ' - existing:traffic signal mast arm or luminaire }u+ Existing to pale wsig . . • Replace damaged traffic signal backplate and visor head 'Existing,Type 26 pole with:,:• . ■-All 12-Inch traffic si nal headsg ■ '200Watt HPS Safety Light • Damaged:traffic signal backplate . .■ All 12-inch traffic signal heads : and Visorr,head. fi ■ 35 MPH posted s eed limit for SB ■ LED Street Name Sin N i T% • = r='1 P P g (L.S 5) ,; Install ADA compliant pedestrian push-button u Canyon Drive • .l mergenoyVohic'o Preempton .`?• Install new+countdown pedestrian signal head E a i"■ ADA compliant curb ramp • Damaged.trafhc.signal backplate (i• Upgrade existing HPS Safety Light to LED: ; ' r i■ Install advanced'dilemma-zone detection equipment for SB traffic on •,...___ E'Existing Type 26 pole with: Existing TA pole with: • r-• • 200 Watt HPS Safety Light • Non-ADA compliant pedestrian i existing traffic signal mast arm or luminain (� • `2' '•• All 12-Inch traffic signal heads push-button ;■ Replace damaged traffic signs!back plate �i• Pedestrian signal head • All 12-inch traffic signal'heads `.( t _�, l , • City of Palm Springs r TRE096011 2020 . - ' ' Klfilley»>HOTii - 23 ;. • PROJECT RECOMMENDATIONS TABLE:Sunrise Way and Alejo Road • Existing Conditions Potential Modification and Challenges , °i •■ 40 MPH-posted speed limit for WB Alejo a''No Safety Light • Install ADA corn liant destrianpushjbuttons • ' � - �' p�., -pedestrian Overhead.power;conductors along Northslde 0 Road - . • All'12-Inch traffic signal heads ••■. Install new countdown pedestrian signal heads - •of Alejo Road. : . . = . ' • Traffic Signal Controller Cabinet with • • Pedestrian signal head ' • Replace exdsting;5-section signal head with new 3-section ■ Field survey overhead power conductor • • • video detection for all:approaches .FLED Street Name Sign(LSNS) protected left-turn arrow signal head on existing 1A pole locations and heights to determine conflict• , • • ADA compliant curb ramp • Emergency Vehicle Preemption(EVP) • Install 3-Section protected left-turn arrow signal head on end of, `' •when installing new equipment _ • Storm Drain System: " • , ••Wireless Radio Antenna - existing mast arm,replace existing 5-section signal head with - - Fire Hydrant new 3-section si nal head,and remove existin Ri 6-12 sl n '��Cr e. - a) 'Bdsltrrg 1A pole ivitls 9 9. 9 - i i .: i • •.WB:Bike Lane • Install advanced dilemma=zone detection equipment for WB •'Nan-ADA compliant pedestrian •ira.`- traffic'on existi traffic signal mast arm , . . - �� Existing type 19 pale with: - push-button -. .� mJ .� `• z • Non-MA compliant pedestrian'push- ■ Pedestrian signal head '. • Install advanced dilemma-zone detection equipment in existing. • �` ,x` button "All 12-inch traffic signal heads ; controller cabinet *4 a Upgrade.existing controller to Intelight controller and update - - I...._.' . , • • ;: T 45 MPH led 5 --�.._-,.. '' existing signal timing plan ` �" i,■ g of Alejo Road - 4 i pos peedlimit for NB Pedestnam signal head i Overhead er conductors alon Northside . ' i i Sunrise Way • LED Street Name Sign NS - .- . , (LS ) , Field"survey powerconductoriocatlons and heightsto i j I. ADA compliant curb ramp • Emergency:Vehicle Preemption(EVP)'I determine confiictwhenmstalling new equipment x •• . u i l■ NB Bike Route ! r Replace existing 5-section signal head with new 3-section I . { Existing 1A pole with: �� i €Fasting Type 24 pole with: ■ Non-ADA compliant pedestrian protected left-turn arrow signal head on existing 1A pole I i I- • i I i • Install 3-section protected left-turn arrow signal head on end.of: } • Non-ADA compliant pedestrian push- push-button la' button t existing mast arm,replace existing 5-section signal head with �'�,21 i Pedestrian signal head . ,illiii*,,/:_e4 i i■ 200 Watt HPS Safety Light ■ Ail 12-inch traffic signal heads 1 new 3-section signal head and remove existing R10-12 sign • id` Ali 12-inch traffic signal heads i •!■ Install advanced dilemma-zone detection equipment for NB __ --_�, I traffic on existing traffic signal mast arm L. ,_ >. • t f 1_ �_ ram. ,.+s ,r •."45 MPH posted speed limit for EB ■ Pedestrian signal•head : ■ install ADA compliant pedestrian push-buttons - - Alejo Road • LED Street Name Sign(LSNS)' , i Install new countdown.pedestrian signal heads - • ADA compliant-curb ramp •• • :Emergency Vehicle Preemption,(EVP) .• Upgrade existing UPS:Safety Light to LED-. • R • EB Biketane - • • Replace existing 5 sectonsignal head with new 3-section protected left-turn arrow signal head on ILI , .Existing.1A pole`with: Existing Type 19 pole with:- • Non-ADA compliant pedestrian existing 1A pole ■ Non-ADA compliant pedestrian ush-` • Install. 3 section protected left-turn,arrow signal head on end of existing mast arm;replace existing 5-section p push-button signal head-with new 3-section signal head,and remove existing R10-12 sign • ` • button0 •. Pedestrian traffic head •.Installadvanced dilemma-zone detection equipment for EB traffic on existing traffic signal mast arm orfuminaire . ' 200 Watt HPS Safely Light• •' ■ All 12-mch signal heads _ . . ■ AIi.12=inch traffic signal heads . ' r • - • - IW-1i'■ 40 MPH posted speed limit for SB Sunrise ■ LED Street Name Sign(LSNS) ! i■ Install ADA cam iiant pedestrian ush-button — .. • Insti advanced ' • : - - ' +; lx Way ■ Emergency Vehicle Preemption(EVP) •.■ Install new countdown pedestrian signal head dilemma-zone detection ; •• i�■ ADA'compliant curb ramp • Wireless Radio Antenna f,• Upgrade existingHPS SafetyLight to LED equipment for SB traffic ' •- F.xoshh 1573 le with: p ngsignali y ',{• Existing A compliant pedestrian push- , No 9compliant '1 pro elected left-turn arrow-signal head on existing 15TS pole mas arm existing trafficmnaireal , m Type 26 pole with: head with new 3-section on ( ' ( Non-ADA mpliant pedestrian • . 'S : button push-button r l■ Install 3-section protected left-turn arrow signal head on end of- Opportunity to install - y l,•s• 200 Watt BPS Safety Light • !) existing mast arm,replace existing 5-section•signaf head�with new bike push button PUSH 1 •r • Pedestrian signal head' ,. ■ All 12-inch traffic signal heads All 12 inch traffic signal heads i BUTTON • new,3-section signal head,and remove existing Rl0-12 sign and,post for EB Bike i ■ Pedestrian signal'head' g - ( .Lane , F�LIGIfT GREEN ' • • _City'of Palm Springs.TRED9Go1 r.202O• _ Klmley»>Horn 24 ''° ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements i _.. :-7a'PROGRAM: MANAGEMENT-AND-CONTROL-SYSTENI' Project Management Approach to your terms specified in the RFP,to be paid no later than thirty Kimley-Hom's approach to starting a project includes many tasks: (30}daps after approval of the invoice by City staff,provided that the services reflected in the invoice were performed to the develop a comprehensive work plan and project scope including reasonable satisfaction of the City in accordance with the terms of phased tasks;identify scheduling,manpower,and materials this Agreement. requirements;establish a schedule showing key project tasks, milestones,and regular progress meetings;customize the work plan Quality Assurance Plan according to client needs and project schedule and budget;and secure a commitment from the various quality reviewers needed Quality projects don't happen by accident at Kimley-Ham.Our , for our quality control and assurance plan.By the nature of its people have been firmly committed to top quality since the firm requirements,Kimley-Horn's project management system produces began 53 years ago,and ultimately our people are responsible for deliverables that are common to nearly all projects: exceeding-the client's expectations for quality.This aspect of our business is openly communicated and actively advocated within 41 Progress reports that highlight all task-related activities and Kimley-Horn.Quality standards are a major subject of each person's also allow identification and resolution of problems or issues orientation,annual review,and ongoing training program.QC/ before they affect schedule and budget. QA means much more to us than a cursory quality controVquality A Regular and concise technical reports that summarize the assurance review. - findings of each specific task so that all project team members Along that line,we implemented a program years ago called can continually evaluate the project's progress. Continuous Quality Improvement(CQI).The program is not just a A Reports and results of public meetings and workshops. general,sweeping effort to elicit more quality or a basic internal review by another person.Each person in the company endeavors A Ongoing electronic communications among all members of the to identify a formal CQI task each year;each person's task is project team,including email and(if desired)an intemet home to involve clients and identify improvements that will increase page to allow anyone in the project area or across the nation client benefit.We have solicited feedback from many types of to keep up with the progress of the project and upcoming clients in this fashion,including federal,regional,state,and local meetings and activities. government agencies,private developers,other consultants, A User-friendly invoices so you can stay up-to-date on all project suppliers,vendors,etc. management activities. The feedback we receive helps us:Improve the firm's overall A Timely meeting summaries and notes to docuinent the service,bring our clients greater value and satisfaction,and progress of the project. achieve a higher level of success.Most importantly we learn about our clients and their preferences,industry standards,and about The principals,associates,and technical directors at Kimley-Horn which methods are successful,and which are not.Our project have formed successful and long-lasting relationships with,each managers make a habit of establishing a quality control plan as other because we believe in solid firm management as well as each project commences,keeping the focus where it should be technical excellence;In addition to project work,each individual throughout the project--on producing quality results for the client. Ways a role in maintaining the policies and practices that have When we meet,Kimfey-Horn will be happy to discuss in more helped us build an exceptionally experienced and stable.professional detail the different tools and techniques used to maintain our staff,a strong project management system,and a close professional standard of excellent quality. rapport with clients and public officials. Kimley-Hom's formal QC/QA program is based upon assigning Budget and Schedule Control experienced,senior professionals who are otherwise qualified to We recognize that budget and schedule control are critical to the manage a particular project to serve in an independent quality success of your program.Meeting your schedule for deliverables control role.Our depth allows us to provide such personnel,and is not just a goal to us-1t is a mandate.Kimley-Horn has a proven their involvement provides the project with a fresh perspective. record of performing on time and within budget. and critical eye. The key to our success in this area is managing the right resources Our internal QC/QA program will include: at the right time.We emphasize project management using bi- .1I An internal kick-off meeting held with key team members monthly effort reports that give our project managers up-to-date assigned to the job to clearly define the scope,outline sub- staffing and expense information related to their projects.This task responsibilities,establish schedules,and identify project information enables them to continuously monitor the status of milestones and goals. project cost,cost control effectiveness,and schedule,enabling us to efficiently and responsively serve our clients. A At the end of each phase,a QC/QA review will be conducted as one of several final checks to make sure that the project We prefer to be paid by Electronic Fund Transfer on a monthly deliverable is not only technically correct,but also consistent basis for services performed in the previous month and we agree with your objectives. - Oily of Palm Springs .T ED96017.2020 Kimley»?Horn • : • -sr " - 77r-, , w••••••••••-•••-•••••••••••••-•---------.• ----- • , ' ---1.:""• • ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for FISIP Cycle 9 Traffic Signal Improvements 'Any charigis or modifications required,to'reSpend,to the, = comments and re-commendations of the qualitY Control tearn KIMLEY-HORN will be incorporated during the ongoing analysis prior to submitting deliverables. QUALITY CONTROL IS - CCM Implementation:The QC/QA plan that Klmley-Hom and its team members will follow in the execution of services prepared under this on-call procurement Is currently being utilized Ell successfully on our current on-call contract and includes the following six key elements: A Structure:Each QC/QA•plan includes a task order/project ACHIEVED manager(responsible for the overall quality of the project), Through adequate planning, technical managers(engineers responsible for discipline design development),and a QC manager(responsible for verifying that coordination,supervision the QC/QA plan is being implemented anti followed). and technical direction 4 Procedures:Intra-disciplinary checking of documents will be performed by a competent individual within each discipline other than the designer.We have established a color-coded comment process that involves the following steps:an initial 0 check(perfonried by the checker);a review of comments to ensure that suggested changes to the documents are given CONTROLLED adequate consideration and the resolution is documented (performed by the designer);a review that ensures changes By assigning a manager to to the documents are completed in the original documents evaluate all work flow (performed by the designer);and finally,a review that and procedures ensures changes to the documents are completed accurately (performed by the checker), A Inter-disciplinary reviews:Inter-disciplInaty reviews and coordination are performed throughout the project and prior to key submittals,when senior staff from the various discipline- groups are brought together to discus and comments on tft6 • interaction of the overall project elements, VERIFIED A Quality Assurance Audit:The QC manager will be Through independent responsible for conducting a quality assurance audit after reviews by completion of the checking and review process and prior to the qualified staff submittal of any document or deliverable. A Deliverables and Document Control:The task order/ project manager wit manage the submission of design documents after the QC audit is complete and at milestone completion dates. A Corrective Action Measures:Corrective action measures . SECURED • will be taken if incorrect or nonconforming work is discovered in deliverable items that have already completed Through careful surveillance of • the QC/QA process: work activities,13y partieS not • involved in the initial efforts • • KimleyHorn kakr4, City of Palm Springs TRE091i011.2020 � y k`a ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic-Signal Improvements Task A: General Task B:.Phase I - Planning, Our scope of services includes the following key tasks: Environmental, and Conceptual Design • Project Management and Meetings (35% Complete) A Field Work,Utility Coordination,Utility Potholing • • • Planning B.1 -Preliminary Engineering Studies A Environmental Documentation Kimley-Hom will develop general project design concepts and • Conceptual Design related activities needed to establish the parameters for final design, A Plans,Specifications,and Estimate(PS&E) such as Geometrics,ADA Compliance,Traffic Operations,Electrical, • Connect Traffic Signals to the Traffic Management Center and ITS Elements. • Signal Timing and Dilemma Zone Adjustment A Bidding Assistance B.2-Left-Turn Phasing Analysis Local Assistance Procedure Manual(LAPM)Support A The Kimley-Hom team will utilize existing turning movement A Construction Support counts at the project intersections Kimley-Hom shall prepare a level of service analysis with A.1 -Project Management ,protected/permissive and protected left turn phases at the This task will consist of project coordination with team, 'project intersections administration,setting up and attendance at project meetings. Kimley-Hom will provide recommendations for the left turn Kimley-Horn's administration efforts include initial development phasing,base peak hours turning movement counts,collision and maintenance of project schedule,work plan,budget,and history,speed limit,and lane configurations filing system and processing timely invoices/progress reports on a monthly basis.We will create and maintain a simplified critical path B.3-Research of Record information method schedule,updating it as-needed to manage the project,and Kimley-Hom shall provide engineering services related to the research as requested by the City. and investigation of utility company and agency records to locate underground improvements,centerline,right-of-way and private property A.2-Meetings lines.The research will include utility maps and.street.improvement plans. Kimley-Horn assumes that it will attend up to four(4)in-person meetings with the City for the project kick-off,subsequent to the fGmley Hom will obtain copies of readily available Cityrecords from the 90%,and 100%design reviews,and one City Council meeting. City,including street plans,traffic signal plans,signing&striping plans, Kimley-Horn will coordinate with the City to develop meeting and other such records that the City knowingly has in its possession: agendas for each meeting.After each meeting,Kimley-Hom will B.4-Environmental prepare and distribute minutes to document design decisions and action items that arise out of each meeting which-will be distributed The following environmental scope of work has been developed to each meeting attendee. based on the following key assumptions: A.3-Schedule I CEQA compliance documentation will be a Kimley-Horn will develop the project schedule for design and Categorical Exemption. construction and will provide this schedule to the City in both digital A NEPA compliance documentation will be a and hard copy.An updated schedule will be handed out during Categorical Exclusion. the PDT meetings. A Supporting resource screening documents will be developed pursuant to both NEPA and CEQA guidelines as The project schedule shall be divided into tasks and subtasks in full administered by Caltrans. detail including City function timeline,critical path,and other outside A Per District 8 protocols,District staff will prepare the sources such as agencies or utilities.Some of the tasks shall be Categorical Exclusion Checklist and would also prepare the planning,environmental,design,relevant City Council meetings, Categorical Exemption/Categorical Exclusion documents. Caltrans review,advertising,and construction.The schedule will indicate anticipated durations for project tasks. Our work program will be initiated with the kick-off meeting/ discussion which will define the-parameters of the analysis, ' scheduling and understanding of the project.The Kimley-Hom team will evaluate the necessary information with respect to the project, f y Monthly Progress Reports Project research will include coordination with appropriate City za, Meeting Agendas l departments to acquire relevant readily available environmental y Electronic copy of meeting minutes l data,previous studies for the area and other available files,exhibits, - I 1; Schedule updates ' f maps and reference documents,Environmental issues that may require further detailed study or that may delay or affect the viability of the project will be documented. City of Palm Springs =irRED900r r.2020 Kimley)*Horn 27 • • ik Yhn• - .. RAY. - _ _ _ ..,,Gc..�+'� A ,b lit AJ - ''"EENVIRONMENTAL I TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements 11, I. - I ' Preliminary Environmental'Study'(PES) ,: ' The Kimley=Hornaeamhas developedthe followings. :._ '' " A key factor in the projects'NEPA clearance will be consistency and technicastudy work plan to satisfy the City and Caltrans compliance with Caltrans'Environmental Handbook which provides environmental requirements. Caltrans'guidance for the development and processing of federal environmental documentation.The initial and most critical step involves Hazardous Materials Initial Site Assessment . the successful preparation of a Preliminary Environmental Study Kimley-Hom will prepare a Phase I Initial Site Assessment USA)for (PES)Form.A PES will be drafted for the project by the KGmley-Hom the project.The ISA will be used to answer questions pertaining team as part of the scope of work,The PES identifies the necessary to hazardous materials on the PES form.The iSA will be prepared level of technical assessment required to support the environmental to support the CEQA and NEPA environmental documents for the documentation for the project and generally summarizes specific proposed project.The ISA scope of services described in this environmental issues that may affect project approval,programming, task addresses the due diligence procedures and methodology scheduling,design considerations,and project costs. presented in the American Society for Testing and Materials(ASTM) Standard Method E 1527-13,Standard Practice for Environmental Environmental issues that mayrequire further detailed study are Site Assessments and Chapter 18 of the California Department documented in the PES for City/Caltrans concurrence prior to the of Transportation(The Department)document titled Project initiation of the technical study work program,Kimley-Hom will Development Procedures Manual(1999).The Project Development • draft the PES Form for City review with respect to the proposed Procedures Manual states that"every project that includes project details.Upon completion of City review,the PES form will excavation,structure demolition or modification,or the purchase be submitted to Caltrans for review and approval.Kimley-Hom will of new right-of-way,will require an ISA to determine If known or be available for a site visit with Caltrans and the City to review the potential hazardous waste is present within the project limits".This project sites and receive comments on the PES Form.The Caltrans • scope assumes that the analysis will be performed at up to nine(9) approved PES form will act as the work scope for the required NEPA intersections.The purpose of the ISA is to provide the following: compliance documentation. I An identification of Recognized Environmental Technical Study Work Program Conditions(RECs) Based upon our preparation of environmental documentation for A An opinion of the impacts on the property resulting from similar projects and a review of the project as presented in the RFP, conditions identified during the investigation,by a qualified . Kimley-Flom anticipates that a PES Form with VIA Questionnaire Environmental Professional(EP) is all that will be required for approval and no technical studies A An opinion,by a qualified ER on the need for • will be required, additional investigations 4 A statement consistent with ASTM E 1527-13,12,13,on the However,to satisfyy the request for professional services described in qualifications of the EP and the suitability of the-ISA to meet the • the REP,Kimley-Flom as scoped for the below listed technical studies. requirements of The All Appropriate Inquiry Rule,CFR 40 312. Should it be determined that technical studies are required,Kimley- Horn proposes to prepare those technical studies in conformance The assessments will reflect the general national standard of with NEPA,pertinent FHWA regulations,Caltrans°Environmental practice and the local customary practice as understood by the Handbook,and CEQA.Kimley-Horn will coordinate with Caltrans staff EP.The EP will use ASTM 1527-13 along with our judgment and to formalize the specific content and format requirements for each experience when reviewing results of the assessment and in study. The fees for the technical studies noted are based on the identifying,findings and RECs. assumption that the technical studies,if any,will be relatively simple Based on our previous experience with:other Caltrans District Local. due to the limited physical footprint of the Project,and the labor Assistance offices,an ISA is required to Include the intersection estimate is commensurate with the budget noted. locations(e.g.nine(9)intersections)in order to comply with the di The following technical resources would be addressed by National Environmental Policy Act(NEPA)standards.However,the Caltrans staff or Kimley-Horn,as identified belok or within the site reconnaissance and regulatory review will only include the contextof the environmental document which is anticipated intersections where ground disturbance is planned. to be a Categorical Exemption under CEQA and a Categorical Kimley-Hour's findings relative to potential hazardous waste Exclusion under NEPA. facilities within and adjacent to the project boundaries will be A Noise can be addressed by Kimley-Horn within the context of summarized in the final ISA report.Kimley-Hom's scope of services the environmental document for construction purposes and for conducting the ISA consists of the tasks set forth below.The would not require a technical study, following tasks refer to only that information that is defined as Traffic impacts during construction can be addressed by reasonably ascertainable. Kimley-Horn within the context of the environmental document • and would not require a technical study. Records Review A Water quality/resources and floodplains can be addressed by This task will generally consist of• an environmental database Kimley-Horn within the context of the environmental document record search,aerial photograph review,and review of historical for construction purposes because the project site is within maps and sources. FEMA Zone X and does not cross a water resource;therefore,a technical study would not be required. City of Palm Springs a TREo96011.2020 . Kilmley>>Horn 2$1 „ z �.-. .�..a ' '' ""'%1 ENVIRONMENTAL/TRAFFIC ENGINEERING.DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements , 41, t Site Reconpaisaanc® . :3.. Jurisdictional Delineation'(JD)._Whiie there`does not' Kimley-Horn will conduct a site reconnaissance at up to nine appear to be any drainages that will be-impacted by the (9)sites at the subject property consistent with ASTM E 1527- work,Jericho's biologists will also review the plans and each 9.The Site Reconnaissance will be non-invasive.We will not site to ensure that there are no jurisdictional drainages that collect or analyze any samples,We assume that we will be are being impacted. allowed appropriate access to areas of the site and that the site 4. CVMSCHP Compliance.Jericho will also review the project reconnaissance shall be conducted as a single event.Should for CVMSHCP for compliance. an additional site reconnaissance be required due to access limitations,the additional site reconnaissance shall be considered It should be known that following the field survey,Jericho will additional services. communicate the findings to The City and/or Caltrans to determine the level of the report to be prepared.Per the LAPM,for projects Interviews with no impacts to biological resources,a concise"No Effect Consistent with ASTM E 1527-13,Kimley-Horn will make a Memo"may be used In lieu of a Natural Environment Study reasonable attempt to conduct interviews with current and past ar NES(MI)for projects where(a)no effects am anticipated, property owners,neighboring property owners in the case of (b)nothing more than simple avoidance and/or minimization abandoned properties,or local agency representatives with measures are needed and(c)no permits requiring biological . knowledge of the project area. Input are needed.A No Effect Memo is a streamlined technical ISA Report Preparation document developed and adopted by a District using a Headquarters approved format pursuant to the July 22,2010 Memo regarding Kimley-Horn will prepare a summary report for the subject project. "Guidance for District submittals for Alternative Natural Environment The report will be formatted consistent with Appendix X4 of ASTM E Study(Minimal impact)(NES Mg-No Effect.” 1527-13.The report will include conclusions and recommendations based on the findings of the ISA. NES-MI Preparation Community Impacts Assessment Jericho will prepare a single NES-MI that will encompass all nine Kimley-Horn will prepare a Community Impacts Assessment In locations.The report format will be consistent with the latest accordance with the guidance and procedures outlined in Volume 4: Caltrans standards,the-form, which includes: _ Community Impacts Assessment of Caftans Standard Environmental A Summary of Findings and Conclusions that includes the results Reference or SER.The purpose of the assessment is to provide of the impact analysis,findings of the supporting technical information regarding social,economic,and land use effects of the reports,and a summary of the general biological studies.The project so that final transportation decisions will be made in the negative and positive impacts,as well as the agreed upon public interest.Kimley-Horn will utilize the most recent version of mitigation measures and permits that will be required are Caltrans'Community Impacts Assessment template.Topics which included In this section, may be considered in the assessment include land use,growth, I Brief,introductory,description of project purpose and need. community character,traffic and transportation/pedestrian and I Summarized quantity of habitat impacted;permanent, bicycle facilities,and public involvement,The assessment will temporary,direct,indirect and cumulative impacts. clearly describe the relevant existing conditions and the potential socioeconomic impacts of the project, A Summarized quality of special status species impacted, permanent,temporary,direct,indirect and cumulative impacts. Natural Environment Study—Minimal Impact d Permits required. - . Kimley-Horn retained Jericho Systems(Jericho)to prepare a / Presence of invasive species. Natural Environmental Study-Minimal Impact(NES-MI).Jericho is positive/Beneficial impacts. a Caltrans certified Disadvantaged Business Enterprise(DBE No. 43806).Because the project is located within the Coachella Valley / Description of mitigation agreements. Multiple Species Habitat Conservation Plan area(CVMSHCP),any A The-term"significant"should not be used in biological CEQA compliance will also require compliance with the CVMSHCP. technical documents.Impacts/effects should be described and . • quantified in-the technical documents.The determination of Biological Resource Assessment and Report significance will be addressed in the California Environmental Key tasks include: Quality Act(CEQA)and/or National Environmental,Policy Act • • 1. Literature/Database Review. Jericho will review state (NEPA)document. - and federal databases of sensitive species known to occur in 4 At the conclusion of the technical study,an abstract for the the area,as well as the MSHCP. environmental document and a transmittal memo is prepared 2. Field Review. Jericho's biologists will conduct a pedestrian and submitted to the Environmental Planner/Generalist survey of all of the nine(9)locations;including a standard ■Transmittal memo will include: . 200-foot buffer area,and review the project area for both . Summary of technical study common and sensitive wildlife and the MSHCP required a Discussion of potentially significant impacts • species.Any trees that may be removed as part of the a Summary of mitigation measures project will also be noted in the report. City of Palm Springs =7RF09601 r.202o Kimle »}Horn 2s`_~ '`',ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HS1P Cycle 9 Traffic Signal Improvements ';',..If' p ;records search;intensive field survey,site mapping;'and report ,.._ --suallm actAssessment� ___--__.__ , ----------- - Kimley-Horn will prepare the Visual impact Assessment(VIA) preparation.The ASR will identify all potentially significant and questionnaire for the project,utilizing the latest version as National Register eligible historic and prehistoric archaeological provided by Caltrans.The VIA questionnaire will be used to assess properties within the project APE.A records search will be requested potential impacts to the visual environment that can accompany from the Eastern Information Center(EIC),and ASM will also request roadway improvements, a search of the Sacred Lands File(SLF)by the Native American Heritage Commission(NAHC)to identify any areas of Native Air Quality Checklist . American heritage significance located within the study area.If Kimley-Horn will prepare the Galtrans Transportation Air Quality requested,ASM will send out letters to the contacts provided by the Conformity Findings Checklist for the project.The HSIP project NAHC.Given the nature of the project,it is anticipated that the ASR . involves intersection safety improvements and would be exempt will be negative-and involve completion of the appropriate forms from local conformity under 40 CFR 93.126.Additionally,the summarizing the study location,background,methods,and results. checklist will document whether the project is programmed within the SCAG RIP and TIP or document-if the project Is exempt from All undeveloped areas of the project will be intensively surveyed by regional conformity.The checklist will identify that the project archaeologists who meet all professional requirements,including the area is attainment-unclassified for carbon monoxide(CO)and a Secretary of the Interior's Standards and Guidelines,those presented CO hotspot analysis is not required.Additionally,as the project is in Caltrans'Standard Environmental Reference Handbook(SEA), exempt from conformity under 40 CFR 93.126,this scope assumes Volume 2,Cultural Resources,and current Section 106 protocols. that interagency consultation for particulate matter conformity The archaeological survey will be conducted at 15-meter(m) would not be required.This scope assumed that no interagency transect intervals by a qualified archaeologist.Previously recorded consultation is.required. sites within the APE will be visited and any existing site forms will . be updated as appropriate.A draft and final ASR will be prepared to Cultural Resources(HPSR,ASR and APE Map) Caltrans guidelines,specifically Exhibit 5.1 Archaeological Survey KGmiey-Horn retained ASM Affiliates(ASM)to provide Caltrans Report Format and Content Guide. Cultural Resources Compliance Documentation. - Area of Potential Effects(APE)Map Historic Properties Survey Report(HPSR) ASM will prepare an APE map for Caltrans review and signature. ASM will prepare a short format HPSR following Caltrans In so doing,ASM assumes participation in a conference call with requirements.The HPSR will follow Caltrans guidelines,specifically the Caltrans District 8 Professionally Qualified Staff(PQS).The Exhibit 2.6 Historic Property Survey Report Format and Content APE map will be finalized before work begins on the other tasks. Guide,prepared using the HPSR Narrative Format Template—both ASM assumes that the APE will be limited to the nine identified recently updated in February 2020,The purpose of this HPSR will intersections and a reasonable buffer surrounding them and will not . be to document that there are no historic properties within the include parcels adjacent to the intersections. project area following the Caltrans standard HPSR format.ASM • p CEQA Compliance bance will conduct thorough records and document searches.No on-site survey of the project area will be conducted by ASM's architectural Per Caltrans District 8 protocols,District staff will prepare a historians that prepare the HPSR.ASM's archaeologists will confirm Categorical.Exemption(CE)in conformance with CEQA Guidelines the existence/location of known historic resources and take required . Section 15300,and the regulations,requirements and procedures photographs when they conduct their site visit for the ASR.ASM's . of any other responsible Public Agency with jurisdiction by law.The Senior Archaeologist will then develop the HPSR short form report CE will be supported by a memo to file documenting the basis for which will contain the required sections,including an undertaking the CE(refer to Optional Task 1 for preparation'of an Initial Study). description and location,APE,consulting parties,summary of Should one or more impacts be identified as requiring mitigation or. identification efforts,properties identified,attached documentation, Significant and Unavoidable,thus necessitating the preparation of and findings.ASM's Senior Architectural Historian will contribute either an Initial Study leading to a Mitigated.Negative Declaration to the HPSR short form report in reviewing the records search (IS/MND)or an Environmental Impact Report(EIR),a separate scope and discussing any built environment properties',it is assumed no of work and budget can be provided to the City.Upon approval of evaluation of built environment resources within the APE is required. the CE,Kimley-Horn will prepare the Notice of Exemption(NOE)/ ASM will provide.two iterations of the HPSR short form to ensure the Notice of Determination(NOD)for filing by the City with the Office of ability to respond to any comments on the first draft. Planning and Research,State Clearinghouse and the Office of the County Clerk.The City will be responsible for all filing fees. Archaeological Survey Report(ASR) • ASM will prepare an ASR for the proposed Project.All work NEPA Compliance conducted for this study will be provided in accordance with CEQA Klmley-Horn will prepare technical studies supporting a NEPA and Caltrans guidelines for Federal Highway Administration(FHWA) Categorial Exclusion(to be prepared by Caltrans District 08 staff) and Section 106 compliance.ASM will conduct a literature review, pursuant to Section 23 USC 326 and 23 CFR 771.117 activity(c)(4). City of Palm Springs .TRED95011.2020 Kimley»>Horn 31),: . _.� �.'... .._ _:.<<,....:aty.:...•tea. .....,,--s »+s:�L:�- _ - .._.,_:..x_..._._, - ..-�� o. y '` ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements 'l-`41• Ff "'de..;,,°o �. ,-sec{. • '__.Optional:Task�f°-Initial Stud}!_._�_ _ .;contrb_versialto-the public nor is there any substantial public interest Prepare Administrative Draft IS/MND - , in ttie project at this time,For this reason,it is assumed that a public A draft Mitigated Negative Declaration,if appropriate,will be prepared in meeting will not be conducted during the 21-day IS/MND public • accordance with CEQA and with the Guidelines for the Implementation review period(it is not required.by CEQA). of the California Environmental Quality Act of 1970,as amended. Kimley-Hom will obtain a mailing list of interested persons from • Environmental resources anticipated to be addressed in the preliminary the City/Caltrans,if available.If no such list Is available,Kimley- draft Initial Study/Mitigated Negative Declaration(IS/MND)include: Horn will prepare a project nailing list to include local and regional A Aesthetics A Hydrolody/Water Quality government agencies who will receive notification of the project.The I Agriculture and A Land Use/Planning mailing list will be provided to the City/Caltrans for approval prior to Forest Resources A Mineral Resources release of the document.A copy of the NOt will be mailed to those - on the mailing list:Any radius list,if required,is assumed to be A Air Quality A Noise provided by the client.Hard copies of the IS/MND will be sent to key • A Biological Resources A Population/Housing agencies,and copies.of the document placed in local public libraries A Cultural Resources A Public Services in the City area,Kimley-Hom will provide a PDF version of the IS/ . • A Energy 4 Recreation MND for City posting on Its website:Kimley-Horn will prepare an , A Geology/Soils I Transportation Affidavit of Distribution to document public notification compliance. Greenhouse Gas Emissions I Tribal.Cultural Resources Prepare Final IS/MND A• Hazards and • I Utilities/Service Systems .On behalf of the City,the environmental team will prepare responses Hazardous Materials / Wildfire to written comments received during the public review period of the R_ - -- . - — _---, Draft IS/MND.Draft responses.will be submitted to the City/Caltrans for i itask i3�eirver`ables: _ 7 review and approval.Responses will be incorporated into the Final IS/ 11•;Draft PES far City review including VIA`Questronnalre(one , MND which will be compiled to reflect any changes to the document • • that may have resulted from comments.The Final IS/MND will be round cif review;electronic transmittal) '' submitted to the City/Caftans for review and consideration by.the City It Revised PES for City and Caltrans review;(one round CounciVCaltrans for adoption of the Mitigated Negative Declaration - of concurrent review-and consolidated non-conflicting and project approval.Kimley-Hom assumes that the Final IS/MND will comments;electronic transmittal) consist of the Draft IS/MND along with a Comments and Responses • 9t; Final'PES'to Cattails(electronic transmittal to Caltrans) supplement.Given the difficulty in predicting the nature and extent of • Si :Draft technlcatreport package,for-City.review(one round Draft IS/MND public comments,this task assumes a Maximum of 20 of review;electronic transmittal) hours for responding to public comments on the IS/MND. i Revised technical report package for City and Caltrans- 8 . ' review(One round of coricurrent'review and consolidated Kimley-Hom will prepare a Mitigation Monitoring and Reporting Plan ' non-conflicting:comments;electronic transmittal), ' (MMRP)to be adopted by the City should the project be approved. N; Final tedhnical-report package to Caltrans(electronic If the City Council adopts the Mitigated.Negative Declaration and ' transmittal to Caltrans)` • - approves-the project,Kimley-Hom will prepare and fife a Notice of - - - r--- Determination with the County Clerk and State Clearinghouse, The initial Study would follow standard Caltrans.format and As part of the filing of the Notice of Determination,Kimley-Horn content requirements as noted in the SER(Standard Environmental will prepare an application for the California Department of Fish • Reference website for Caltrans).Kimley-Horn will prepare a and Wildlife(CDFW)CEQA Document Filing Fee.Prior to this Preliminary Draft IS/MND for City/Caitrans review and comment. filing,Kimley-Horn will evaluate the findings of the Initial Study to Kimley-Horn will incorporate City/Caltrans comments and determine if the project qualifies for an exemption to the CDFW a final°check copy'of the Draft IS/MND for City/Caltrans approval CEQA filing fee:If determined to qualify,Kimley-Horn will prepare for publication, a CDFW No Effect Determination Request for the project.if this Distribute Draft IS/MND - request is approved by the CDFW,the City will not be required to pay Upon approval by the City/Caltrans,Kimley-Hom will assist the the CDFW CEQA Document Filing Fee. City with filing of the Notice of Intent to Adopt a Mitigated Negative 8.5-Surveying and Topographic Mapping . Declaration with the County Clerk and State Clearinghouse in accordance with CEQA.A Notice of Completion will be prepared as The Kimley Hom team will perform surveys necessary for the • required for this filing.A 21-day public review period is assumed due concept drawings and project design,establishing aa uniform to absence of regionally significant issues or state permits/approvals. stationing on streets,increasing northerly and easterly. To advise the public of the availability of the Draft IS/MND,Kimley The Klmley-Horn team will collect field survey data necessary for Horn will draft a display ad for publication In the local newspaper,Upon the design of the proposed improvements along the roadway,which approval of this notification,Kimley-Hom will coordinate publication of shall include the preparation of topographic base mapping through the notice and obtain an affidavit of publication that will be included field survey methods.The field survey data shall be compiled to in the Final IS/MND. it is assumed that this project is not considered develop a topographic base map of the project area. City of Palm Springs =1RE09601 1.2020 Kimley»>Horn ,•; i • '' ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements '' ''11 • . • . •Topograptiyshall include:features wlthin the City's right=of . ,':2? - The Kimley,-Hom team.wlll pull-a no-fee encroachment permit,- • ' - way needed for construction of the project.Three=dimensional •. notify underground service alert;and provide standard traffic control (3D)field survey information will be limited to the 20 curb during potholing operation. . ramp locations requiring modifications of the curb ramps for ADA compliance. - B.8-Right-of-Way . Kimley-Horn understands the project will be completed within the . B 6.- Utilities Coordination public right-of-way.The project will not require any utility relocation This task includes collecting data and information from the City, or right-of-way acquisition or easements if any other work will occur • coordination with utility companies,and afield reconnaissance at outside of the right-of-way in addition to what is anticipated in this all nine(9)intersections.Kimley-Hom will coordinate with the City to scope of work,additional scope and fee would be required. collect existing available data for the design.Sample data that will - be requested includes but is not limited to the following: B.9-Preliminary Design(Conceptual Layout A Utility contacts Plans,35%) J Existing as-builts pertinent to the project within the project Kimley-Hom will prepare conceptual layout plans showing tentative vicinity including,but not limited to,existing traffic signal, traffic signal pole locations,signing and striping,and ADA compliant • roadway,and communication as-builts pedestrian access ramps. , A Available electronic signal plans - __ -,Delivetatiles: _ • Kimley-Horn will perform utility coordination for the project.Record - -- -- ----- base maps of the utility companies will be requested and we y Draft PES for City review including VIA Questionnaire(one will notify the various agencies and request that if they plan to 1 ' round Of review;electronic transmittal) Install new facilities within the project area that they coordinate y Revised•PES for City and:Caftrans review(one round of • with the City as soon as possible.Utility records will be scanned concurrent review;electronic transmittal), and catalogued as they are received.Utility information will be * Final PES to Caltrans(electronic transmittal to Caltrans) • incorporated Into the project base map.Kimley-Hom will review and " i, Right-of-Way and'Utility Base Maps • analyze received utility record plans to Identify'potential conflicts N Documentation with Utility.Companies . . with the proposed improvements. al Preliminary Improvement Plans Kimley-Horn will coordinate with utilities up to the start of _ Y ' construction to facilitate the adjustment and relocation of their B.iO-Submittals facilities if necessary. Kimley-Hom shall submit two(2)sets of bond copies-of the Kimley-Hom will conduct field reconnaissance at the nine(9) preliminary design drawings with each submittal for checking by the City,along with the previous red-lined check prints.Kimley-Horn intersections following the project kick-off.that will be conducted shall perform quality control on all submittals, to investigate existing signal infrastructure and site conditions.As part of the field review,Kimley-Hom will identify any potential issues The Kimley-Horn team shall submit necessary PES documentation • that may affect the proposed design such as existing conduit fill to the City for initial review.The Kimley-Horn team will submit the conditions and sight distance limitations. PES and supporting documents to Caltrans District 8,DLAE,after • addressing City comments.Kimley-Hom will address Caltrans We will utilize the as-builts,field notes,and survey topography , comments in order to receive final approval. , .. to create a base map fat the proposed improvements.We will prepare preliminary improvement plans for the nine(9)intersections Task C: Phase 11 - Engineering Design for City review. Plans, Specifications, and Estimates 8.7-Utility Potholing (PS&E) - C Below,as a subconsultant to Kimley-Horn,will provide the following: Prepare 90%PS&E • A Underground utilities at potential conflict locations to determine Kimley Hom will prepare 90%plans,specifications,and an initial , their horizontal and-vertical location for clearance and engineer's opinion of probable construction costs(estimate)for connection points or conflicts for underground improvements traffic signal modifications at nine(9)intersections.The traffic signal such as gas lines and other utilities and to determine the modification plans will include line work,showing existing curb, location of proposed traffic signal pole foundations. gutter,sidewalk,striping and pavement markings,detectors,traffic signal poles,controller and service cabinets,conduits,and pull A Repair existing improvements in-kind because of potholing.This boxes relevant to the design.The proposed traffic signal modification includes repair of asphalt concrete and PCC.C Below will perform plans will show proposed video detection camera locations, up to eight(8)potholes.Vac-X or a similar potholing method will - any affected and/or new conduit or pull boxes,signal phasing, not be used over gas mains.The potholing information and plan and annotation of existing and proposed equipment.The pole, will be submitted to the City after task completion, equipment,and conductor schedules will be completed at this stage, , Plans will be prepared iin accordance with the requirements of. • City of Palm Springs =TRE09601 7.2020 Kimier*Horn 32 :; T a ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements ' 4i _ ,::Caltrans Lodat Assistance Procedures,Manual(LAPM),City of Palm,,,_ commentresponse`matrix to be submitted with the Final submittal.- Springs Standards;Caltrans Standard Plans(the City hasadopted The domirientresponse matrix-will Include the original comments, the 2006 edition for traffic signal poles and mast arms),California Kimley-Horn'responses to the comments,and final resolution. Manual an.Uniform Traffic Control Devices(MUTCD)(latest version), A licensed professional engineer will conduct a peer review and QC/ and related standards,and will be presented at 1:20 scale. QA of the design plans,schedules,and technical special provisions. ---`- - - , - --- - ' A licensed professional engineer.will stamp and sign all plan sheets `Task C-90%PS&E Deliirer-ables: _' for this submittal. Si 90%,Plans,'Specifications and Engineers Opinion of 1• Kimley-Horn will submit one(1)24"x36"hard copy and PDF Probable Conetruction,Costs in..pdf.electronic format I electronic copy of the 100%plans and one(1)hardcopy and an electronic copy in Word format of the technical special provisions to Kimley-Hom prepares curb ramp designs that are fully compliant the City for review.The 100%engineer's opinion of probable cost with the accessibility standards and best practices.Once compliant will be submitted to the City in.pdf electronic format. curb ramps and landings are designed,the transition to the existing sidewalk also should strictly meet the accessibility standards. C.1 -Improvement Plan Preparation ' • Curb ramp improvements details for the following•locations Kimley-Hom will develop street improvement plans,traffic signal plans,and striping and signing plans in accordance with the current are anticipated: City of Palm Springs standard plans or standards approved by the 1. Tahquitz Canyon&Calle Encilia NW/NE/SE City Engineer and made known to Kimley-Hom prior:to starling 2. E.Palm Canyon&Araby Dr NW/NE/SE design.Existing utilities shall be indicated in plan sheets.Plans 3, Ramon Rd&Avenida Caballeros NW/NE/SE shall be prepared at 1"=20'scale,on 24°x 36"improvement plan 4. Ramon Rd&Compadre Rd NW sheets,and shall consist of: 5. Farrell Dr&Via Esceula SE — --- — 6, Sunrise Way&Tachevah Dr. NW/NE/SE/SW Task,C--`,1 QO%Deliverables: 7. Fall r Alejo Rd 11' One(1)set of 24"x36"hardcopy 100% An initial en�ineer's pinion of probable construction cost will be -Si One(1)-set of hardcopy to technical special 1provisions— s developed based on the preliminary plans,A project contingency will be y, 100%Plans,Specifications,and Engineer's Opinion of included in the engineer's opinion of probable costs to provide for cost Probable Construction Costs in PDF electronic format i increases and unknown issues that may arise but cannot be specifically --- — -- --- identified at this stage. Title Sheet . Kimley-Horn will prepare technical special provisions and contract �mley Hom will include a title sheet per current City requirements. • documents.The base documents that the special provisions will be Detail Sheets based on is the City of Palm Springs Traffic SignalSpecification and Kimley-Horn will include typical sections and details. Caltrans 2018 Standard Specifications. Kimley-Hom will utilize City and Caltrans documents as design Roadway Improvement Plans standards,including,but not limited to,the following: Kimley-Hom will include plans for the proposed Intersections with existing and proposed ADA compliant pedestrian access ramp locations A City of Palm Springs Standard Plans and Details and types which include necessary removals and repairs to the existing A Caltrans Standard Plans AC pavement,Portland cement concrete(PCC)sidewalks,curbs,and A Caltrans Highway Design Manual&DIBs driveways.Kimley-Hour's plans shall provide roadway improvements A Local Assistance Procedures Manual in accordance with the City's standards and Caltrans standards We anticipate the following preliminary plan sheet counts for the project: where applicable. 1. Cover sheet(1 Sheet) Based on our field review,improvements to a total of 20 curb ramps d are anticipated. 2. Notes,legends;and construction details(2 sheets) 3. Communication Network Schematic(1 sheet) Traffic Signal Plans 4. Traffic Signal modification plans(9 sheets) Each of the intersection controller traffic signal timing sheets will 5. Curb Ramp Modification Plans(10 sheets) be prepared to accommodate the advance dilemma zone detection Estimated Total Sheets:23 Sheets systems timing parameters and any cabinet special functions. Prepare 100%PS&E The traffic signal modification plans will address removal of the existing pole,mast arm,traffic signal heads,signs;and installation Based on one set of non-conflicting comments from the 90%P,SRF of new pole,mast arm,traffic signal heads,and signs.Kimley-Hom comments,Kimley-Hom will advance the PS&E to the 100%level of will indicate the installation of the advanced dilemma zone detection design.Kimley-Hom will adjust the plans and technical specifications system equipment on the plans.Other relevant features of the based on the City comments accordingly.Kimley-Horn will prepare a traffic signal design include carrying over the existing protected City of Palm Springs .TREE096011.2020 Kimley)>>Horn WI,. • � s,� r .w---• .r . w,rs � awn ems, � —• - • "''`';".t ENVIRONMENTAL/TRAFFIC ENGINEERING,DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements '}+;fl a. lefi turn phasing lertappreablits and provision of emergency Task 0'',Phase,IIii-,,Co nstructiom Suppoit ' vehicle pre-emption,The plans will show lane dimensions,signal This task consists of coordination and support during the pole and push-button pole placements,controller and power construction stages of the project.Kimley-Hom will attend the meter cabinet placements,conduit runs and hand holes or pull box pre-construction meeting and address items for the construction placements,lane channelization,video detection placement,circuitry management team to be aware of.Kimley-Hom will be involved and conductor schedules,signal pole and mast-arm schedules; during construction stages,by responding to information requests phase schedules,schedules for signal heads,schedules for video ' detectors,.signal pole location details,emergency vehicle pre (RFI),reviewing and responding to all submittals,and reviewing • and approving arty proposed changes by the contractor during emption details,and other notes,schedules,details and/or drawing constniction.We will attend up to three(3)construction progress. components required for complete baffle signal construction plans. meetings or field meetings. Timing Sheets At the finish of construction,Kimley-Horn will attend one(1)meeting Traffic signal timing sheets will be prepared for nine(9)Intelight for final inspection and assist in the development of punch lists. controllers to accommodate the advance dilemma zone detection After construction and at the closing stages of the project,Kimley- systems timing parameters,proposed left turn phases,and any Horn will participate In the°Lessons Learned Meeting." ' cabinet special functions. Questions During Bidding Communication Network Schematic The Kimley-Horn team will answer questions(request for information Currently all project P",mr.;=e,'T;,i 1ne,C;;;,,„u°,ca,;o_N"two*_.. RFOJ)regarding the Technical Provisions and design drawings,or intersections,except '11 ,, I conflicts during the bidding processes. for Indian Canyon Drive t ` ���- w i�. n,ro�� and'20th Avenue are " '. tiY..r�=,. ' -;' . D.1 -Pre-Constructioff Meeting' connected to the.City's r-o- " Kimley-Horn will attend the pre-construction meeting and answer Traffic Management "'N w� , questions regarding the technical provisions and design drawings Center(TMC)through `""""be"' =7:-"".- that arise duringthe meeting either wireless radio or _• .. ;_ z ;w g' Ethernet over copper i 1, ;''' `"'°-'"°° PP "�> �F � �-�M t D.2- G®lDSt1T1Ct10n. connections.The s, r , ' ..w '1 •,, �;A. The Kimley-Hom team will be available for five months to: project intersections j v 'F, �i if; connected through '. V $4 ' ,--'?ci`'ti� All 4 Review design change requests �,,. ' st > r rTa ' r,,j A Assist the City in issuing Contract Change Orders wireless radios are:E. 7 Palm Canyon Dr/Araby _Y}' , - s` `\tt A Prepare addenda and respond to requests for information Dr,Ramon Rd/Avenida ,ti, " ,, , '.� , ?-,-{ throughout the bidding process Caballeros,Ramon Rd/ = ' -° , -� 131 Al Preview submittals from contractor selected to Cornpadre•Rd,Farrell ' �q , -{ �-• _' -, •J j construct the project • Dr/Vla Escuela,Sunrise A. k- ..{ova - { __' �); • ____._.._ w�_ D.2.1 Questions/Design Change Requests Way/Tachevah Dr, D 2.2 As-Built Drawings Farrell Dr/Alejo Road,and Sunrise Way/Alejo Rd.Tahquitz Canyon Way/Calle Encilia is connected through Ethernet over copper. Kimley-Hom will prepare record drawing as-builts after construction_ has been completed at all nine(9)intersections.Any comments Kimley-Horn proposes to connect Indian Canyon Dr and 20th Avenue and changes during construction as redlined and noted by the through a wireless radio pointed at the existing antenna at the contractor will be documented and annotated.Record drawings . Palm Springs Amtrak Station.This antenna is already connected to will be prepared.in AutoCAD,and.pdf electronic files shall be the TMC through a quick bridge wireless link to the Police Station sent to the City. Comm Tower.Prior to design and construction,Kimley-Horn staff will perform a Signal Strength Analysis to confirm whether the t a �D�elive�r,abfe ' proposed radios can meet certain parameters(receiver sensitivity, r signal-to-noise ratio,etc.)to ensure a successful connection.Upon NI Record drawings lh PDF electronic format a successful signal strength analysis,Kimley-Horn will design one -- .---- , • - (1)sheet that include the type,placement and direction of the proposed radio,as well as its location within the City's traffic signal communication network. Construction Phase Authorization Kimley-Horn will prepare a Request for Authorization to advance the project to construction using procedures outlined in the Caltrans Local Assistance Procedures Manual. City of Palm Springs <TREOOGQr 1.2020 Kimley>»Horn. ' 344 • .... : . ... ' :., • '• •' : • . . Project Schedule -. . TASKS MONTHS 1 2 3 4 5 6 7 8 9 10 11 ® 13 14 15 Task A: General • " A.1 Project Management 4 '"" �."'' -, --T.w�---_ . -.� F...s_ Sri r.c_s__,... e,�J. �"' f•'-' -.___r - 1_--I.v. ".....-.....1_ ram • A.2 Meetings •.-. 4 }'�' ._ 1 ) i t of iL J-s-Isi f!i 4 J# 1! * -i] A,3 Schedule �',V.� ,� ■' 1.1_ j.„' - �„ .; a Task B. Phase I-Planning,Environmental,and Conceptual Design(35%Complete) - �: err- r _ fi w_ �. .. - t —,1 _r l • B.1 Preliminary Engineering Studies L 1♦ r -�t p,- �� f ( 1t� t • L , i : B.2 Left-Turn Analysis 1 — {i t 1Lii..,�i_,_.Ii ur (_L"J1 Y .I! {„ ' ' iIi t �-r- , = _ Ti B,3 Research of Record Information ; rL a� I 1L • C' Jr' ' •1 '1 ' • t _1 ' ' ,11L„ . �^j� 1 . - B,4 Environmental A � 1 ", �i1 PT i ft�� • B,5 Surveying and Topographic Mapping i � � lIi{li JUL -IL _ • f } 1r` sL T t�i �� sL I f� �� 6.6 Utilities Coordination s�j Ij" L - '{ i`� z Ja I JL. f I J1 t L (L i �JL __ " • B.7 Utility Potholing — 1f r 1 — ti fr i ,i 1 —��f ,r �I] �� tit 1 �� _r' 10� J 6.8 Right-of-Way �r - - tJ ( _—`iq ~l�. f y1 ---ter- -- �;,1,------ 1-..�.. ..�t_. �ii_.__' 1L ISI 9 ti l�..iJ�1 __ 1° B 9 Preliminary Design i 4 I j �� t I, t r • i'"11< f , q� 11 _'I 'f (Conceptual Layout Plans,35/o) _ j F. I ( { • o -1 fi 1 it f E [{[!! Ai f • tr }, . "a ;;8.10 Submittals :_ ;v_ l . _tt;.;r • _'.:ai (_.,-'_"Liiz.;f.". i_1,.:..:., .I .i. -.,..»1,.-._..-LAL_!:_...._Ai-,_+..:1-:+r..:..7_. ..i}_.v.,v- iI-- • Task C: Phase II-Engineering Design-Plans,Specifications,and Estimates(PS&E) MilImprovement Plan Preparationa' . {�� , `4 B - i _ f= "�'_ t > ��' ILA ti �� '�� �1rt t Title Sheet i; L : : : == �l L - , 1♦[ - ,F JIL ,f �}C, ,' � r _ Detail Sheets r- � 'i`: S if .lt - DI r yl( iI If 1. r r--;r r r� t Roadway Improvement Plans L. L ��>ritr „ ,..},-7....,--..--,,, a _ TraF is Signal Plans f 1� �� _ r� �� . n�1 1� i4 l �� _ • ii J?� . Timin Sheets _ r "_Z --,; t ,--t -- t =- `r1 ._.. g i � _ `_1 T i tit 6 I n _i_ -, f, 1�� Fr, v s r -�_ �iJ�v t �t Communication/Network Schematic i •^� •�' �� '� �� ii P i Technical Specifications I_.,r,1111=_-___ ' ir.. IL__ ._Jc ii--1 ��) ]L r>_linEL i_Lit.. .{__• IL' stl _1 ,LLIL.I :_ Opinion of Probable Costs �,,..,...,...-,..,,,--,...,:-.7., t a _+ �u� ;maw- - -t- `, ( ��-� i }i ..._ ��_ }i r _ � ,L1�ILt� __1 i C,4 Construction Phase Authorization f y c ` -'- 'I �-" li T iI �U�t..Jt....�,�_�.<!._i�_•.,�.J4 �t-J L_._�...,L .._..., _.a�..r._.........� _. •��_.-.__J.,_„L�....--i-J v.._-- .L._ _ ' Task D: Phase III-Construction Support D.1 Pre-Construction Meeting i f 'a ii-. - _ . -1,,,•_----•-^TIPTII ( ^,, „ " G F - ; "I. :�., I� "..�,,it r I. !t ' lf,_P ii .. 1 —1I... .Itt.. 14 _ i e _ D.2 Construction t i+ �L �; L ��` 11 !' �r - �L �_ 4 ) ,�,nr f 1r - t D.2,1 Questions/Design Change Requests E� l 'IL: -,-4 ;, , i , IETJ ,r, -4- 7-7 a1T :_' �1 D,2.2 As Built Drawings. tr ii- I'',"f �T`�: w 1 ., i^ 1i (''11-'ir�r.�- =--1)ii-t i 1 . L;.._.1� _Y:..,-�:-..,.. , 11 Ia 1L iL _ kL ti 15 + µJ S Kimley-Hom Effort ;Meetings , Agency Review . City of Palm Springs .TRE596011.2020. �►1lnley»)Horn ` 5) i; . r : - .. 'It't ENVIRONMENTAL 1 TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal improvements - _-' '' 'r 't ..a • - . `-'9 REPRESENYAi IVE''PROJECTEXPERIENCE -.:_ . ,-- _ - Experience with Similar Work and Kimley-Hom is supporting the City of Rancho Mirage to improve traffic operations for 40 intersections along Highway 111,Bob Hope Drive, . References Country Club Drive,Dinah Shore Drive,and Monterey Avenue.Kimley- One advantage of the Kimley-Ham team'is that we bring together Horn is designing plans to upgrade the traffic signal interconnect a wide-range of traffic signal design experience combined with network and controller cabinet equipment which will enable the City to our roadway:design knowledge.Our team understands the typical meet its goals of real-time traffic monitoring management Kimley- challenge&associated with designing and improving the safety Horn is also supporting the City of Rancho Mirage by implementing of existing traffic signals,and we will leverage that knowledge to new traffic signal timing plans to improve traffic operations and safety identify constraints and issues and develop designs that can be throughoutthe day.The City of Rancho Mirage employs a complex effectively implemented.Our team's CEQA/NEPA Task Leader has timing system on the project corridors,with different timing plans managed four separate Caltrans On-Call Environmental Services throughout the day and along each corridor.To meet the City's goal of. Contracts including one for Caltrans D8, real-time traffic monitoring and performance measurement,Kimley- Traffic Management Center(TMC)Troubleshooting Hornwill design and implement CCTV at various:intersections. ie Client Jesse Eckenroth,Director of Public Works; - and Timing Plan Review Palm Springs,CA City of Rancho Mirage,760.770 3224 Kmley-Horn is performing aTMC troubleshooting and evaluation # Contract Value: $210,000 project for the City of-Palm Springs.The project aims to evaluate - the existing,traffic signal communication network to identify any * Key Personnel:Jean Fares,Project Manager;Kevin Aguigui, problems and,suggest solutions recommendations.Kimley-Hom QC/QA Manager;Jason Melchor,Project Engineer; will also review existing signal timing and optimize the timing and Kyle McGowan,Project Engineer;Tim Chan;Project Engineer; coordination along the interconnected corridors in the'City.The rota Gadget's,Project Engineer;Matt Stewart,Analyst optimization will be performed in the Synchro software,using 1 Subconsultants:Forbes Traffic Solutions existing traffic volumes,lane geometry,and signal timing.Kimley- - Horn will then prepare updating timing sheets and implement Advanced Dilemma Zone Detection Project the updated timing at intersections,with City assistance.Finally, (ADZDP),Sunnyvale, CA Kimley-Hom will perform field visits to selected city intersections Kimley-Hom -_— _� _ - -.. toperform a field check and assemble an invento of traffic - ' r�= - ry is currently er.1>t�s L., , I �i t-, �,.. signal components. working with . --- e'y^' 'IA �,i 'l `' a�+ a Client:Donn Uyeno,RE.,Senior Civil Engineer,City of Palm Springs, the City of i " I ri ti x�1`i ;�' . " tbi 760.323.8253 x8744;Joel Montalvo,MPA,RE.,Assistant Director of Sunnyvale ---� i„r'a.,. '— Engineering, T._2 - �-} �' -1 City of Palm Springs,760.322.8339 to complete ,t�. r=� _;4 r r¢"� - ® Contract Value:$252,000 the Advanced �`o � M r Dilemma : fr * Key Personnel:Jean Fares,Project Manager; r t:� C , i'r sia� r Kyle McGowan,Analyst Zone R �� =- pl i i : »,_ I Subconsultants:Counts Unlimited(Traffic Counts) Detection i m- "- _,�, ,m-q r 1 Project at 11 t E. .-=_,.. `I'. ; Design of Traffic Signal Interconnect intersections -Y' -~ - �—^ throughout the city.The improvements are designed to enhance vehtle improvements,City Projects 13-305-014& 13- safety by installing an Advanced Dilemma-Zone Detection System 308-015,Rancho Mirage, CA (ADZDS).The project includes installation of cameras for all directions at each intersections including minor modification to existing conduits . y and pull boxes at few selected locations.As part of the.project,Kimley- j®'J /, .,_] ` ';4,r- a.•- w- Horn has conducted a field review at all the intersections to understand , . -,-- .., -�, Imo.-- - ,1 1�_ � the condition of existing infrastructure such as conduit fill,size of l traffic signal pull boxes,and space availability in existing traffic signal e._s ' I�_'igi Ct. ,#; .:i .i ji r 7 s. y cabinets,provided plans,specifications,and estimate for the design � W= , -i of the improvements,and coordinated with the County of Santa Clara, L ii • ra'"" ` "'�� Caltrans,City of Cupertino,and VIA to obtain encroachment permits �� i I , . J in their right-of-way.Additionally,Kimley-Horn has completed the �� ,R-I ] ,, Permit Engineering Evaluation Report(PEER)process and worked on all P .-� i" ' , required E76 for construction forms. i i .J.i' I�' a Client Lilian Price,Engineering Assistant II, - a City of Sunnyvale,408.730.7543 City of Palm Springs .TRED9601 r.2020 Kimley>>>Horn _., '''' 'ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements - - - is _•_ - �4-p� F i. ,* Contract Value:;$83,00D_ _ along this corridor,The existing communications system consists * Key Personnel:Nikita Petrov,Project Manager of a fiber-optic network of conimtinication hubs and signalized . Subconsultants:Wiltec(Traffic Counts);WRECO intersections all communicating using IP over Ethernet,This solution (Geotechnical Engineering) made the City of Downey the first city in Southern California to deploy a fully operational Ethernet communications system,The Moreno Valley RSAJRoadway Safety Signing communications network essentially consists of a ring topology Audit(RSSA),Moreno Valley,CA of field hubs and the TMC-and star topology of signalized intersections.Services performed include the installation of fiber and IGmley-Hom Is leading this City of Moreno Valley project funded by' video detection on Paramount Boulevard from Telegraph Road to Cycle 7 Highway Safety Improvement Program(HSIP)to analyze the Gardendale Street.The project length is approximately five miles and traffic safety and implement identified recommendations along two includes:18 signalized intersections,18 traffic signal modifications, corridors:Ironwood Avenue from lasselle Street to Nason Street; five miles of fiber-optic,integration with existing traffic control• and Kitching Street from Sunnymead Boulevard to Alessandro system,and installation of fiber and video detection: ' Boulevard.Kimley-Hom will facilitate an RSA and RSSA.The recommendations identified In the RSSA will be environmentally , , cleared through the National Environmental Policy Act((EPA). `' • , -,"t:7%� Once environmentally cleared,we will finalize donstruction plans, t�• specifications,and estimates in order to implement and construct - .r , .k - the recommendations from the RSSA.The RSA,which will be Pf,' :"7" ,5-�. x 4 conducted for both corridors,will be used to program future projects 'lc' b_ „ 1,•,i'. '"``w~'----..; into the City's budget and CIP list. a Client:John Kerenyl,P.E.,PTOE,Senior Traffic Engineer,951.413.3199 fil Client Edwin Norris,Deputy Public Works Director, ® Contract Value: $102,000 City of Downey,562.904,7246 * Key Personnel:Meghan Karadimos,Environmental Task Contract Value:$17,000 Leader;Jason Melchor,Project-Engineer. * Key Personnel:Jean Fares,Project Manager;Jason Melchor, ./, Subconsultants:Mark Thomas;Transportation and Energy Project Engineer;Yiota Georgalis,'Project Engineer I Subconsultants:NDS(Traffic Counts) Glasse! Street Traffic Engineering Services (HSIP Project),Orange,CA Wiley Canyon Road at Orchard Village Road& Kimley-Horn provided safety improvements at both Glassell Street at Newhall Avenue.at Railroad Avenue Intersection . - Meats Avenue and Glassell Street at Collins Avenue by adding left- Improvement Project(HSIP Project),Santa turn phasing in both northbound and southbound directions along Clarita, CA Glassell Street as a countermeasure to broadside-type crashes.The Kfmley-Hom prepared construction documents including street added left-turn phasing also removed the conflict with pedestrians crossing,as pedestrians were able to cross only with the through improvements,median Improvements,traffic signal modification, and signing and striping plans.Kfmley Ho movement phase.Scope of work for this project included survey, m-assisted the City in signing and striping plans,traffic signal modifications plans,utility extending the existing turn pocket length and installing a protected coordination,specifications,and opinionof probable construction left phase at Wiley Canyon Road and Orchard Village Road.Kfmley cost.This project was funded in part through Caltrans Call for Horn also assisted in the design of a bulb-out and new medians Projects for the HSIP Cycle 7. at Newhall Avenue and Railroad Avenue to provide more refuge to a Client:Eduardo Lopez,?E.,pssoclate Civil Engineer, pedestrians.Both intersections required modification of the existing landscaping,irrigation,and traffic signal. • City of Orange,714.744,5525 e0 Client:Cesar Romo,Traffic Signal Administrator, ® Contract Value:$57,000 City of Santa Clarita,661.286.4002 * Key Personnel:Jason Melchor,Project Manager ® Cottact Value:$63,000 I Subconsultants:Calvada(Survey) * Key Personnel:Jean Fares,Project Manager;Yiota Georgalls, Paramount Boulevard Traffic Signal Upgrade Project Engineer and fiber-Optic Communication System(HSIP SubconsulYants N/A Project),Downey, CA . - - _ This project involves the extension of an existing commun`cation system,which will interconnect the traffic signals along Paramount Boulevard in Downey including all other field devices to be Installed City mg Palm Springs a 1RED96011.2020 Kim a >D}Horn ,sr c.c 4+'�h_.. .• R. .w.� ..'_" .� S }}.;.. r✓ i ¢' � ca.� Y _ter tt h � ENVIRONMENTAL/TRAFFIC'ENGINEERING DESIGN SERVICES for HIPS Cycle 9 Traffic Signal Improvements` r'. ie .. - : .:Transit,Prrvrityy:'System Phase�2/ATMS Phase'3, ®, _-. , •, ' if , . ,,,.... 80 Traffic Signal Upgrades,Santa Monica, CA el r 7 i lUmley-Hom _,�T � l i i� J + '. ,� 1r: 2‹: prepared the '4 � .®-4 -:r f L i - L:. i detailed designs as „' , ,- 1 `\J.I.0 f'71 ��; :',..,_,'I._7 part of the City's >`. • •�``� I i, �� , Ir• % '�,! TPS Phase 2 and ,. / ` '`A.4 f1 ATMSPhase3 11 • r,� a, ?< e,,,, .� Zi' Projects,The project ::.--- I_ Fi r i t ,l I ::1�1/'T :,,,,i..:,. j r 1 i 3 6" -I - 'j included the a ▪ . 7tt i t '`' I 1-r - 1;TY�a V`u• 3 .. _ � _f •- interconnection of p.T 7 _- '® Y 0. rfTj tS" '' ti ,rtwR�r ^--t. a ' ;+ // k 1L�I i 1 �. -I y/3<i. 1 I, i 1 I. i A - 80 traffic signals r ra1a, ►. 1 -`_ r T"ev--3,1" � = .' : .;' along four major ' _ _.�, - .corridors along with �. a backbone network over a new fiber-optic network,new traffic a Client:Julian Lee,Utilities and Project Manager, controllers and cabinets,and interfaces with Metro's TPS and the City of Norwalk,562.929.5926 City's Big Blue Bus transit systems,Kimsey-Hom prepared the entire # Contract Value:$191;000 PS&E document set with two options of TSP designs including the * Key Personnel:Sri Chakravarthy,Project Manager; necessary interfaces and coordination with the previous phases,as Matt Stewart,Analyst well as accommodation of future phases of the fiber network and 3 Subconsuitants:GPA Consulting additional hubs:The fiber-optic network design integrated with the City's comprehensive fiber-optic system of edge;middle,and core Professional Engineering Services for Date network switches involving fiber-optic field communication hubs and partial mesh fiber connection topology.The project resulted in the City Palm Drive and Varner Road HSiP Safety establishing the splicing designs developed by burley-Hom as The Improvements, Cathedral City, CA standard for fiber-optic network designs,and the TSP deployment was The City of Cathedral City received a Highway Safety improvement Project the first to use fiber optics as the backhaui network for the LA Metro TSP system.The fiber design was completed on-time and on-budget. (HSIP)Cycle 9 grant to improve safety on Varner Road between Mountain View to Bob Hope Drive and on Date Palm Drive between I-10 and Varner fill Client:Jay Dinkins,Transportation Manager, Road.These two roadways have the most severe roadway collisions of City of Santa Monica,310.458.8963 any roadway in the City Kimley-Hom is currently working with the City • Contract Value:$700,000 with implementing safety improvements. * Key Personnel:Jean Fares,Project Manager;Kevin Aguigui, a Client John Corella,Director of Engineering,City of Cathedral Project Engineer;Jason Melchor,Project Engineer; City,760,770.0327 Sri Chakravarthy,Project Engineer # Contract Value:$125,000 S. Subcortsultarits:Transportation and Energy * Kay Personnel:Frank Hoffmann,Project Manager;Jean Fares, Project Engineer,Jason Melchor,Project Engineer Final Design Services(HSIP)for Traffic Signal J. Subconsultants:Aragon(Geotechnical Engineering) Improvements along Studebaker Road,Norwalk,CA Kimley-Horn is developing design plans for traffic signal system Design Services(HSIP)for Traffic Signal improvements and updated signal timing coordination for two miles Improvements along Alondra Boulevard, along Studebaker Road from Cecilia Street(North City Limits)to Norwalk, CA Rosecrans Avenue.Studebaker Road has experienced high volumes Worley Hom Improved traffic operations and safety along Alondra of vehicle collisions at both signalized and unsignaiized intersections indicating the need for better traffic management through traffic Boulevard from Piuma Avenue to Shoemaker Avenue by installing signal coordination.The corridor has also experienced pedestrian additional iTS infrastructure and upgrading traffic signal equipment. and bicycle collisions,indicating a need far pedestrian countdown Alondra Boulevard experienced high volumes of accidents,many signal heads.The City has identified this project to enhance safety of which occurred at intersections.The City identified this project for all modes of travel and to improve traffic operations.This project to enhance safety for all modes of travel and to improve traffic - will add to the City's ITS infrastructure by replacing existing wireless operations.This project added to the City's ITS infrastructure by and copper communications with fiber-optic cable,upgrading traffic replacing existing wireless communications with fiber-optic cable, signal controllers at three intersections,and installing ADA compliant upgrading traffic signal controllers at five intersections,Installing ADA curb ramps and pedestrian heads.This project also includes the compliant curb ramps and pedestrian heads at seven intersections: implementation of new traffic signal timing plans to improve traffic and installing new video detection at three intersections.This project operations and safety throughout the day. also included the implementation of new traffic signal'timing plans to improve traffic operations and safety throughout the day. City of Palm Springs .TRE096011.2020 Kimiey> Horn 3I a .e 4 r .rr '.4`*'.4 V' " t.t�';u�' 1xiir' - w ` ‘` ._- `"""i1,4. ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for.HSIP Cycle 9 Traffic Signal Improvements . �� ii , .. lanes along Rancho Road Bicycle buffers and green pavementi=- R. i -i, `"'' �1 i —` r markings are uttilized to enhance'awareness.A'traffic signal or a l + ;I/�' it 11 .;� r roundabout may be considered at the southbound Caltrans on/off f if. ,,r; r f l �lw,i' `, ramp Intersection.Additional traffic signal modifications are included >� 0 _C.':�� (f 7 IQ' at the northbound Caltrans on-/off-ramps.The project requires a � . -- f ) t` ..1 - f L,, i : Caltrans encroachment permit,PEER forms,environmental PES t +„ ( ' --� ..- and CEQAINEPA documents.Kimley-Horn is providing civil,traffic, ;� ,'t_ '6. -1.......__3,z a{ II k landscaping,and environmental services. 1 rkii, i i i i '1 lii i I i !`II IT,�f .1,a ,st .. i �.. L.,,,,i , ., -: RancnoRaflsioa nsandBikalanes r r'Ims e . __ ?t .lt J...,.. L1 I` _111m_t J a s rf awp ,, f r.lil i 't�'I'i.*Li, II Ili A,iii 1 i `i is 1., S ,. '#� _ P ` .,:.a.. 'P'k„'�f .i .:-1;� i- II $ t?r t L.L :„.,,,,L...- 1(., .J :..., -a St'�0 .r.. 4.� �i { 4'rs 0 Client:Julian Lee,Utilities and Project Manager, ' . Y x, . f7 }'% _ City of Norwalk,562.929,5926 ',". fir' ;r' 4 Aft' ,,, .!„ '`L ,. _- s. ® Contract Value:: vahy, Project Manager; -�i.s, *" e l .G , � '�� ;Y1 Matt Stewart,Analyst - - ( _ -��'` 'm-= I Subconsuftants:N/A .�„; 'c '� i .--' Traffic Signal Improvements(135 Intersections), , - . — Burbank CA Client:Mike Tohidian,City Project Manager, IGmiey-Hom provided c'Ml and traffic design services for the street and City of Thousand Oaks,805.449.241.E railroad crossing improvements at intersections of Buena Vista Street, 4P Contract Value:$325,000 San Fernando Boulevard,and Winona Avenue near the 1-5 crossing.The * Key Personnel:Yiota Georgalis,Project Manager; project involved preparation of construction plans,special provisions,and Sri Chakravarthy,Project Engineer;Jason Melchor, probable construction cost estimates.Our work included typical street Project Engineer . cross-sections,plan and profile of street improvements including curb 1. Subconsultants:C Below(Potholing);NOS(Traffic Counts); and gutters for street widening,storm drain improvement/relocation, Wagner Engineering(Survey);Oakridge Geoscience curb ramp design,.pavement design,signing and striping,and traffic (Geotechnical Engineering) , signal modifications,The storm drain modification work included design . of dual inlet catch basin and drainage features for the extended portion Smart Corridor-San Fernando Road, Glendale,CA of the curb,gutter,and sidewalk where San Fernando Boulevard was to . This project Involved the upgrading,modernization,and be vacated.Surface drainage features were also removed to allow pipe interconnection of.14 locations along San Fernando Road.Project , connection to an existing Caltrans catch basin downstream. objectives included the replacement of outdated controllers, tli Client David Kriske,Transportation Division, Installation of inductive loop detectors to provide full traffic City of Burbank,818.238.5269 actuated operation,installation of interconnect equipment,and. ® Contract Value:$231,000 a complete review of each intersection to ensure conformance * Key Personnel:Jean Fares,Project Manager;Frank Hoffman, with current MUTCD and Caltrans guidelines.Existing above-and • QC/QA Manager;Jason Melchor,Project Engineer;Tim Chan, below-ground traffic signal system equipment was field reviewed Project Engineer;Yiota Georgalis,Analyst' to identify the necessary improvements before the design phase, . Subconsultants:locobellis&Associates(Land Survey); thereby avoiding any unnecessary improvements and associated- Lawrence R.Moss&Associates costs,PS&E was'then prepared for local intersection and system related.improvements. Rancho Road Sidewalks and Bike Lanes(HSIP a Client Sarkis Oganesyan,P.E.,PTOE,Principal Civil Engineer, Project),Thousand Oaks,CA City of Glendale,818.548.3945 This project was awarded a federal grant to improve sidewalk and Contract Value:$26,000 bicycle connectivity,as this stretch of road is one of a few City * Key Personnel:Jean Fares,Project Manager;Jason Melchor, separate crossings under Caltrans Route 101 linking north to south Project Engineer;Yiota Georgalis,Analyst city limits.The City has ranked this project as a high priority based 1.Subconsultants:N/A on pedestrian traffic volumes,construction difficulties and proximity to schools and public facilities with missing sidewalk.The project will include new sidewalk,curb ramps,and restriping Class II bike. City of Palm Springs .TRED9GO1 r.22a2o Kimley» Horn " : i'a --G ck 44. «.,.,mLr._..... .-- _-. ._ ._!,. _ •..--::__ _-.:2_.i.: .... ,._t'. i d- ._ . .. ,.' `.« ,r mil. "" ,'.;-ENVIRONMENTAL/TRAFFIC ENGINEERING DESIGN SERVICES for HSIP Cycle 9 Traffic Signal Improvements 4 70, *Th a unt r• . ' ? Tra ,Si , ri tgm DeSighSilettlig (200,'' clier' ,we.invite you.to contact them personally regarding our work traffic signal upgrades),Los Angeles Co ntjl,C :` history and`quality of service`:'`` _ • !Coley-Horn provided as-needed traffic engineeringsenrices for;Los ... Kimley-Horn understands that real collaboration requires far more .. • - - _ Angeles County.Projects involved.preparation of-PS&E for the upgrading, - than a partnership—it also Means earning deep trust by living:up•, modernization,and interconnect of over 700 traffic signals along 17 ' to.our promises day in and day out:Our clients consistently tell - - ` major arterials In Los Angeles County The Kimley Hom team was us,that Kimley Horn provides a:better experience.That's the truth ' • • involved with the design and preparation of traffic signal safety upgrades: behind our reputation--with K1mIey=Horn,you can expect more and - and Interconnect improvement PS&E.In addition• ,traffic si�nal limn r experience better.We are proud of the projects we have worked on • ' coordination plans were were developedfor and the_relationships we have built with our clients:We hope that ' . • p• approximately 300 locations along :you wiftreach out to them.- . ' four arterials:to complete the synchronization protects;, m.Chant: .Marty Adson,Senior Civil Engineer, Los Angeles County,626300;477,4 "Kimley-Horn truly provides the combination of a hands-on - approach,attention to detail and client service needed to • -# Contract'Value:$280,000 " deliver a successful project I would highly recommend _ • - * Key Personnel:Jean Fares,Project Manager,Jason Melchor,.; : Kimley-Horn for future traffic engineering projects." - Project Engineer;Tim Chan,Project Engineer. - —Jay Dinkins,Transportation Manager, - - - Yiota Georgalis,Analyst .. • City of Santa Monica,310.458.8963, . Subconsultantsc WA in ms s .ne . . mgov t 99 �aytl , tti� k� @ • ITS°Phases-It_VII Projects,Santa Clanta, CA: - Since 2006,Kimley-Horn has been working to provide a multitude ` "I'm an old timer, it takes a long time to gel my trust.I have - of ITS services which has,included producing PS&E for:20 miles of never had a problem with Kimley-Horn,Jean is especialy great: ' fiber-optic communications;several locations of BOSCH CCTVs and I'd hire you again in a hot minute." . - . -anew video management system;several video detection systemsa —Allyn Waggle,Deputy Executive Director(Toured) - 10locations of Sensys system traffic:signal modification ` . Coachella Valley,Association of Governments,760.346.1127, for 122 intersections;and adaptive traffic signal systems at 13 awaggie@cvag.org . - lntersections as well as additional tasks: 11 k''� '° r- s • 4 . i s r ,asp`; ,t�k -?fi zr, : '/have had the chance to work with Kimley-Horn now[Grille - :K a,- -r trr -1.- I ,� .-..9)..0 past year,and they are excellent in regards to customer service ' r `e t, " r Responsive,professional,adaptrve,versatile,client-oriented t ,s �, �j hi- .� 4 ,✓' a...:,:, qualityAND gantity,and practical are all things that come to mind 1\:, -,1. . '1` k ?a'c `""f Simply a great group of people from top to bottom" I Ern I_ -I. .-4 )1 I�gA kh''` E-t.;1 i la,-Si f,1 ;, c 1ft°,, 1 {a ,.• —Ramiro S.Atleva,Ill,RE.,Director of Public Works/ ° City Engineer,City of Agoura Hills,818.597.7353, ' _ , 4 r � r radeva@ci.agoura-hills.ca.us flex ® 41 + Client:-Cesar Romo,Traffic Signal Administrator, • "Their work has always been completed and provided in the - City of Santa Clarita,fi61.286.4002 „ utmost professional manner within budget and schedule.The - _ City of Downey has been very satisfied with Kimley-Horn's 'I Cordracf Value:$425,000 - responsiveness and would not hesitate to hire this firm again." , • Key Personnel Jean Fares,Project Manager; —Edwin Norris,Deputy Director of Public Works, KevinAguigui,QC/QA:Manager;Jason Melchor,Project: City of Downey, rector of , • _ -Engineer Tim Chan,Pro1ect Engineer Yota.Georgalis,Analyst enorris@dawneyca,org Kyle McGowan,Analyst,Arek Harmandayan,Analyst 9 9 rL w ,L Subconsulfants:NOS(Traffic Counts} • "The City has three to four firms under :Referent es our On-Call contract.I give Kimley Horn the majority of the Our clients know that with Kimley Horn they experience'better How work.I consider Kimley-Horn as an augmentation of my staff" _ ' do we know this?They consistently tell us we deliver remarkable • —Cesar Romo,Traffic Signal System Coordinator, . ` results and We're really good people to work with-and we live for City of Santa Clarita,661.286.4002, • that in addition to reading.about the ways In which we've served our.'. , .- cromo s a c antis J 9, @ ani I om �� . : city of Palm Springs .rgEov6or:i 202o: Kimley*Horn ,aa • EXHIBIT "D" SCHEDULE OF COMPENSATION ' A. The method of payment for this Agreement will be based on lump sum.The total lump sum price paid to Consultant will include compensation for all work and deliverables, including travel and equipment described in Section 1.1 Scope of Work.No additional compensation will be paid to Consultant, unless there is a change in the scope of the work or the scope of the project In the instance of a change in the scope of work or scope of the project,adjustment to the total lump sum compensation will be negotiated between Consultant and City.Adjustment in the total lump sum compensation will not be effective until authorized by Agreement amendment and approved by City. B. Progress payments may be made monthly in arrears based on the percentage of work completed by Consultant. If Consultant fails to submit the required deliverable items according to the schedule set forth in Section 1.1 Scope of Work, City shall have the right to delay payment or terminate this Agreement in accordance with the provisions of Section 8.3 Termination. C. Consultant shall not commence performance of work or services until this Agreement has been approved by City and notification to proceed has been issued by City's Contract Office.No payment will be made prior to approval of any work, or for any work performed prior to approval of this Agreement. D. Consultant will be reimbursed within thirty (30) days upon receipt by City's Contract Officer of itemized invoices in duplicate. Invoices shall be submitted no later than thirty(30) calendar days after the performance of work for which Consultant is billing.Invoices shall detail the work performed on each milestone,on each project as applicable:Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this Agreement number and project title. Final invoice must contain the final cost and all credits due City that include any equipment purchased under the provisions of Section 2,7 Equipment Purchase.The final invoice must be submitted within sixty(60)calendar days after completion of Consultant's work unless a later date is approved by the City.Invoices shall be emailed to City's Contract Officer at the following email addresses:Vonda.Teedttl.ualmsnringsea.Rov:Donn,Uyenorapalmsfrnnasda€ov. E_ The total amount payable by City shall not exceed Two.Hundred Forty-Eight Thousand,Three Hundred Twenty- Nine Dollars(S248,3291 CITY OF PALM SPRINGS HSIP Cycle 9 Traffic Signal Improvements Federal-AM Project No:HSIPL-5282(049);City Project No.13-05 !Gimlet-Horn and Assodates Inc. _ 195.25% Overhead% Name:_'"Sutton fares:_ Aprlgul _ . _- _ PringPal in, Project Profess anal II Profassional1 P+oreubnRi ."'Pt' Sap pert i pml..r• "_"-" _ _ _ _; ....__-- _� 194.64% Overhead%w/o FCCM Category/Title charge Manager Q C/QA - - pat Horn �mhm y4lo Lli&A , CHhLA Prn�ct Project Total 10% Foe% Direct Rate $85.82 $87.98, $95.44 $97.12 - .$73 63 $53 96 $38.06 $29.89 Tote ` Total Cast Teal Total Coat TW-- h C B IMI('Rate `.5278.67' ',",$285;68 _`5309.91. .':':;35315.36? l 7,.'$239 09,,. $175,22?".r',S173.59- .`.($97.06, Hours , . 1,Hou x... • .- " Ho _ 2A ':344-' 130" $ 26;807.15• ._,34. S .5;D6L60 : 164 $_ 91,968,75 - A.1 Project Management 2 20 - - 20 42 $ ' 8,212.15 34 $ 5,061.60 76 - $ 13,273.75 A.2 Meetings 2 24 12 14 52 $ 10,255.57 ' 52 $ 10,25557 A3 schedule 24 - 12 36 _ $ 8,339.43 36 $ 8,339.43 Ptupo'.I:P laersing,-Envtrnnm_aidah&`Cottwplual " -"---- -- , ;.._�._-. .-�. Teak B: _... _ --- -" - - - - .._ - - -- --' •- Dsal9rt(38%Compieal _ __ _ 14 6 ss 34• 87 108 1.4- ;27e $ 48.66826 166. $ 22,6.5903 44 _. '$' 74.,92 79 8.1 Prellminary Engineering Studies - 2• 4 - .. 2 - ; 8- $ 1,721.83 - 8 $ 1,721,83 B2 .left-cum Phasing Analysis • - .. 4 .2 B 24 38 _ $ 6,64131 38 $ 5,641.31 83 Research of Record Information ' . . - • . 2 12 14. $ 1,833.47 14 $ 1,833.47 BA EsiMrormentel • . 9 77 86 ..'$ 16,329.87 86 $ 16,329.87 9.5 surveying indTopographlcMappJr ' 2 - 12 2 16 $ 2,155.32 166 $ . 22,659.03 182 $ 24,814.35 B.6 tootles Coordination 4 ' 8 - 4 16 $ . 2,74630 16 .$ 2,746.30 8.7 Utifty Potholing 4 _ 12 2 18 -$ 2,938.60 18 $ I,938.60 B.B - Right-of-Way .. . 2, 6 2 10 $ 2,25936 - .10 $ 2,259.36 85 Preliminary Design(Conceptual Layout Pions,35%) 8 4 _ 8 40 60 $ . 10,381,24 - - 60 ... $ 10,381.24 E.10 Submittals, .. - -- - - 2 8 2 12 $ 1,660.98 12 $ 3,660,98 TeakC: 40. 24 71 114 466 20 • 735 $ 115,347.15 735 $; 115,347.15 8pea18catlons,and EsDmme (PBILEi _ , C.1 . ImprovnrntPlad.Prepar,Bon_ '.. -" - - - - C1.a nee Sheet 1 6 12 19 $ 2,820.01 19 . $ 2,820.01 C.1.b .Detail Shasta 4 - 6 .12 18 40 $ ' 5,904.39 40 $ 6,904.39 C.Lc Roadway Improvement Plans 5 4 35 60 140 12 " 256 $ 40,015.77 256 $ 40,015.77 CS.d TrafflcSipulPlans - - - . - 14 8 18 . 36 200 :276 $ 41,80738 276 S 41,807.38 C.La Timing Sheets . •• 2 2 - - 24 - --2 30. $ 4,351.36 30 $ 4,351,36 C2 Communication Network Schematic 4 2 12 18 $ 3;245.58 18 $ 3,245.58 C3 Tedinlcaltpedications . 4 4 8 36 2 54 $ 8,938,27 54 $ 8,938.27 CA Opligon of probable Costs 4 '4- -. • 4 24 2 38 $ 6,498.89 - • 38 $ 6,498.89 CS Construction Phase Authorization 2 - 2 4 $ 765.48 4 $ 765A8 Task D:-Phaaa81-Construction Support ' __. .__ ;` '_ 6'" .: 18; 0, - -, _.. _ 6 86.. $.;` ,13,52083 ;86 s$_-13,;2083 0.1 . Pra{anatruCbn Meeting 2 2 ' R2 Construction =• 2 6 " $ 1,243.65 6 $ 1,243:65 . 8 20 . 2 30 $ 4,57853 30 $ 4,57853 11.3 Questions/Deslgn Cringe Requests 2 4 6 2 14. $ 2,46335 14 $ 2,46335 . DA As-BulltDrawings I 2 -4 30 36 $ 5,235.30 36 $ 5,235.30 TOTAL%OURS 4 . $ '1,114.68''536,567.47 16•'9,z97,231 $,4,730.43' ''329,407.59 $35 ? OthsxMnectCoa a . - $' .27.72063 :5.i73706403 Sutitntiat;Lstiot ,218_35I $eD,tas.34 $ 718222 S -' 2D4,943A0 1426444 16,264.84 - Labor Escalation ;1 $ 2579.84 r . . . 2,579.84 Potholing{CBelow,Inc.) • • - $ , 12,215,00 , $ 12,215.00 Mime ' ' $ 970,00 $ ' 970.00 • Outside Printing/Plotting ng $ 500.00 ' - - , $' 500,00 - _. . TOTAL COST:i;' - :` - . - _ ;' • - - - _ - --_._. --- -•- - ,$:.:7=0s03:73'' :r$;--a7;7m:63 :1$ 48322:e6: EXHIBIT "E" SCHEDULE OF PERFORMANCE Yak Task Nam. IR�Yan Stag w+rn n.a.A.,ar. 1 IMr 1,rat fart ant Iaaa2121 Iat4.m11 taut,Ian Q,;,.,. - °'°� ----- ---- �. �___. "av�oa_ Ian�trb_Lhr.r�/r-1_iry._..am_ hi .1._MO ..-.5.r ,....on-1._rar-J.._c.c_t--/.n_i_t. 1 ow I Mr_.I'at 4 Pilo SAOt-H>APgd.6Tr6�lol IImpu41r�ddD-1145 VOdryn It.18f120 Thu3SV72 i —__- _ _ _-- .....1 2 Ic6 A.:Propaltlrmpnwd 37e Tua12HQ0 Thu321112 • 3 Pd A2Meatopo(Up ta4} 328daya Tuu12h120Thu313122 - _ _ -- - = - ' - _4 M oohed*____ 326 days 'Tan 12220 1h 3t322 5 011 $b_M61 p_At _40onautpbdOaks 2%C reil tN' 1G'dM�jiieT 0.1U1d1mni 7 - 1 1 i -.6_..I . BA F elnInuy Eremitic Blida )15 dap Mud wino. 7ra 1222I 25S.1 d;,3SS+1 r _ .. 7 B214f1'TrmPludreMilitia 35dria k>.d42RR0_-Tuo1hA21 6S8 a' __ dRum . . .,l5day6 1Vid7111�D Tu11%tlf1A 62$ __i-. _ _ 61dg6 MWd12G!A Wd224t21 836 16 B5 eg 4.Topapr6ptio lWY 40 dap Wd 12t2lA Tus 112621 .65S 11 wtt3 6.622918 Osedirrtan 35 dire -l9hd 12%ii20 'Tub 1116h1 MS - 12-.iRb Et 7 intiPatetnp 22dary4, TFu 371521 W1d4121711 76 76 .BPti >$ 8.6 Ry6id•1M6t .30 dya Wd 17/220 quo7h7R7 65$_ •. 24_61 Buha/D6nlailfeapp LgautRtnr,36%) 35den Yldi711120 Tu1tIBR1 65$ 1.- 15 en,, B.90 Submittal - 'Odoya • '69'ed&'d11T Wad 2Rdf29 8 --',•n16 Q99ClryRarktt '217days ,ThuU2f121 -Wad 311d21 90 z ? 177 7111_ 6.12Rmb&dir4 7h ti 15dera ' t325121 TM4B4Q1. 16 . _ 16 L B.13Cl &CatrtanaRovlaw tior 20 day.` 7hu4@7t71 6t+cilsl19 t21 1'1.ry -11 , �14 Finites Sam101l aa6 Thn5001 Wad to a•_ m ;en t GPtdaLb pfe.aripD4d�.Panofa6 atiiEltl_r6t_ __� 1��r6. uw 1Rh1lo_w_ffi1-� d ot 21 s.. G1 hpraaead Pin Prepau6or1(905 PSdq 31 dap Wed 12821 Wd3A21 '.14 -- 22 G1.1 Tim 1Awt 31 ds u YAW 12121 -Wid 3421 14 it _ G72De i.sti - - - --- - - '--- - 91dis �Wed1�R1 WMd3421-.14- . l et I G73 R p aadagtaaaeadhra 31 dros Wed 11 21 Wd3021 14 �. - S ms G1A Truly Spill Pima 31diii -Wed 1= Yid I= 14mismi 26 G15ThipWSla . 31 dais *id12021 -Wed3C121 14 4 •_ G7 6 fb�oaidlm lll�ark 5drmfb 31 mp W 1ffit2 d 1 W6d 3A21 14 IMMINII Bi ot3_' _ G1TAdNaal6polaian - 31 dip -Wd i BM36121 14 a 0J ' G1.6tJpidmdRobilitoWi 3Ydip__Wd6 1 Wed3ai21 14 fl � . C.2 Suim10al -.O days -Mid JS29 Wad Ot n/ 21,27,29,24 26,10,:4 1 -• C.70Ify&t1 ay 20d a ,Thu214F1' Wad2131t21 30 �12,1 'CA Rear fitteri6/(10016PS24 20 days '-Thr412t 'W6d/Bh21'31 ' (D3� ... - C.6Gry6CsltrenuRovlew 20days . !Thu4120r11 -644Ot2621 92 • .7 ice. 34 rC.. C6FYrRa6&brtd661 16dry ThrGR7121 Thl&1721 33 .75 A ' c,7Ffid$uimluaf .Oday. -7hu6t97Rf 7huftt7t21 34 • "('yt7 '�_ CliCaa nOhmAuthxtrdn 62dgv Fd&h621 'milst 21 35 j . . i. 77 p4 D:F1rrl'l -Ikinflu�fan8�woel ,7bdga TttW2771uSf7Q2. - �, - _ .__ -.._ .• 7u ;>� D.1 PreConwraon - MeeCrg tdm/ Trae91142t. .T�9r1aa1 3e 39 r a D2 107d61 .iY:b9r}bRi-Tt2n0� • • i 40 . -1721DTw8af60i Chsg6RRw6t!- -_ - -- - ---,107dua Wed4R5t21 T1u2n022 -35-- - 41 D3 BultNaYpa .15da,a F12t1W 17413t322--40,2FF.3FF,4FF I ' »d C • . Soma Gag.KtamKii rL4WW.44)BOQ.047113...arrCbt,,W. -. _-_.._ .... .. Wacaticmaaez rtaaaacuwdFammuuazuronwmrvoao- Pdm Mr 9TnPne is++ .amwcaey .mwarnc .n.ozwda,r�t n • *nap' Soul Improv4mue1616-05 reaae�Rm®ree�wr�ri.en.er�aaxm.�aaaa.ca Tv67M3720 r madww.unwdaawedwammrvma _ _ _ - - -_ - �qli6a6 Client#:25320 KIMLHORN ACORD- CERTIFICATE OF LIABILITY INSURANCE OATE(MM/ODIYYYY) 3/28/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the Certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. H SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER I NAMEA T Jerry Noyola Greyling Ins. Brokerage/EPIC PHONE:770-220-7699 Ac.rm: 3780 Mansell Road, Suite 370 AC.N o.Alpharetta, MfRuEss: jerry.noyola@greyling.com GA 30022 INSURER(S) AFFORDING COVERAGE NAILS INSURER A: National Union Fire Ins. Co. 19445 INSURED Klmy-Horn and Associates, Inc. INSURER 6: Allied World Assurance Company (U.S.) 194119 23841 421 F INSURER C: New Hampshire Ins. Co. Fayetteville ayetteville Street, Suite 600 085202 INSURER D: Lloyds of London Ral- Raleigh, NC 27601 INSURER E INSURER F : CERTIFICATE NUMBER: 23-24 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 CONTRACTOR 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. LTq TYPE OF INSURANCEKINK VC POLICY NUMBER AY MW Pucy P UPS A XCGMMERCIAL GENERAL LIABILITY GL5268169 0112023 04/01/202A SIOOOOOO CLAIMS -MADE ❑X OCCUR pEpgAqCCLRHHAGOFECTCTURRENCE PREANSES aEMI..) o I.. $500000 X MEDEXP(My one person) s25000 Contractual Liab PERSONAL &ADV INJURY $1 000,000 GEN'L AGGREGATE LIMIT APPLIES PER: aLOC GENERAL AGGREGATE s2,000,000 PRODUCTS -COMPA)PAGG s2000000 PODGY J CT $ OTHER: A AUTOMOBILE UABIUTY CA4489663 01/2023 04101/2024 COMBINED SINGLE LIMITfee �dent) X BODILY INJURY Per person) ,000,000 S ANY AUTO NOES ONLY SCHEDULED AUTOS BODILY INJURY (Paz asJdenU $ X HIRTEODS ONLY X A �OWNLDY PROPERTY DAMAGE Poraoade t $ $ B X UMeRELULrAe X OCCUR 03127930 01/2023 04101/2024 EACH OCCURRENCE $5 000 000 AGGREGATE S5 000 000 X EXCESS LAB CLAIMS�MADE DED X RETENTION $10 000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILMY WC0158936851IAO$ t ) 01/2023 04/01/202 PER OTI+ X qTATI C ANY PROPRIETORIPARTNERtEXECUTIVEYIN OFFICER/MEMBER EXCLUDED'! � N/A WC015893686 (CA) 01/2023 0410112024 E.L. EACH ACCIDENT $1000000 E.L. DISEASE - EA EMPLOYEE $1 00O 000 sia,dMory M NH) I yes de%rsibe ~ EL DISEASE -POLICY LIMIT $1 OOO OOO DESCRIPTION OF OPERATIONS bekw D Professional Liab B01461LDUSA2204949 01/2023 04/01/202 1 Per Claim $2,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101. AddldonN Remarks Schedule, may be attached if more space Is rewi, ) Re: On -Call Traffic Engineering Services. The City of Palm Springs, its officials, employees and agents are named as Additional Insureds on the above referenced liability policies with the exception of workers compensation & professional liability where required by written contract. The above referenced liability policies with the exception of workers compensation and professional liability are primary & non-contributory where required by written contract. Should any of the above described policies be cancelled (See Attached Descriptions) City of Palm Springs Vonda Teed 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262-0000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 4PR 192023 ACCORDANCE I WITH DATEON THEREOF, POLICY F PROVISIONS. ILL BE DELIVERED IN City Hall AUTHORIZED REPRESENTATIVE Reception Desk ACORD 25 (2016103) 1 of 2 #S3186591/M3180884 ©1988.2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD JNOY1 DESCRIPTIONS (Continued from Page 1) by the issuing insurer before the expiration date thereof, 30 days' written notice (except 10 days for nonpayment of premium) will be provided to the Certificate Holder. Waiver of Subrogation in favor of Additional Insured(s) where required by written contract & allowed by law. SAGlrrA 25.3 (2016103) - 2 of 2 #S3186591/M3180884 ENDORSEMENT This endorsement, effective 12:01 A.M. 04/01/2023 forms a part of Policy No. CA4489e63 issued to KIMLEY-HORN AND ASSOCIATES, INC, by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH,-PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- WHERE REQUIRED UNDER'CONTRACT OR AGREEMENT Thi$ endorsement inod(fies.insurance provided under the (ollow.ing: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: ANY PERSON OR ORGANIZATION TO WHOM YOU ARE CONTRACTUALLY " BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT AS SUCH.PERSON'S OR ORGANIZATIONS LIABILITY ARISING'OUT OF USE OF A ;COVERED AUTO. 1. :SECTION II - COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. - Who-1s Insured, is amended to add: d. Any person or organization, shown im the schedule above, to whom you become obligated to include°as an additional insured under this policy, as a result of any contract or'agreement you enter into which requires you to'furnish.insurance to thaUperson or organization of the type provided by this policy, 'but only with respect to liability arising out of use of':a covered "auto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/orlimits of this policy, or (2) The coverage and/or limits required by said contract or agreement. AUTHORIZED REPRESENTATIVE 87950'(9/14I Mcl fees copyrighted information of Insyrance Service`s Office, Inc., Page 1 of 1 with it Permission, ENDORSEMENT This endorsement,effective12:01A.M.04/0112023 forms apart of policyNo.CAaaessas issuedto KI'MLEY-HORN AND ASSOCIATES, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following. BUSINESS AUTO COVERAGE FORM Section IV - Business Auto .Conditions, B., General Conditions, 5., Other Insurance,, c., is amended by the addition of the following sentence: The insurance.afforded under this.policy to an additional insured will apply as primary insurance for such additionalihsured where so required under an agreement executed prior to the date of accident We willnotask any insurer thathas issued other insurance to such addIitionalinsured to contribute"to the settlement of loss arising out of such accident. All other terms and conditions remain unchanged. 74445 00199j J —� Authorized Representative or Countersignature (in States `W here Applicable! ENDORSEMENT This endorsement, effective 12:01 A.M.04101/2023 forms a part:of Policy NO.CAaaas663 issued to K I MLEY- HORN & ASSOCIATES, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following. - BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recover we have against -any person or organization with whom you have entered into a contract or agreement because of payments we make under this Coverage Form arising out of an "accident" or "loss" if: (1) The "accident" or "loss" is due to operations undertaken in accordance with the contract existing between you and such person or organization; and - (2) The contract or agreement was entered into prior to any "accident" or "loss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by any injured employee. GC.bCyJ/a A(1THORIZED hEPRESENTATIVE 62897 (6l95) POLICY NUMBER: GL5268169 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement -modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1)The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 12 19 ® Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: GL5268169 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 WAIVER OF TRANSFER OP RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART " UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): PURSUANT TO APPLICABLE WRITTEN CONTRACT OR AGREEMENT YOU ENTER INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different .date is indicated below. (The following "attaching clause" need be completed only when this endorsement Is issued subsequent to preparation of the policy). This endorsement, effective 12:01 AM 04/01/2023 forms a part of Policy No. WC 015-89-3686 Issued to KIMLEY-HORN AND ASSOCIATES, INC. By New Hampshire Insurance Company i We have a right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization with whom you have a written contract that requires you to obtain this agreement from us, as regards any work you perform for such person or organization. The additional premium for this endorsement shall be 2.00 % of the total estimated workers compensation premium for this policy. WC 04 03 61 Countersigned by _ _ _ _ _ _ (Ed.11/90)------------------------ Authorized Representative POLICY NUMBER: GL5268169 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR, CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following:. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT. BECOMEOBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II 6 Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 0 Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: GL5268169 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION PER THE CONTRACT OR AGREEMENT. WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the .following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 O Insurance Services Office, Inc., 2018 Page 1 of 1