Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A6918 - MICHAEL BAKER INTERNATIONAL INC.
AMENDMENT NO. 1 TO AGREEMENT NO. 6918 HIGHWAY SAFETY IMPROVEMENT PROGRAM (HSIP) CYCLE 7 TRAFFIC SIGNAL MODIFICATIONS, CITY PROJECT NO. 15-32, FEDERAL-AID PROJECT NO. HSIPL-5282 (046) THIS FIRST AMENDMENT TO Agreement No. 6918 for professional engineering and consulting services, (herein "Amendment') made and entered into on the a day of c , 2018, by and between the CITY OF PALM SPRINGS, a California charter City and municipal corporation, (herein "City") and Michael Baker International, Inc., (herein "Consultant') is hereby amended as follows: RECITALS A. City and Consultant entered into that certain Contract Services Agreement No. 6918 to provide professional engineering and consulting services related to the Highway Safety Improvement Program (HSIP) Cycle 7 Traffic Signal Modifications, City Project No. 15-32, Federal-Aid Project No. HSIPL-5282(046), (the "Project'), in the City of Palm Springs, (the "Agreement'), initially approved by the City Council on January 04, 2017. B. The Agreement is subject to certain contract requirements identified in the Caltrans Local Assistance Procedures Manual (LAPM). C. The Consultant requested approval for increasing the costs of certain tasks and lowering the costs of certain tasks as shown in Exhibit "D" for a net change of zero dollars to the contract amount. Tasks to be increased and lowered are shown in attached Exhibit "D" D. The parties wish to amend the Agreement for the first time to: (1) adjust the costs of specific tasks for a net change of zero dollars to the contract amount, and revise Exhibit "D" accordingly; and (2) to incorporate current Caltrans LAPM requirements for professional design service agreements. AGREEMENT SECTION 1. The foregoing Recitals are true, correct, and incorporated by this reference herein as material terms relied upon by the Parties in agreeing to and executing this Amendment No. 1. SECTION 2. Section 1.9, Unauthorized Aliens, is hereby added to read: 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 ORIGINAL Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to reimburse City for any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, or penalties which arise out of or are related to such employment, together with any and all costs, including attorneys' fees, incurred by City. SECTION 3. Section 2.3, Changes in Scope, is hereby deleted and replaced in its entirety to read: 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. SECTION 4. Section 2.4, Appropriations, is hereby added to read: 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. SECTION 5. Section 2.5, Cost Principals and Administration Requirements, is hereby added to read: 2.5 Cost Principals and Administration Requirements. A. Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the cost allowability of individual items. 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 under 2 CFR, Part 200 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by Consultant to City. SECTION 6. Section 2.6, Prompt Payment to Subconsultants, is hereby added to read: 2.6 Prompt Payment to Subconsultants. Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by City. SECTION 7. Section 2.7, Equipment Purchase, is hereby added to read: 2.7 Equipment Purchase. 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 bidding 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 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. SECTION 8. Section 2.8, Retention of Funds, is hereby added to read: 2.8 Retention of Funds. A. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this Section. B. No retainage will be held by the City from progress payments due the Consultant. Any retainage held by the Consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultant's work is satisfactorily completed. Federal law (49 CFR 26.29) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the City's prior written approval. Any violation of this provision shall subject the violating Consultant or subconsultant to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the Consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the Consultant, deficient subconsultant performance, or noncompliance by a subconsultant. This provision applies to both DBE and non-DBE Consultant and subconsultants. SECTION 9. Section 6.3, Claims Filed by City's Construction Contractor, is hereby added to read: 6.3 Claims Filed by City's Construction Contractor. A. If claims are filed by the City's 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. To the extent the claim is due to any negligent act, error, omission of willful misconduct of Consultant, 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. Otherwise, City shall pay Consultant for assistance provided under this section at Consultant's standard hourly rates. 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. SECTION 10. Section 7, Reports and Records, is hereby deleted and replaced in its entirety to read: 7.1 Consultant's Reports or Meetings. A. Consultant shall submit progress reports at least once a month. The report should be sufficiently detailed for the Contract Officer to determine, 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. B. 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 Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.2 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.3 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 be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its 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. 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 arising 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 nonexclusive and irrevocable right to reproduce, publish, or otherwise use; and to authorize others to use, the work for government purposes. 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. Any subcontract entered 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. 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, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the Agreement. All parties shall make such 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 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, 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 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 federal, state, or local government officials are allowed full access to the CPA's work papers including making copies as necessary. The Agreement, cost proposal, and ICR shall be adjusted by Consultant and approved by City contract manager to conform to the 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. SECTION 11. Section 8.8, Disputes, is hereby added to read: 8.9 Disputes. A. Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by 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. B. Not later than 30 days after completion of all work under the Agreement, Consultant may request review by the City Council of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. C. Neither the pendency of a dispute, nor its consideration by the committee will excuse Consultant from full and timely performance in accordance with the terms of this Agreement. SECTION 12. Section 9.2, Conflict of Interest, is hereby deleted and replaced in its entirety to read: 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 any financial, 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 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. C. 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. 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. SECTION 13. Section 9.3, Covenant Against Discrimination, is hereby deleted and replaced in its entirety to read: 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 (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"). 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 this 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 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. 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 Agreement, Consultant and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. 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 (a-f) et seq.) and the applicable regulations promulgated there under (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a-f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. 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 Agreement. C. The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation — Title 49 Code of Federal Regulations, Part 21 - Effectuation of Title VI of the 1964 Civil Rights Act). Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the state of California 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 program or activity by the recipients of federal assistance or their assignees and successors in interest. D. The Consultant, with regard to the work performed by it during the Agreement shall act in accordance with Title VI. Specifically, the Consultant shall not discriminate on the basis of race, color, national origin, religion, sex, age, or disability in the selection and retention of Subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the U.S. DOT'S Regulations, including employment practices when the Agreement covers a program whose goal is employment. SECTION 14. Section 9.4, Rebates, Kickbacks or Other Unlawful Consideration, is hereby added to read: 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 such rebate, kickback or other unlawful consideration. SECTION 15. Section 9.5, Contingent Fee, is hereby added to read: 9.5 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 right to 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. SECTION 16. Section 10.9, State Prevailing Wage Rates, is hereby added to read: 10.9 State Prevailing Wage Rates. A. Consultant shall comply with the State of California's General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1770, and all Federal, State, and local laws and ordinances applicable to the work. B. Any subcontract entered into as a result of this contract, if for more than $25,000 for public works construction or more than $15,000 for the alteration, demolition, repair, or maintenance of public works, shall contain all of the provisions of this Article, unless the awarding agency has an approved labor compliance program by the Director of Industrial Relations. C. When prevailing wages apply to the services described in the scope of work, transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination. See htti)://www.dir.ca.-gov. SECTION 17. Section 10.10, Prohibition of Expending City, State or Federal Funds for Lobbying, is hereby added to read: 10.0 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 Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the awarding of any state or federal contract; the making of any state or federal grant; the making of any state or federal loan; the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. 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 federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this federal contract, grant, loan, or cooperative agreement; 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 31, 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. SECTION 18. Section 10.11, Debarment and Suspension Certification, is hereby added to read: 9.9 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 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 of 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 General Services Administration are to be determined by the Federal highway Administration. SECTION 19. Section 10.12, Disadvantaged Business Enterprises (DBE) Participation, is hereby added to read: 10.12 Disadvantaged Business Enterprises (DBE) Participation. A. This Agreement is subject to 49 CFR, Part 26 entitled `Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs". Consultants who obtain DBE participation on this Agreement will assist Caltrans in meeting its federally mandated statewide overall DBE goal. B. The goal for DBE participation for this contract is 7.0%. 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. C. DBEs and other small businesses, as defined in 49 CFR, Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds. Consultant 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, Part 26 in the award and administration of US DOT-assisted agreements. 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. D. Any subcontract entered into as a result of this contract shall contain all of the provisions of this section. E. A DBE firm may be terminated only with prior written approval from the City and only for the reasons specified in 49 CFR 26.53(f). Prior to requesting the City consent for the termination, Consultant must meet the procedural requirements specified in 49 CFR 26.53(f). F. 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. G. 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. H. 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. I. 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. DBE prime consultants shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. J. 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-five percent (25%) 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. K. 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. SECTION 20. Section 10.13, Safety, is hereby added to read: 10.13 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 Divisions 11, 12, 13, 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 6705, 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. SECTION 21. Section 10.14, National Labor Relations Board Certification, is hereby added to read: 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. SECTION 22. Exhibit T", Schedule of Compensation, is hereby deleted and replaced with the revised Exhibit T" included as Attachment 1 to this Amendment No. 1. SECTION 23. Full Force and Effect. All terms, conditions, and provisions of the Professional Services Agreement (A6918), unless specifically modified herein, shall continue in full force and effect. In the event of any conflict or inconsistency between the provisions of this Amendment No. 1 and any provisions of the Professional Services Agreement (A6918), the provisions of this Amendment No. 1 shall in all respects govern and control. SECTION 24. Corporate Authority. The persons executing this Amendment No. 1 on behalf of the Parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment No. 1 on behalf of said party, (iii) by so executing this Amendment No. 1, such party is formally bound to the provisions of this Amendment No. 1, and (iv) the entering into this Amendment No. 1 does not violate any provision of any other agreement to which said party is bound. IN WITNESS WHEREOF, the parties have executed and entered into the Amendment as of the date first written below. ATTEST: CITY OF PALM SPRINGS, a California charter city and municipal corporation A By: TA ;Y: k—APrfhony\Lejia, t#K David H. Ready, E City ClerkCity M er APPROVED AS TO FORM: W,pi�AP.PT9 PY I ffY MANAGER Edward Kotkin City Attorney CONSULTANT NAME: By: Michael Baker International, Inc. Check one: _Individual _Partnership X Corporation Corporations require two notarized signatures: One signature must be from the Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. By: Notarized Signature of Chair the Chairman of Board, By: Notarized Signature of Secretary, Assistant Secretary, President,or any Vice President. Treasurer,Assistant Treasurer,or Chief Financial Officer By By ignature (notarized) Signature anzed Name: dt3 Name: G E ��Y�✓LI � Title: dic /�'se dr�f Title: ` ss�S /lj -J E-hG I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 S.cY'61Cc5b`f`dY'�f�`C'LY'd'S`S``<x:m<^nc`s�K',c('sS`i�CeSsSSrrczC,cr.ryreX.a-4cfc.�rn.Y:cSSY.L2'T6:C�Gt�'sC.t1'.c:CS`f5J^e A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document. State of California ) County of San Bernardino ) On before me, Maria Antonieta Medel, Notary Public Date Here Insert Name and Title of the Officer personally appeared Gary warkentin ------ Name(s) of Signer(s) Michael Tylman --------- who proved to me on the basis of satisfactory evidence to be the persons whose name(s) subscribed to the within instrument and acknowledged to me that tae/shee executed the same in -his/her/_their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s). or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph _ is true and correct. MARIAANTONIETAMEDEL WITNESS my hand and official seal. otary Public-California 1 a o; San Bernardino County y/7� ern/Q O Commission p 2250493 L My Comm.Expires Aug 16.2022 Signature__ ignature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:-�eA_u��w Gr,{rad 4en�nea} No.1 _ Document Date: � 1-1, 2-01-0 Number of Pages: 3 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer{s) Signer's Name: �3ry V\larke nk n Signer's Name: 11,A1ohLa( Ty<Wey-\ X Corporate Officer — Title(s): raPasdcnt Y�Corporate Officer — Title(s): SGcr&6Ly-,d Partner — ❑ Limited General ❑ Partner — ❑ Limited ❑ General Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact �7 Trustee ❑ Guardian or Conservator D Trustee , Guardian or Conservator Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02016 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 ATTACHMENT 1 Exhibits D, 10-019 10-02 and 10-K FOLLOWS THIS PAGE Exhibit D RF cEIVED BakerMichael We Make o Difference sEP z��a INTERNATIONAL BY: .............................. September 17, 2018 Mr. Bill Hemsley PE City Engineer City of Palm Springs Public Works & Engineering Department 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Subject: Request for Contract Amendment No. 1 (task cost adjustment without increase in total contract amount) Traffic Signal Improvements (HSIP Cycle 7) City Project No. 15-32 Federal Aid Project No. HSIP 5282(046) Dear Bill: Michael Baker International (Michael Baker) requests a net zero fee adjustment among sub- tasks to balance current budget overruns and shortfalls. Currently, specific sub-tasks, originally budgeted and approved prior to project initiation, have incurred additional effort during the project. Michael Baker's current billings have transparently shown the overages for the City's information and has been instructed to re-budget for a contract amendment. Design sub-tasks have been maximized to cover additional detail work, while other non- technical and management tasks have been reduced to balance the budget. Michael Baker requests to adjust and balance the sub-task costs without an increase in the total contract amount. The cost proposal work sheet outlines the adjustment request. We look forward to approval of this cost proposal and continue to deliver the final design phase of the project. Should you have any questions about this proposal, please feel free to contact me at(909)974-4917 or by e-mail at pimitticaambakerintl.com Sincerely, Paul Mittica, PE PTOE Project Manager Michael Baker International Attachments: 1. Cost Proposal Work Sheets 3536 Concours,Suite 100 1 Ontario,CA 91764 MBAKERINTL.COM Office:909-974-4900 1 Fax:909-974-4004 CITY OF PALM SPRINGS COST PROPOSAL(AMENDMENT NO.1) Federal Project No.HSIP 5282(046),City Project No.15-32 Professional Enaineerint Services for Traffic Signal Improvements HSIP Cycle] S..m.r,of Task Costs VC5 CURRENT (SUBCONSULTANT) PROPOSED AMENDED TASK NO. DESCRIPTION NAME CONTRACT BUDGET AMENDMENT AMOUNT IBM M1 t+red": 5 A.1 Proect Meetings,Coordination and Management $22482.85 - 11SR0.00 $312.96 $10589.89 A.2 Pro'ea Schedule $1692.75 $0.00 - 139.35 1543.40 im 1.1 Traffic Counts and Level of Service 20121.89 0.00 - 997.44 19124.45+ 1.2 Research of Record Information $2 827.59 $0.00 - 1388.53 $1439.06 1.3.i Preliminary Environmental Stud PES Form $10207.62 -$7475.00 - 1186.88 $1,545.94 1.3.ii Initial Site Assessment Checklist $3,200.00 - 3200.00 $0.00 13.111 Natural Environ memal Stud -Minimal lm Rs NES-MI $6775.00 -$6775.00 $0.00 1.3.iv Area of Potential Effects APE Map $2,500.00 - 2 500.00 $0.00 1.3m Historic Property Sumey Report HPSR Archaeological Sum"Report ASBj $17,035.130 - 1]035.00 Saw 1.3.vi Cate oriwl Ezcluslon CatEz NEPA 500.00 - 500.00 $0.00 1.3mii Cate oriral Ezem Lion(CEJ lCEQAJ1950.00 - 1950.00 $0.00 1AJ Summing and Topographic $45,990.23 $0.00 $783.96 $46774.19 A.ii I Utilities Coordination $19,965.85 .00 $19965.95 1Ami Utilitv Potholing 99B5.65 $0.00 - 49M.42 $49W13 1A.iv Right-of-Way 10574.3] S0.M - 7557.47 $3,016.90 1A.v Prelimina Desi n Conce tual La out Plans 35% 31 523.92 1 SOOD $1,606.02 $33129.94 11.1 Im ro.rnenf Plan Pre ration 65% $73,923.60 $0.00 $49,281.51 $123,205.11 11.2 Improvement Plan Pre ration I00 31820.92 $0.00 - 22051.90 $9769.02 11.3 Im rovement Plan Pre ration Final PS&E 11 219.25 $D.M - ]000.00 $4,219.25 11.4 Bid SUDD011 S5,800.87 $0.00 43.650.54 650.54 $2 150.33 111.1 Pre-Construction Mecefing $1.135.62 $0.w $1135.62 111.2 Construction SUM and As-Bullts $14,823.80 SO.00 14823.80 Direct Costs Reprographics Direct Costs Reproaraphics $5,834.00 -$834.00 - 2 400.00 $2 600.00 Mileage Mileage 702.00 $0.00 $702.00 Traffic Counts Traffic Counts $5,100.00 0.00 $5100.00 Potholin Potholing16000.00 0.00 16000.00 VCS $5 ,,849.00 $51,849.00 TOTAL $373,692.98 $0.00 $0.00 $373,682.98 Local Assistance Procedures Manual Exhibit 10-0I Consultant Proposal DBE Commitment EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT 1.Local Agency: City of Palm Springs 2.Contract DBE Goal: 7% 3.Project Description: Traffic Signal Improvements(HSIP Cycle 7) 4.Project Location: Palm Springs California 5.Consultant's Name: Michael Baker International 6.Prime Certified DBE: ❑ 7.Description of Work,Service,or Materials 8.DBE Supplied Certification 9. DBE Contact Information 10.DBE% Number VCS Environmental Julie Vandermost-Beeman 30900 Rancho Viejo Road#100 Environmental Services and Reports San Juan Capistrano,CA 92675 40141 949-234-6070 13.8% Local Agency to Complete this Section 17.Local Agency Contract Number: 15-32 18.Federal-Aid Project Number: HSIPL-5282(046) 11.TOTAL CLAIMED DBE PARTICIPATION 13.8% 19.Proposed Contract Execution Date: December 2016 Local Agency certifies that all DBE certifications are valid and information on IMPORTANT:Identify all DBE firms being claimed for credit, this forth is complete and accurate. regardless of tier.Written confirmation of each listed DBE is required. 07/20117 20.Local Agency Representative's Signature 21.Date 12.Prepa r s Signature 13.Date Paul J Mittica 909-974-4917 22.Local Agency Representative's Name 23.Phone 14.Preparers Name 15.Phone Project Manager 24.Local Agency Representative's Title 16,Preparer's Title DISTRIBUTION: Original—Included with consultant's proposal to local agency. Page 1 of 2 July 23,2015 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment ADA Notice: For individuals with sensory disabilites,this document is available in alternate formats. For information call(916)654-6410 or TDD(916)554- 3880 or write Records and Forms Management,1120 N Street,MS-89,Sacramento,CA 95814. INSTRUCTIONS—CONSULTANT PROPOSAL DBE COMMITMENT CONSULTANT SECTION 1. Local Agency- Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3.Project Description- Enter the project description as it appears on the project advertisement(Bridge Rehab, Seismic Rehab, Overlay, Widening, etc.). 4.Project Location - Enter the project location as it appears on the project advertisement. 5. Consultant's Name- Enter the consultant's fine name. 6.Prime Certified DBE-Check box if prime contractor is a certified DBE. 7. Description of Work,Services,or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 8. DBE Certification Number- Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids are opened. 9. DBE Contact Information-Enter the name, address,and phone number of all DBE subcontracted consultants. Also, enter the prime consultant's name and phone number, if the prime is a DBE. 10.DBE % -Percent participation of work to be performed or service provided by a DBE. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 11. Total Claimed DBE Participation % - Enter the total DBE participation claimed. If the total %claimed is less than item "Contract DBE Goal,"an adequately documented Good Faith Effort(GFE) is required(see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 12.Preparer's Signature- The person completing the DBE commitment form on behalf of the consultant's firm must sign their name. 13. Date-Enter the date the DBE commitment form is signed by the consultant's preparer. 14. Preparer's Name- Enter the name of the person preparing and signing the consultant's DBE commitment form. 15. Phone- Enter the area code and phone number of the person signing the consultant's DBE commitment form. 16. Preparer's Title- Enter the position/title of the person signing the consultant's DBE commitment form. LOCAL AGENCY SECTION 17. Local Agency Contract Number- Enter the Local Agency contract number or identifier. 18. Federal-Aid Project Number- Enter the Federal-Aid Project Number. 19. Proposed Contract Execution Date- Enter the proposed contract execution date. 20.Local Agency Representative's Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 21.Date- Enter the date the DBE commitment form is signed by the Local Agency Representative. 22.Local Agency Representative's Name-Enter the name of the Local Agency Representative certifying the consultant's DBE commitment form. 23.Phone- Enter the area code and phone number of the person signing the consultant's DBE commitment form. 24. Local Agency Representative Title- Enter the position/title of the Local Agency Representative certifying the consultant's DBE commitment form. Page 2 of 2 July 23,2015 Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment EXHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT 1.Local Agency: City of Palm Springs 2.Contract DBE Goal: 7% 3.Project Description: Traffic Signal Improvements(HSIP Cycle 7) 4.Project Location: Palm Spdngs California 5.Consultant's Name: Michael Baker International 6.Prime Certified DBE: ❑ 7.Total Contract Award Amount: $373,683.00 1 8.Total Dollar Amount for ALL Subconsullants: $51,849 9.Total Number of ALL Subconsullanls: 10.Description of Work,Service,or Materials 11.DBE 13. DBE Supplied Certification 12. DBE Contact Information Dollar Number Amount VCS Environmental Julie Vandermost-Beeman 30900 Rancho Viejo Road#100 Environmental Services and Reports San Juan Capistrano,CA 92675 40141 949-234-6070 13.8% Local Agency to Complete this Section $51,849 20.Local Agency Contract 15-32 Number: 14.TOTAL CLAIMED DBE PARTICIPATION 21.Federal-Aid Project Number: HSIPL-5282(046) 22.Contract Execution March 9,2017 13.8 Date: Local Agency certifies that all DBE certifications are valid and information on IMPORTANT:Identify all DBE firms being claimed for credit, this farm is complete and accurate. regardless of tier.Written confirmation of each listed DBE is required. �jy�j---- D7f20117 23.Local Agency Representative's Signature 24.Date 1-5—PrepargK Signature 16.Date Paul J Mittica 909-974-4917 25.Local Agency Representative's Name 26.Phone 17.Preparer's Name 18.Phone Project Manager 27. Local Agency Representative's Title 19.Preparers Title DISTRIBUTION: 1.Original—Local Agency 2.Copy—Caltrans District Local Assistance Engineer(DLAE).Failure to submit to DLAE vothin 30 days of contract execution may result in de-obligation of federal funds on contract. Page 1 of 2 July 23,2015 Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment ADA Notice: For individuals with sensory disabilities,Nis document is available in alternate formats. For information call(916)6546410 or TDD(916)654. 3800 or write Records and Forms Management, 1120 N Street,MS-89,Sacramento,CA 95814. INSTRUCTIONS— CONSULTANT CONTRACT DBE COMMITMENT CONSULTANT SECTION 1. Local Agency-Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal-Enter the contract DBE goal percentage as it appears on the project advertisement. 3.Project Description - Enter the project description as it appears on the project advertisement(Bridge Rehab, Seismic Rehab,Overlay, Widening, etc). 4. Project Location- Enter the project location as it appears on the project advertisement. 5. Consultant's Name-Enter the consultant's firm name. 6. Prime Certified DBE-Check box if prime contractor is a certified DBE. 7. Total Contract Award Amount-Enter the total contract award dollar amount for the prime consultant. 8. Total Dollar Amount for ALL Subconsultants—Enter the total dollar amount for all subcontracted consultants. SUM =(DBEs+all Non-DBEs). Do not include the prime consultant information in this count. 9.Total number of ALL Subconsultants—Enter the total number of all subcontracted consultants. SUM—(DBEs+all Non-DBEs). Do not include the prime consultant information in this count. 10.Description of Work,Services,or Materials Supplied- Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own forces, if the prime is a DBE. If 100%of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 11. DBE Certification Number- Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids are opened. 12. DBE Contact Information-Enter the name, address, and phone number of all DBE subcontracted consultants. Also,enter the prime consultant's name and phone number, if the prime is a DBE. 13. DBE Dollar Amount- Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 14. Total Claimed DBE Participation - S: Enter the total dollar amounts entered in the"DBE Dollar Amount"column. %: Enter the total DBE participation claimed ("Total Participation Dollars Claimed"divided by item "Total Contract Award Amount"). If the total %claimed is less than item"Contract DBE Goal,"an adequately documented Good Faith Effort(GFE)is required(see Exhibit 15-H DBE Information -Good Faith Efforts of the LAPM). 15.Preparer's Signature-The person completing the DBE commitment form on behalf of the consultant's firm must sign their name. 16.Date- Enter the date the DBE commitment form is signed by the consultant's preparer. 17.Preparer's Name-Enter the name of the person preparing and signing the consultant's DBE commitment form. 18.Phone-Enter the area code and phone number of the person signing the consultant's DBE commitment form. 19. Preparer's Title-Enter the position/title of the person signing the consultant's DBE commitment form. LOCAL AGENCY SECTION 20. Local Agency Contract Number- Enter the Local Agency contract number or identifier. 21. Federal-Aid Project Number-Enter the Federal-Aid Project Number. 22. Contract Execution Date-Enter the date the contract was executed. 23. Local Agency Representative's Signature-The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 24. Date-Enter the date the DBE commitment form is signed by the Local Agency Representative. 25. Local Agency Representative's Name- Enter the name of the Local Agency Representative certifying the consultant's DBE commitment form. 26. Phone-Enter the area code and phone number of the person signing the consultant's DBE commitment form. 27. Local Agency Representative Title-Enter the position/title of the Local Agency Representative certifying the consultant's DBE commitment form. Page 2 of 2 July 23,2015 Local Assistance Procedures Manual EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System EXHIBIT IO-K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL ]MANAGEMENT SYSTEM (Note: If requesting to utilize the Sgfe Harbor Indirect Cost Rate submit Attachment 1 of DLA-OB 13-07-Safe Harbor Indirect Cost Rote for Consultant Contracts found at http://roivw.(lot.ca.gov/hcl/Loc(ilProgrmm/DLA OBIDLA_OB.bbu in lieu of this form.) Certification of Final Indirect Costs: Consultant Firm Name: VCS Environmental Indirect Cost Rate: _179.5for fiscal period l/1/2015to12/31/2015 *Fiscal period covered for Indirect Cost Rate developed (not the contract period). Local Government: City of Palm Springs Contract Number: Project Number: HSIPI:5282 (4b) 1,the undersigned,certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief: I. All costs included in this proposal to establish final Indirect Cost Rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations(FAR)of Title 48, Code of Federal Regulations(CFR), Part 31. 2. This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CPR, Pant 31. All known material transactions or events that have occurred affecting the finn's ownership,organization,and Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above. Certification of Financial Management System: I,the undersigned,certify to the best of my knowledge and belief that our Financial Management System meets the standards for financial reporting,accounting records, internal and budget control as set forth in the FAR of Title 49, CFR, Pant 18.20 to the extent applicable to Consultant. Certification of Dollar Amount for all A&E Contracts: 1,the undersigned, certify that the approximate dollar amount of all A&E contracts awarded by Caltrans or a California local agency to this firm within the last three(3)calendar years for all State DOT and Local Agencies is S_3,800,000 and the number of states in which the firm does business is Certification of Direct Costs: I,the undersigned,certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s)in this contract are reasonable,allowable and allocable to the contract in accordance with the cost principles of the FAR of Title 48,CFR,Part 31. Allowable direct costs to a Government contract shall be: Page I of 2 LPP IS-01 January 14,2015 Local Assistance Procedures Manual EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System I. Compliant with Generally Accepted Accounting Principles(GAAP)and standards promulgated by the Cost Accounting Standards Board(when applicable). 2. Compliant with the terms of the contract and is incurred specifically for the contract. 3. Not prohibited by 23 CFR,Chapter I, Part 172—Administration of Engineering and Design Related Service Contracts to the extent requirements are applicable to Consultant. All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project tiles. Subconsultants(if applicable) Proposed Contract Amount(or amount not to exceed if on-call contract): $ Prime Consultants(if applicable) Proposed Total Contract Amount(or amount not to exceed if on-call contract): $ Prime, list all Subconsultants and proposed subcontract dollar amounts(attach additional page if necessary): $ Consultant Certifying(Print Name and Title): Name: Julie Beeman Title: President Consultant Certification Signature .I Date of Certification(ni njdd/yyyy): Consultant Contact Information: Email: _ibeeman@vcsenvironmental.com Phone number: 949-489-2700 x203 **An individual executive or financial officer of the consultant's organization at a level no lower than a Vice President or Chief Financial Officer,or equivalent, who has authority to represent the financial information Utilized to establish the Indirect Cast Rate proposal submitted in conjunction with the contract. Note: Per 23 U.S.C. 112(b)(2)(9), Subcaisnhonls must comply o'iih the FAR Coal Principles contained in 48 CFR. Paw 31. 23 CPR Part 1722 Definitions stale: Coosullanl means ille individnn!oi•firor providing engineering and design relalecl services as a parry• to the contract. Iliemfore.subconsilhon[s as lxrrlies of rr con/racl mlmw complete a cepgl1ration aid send originals to.I R.1 and keep copies in local dgenc,Projeel Files. Distribution: 1)06811jul to Cultrans Audits and Investigations 2)Retained in Local Agency Project Files Page 2 of 2 LPP 15-01 ,January 14,2015 Local Assistance Procedures Manual ENHIB11 10-K Consultant Certification of Contract Costs and Financial Panagement System ExinBIT 10-K CONSt.I:I ,AN-1 CF:R i'mCAT1ON of CONTRAc'r COSTS Am) FINANCIAL. �LaNA(:En1ENT SvsTr:a1 (Vole: If reyue.s'tin.- to utilize the Sup Harbor Indirect Cost Rate submi/At/echinew 1 of DLA-OB 13-017-Safe Harbor Indirect Coat Rate for Consultant Contracts Jbund at !t//p://n•rvn.dot.e•a.�otdhq/Lne'rrlProkrarns/DLA_OB/DL A_OB.htnt in liete of this forni.) Certification of Final Indirect Costs: con,nitant Fu,n Name Michael Baker International, Inc. Indirect Cost Rate: 155.49% * lhr fiscal period 01/01/2015 through 12/31/2015 "Fiscal period covered lot Indirect Cost Rate developed(not the contract period). Local Gmerumcnt: City of Palm S rin s Contract Number: 15-32 Project Number: HSIPL-5282 (46) h the undersigned. certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified aboN e and to the best o1 nry knowledge and belief. I. All costs included in this proposal to establish final Indirect Cost Rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of Title 48. ('ode of Fcderal RcgulationS (CFR). Part 31. ?. This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR o1 48 CFR, Part 31, All kno"n material uunsactions or events that have occurred affecting Elie• firm s ownm'ship, organization. and Indirect Cost Rates havc been disclosed as of the dale of proposal preparation noted above. Certification of Financial Management System: L the undersigned. certifv to the best of my knowledge and belief that our Financial Management System mccls the standards for financial reportutg. accounting records, internal and hudget control as set foilb in the FAR of Title 44 CFR, Part 18.20 to the extent applicable to Consultant. Certification of Dollar Amount for all A&F. Contracts: I. the undersigned. cmtify that the approximate dollm amount of all AXE contaacts awarded by('altrans or a California local agency to this firm within the last three (3) calendar years for all State DOT and Local Agencies is s, 260M k -.-,—_ --_.--_-__--_-_ _ and the number of stales m which the lion does business as 45 Certification of Direct Costs: L the undersigned, certify to the best of nry knowledge and belief dial all direct costs identified on the cost proposal(s) in this contract arc reasonable. alloNable and allocable to the contract in accordance kith the cost principles of the PAR of Title 48, CFR. Part 31. Allowable direct costs to a Government comract shall be Page 1 of 2 LPP 15-01 Januarc 14,2015 Local Assistance Procedures 'Manual EXHIBfh Ill-A Consultant Certification ol'Contract Costs and Financial Management System I. Compliant m1h Generally Accepted Accounting Principles (GAAP) and standards promulgated by the Cost Accounting Standards Board (when applicablel. 2- Compliant with the terns of the conu'aci and is incurred specifically 1hr the contract. 1. ;dot pool iltiled by =, CFR. Chapter i. i'art )7- Adnunistrauim of Lnginecrmg and Design Related Service Conuacts to the extern requirement. ❑rc applicable to Consultant. All costs must be applied constsiently and fairly to aIi contracts. All documentation ofcompliance must be retained in the project tiles. Subconsultanls (if applicable) Proposed Contraci Amount (or amount not to exceed if on-call contract): S Prime Consultants (if applicable) 1roposed "Total CVmlraCt Amount (m amount not to exceed it on-call contract): $ 373,692.99 Prime. list all subconsuliants and proposed subconimci dollar anunurtS (auaeh additional page if necessary): Vandemiost Consulting- S 51,849 S 5 5 Consultani Cettilyijig(Print Nano and Tit1c): Name: Darin P. Johnson 'I itle: Vice President � ;' Consultan C't cnificatiun Sicnatmc *"` � rs�—z f � it_ Date of ertificaiion (mot/dd1YYYY) Consultant Contact Information: 1-mail Paul_Mittica,Project Mana_ger;_pjmittica mbakerintl-com Phone munber: (909) 974-4917 "An individual executnc of financial officer a Icvcl no lower than a Vicc President or Chief financial Officer, or equivalent. Nho hos authorih fu reprcxcnt the financial inlonuation utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contrncl. Note'. Per'P 1 S t I j lm21r8t. Srlhrrol,vdmlaw mwr romph ,Ih dry f.1R (o,!P, ,I,Illy,_,,imt,ibtcd in l,R('F/f. Prny 31 _':('FR 1'nry ! J Uelirtrtiur. ,knr (im:ulhuri umnna d!r md%:vJvul iu firm pnntdrrrq",Fgm,i'mi.e,lad d, I t r/,Ili d",i k c'it, «Pat-n 1u da-rnno-« t /'hrnauo. +ub,nn,m'lawu, ,,y"Jim W«ww,lh I"it"!<oulp)rrc,t rrtdir;nu....aidm nd mveinnls In t,l l Will A r rP, gnrn ui /u.«l ILtvlrl-I'ruln r F llr, Dj,1ri bnl!on: 11 0!i,imiI in[ sI iuiiI Audar.ind InTo-lR aII tin. ' ItcwincJ m I meal \ecncc I'i ol�ci(dc. Page 2 of 2 1,PP 15-01 January 14,2015 DAT O8124' DII'1'YY) A�o CERTIFICATE OF LIABILITY INSURANCE D8242D,B 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.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this IF certificate does not confer rights to the certificate holder in lieu of such endorsement(s). � PRODUCER CONTACT 1m0 Aon Risk Services Central, Inc. NAME: Pittsburgh PA Office c" / rj AJC.No.E.q: (866) 283-7122 ( No (800) 363-0105 D EQT Plaza - Suite 2700 E-MAIL p 62S Liberty Avenue ADDRESS: _ Pittsburgh PA 15222-3110 USA INSURERIS)AFFORDING COVERAGE NAICp INSURED INSURERA: Liberty Mutual Fire Ins CD 23035 Michael Baker International. Inc INSURER B: Liberty Insurance Corporation 42404 5 Hutton Centre Drive suite 500 INSURER C: Lloyd's syndicate No. 2623 AA1128623 Santa Ana CA 92707 USA INSURER D: XL Insurance America Inc 24554 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570072755690 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested LTR TYPE OF INSURANCE INB WVD POLICY NUMBER PDUCYEFF MDDIYVYYI LIMITS A X COMMERCIALGENERALUABIUTY TB EACH OCCURRENCE $2,000,000 CLAIMS-MADE MOCCUR General Liability $300,000 PREMISES Es occunence MED EXP(Any one person) $10,0o0 PERSONAL&ADV INJURY $2,000,000 m GEN'LAGGREGATE UMFAPPLIES PER: GENERALAGGREGATE ❑ 0 PRO- 0POLICY X LOG PRODUCTS 54,00 ,001 N 0 OTHER'. o A A52-681-004145-728 08/30/201808/30/2019 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY $2,000,000 Commercial AUTO - ADS Ea accitlenl X ANVAUTO BODILY INJURY(Per person) O 2 OWNED SCHEDULED BODILY INJURY(Per accitlem) N AUTOS ONLY AUTOS PROPERttOAMAGE N HIRFOAUTOS NON OWNEDU ONLY AUTOS ONLY Peraccident C Z: N D X UMBRELIA LIAB % OCCUR US00079952L118A 08/30/2018 09/30/2019 EACH OCCURRENCE $10,000,000 t) EXCESS LAB CLAIMS-MADE umbrella AGGREGATE $10,000,000 DED X RETENTION 410,000 B WORKERS COMPENSATION AND WA768DO04145778 08/30/2018 08/30/2019 X PER STATUTE OTH- EMPLOYERS'LIABILITY YIN Workers Comp - ADS ANYPROPRIETOR I PARTNER i EXECUTIVE E L.EACH ACCIDENT $1,000,000 OFFICEWMEMBER EXCLUDED? N NIA (Mandatory in NH) EL DISEASE EA EMPLOYEE $1,000,000 If yes_descdhe under -SURIPIH,N OF OPERATIONS below 11 OSEAcF-POiICY LIMIT $1,000,000 C E&o-PL-Primary PSDEF1800460 08/31/2018 08/30/2019 Per Claim 55.000,000 Professional Li alb. and CP Aggregate $5,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Addltlonal Remarks Schedule,may be adecbed N more apace Y required) RE: Highway Safety Improvement Program (HSIP) Cycle 7 Traffic Signal Modifications,City Project No. 15-32, Federal-Aid Project No. HSIPL-5282 (046)Ci city of Palm Springs, and its officers, council members, officials, employees, agents, and volunteers 1s rW included as AdQyi]ooa.LlfLs HrP,1 in accordance with the policy provisions of the General & Automobile Liabilijy .policy. >;'1 A Waiver '�y�� tr �rion is granted in favor of Certificate Holder in accordance w1 �T' provisions prove ons of the workers o ener p TT c evidenced herein is trim ve r /Non-Contributor to other insurance available to an Additional n s Insure , ut o y in accordance with the policy's pro on . CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE F. J " POLICY PROVISIONS. 1. City of Palm Springs - I AUTHORIZED REPRESENTATIVE 3200 E. Tahquitz Canyon Way Palm Palm Springs CA 92262 USA 6L tOl WV OE Sny 't' cJ�Osa ✓LrA/a�iLcau4� �ssllsaG✓vsa ©1988.2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER 57 00027699 ACORO® 0 • LO� ADDITIONAL REMARKS SCHEDUL Page _ of _ AGENCY NAMED INSURED Aon Risk services Central , Inc. Michael Baker International, Inc POLICY NUMBER See Certificate Number: 570072755690 CARRIER NAIC CODE See Certificate Number: 570072755690 EFFECTNE DATE'. ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additional Descnption of Operations I Locations I vehicles: should any of the above described policies, be cancelled before the expiration date thereof, the policy provisions will govern how notice of cancellation may be delivered to certificate holders in accordance with the policy provisions of each policy. ACORD 101(2001 1) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD PROFESSIONAL SERVICES AGREEMENT Michael Baker International, Incorporated Highway Safety Improvement Program (HSIP) Cycle 7 Traffic Signal Modifications, City Project No. 15-32, Federal-Aid Project No. HSIPL-5282 (046) THIS PROFESSIONAL SERVICES AGREEMENT ( "Agreement") is entered into, and effective on M&(dA q , 2017, between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, ("City") and Michael Baker International, Inc., a Corporation from the State of Pennsylvania ("Consultant'). City and Consultant are individually referred to as "Party" and are collectively referred to as the "Parties". RECITALS A. City has determined that there is a need for preofessional environmental and engineering design services for the Highway Safety Improvement Program (HSIP) Cycle 7 Traffic Signal Modifications, City Project No. 15-32, Federal-Aid Project No. HSIPL-5282 (046), ("Project'). B. Consultant has submitted to City a proposal to provide environmental, engineering and consution support to City for the Project under 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 in this Agreement. D. City desires to retain Consultant to provide such professional services. In consideration of these promises and mutual obligations, covenants, and conditions, the Parties agree as follows: AGREEMENT 1. 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" (the "Services" or "Work") , which is attached and incorporated by reference. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required in this Agreement. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. ORIGINAL BID 1 AND/OR AGREEMENT 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the City's Request for Proposals; and, (4) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), (collectively referred to as the "Contract Documents"). The City's Request for Proposals and the Consultant's Proposal, which are both attached as Exhibits `B" and "C", respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal. All provisions of the Scope of Services, the City's Request for Proposals and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract 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: (151) the provisions of the Scope of Services (Exhibit "A"); (2"d) the provisions of the City's Request for Proposal (Exhibit `B"); (P) the terms of this Agreement; and, (4") the provisions of the Consultant's Proposal (Exhibit "C„). 1.3 Compliance with Law. Consultant 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. 1.4 Licenses, Permits, Fees, and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the Work and Services required by this Agreement. Consultant 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. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services, 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 to prevent losses or damages. Consultant 2 shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. 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 Additional Services. City shall have the right at any time during the performance of the Services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No such extra work may be undertaken unless a written order is first given by the City to the Consultant, incorporating any adjustment in (i) the Maximum Contract Amount, as defined below, and/or (ii) the time to perform this Agreement. Any adjustments must also be approved in writing by the Consultant. Any increase in compensation of up to twenty-five percent (25%) of the Maximum Contract Amount or $25,000, whichever is less, or in the time to perform of up to thirty (30) days, may be approved by the City Manager, or his designee, as may be needed to perform any extra work. Any greater increases, occurring either separately or cumulatively, must be approved by the Palm Springs City Council. It is expressly understood by Consultant that the provisions of this section shall not apply to the services specifically set forth or reasonably contemplated within the Scope of Services. 2. 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 Three Hundred SevAy Three Thousand Six Hundred Eighty Three Dollars, ($373,683) ("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. 3 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 submit to the City an 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 requests shall be based upon the amount and value of the services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or as soon as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Chances in Scope. In the event any change or changes in the Scope of Services is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or work, when required by the enactment or revision of any subsequent law; or B. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated by the City Council for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the City. 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 a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered under this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant (financial inability excepted) if Consultant, within ten (10) days of the commencement of such delay, notifies the Contract Officer in writing of the causes of the delay. 4 Unforeseeable causes include, but are 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. The City Manager shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the City Manager such delay is justified. The City Manager's determination shall be final and conclusive 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 under this section. 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 four (4) 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. 3.5 Termination Prior to Expiration of Term. 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. Where termination is due to the fault of Consultant and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. 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 stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. Consultant may terminate this Agreement, with or without cause, upon sixty (60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Consultant may determine. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is designated as being the principal and representative of Consultant authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement: Michael Sutton, Vice President/Office Manager. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be the City Manager or his/her designee ("Contract Officer"). Consultant shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the services. Consultant shall refer any 5 decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign full or partial performance of this Agreement, nor any monies due, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest in this Agreement 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 in this Agreement 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 under this Agreement without the express written consent of City. 4.4 Independent Contractor. The legal relationship between the Parties is that of an independent contractor, and nothing shall be deemed to make Consultant a City employee. A. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act or represent themselves as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not have any authority to bind City in any manner. This includes the power to incur any debt, obligation, or liability against City. 6 C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services. If for any reason any court or governmental agency determines that the City has financial obligations, other than under Section 2 and Subsection 1.8 in this Agreement, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subcontractors, or agents, Consultant shall indemnify City for all such financial obligations. 5. INSURANCE 5.1 Types of Insurance. Consultant shall procure and maintain, at its sole cost and expense, the insurance described below. The insurance shall be for the duration of this Agreement and includes any extensions, unless otherwise specified in this Agreement. The insurance shall be procured in a form and content satisfactory to City. The insurance shall apply against claims which may arise from the Consultant's performance of Work under this Agreement, including Consultant's 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 in this Agreement. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided under this Agreement shall be on an occurrence basis. The minimum amount of insurance required shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification under (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 under this Agreement. (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain 7 continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If" Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. 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 or his/her designee prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self- 8 insured retentions in excess of $10,000, and the City Manager or his/her designee 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 under this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance with respect to the City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 No required insurance coverages may include any limiting endorsement which substantially impairs the coverages set forth in this Agreement(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 in this Agreement. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage 9 and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required in this Agreement, expiring during the term of this Agreement, have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. 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, or as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impair the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided 10 by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coveraee. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or(2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured... " ("as respects City of Palm Springs Contract No. " or 'for any and all work performed with the City"may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No. or 'for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 11 6. INDEMNIFICATION 6.1 Indemnification and Reimbursement. To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Consultant's employees included), for damage to property, including property owned by City, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant's performance under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant's indemnification obligation or other liability under this Agreement. Consultant's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 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 (at Consultant's sole cost and expense), 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, 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 subcontractors, or arise from Consultant's negligent, reckless or willful performance of or failure to perform any term, provision, covenant or 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. The Consultant shall require all non-design-professional sub-contractors, used or sub-contracted by Consultant to perform 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 addition, Consultant shall require all non- design-professional sub-contractors, used or sub-contracted by Consultant to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the 12 Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by Contract Officer. 7. REPORTS AND RECORDS 7.1 Accountin! Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement, or as the Contract Officer shall require. Consultant acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed under this Agreement. For this reason, Consultant agrees that Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the contemplated Work or Services. If Consultant is providing design services, Consultant shall promptly notify the Contract Officer the estimated increased or decreased cost for the project being designed if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the design services. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement. 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. 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 resulting damages. Consultant may retain copies of such documents for their own use. Consultant shall have an unrestricted right to use the concepts embodied tin this Agreement. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them. In the event Consultant fails to secure such assignment, Consultant shall indemnify City for all resulting damages. 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. 13 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Default of Consultant. Consultant's failure to comply with any provision of this Agreement shall constitute a default. A. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing shall limit City's right to terminate this Agreement without cause under Section 3.5. B. If termination is due to the failure of the Consultant to fulfill its 14 obligations under this Agreement, City may, after compliance with the provisions of Section 8.3A, take over the work and prosecute the same to completion by contract or otherwise. The Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages). The City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided in this Agreement. 8.4 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. 8.5 Riehts 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. 8.6 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct, remedy or recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 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. These include but are not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 15 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Contractor enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant A¢ainst Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyrisht Infrineement. 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: A. 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 arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. 16 B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement 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. Consultant shall not be obligated to indemnify City under any settlement that is made without Consultant's consent, which shall not be unreasonably withheld. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notice. Any notice, demand, request, consent, approval, or communication that either party desires, or is required to give to the other party or any other person shall be in writing. All notices 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. All notices shall be deemed received upon the earlier of(i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, and instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To Ci City of Palm Springs Attention: City Manager & City Clerk 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: Michael Baker International, Inc., 5-410 Gerald Ford Drive, Suite 100 Palm Desert, California 92111 Attention: Michael Sutton, Vice President/Office Manager Telephone: (760) 346-7481 Facsimile: (760) 346-8315 10.3 Integrated Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter in this Agreement. 10.4 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement by all Parties. 10.5 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. If any provision 17 of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for in this Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party to this Agreement. 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party 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 he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. 18 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: By: itDavid H. Ready City Manager APPROVED AS TO FORM: ATTEST By: �Oa— By: 44vt:�- DougW C. Holland, dames Thompserr, a+41 evt D. KML City Attorney City Clerk APPROVED BY CITY COUNCIL: APPROVED V CITY COUNCIL Mis Date: Agreement No. Corporations require two notarized signatures. One signature must be from Chairman of Board,President,or any Vice President. The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer. CONSULTANT NAME: Michael Baker International Check one Individual Partnership X Corporation 75410 Gerald Ford Drive,Suite 100 Address Palm Desert,CA 92211 By By Signature(Nolariz� ) Signatur (N tariz� Darin Johnson Michael Tylm n Senior Vice President Assistant Secretary 19 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or ocher officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy, or validity of that document. State of California } County of m a-a .tin a-- } Onr_Zw . w.vh 3d;9-P17 before me, 0,\&,g., !2AL c,27` 42v27� A-41'C 'Da efet r Here Insert Name anTitle of the Officer personally appeared Ida—r,k J N-, S e &-\— Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. - - - - - - - - - - - - - - - - - - - CINDY OKAMOTO WITNESS my hand and official seal. f `"+ Commission # 2006352 a = '. Notar Public -California z y s Orange County Signature My Comm Expires Feb 0, 2017 Signatu of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document 6l� 7 /_ Title or Type of Document: �roFSan/rrwy ,.,(, !� /P Sro�l Number of Pages: Signer(s) Other Than Named Above: 1� Capacity(ies) Claimed by Signer(s) Signer's Name: _ Signer's Name: ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — II Limited ❑General J Partner — ❑ Limited f l General L_i Individual L]Attorney in Fact ❑ ual ❑Attorney in Fact I I Trustee Li Guardian or Conservator ❑Trustee -1 Guardian or Conservator ❑Other: I ' Other: Signer Is Representing: Signer Is Represen 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 scc.�.r.�r.�x:.r�rrsr�c.�racesss.,���:r�srr�c�s.�r,�.ra��r,�ecr.�c�cssrs.�c�.r�r�cssas�carss�r�r�r.�r�r.ss�c� Lpublic or other officer completing this certificate verifies only the identity of the individual who signed the nt to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of O r. x.r X_ ) / On �b 10 before me, l�o.—,�r-o?d A)o to ere Insert Name and Title of the Officer personally appeared ytt, c4. .t_ Kta_i _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. CINDY OKAMOTO WITNESS my hand and official seal. Commission 2006352 Notary Public - Californini a z Orange County > Signature My Comm Expires Feb 3. 2017 Signatu f Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document #s i P C c l¢ � Title or Type of Document: ko F 54✓dt rev Deswaem- ate: 7 ra-A�;rc Srq,e �✓ /S Number of 'ag� Signer(s) Other Than Named Above: Capacity(ies) Claim�tf i ner(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner — Limited is General Pa Limited General Individual Attorney in Fact Individual ttorney in Fact Trustee Guardian or Conservator Trustee Gu an or Conservator Other: Other: Signer Is Representing: Signer Is Representing: _ .?c^�,zcx:c.<:csr-c^u^�c+=.scx^ccu^4c^c:�.ur=e�^ a+-c.+�sccx�,•ccswu�:u�=csezxxcsccscc^to�c^!�c^w^rcw•wcczu^cc.._ - •^cr.� 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 EXHIBIT"A" SCOPE OF SERVICES EXHIBIT "A" SCOPE OF SERVICES The Michael Baker Team has developed this scope of work in accordance to the City's REP and Caltrans Local Assistance Procedures Manual.Our experience with the Garnet Street Bridge Replacement and Pomona ADA/ATP projects have proven that the Michael Baker approach to scope of work will be successful for the City's Traffic Signal Improvements(HSIP Cycle 7)projectRESPONSIBLE DELIVERABLESTASK DESCRIPTION A.PROJECT MANAGEMENT Task AA 1 CONSULTANT will be responsible for overall One(1)Kick-Off • Paul Mittca Project Meetings, ! project management,quality control,liaison with I MeetingfMinutes • Rebecca Yang Coordination,and CATRANS and other affected agencies, and v Fourteen(14)Monthly Management progress monitoring and maintenance of Project PDT MeettrgsrMinutes files. CONSULTANT will meet with the CITY to ✓ One(1)City Council confirm the scope of design. CONSULTANT will i Meetirgt0ty Council supervise, coordinate, monitor and review 1 Study Session i project for conformance with CALTRANS and Quality Control Plan CITY standards, policies and procedures. v Request for CONSULTANT will attend monthly PDT i Authorization for meetings. Monthly invoices will be prepared to ` Construction document progress on the PROJECT. 1 CONSULTANT will prepare RFA for j Construction subsequent to Phase I and Phase 11 tasks ' Task A.2 CONSULTANT colt develop a project schedule ✓ Baseline Project Paul Mattis _- Project Schedule for delivery of majo milestones. The schedu Schedule will be updated on a monthly basis and v Monthly Updates and distributed at the PDT meetings. Distribution E PHASE EIMRONMENTAL AND PRELIMINARY ENGINEERING Task 1.1 CONSULTANT will implement a traffic data v Traffic Counts • Carla Dietrich Traffic Counts and collection program to obtain intersection turning Level of Service Level of Service movement data at the 18 study intersections for Ana" use in the left turn treatment alternatives analysis. Vehtcie, bicyclist, and pedestrian counts will be collected during a typical weekday (Tuesday through Thursday) of a non-holiday week, Data will be collected during 3 hours of the AM Peak period and 3 hours of the PM Peak period. The data collection program will be conducted while local schools are in session to assure an accurate representation of typical conditions. A technical memorandum will be prepared to document the analysis process and to provide the recommended left turn phasing treatments for each of the study intersections. Task 1.2 CONSULTANT wilt review existing report, Photographs Various Research of studies, mapping, standards, plans, as-builts Inventory list of related Record and other information for the PROJECT materials Information I provided by the CITY and obtain Ihrorgh v GIS Mapping available records and CIS databases. RESPONSIBLE TASK DESCRIPTION DELIVERABUS STAFF CONSULTANT will maintain a database of available material. Task L3 Environmental ----- T ---------- Task 1.3.1 CONSULTANT wig prepare and submit the PES + PES Form Essra Mosiafavi Preliminary Form and all required attachments to Environmental CALTRANS for review and comment,using the Study(PES)Farm i standard form avaiable on the SER wetrsile and ! I following the procedures outlined in Chapter 6 of j fhe Local Assistance Procedures Manua Task 1.3 ii CONSULTANT will prepare an Initial Site ✓ Initial Site Assessment Essra Mostafavi Initial Site Assessment(SSA)Checklist in accordance with Checkld Assessment the CALTRANS SER. The ISA Checklist will Checklist evaluate site history, e)usting observable conditions, current site use. and currerd and father uses of surrounding properties to identity fhe potential presence of recognized ' environmental conditions associated with the site. Task LIM CONSULTANT will prepare a CALTRANS NES- J NES-Ml Wade Caffrey Natural M I reporL The report will include a brief analysis Environmental ; of projed impacts to biological resource, it any, Study—Minimal ; recommendations for firther studies Jut may be ! Impacts(NES-MI) 1 needed prier to development, permit i requirements, and suggested mitigation # measures if nece Task 1.3.iv CONSULTANT will mare the APE Map which J APE Map Curt Dukelthke Area of Potential wit depict the area impacted by the Project, CRM Effects(APE)Map inducing staging, construction access areas, arid any utility and property relocation work.The map will be plotted on an aerial photograph generated by t31S at a scale of t'=M, with a bar scale. The map wiW depict its: locations of any cultural resources identified in the APE. CALTRANS wit approve the APE map prior to of the HPSR Task 1.1v CONSULTANT will prepare an HPSR which will v HPSR Cut Duke/Duke Historic Property summarize consultation and decisions r ASR CRM Survey Report pursuant to Section 106. It will document (HPSRjlArchaeolo delineation of the APE, oommple5on of the gical Survey identification phase, completion of National Report(ASR) Register of Historic Places eligibility,evakration of the resources within the preyed APE,and,if relevant, a finding of no historic properties affected or no adverse effect with standard conditions. The HPSR will be used to request SHPO`s concurrence on determunations of L49bifity or neGgibikty for properties within the project area of the APE to be evaluated. The ASR wilt include an archaeological survey and archival research conducted by a qualified Task 1.3.vi CONSULTANT wit coorcinate with CALTRANS ✓ Categorical Exclusion Essra Mcistafavi in the of the CatEx and will prov& RESPONSGLE TASK DESCRIPTION DELIVERABLES STAFF Categorical all necessary informatimVitems required for Exclusion(CatEx) inclusion in the CatE-x, including the (NEPA) Environmental Commitments Records E( CR). _ _—_--- Task 1.3.vii CONSULTANT will prepare a Categorical ✓ Categorical Exemptitiom Sean Noonan Categorical Exemptim (CE) for CEQA compliance in Exemption(CE) accordance with Public Resources Code(PRO) (CEQA) 290M,14 California Code of Regu latio ms(CCR) I Met seq.Since the project is anticipated to remain within the existing right-of-way and no expansion of rapacity wig occur, these improvements are anticipated to be consistent with exemptions from the CEQA idelines- Task 1.3.viii CONSULTANT vall prepare a Water Quality Water Quality Technical g Tanya Water Quality Technical Memorandum (WQTM). The memo Memorandum Bileakjian Technical will qualitatively discuss the Project's impacts on Memorandum receiving water quality during construction and post conditions based on the re nears applicable stormwater regulations and consistent with the National Pollutant Discharge Elimination System (NPDES) permit requirements. it will characterize the baseline water quality conditions, identity the potential water quality issues from developing the prod, and identify applicable mitigation measures Best M2Mment Practices). Task 1.4 Preliminary Engineering Task Lti CONSULTANT will prepare base neaps showing +' Topographic Map in 9 Chnsthpter Surveying and existing and planninetric features, AutoCAD Format Alberts Topographic centerlines and rghts-of-way included in the ✓ Fieldsurvey Mapping prtect site lu its. ✓ Right-of-way Base Map r Poihok?§urveys Task 1.4.ii CONSULTANT will c d re with the Inventory Est of existing - Marie Kagan utilities utility owners, CITY, CALTRANS' Utility utilities Coordination Coordination staff,and according to Chapter 14 w tfhW Matrix LAPM including: Coordination • Utility Record InformationtAs-Buns Review LeifersJNoticesf Initial As-W tRequ gists Requests Verification Letters Utility Cerfificabon Final Notices to Owners a Utility Matrix Utility Cotficationj It is assurned that utifdy adjustments(to grade) are included in the project, and that all utility relocations would be avoided.As a result,utility agreement nobs are not part of this scope of work. j Task L4.fii CONSULTANT will provide a pothole exhibit fo ; ✓ Pothole Exhibit Mare Kogan Utility Pot► ing the Clay for approval prior to initiatiig poiig ✓ Twenty(26)Poihdes activities. All coordination activities are captured in the UUbes rird narb rn al�The exh will depict the location of possible Z conlGcts- The task assumes no moo thorn twenty {2Q) j potholes. Additional potholes will be coNecded at �— — — — RESPONSIBLE TASK DESCRIPTION DELIVERABLES STAFF an additional fee. Survey will be conducted before and after potholing to docwnent utility I locations- Task 1.4.iv CONSULTANT will provide right-of-way ✓ Right-cf-Way Rebecca Young Right-of-Way research utilizing GIS or equal type information Certification to identify right-of-way and include existing property laces with right-of-way and easement areas_ A Right of Way Certification will be completed. It is assumed all vrak will be completed within existing RfW and that utlity relocations edit be avoided Task 1.4.v CONSULTANT will provide conceptual layout v Conceptual Layout - Octavio Preliminary Design plans showing tentative traffic signal pole Plans,Nineteen(19) Hernandez (Conceptual locations, signing and striping, ADA compliant . Josh McNeil Layout Plans. pedestrian access ramps and addriionat 35%) information pertinent to the HSIP Grant Application. C.PHASE It—ENC49EERING DESIGN-PLANS,SPECIFICATfONS,ANO ESTIMATES PS&E Task IL1 CONSULTANT will provide (at a minimum) of Title Sheet Octavio Improvement Plan 1"=20'plan view scale:Title Sheet.Construction Detail Sheets,Two(2) Hernandez Preparation(6504} Note Sheets, Details Sheets, Roadway Plan Roadway Plans,. Bandon Reyes View and Section Sheets, Profile Sheets for Nineteen(19) I Josh McNeil Curb Returns,Signing and Striping sheets with Curb Return Profit i Detail Sheet(s), Traffic Signal Plans and Signal I Sheets,Six(6) Timing Plans. r Striping and Signing PtansfDetails,Fifteen The base Construction Drawings will include (15} signature blocks, approvals & permits block, ( � Traffic Signal Plans, locations of improvements,easements,property Nineteen(19) lees,righ#s-of-way,all property addresses, and d Traffic Signal Details; al survey and title search data. As part of the Nineteen(1al completion of the base construction drawings, E iteen(Estana#e CONSULTANT will field review their proposed ` EngQuantities aignmentfer accuracy of existing improvements and and conditions, and include CITY to check ! policies and preferences for proposed alignment Roadway CONSULTANT will prepare 65 percent level layouts,curb return profiles and typical sections. It is assumed that no pavement deflection testing or pavement rehabildat--ti th------ will be required Private property owners will be compensated through the fight of way appraisal and acquisition process for any imparts to their property requiring any type of demolition,new or reconstructed improvements.No separate plans for any of these 'off-Me' demolition ifem or improvements will be prepared-Separate fight- of-way demolition plans and separate right-of- way denoifiori cDrmtruction may be required and will be the r Lsp=ft +of the CfTY. — TASK DESCRIPTION DELWERABLES RESPONSIBLE STAFF Matenal with Aerially Deposited Lead (Existing and Placement)will not be prepared as part of the Construction Demos nor Aerially Deposited j Lead Removal plan sheets. j Strnim and Sienna Plans CONSULTANT will prepare 65 percent level Striping and Signing Plans to stow existing arxd j proposed new signs. The plans will identify locations of painted and thermoplastic stripes ; and markings, pavement markers and delineators. The plans will include sign detags. Traffic Signal Plans CONSULTANT will prepare 65 percent level Traffic Signal Plans to show detailed traffic signal modification designs including existing equipment to remain, existing equipment to be ) removed,new equinmentto be installed,and the conductor and equipment schedules. it is assumed that no geotechmcal tes* or calculations will be requited Quantity and Cost Estimates CONSULTANT will prepare 65 percent level I engineer's construction cost estimate and j quantity calculations. Excluded Plans j • Traffic Control Plans I Construction Phasing j I Detour Plans wig nut be prepared • A SWPPPIWQP will not be prepared Utility Location Plans will not be prepared LandscapelAestheticilmigation Plans will not be prepared • Drainage Plans will not be prepared • Material with ADL ADL Removal Plans • RAN Demo Plans Task 11.2 CONSULTANT will prepare 100% crostructicn r 000%PS&E Package Octavio_ Improvement Plan drawings, engineer's estimates, which Hernandez Preparation t#(ld°lo incorporate all review comments on the 65% - Brandon Reyes PS&E) construction drawings and input from any Josh McNeil pemvtting agencoslerditieslutidies. At 100% stage CONSULTANT will also include an engineer's estimate and technical provisions in accordance with and Cattrans uirements. Task 11.3 CONSULTANT wig prepare Final PS&E f Final PS&E Package Octaves Improvement Plan construction drawings which incorporate all Hernandez Preparation(Final review comments on the 100% construction Brandon Reyes PS&E) drawings and input from any petrnitfing Josh McNeil agenciesientitiesWities. At Final PS&E stage CONSULTANT will also include final specifxa6ons and engineers estimate in accordance with C' requirements- DESCRIPTIONTASK DELIVERABLES RESPONSIBLE STAFF Task 11.4 CONSULTANT will attend the pre-bid meeting ✓ Pre-Bid Meeting Paul Mittica Bid Support with the appropriate technical personnel. When ! Attendance requested by the CITY; CONSULTANT will ✓ Responses to bidder respond to bidder inquiries.When requested by inquiries CITY, CONSULTANT will prepare bid Addendum documents addendum documents and plans. and plans,up to two(2) t D. _ addendums Phase UI—_C_O_NSTRUCTtON SUPPORT Task 111.1 CONSULTANT will attend the pre-construction Pre-Construction Paul Mit ica Pre-Construction meeting with the appropriate technical Meetng Attendance Meetin�.._.._..._._......_..._'' personnel.Task 111.2 CONSULTANT will draft responses to contractor ✓ RFI responses Brandon Reyes Construction inquiries and RFIs as requested by the Resident ✓ Contract Change Josh McNeill Support and As- Engineer. CONSULTANT will draft and assist Orders Builts the CITY in issuing Contract Change Orders as ✓ As-Built Drawings requested by the CITY. While CITY is responsible for maintaining field as-built plans, CONSULTANT will keep records of changes based solely on information provided by the CITY and CONSULTANT in response to RFI's and additional drawings prepared at the CITY request. These marked up plans from CITY will form the basis for the development of the Final Record Drawings. CONSULTANT assumes no responsibility for the accuracy of the information provided by the Resident Engineer. In developing the final record drawing PS&E; CONSULTANT will follow all requirements specified by the CITY and submit to the C!Y no later than 60 days after construction contract acceptance by the CITY. It is assumed that the CITY will pay for Tribal Monitoring. EXHIBIT "B" CITY'S REQUEST FOR PROPOSALS CITY OF PALM SPRINGS, CA NOTICE INVITING PROPOSALS FOR RFP#03-17 TRAFFIC SIGNAL IMPROVEMENTS (HSIP Cycle 7) CITY PROJECT NO. 15-32 FEDERAL AID PROJECT NO. HSIPL-5282 (46) NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals (RFP #03-17) from qualified professional firms to provide the City with traffic engineering design services related to n HSIP Cycle 7 project, City Project No. 15-32 Federal Aid Project the Traffic Signal Improvements ( y ) p � y � 1 No. HSIP:5282 (046). PROJECT LOCATION: Palm Springs, CA SCOPE OF SERVICES: The scope of work will consist of the preparation of Environmental Documents and Technical studies, and all other related documents and/or reports, to comply with applicable local, state and federal regulations, policies, procedures, manuals and standards necessary to obtain CEQA/NEPA environmental approvals; preparation of Plans, Specifications and Estimates (PS&E) for the Project; and construction support. It is imperative that all activities associated with this project conform to the Caltrans Local Assistance Procedure Manual, otherwise, federal funding will be jeopardized. OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP documents may be downloaded via the internet at www.paimspringsca.gov (go to Departments, Procurement, Open Bids & Proposals), or by calling the Office of Procurement and Contracting, (760) 322-8373. Upon downloading the RFP via the internet, contact Craig Gladders, Procurement and Contracting Manager, via email at craig.gladders(a)palmspringsca.gov to register as a firm interested in this specific project, providing your company name, contact person, contact email address, office address, office phone and office fax. Failure to register as above may result in not receiving Addenda to the RFP. Failing to acknowledge Addenda may result in your proposal being non-responsive, or may negatively impact the evaluation of your proposal. We strongly advise that you follow the registration instructions above if you are interested in submitting a proposal. 'Note — registering for this specific project is a separate process and not the same as registering online in our general vendor database. EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been developed in the Request for Proposals (RFP) format for the acquisition of Professional Services on the basis of demonstrated competence and qualifications for the type of services required consistent with the provisions of CA Government Code 4525/4526 and Municipal Code 7.04.050. Accordingly, firms should take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to determine which proposal best meets the requirements set forth in the RFP document. PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA, but shall be negotiated with the successful firm or firms to be fair and reasonable. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. The selected firm will be required to comply with all insurance and license requirements of the City. DEADLINE: All proposals must be received in the Procurement and Contracting Office, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, TUESDAY, OCTOBER 18, 2016. The receiving time in the Procurement Office will be the governing time for acceptability of Proposals. Telegraphic and telephonic Proposals will not be accepted. Reference the RFP document for additional dates and deadlines. Late proposals will not be accepted and shall be returned unopened. Page 1 of 44 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. Craig L. Gladders, C.P.M. Procurement and Contracting Manager September 14, 2016 Page 2 of 44 PA in, N\ CITY OF PALM SPRINGS, CA REQUEST FOR PROPOSALS (RFP) # 03-17 TRAFFIC SIGNAL IMPROVEMENTS (HSIP Cycle 7) CITY PROJECT NO. 15-32 FEDERAL AID PROJECT NO. HSIPL-5282 (46) Requests for Proposals (RFP # 03-17), for professional services related to the Traffic Signal Improvements for the City of Palm Springs, CA, (hereinafter the "RFP") will be received at the Office of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. Local Time, TUESDAY, OCTOBER 18, 2016. It is the responsibility of the respondent to see that any submittal sent through the mail, or any other delivery method, shall have sufficient time to be received by this specified date and time. The receiving time in the Procurement Office will be the governing time for acceptability of RFP submittals. Telegraphic, telephonic, faxed or emailed RFP submittals will not be accepted. Late RFP submittals will be returned unopened. Failure to register as a Respondent to this RFP process per the instructions in the Notice Inviting Requests for Proposals (under "Obtaining RFP Documents') may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a submittal as being non-responsive. We strongly advise that interested firms officially register per the instructions provided in the Notice. 1. PURPOSE: The City of Palm Springs is requesting proposals from qualified professional firms to provide the City with traffic engineering design services related to the Traffic Signal Improvements (HSIP Cycle 7) project, City Project No. 15-32, Federal Aid Project No. HSIPL-5282 (046) (hereinafter the "Project"). The selected firm will be expected to provide required professional services (including environmental services) to prepare plans, specifications and estimates ("PS&E"), and construction support for implementing the Project. The Project is made possible by funding through the federal aid Highway Safety Improvement Program (HSIP Cycle 7). 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 necessary coordination with Caltrans required to successfully implement the Project through all phases of work. The selected firm will be required to demonstrate adequate experience coordinating federally funded projects through Caltrans — District 8 (San Bernardino/Riverside counties), including the time and personnel commitments necessary to pursue federal environmental approvals with Caltrans District 8 staff. Staff from the selected firm assigned to work on this Project must have relevant experience with Caltrans District 8, including knowledge of and experience with the Caltrans Local Assistance Procedures Manual and other related guidelines. Page 3 of 44 SCHEDULE: Notice requesting Proposals posted and issued ...........................................September 14, 2016 Deadline for receipt of Questions.................................Monday, October 10, 2016, 3:00 P.M. Deadline for receipt of Proposals................................Tuesday, October 18, 2016, 3:00 P.M. Short List/ Interviews/, *if desired by City .........................................................to be determined Contract awarded by City Council ..................................................................... to be determined NOTE. There will NOT be a pre-proposal conference for this procurement. *Dates above are subject to change. "KEY" TO RFP ATTACHMENTS AND EXHIBITS: ATTACHMENTS BELOW ARE INCLUDED HEREIN WITHIN THE BODY OF THIS FILE: ATTACH MENT"A"- Signature Authorization Form, including Addenda acknowledgment. *Must be completed and included with Work/Technical Proposal envelope. ATTACHMENT "B" — Non Collusion Affidavit Form. *Must be completed and included with Work/Technical Proposal envelope. ATTACHMENT "C" — Debarment and Suspension Certification. *Must be completed and included with Work/Technical Proposal envelope. ATTACHMENT "D" — Sample boilerplate Contract Services Agreement (for reference only) EXHIBITS BELOW ARE SEPARATE FILES THAT MUST BE DOWNLOADED OFF OF THE INTERNET BUT ARE INCORPORATED AND REFERENCED HEREIN AND ARE INCLUDED AND PART OF THE RFP DOCUMENTS — BE SURE THAT YOU HAVE DOWNLOADED EACH EXHIBIT LISTED BELOW: EXHIBIT "1" - HSIP Cycle Grant Application EXHIBIT "2" -Authorization to proceed with preliminary Engineering (E-76) EXHIBIT "3" — Disadvantaged Business Enterprise Information Exhibit 10-1 2. BACKGROUND: On July 28, 2015, the Public Works and Engineering Department responded to Caltrans' Call for Projects for HSIP Cycle 7 funding, requesting consideration of funding to modify the traffic signals at 19 intersections throughout the City of Palm Springs. The purpose of the City's request is to modify selected traffic signals for improved visibility and install advanced dilemma zone detection for high speed approaches. Maps of the intersections and pictures of the existing conditions are included in the attached grant application. The City's grant application to Caltrans requested HSIP federal funds for an estimated $3,325,200 project, consistent with the HSIP federal program reimbursement rate of 100% of project costs. 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 leading to a Categorical Exemption in accordance with CEQA regulations, and a Categorical Exclusion in accordance with NEPA regulations. Page 4 of 44 The City has federal HSIP funds of $295,000 for the Preliminary Engineering phase of the Project. Please refer to Exhibit 2 (a separate file to download*) for the Authorization to Proceed with Preliminary Engineering (E-76) of the Project. 3. SCOPE OF WORK - ENGINEERING SERVICES The scope of work will consist of the preparation of Environmental Documents and Technical Studies, and all other related documents and/or reports, to comply with applicable local, state and federal regulations, policies, procedures, manuals and standards necessary to obtain CEQA/NEPA environmental approvals; preparation of Plans, Specifications and Estimates (PS&E) for the Project; and construction support. It is imperative that all activities associated with this project conform to the Caltrans Local Assistance Procedure Manual, otherwise, federal funding will be jeopardized. The project includes safety improvements for the following 19 signalized intersections. Intersection 1: N. Indian Canyon Dr. & E. Racquet Club Rd. Intersection 2: N. Sunrise Way & E. Racquet Club Rd. Intersection 3. N. Gene Autry Trail & E. Via Escuela Intersection 4: N. Sunrise Way & E. Amado Rd. Intersection 5: Sunrise Way & E. Tahquitz Canyon Way Intersection 6: N. Farrell Dr. & E. Tahquitz Canyon Way Intersection 7: S. Sunrise Way & E. Baristo Rd. Intersection 8: S. Farrell Dr. & E. Baristo Rd. Intersection 9: S. Sunrise Way & E. Ramon Rd. Intersection 10: El Cielo Rd. & E. Ramon Rd. Intersection 11: S. Paseo Dorotea & E. Ramon Rd. Intersection 12: Crossley Rd. & E. Ramon Rd. Intersection 13: S. Palm Canyon Dr. & E. Sunny Dunes Rd. Intersection 14: S Sunrise Way& E. Mesquite Ave. Intersection 15: Crossley Rd. & Dinah Shore Dr. Intersection 16. S. Sunrise Way & E. Palm Canyon Dr. Intersection 17: Smoke Tree Ln.-S. Cerritos Rd. & E. Palm Canyon Dr. Intersection 18: Barona Rd.-S. Farrell Dr. & E. Palm Canyon Dr. Intersection 19: Cherokee Way & E. Palm Canyon Dr. The project will improve safety 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 Consultant 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 (latest version), and California Manual on Uniform Traffic Control Devices (MUTCD) (latest version). Page 5 of 44 In general, the professional consulting services to be furnished for this 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; 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; prepare request for authorization to proceed with construction; attend the preconstruction meeting, answering all questions regarding the design and providing constructions support; and preparation of as-built drawings. The Consultant shall complete various tasks involved in planning, right-of-way review, NEPA and CEQA clearances, Plans/Specifications/Engineer's Estimate (PS&E) preparation, request for authorization for construction, bidding, and construction support, as shown, but not be limited to, in the list below. The following is a general description of the scope of services, but the Consultant shall anticipate any additional coordination or scope needed to meet the project goals and objectives in their proposal. A. GENERAL 1. Meetings As a minimum, the Consultant shall schedule and attend meetings in the planning phase as follows. a. Kickoff meeting including sub-consultants (if any). b. Project Development Team (PDT) meetings, monthly. C. City Council Meeting/Council Study Session 2. Schedule The project schedule shall be developed by the Consultant for the design and construction, and shall be provided to the City in both digital and hard copy. An updated schedule is to be handed out during the PDT Meetings. The project schedule shall be divided into tasks and subtasks in full detail including, but are not limited to, City function timeline, critical path, and other outside sources such as agencies or utilities. Some of the tasks shall be, but are not limited to, planning, environmental, design, relevant City Council meetings, Caltrans review, advertising, and construction. The schedule is to indicate anticipated durations for all tasks. B. PHASE I—PLANNING, ENVIRONMENTAL,AND CONCEPTUAL DESIGN (35% COMPLETE) 1. Traffic Counts and Level of Service Analysis a. Consultant shall obtain AM Peak and PM Peak turning movement counts at the intersection. b. Consultant shall prepare level of service analysis with protected/permissive and protected left turn phases at the intersection. C. Provide recommendations for the left turn phasing. Page 6 of 44 2. Research of Record Information a. The Consultant shall provide engineering services related to the research and investigation of utility company and agency records to secure all the information required to identify, locate and accurately layout all underground improvements, easements, centerline, right-of-way and private property lines. The research should include, but not be limited to, utility maps and street improvement plans. b. The City will provide copies of available pertinent City records, such as street plans, traffic signal plans, signing & striping plans, the City knowingly has in its possession: 3. Environmental The environmental procedures shall be in compliance with the Caltrans Local Assistance Procedures Manual (LAPM). The Consultant shall prepare Preliminary Environmental Study (PES) and submit to Caltrans for review and comments. The consultant shall prepare all necessary technical studies based upon Caltrans direction and findings from the prepared PES. The Consultant shall prepare, submit, and coordinate with Caltrans through final approval of the environmental documents on behalf of the City. The City will review all documents before submission to Caltrans. Consultant will perform all required environmental research and analysis necessary for the project, pursuant to CEQA and NEPA requirements, as well as the policies and procedures contained in Caltrans' Environmental Handbook and Local Assistance Procedures Manual. Prepare an Initial Study leading to Categorical Exemption in accordance with CEQA regulations, and a Categorical Exclusion in accordance with NEPA regulations. The Consultant shall ensure complete environmental documents and reports are submitted for review. The Consultant shall address all comments generated by the City and/or Caltrans in order to receive a final approval. 4. Surveying and Topographic Mapping The Consultant shall perform all surveys necessary for the concept drawings and the design of the project establishing a uniform stationing on all streets, increasing northerly and easterly. The Consultant shall collect field survey data necessary for 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 shall be compiled to develop a topographic base map of the project area. Topography shall include, but not be limited to, all features within the City's right of way and 25 feet beyond. The topography shall extend a minimum of 300 feet beyond all intersections. Field survey information shall also include all features within and around the project area. The consultant shall perform detailed surveying work, including the tie-out of any and all existing survey centerlines and property corner monuments that could be disturbed and affected by the proposed work. Page 7 of 44 5. Utilities Coordination The Consultant shall conduct existing utility research for all utilities within the project limits to identify, locate, and accurately layout all underground improvements. The Consultant shall identify all utilities that could potentially conflict with the planned project, and determine special requirements for facilities including protection, relocation, right-of-way, easements, and construction. Consultant shall coordinate with the appropriate utility companies for work that affects its specific utility. If required to establish electrical service or modifications to electrical service, Consultant shall coordinate with Southern California Edison's Service Planner for appropriate connections and designs. 6. Utility Potholing The Consultant shall pothole all underground utilities to determine the depth for clearance or conflicts for any underground improvements such as gas lines, telephone lines, electrical lines, sewer lines, water lines, storm drain lines, etc. The Consultant shall submit to each utility company a preliminary set of plans that provide the location, elevation of the utility, and the elevation of the improvement with the conflict area clouded to show the utility companies the areas of conflict with the proposed improvement. The potholing information and plan shall be submitted to the City after completion of that task. It will be the responsibility of the Consultant to notify Underground Service Alert and provide traffic control during potholing operation. 7. Right-of-Way There is no right-of-way acquisition anticipated for this project. The Consultant is required to perform basic right-of-way research to ensure the needed right-of-ways are identified and provide Right-of-Way Certification for Cattrans project clearance for authorization to proceed with construction. The improvement plan shall show existing property lines with all right-of-way and easement areas. 8. Preliminary Design (Conceptual Layout Plans, 35%) The Consultant shall prepare conceptual layout plans showing tentative traffic signal pole locations, signing & striping, ADA compliant pedestrian access ramps, etc. 9. Submittals a. The Consultant 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. The Consultant shall perform quality control on all submittals. The design drawings should be as complete, accurate, and error-free as possible before plan checking is considered, in order to reduce the number of plan checks required and related costs therefore to the City and Consultant. b. The Consultant shall, at no additional cost to the City, correct errors, omissions, and unworkable and/or improper design/drafting on the original drawings, which are discovered subsequent to the completion of the plan checking process. c. Consultant shall submit all necessary PES documentation to the City for initial review. Upon City review and addressing any comments, the Consultant shall Page 8 of 44 submit the PES and supporting documents to Caltrans District 8, DLAE for review. The Consultant shall address all Caltrans comments in order to receive final approval. C. PHASE II — ENGINEERING DESIGN — PLANS, SPECIFICATIONS, AND ESTIMATES (PS&E) Work on this phase shall not commence until the completion of the environmental document. Anywork performed in this phase priorto environmental approval cannot be billed by the Consultant and will be subject to rework at the Consultant's expense. The design shall include all the work involved for providing documents, plans, specifications, and estimates for implementing the Project. The design shall conform to requirements of the City of Palm Springs, Caltrans LAPM, Caltrans standard plans (latest version),and CAMUTCD(latest version). 1. Improvement Plan Preparation The street improvement plans, traffic signal plans, and striping and signing plans shall be in accordance with the current City of Palm Springs standard plans or standards approved by the City Engineer. Existing utilities shall be indicated in plan view. All plans shall be prepared at V=20' scale, on 24" x 36" improvement plan sheets, and shall consist of: a. Title Sheet— include title sheet per current City requirements. b. Detail Sheets - include typical sections and other details as required. c. Roadway Improvement Plans - include plans for the proposed intersections with existing and proposed ADA compliant pedestrian access ramp locations and types which include all necessary removals and repairs to the existing AC pavement, Portland cement concrete (PCC) sidewalks, curbs, and driveways. Plans shall provide roadway improvements in accordance with the City's standards. d. Traffic Signal Plans — include traffic signal modification plans for the selected 19 intersections. The traffic signal modification plans shall address removal of the existing pole, mast arm, traffic signal heads, signs, and installation of new pole, mast arm, traffic signal heads, and signs. Indicate on the Plans the installation of the advanced dilemma zone detection system equipment. Other relevant features of the traffic signal design includecarrying over the existing protected left-turn phasing for all approaches, provision of emergency vehicle pre-emption, protection of existing fiber optic communication facilities, redesign of the existing battery back-up system in the service pedestal, poles and pole foundations designed to a wind velocity of 100 MPH or greater, and any other improvements necessary for the new traffic signal and/or traffic signal modification as directed by the City. The plans shall 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, emergency vehicle pre- emption details, and all other notes, schedules, details and/or drawing components required for complete traffic signal construction plans. e. Striping and Signing Plans — include existing and proposed striping, crosswalks, Page 9 of 44 traffic lane widths, and existing and proposed signing (including signs upstream of the project segment that may be affected by the project). 2. Deliverables The design deliverables shall include, but not be limited to: Providing Improvement Plans ink on Mylar ready for advertising and bidding, along with Specifications (including appendices), and a complete Estimate, all wet seal stamped and signed by a licensed California Civil Engineer. The design shall be in compliance with current Federal Americans with Disabilities Act (ADA) and State Title 24 requirements, whichever is more restrictive. The design and scope of services shall also include: complete and detailed estimate of quantities; construction cost estimate; answers to all questions regarding the design during design, bidding and construction; review of the project site to ensure that the Plans are drawn correctly; and attendance at project related meetings, including the pre-construction meeting. The Consultant shall monitor quality on all deliverables, calculations, and other work products. The Consultant shall prepare a Quality Control Plan for use on the project, and submit a copy to the City within thirty (30) calendar days of Notice-to- Proceed. This is not a separate task, but shall be included as part of project management. The Plans, Specifications, and Estimate must conform to the City of Palm Springs' standards and practices. The Consultant shall provide clear, concise, and complete plans and profiles which shall include, but are not limited to, the following items: project title; vicinity (location) map; title blocks; north arrows; scales 1"=20' for traffic signal and roadway improvements (nothing precludes the requirement to have drawings at a larger scale or larger scale for details); general notes; construction notes; construction legend; telephone numbers of utilities and other affected agencies and businesses; details; centerline profile; future curb line profiles; existing improvements; power poles; driveway approaches; water service relocation; sewer manhole lid and water valve lid adjustments; pedestrian ramps; curb returns; traffic stripes and thermoplastic legends; signs; traffic signals; video detection; details of private improvements to be reconstructed (if any), or relocated, such as driveways, fences, gates, irrigation systems, trees and landscaping; overhead utility lines; and other details that are of benefit to the design of the project. a. All drawings shall be prepared with AutoCAD software or design software that is compatible with the AutoCAD software approved by the City. The design shall be plotted using permanent drafting ink on Mylar, and drafted on twenty-four inch by thirty-six inch (24" x 36") Mylar sheets. The final plans shall be signed by a Civil Engineer registered in the State of California. The originals and the electronic data of these drawings are to be considered property of the City at all times, and shall be submitted to the City, along with a CD-ROM disk in AutoCAD format upon completion or as otherwise directed by the City. The electronic data shall also include all survey data and point information. b. The City will provide the Consultant with its boilerplate Specifications and Technical Provisions in Microsoft Word 2010 format. The City will be responsible for compiling the Project Specification. The Consultant will provide a write up for the project specific scope of work in the Technical Specifications (Section 10) and provide special Technical Provisions beyond the City's standard Technical Provisions. The Specifications shall be signed by the consultant Civil Engineer registered in the state of California that is complete and ready for bidding purposes and awarding contracts for construction of the improvements. The latest edition of Page 10 of 44 the Greenbook (Standard Specifications for Public Works Construction and subsequent amendments) will be used on the project, except for traffic signals, striping, and traffic signing. Caltrans Standard Specifications will be used for the traffic signals, striping, and signing . Specifications for the project shall conform to the most recent applicable standards and specifications from: i. City of Palm Springs ii. Standard Specifications for Public Works Construction (Greenbook, 2015 Edition) iii. State of California Department of Transportation Standard Specifications and Standard Plans (2015 Edition) The consultant shall calculate the amount of liquidated damages and determine the length of time in working days for construction. 3. Submittals to City, Agencies, Utilities, Etc. a. The Consultant shall submit two (2) sets of bond copies of the design drawings with each submittal for checking by the City, along with the previous red lined check prints. The design drawings should be as complete, accurate, and error-free as possible before Plan checking is considered, in order to reduce the number of Plan checks required and related costs therefore to the City and Consultant. Submittals shall be 35% Conceptual, 65%, 100%, and final. b. The Consultant shall submit two (2) sets of quantity calculations with each submittal for checking by the City, along with the previously checked calculations. c. The Consultant shall submit two(2)sets of the contract documents with each submittal for checking by the City, along with the previous check prints. A disk in Microsoft Word format containing the final Contract Documents shall be submitted to the City. d. The Consultant shall directly submit to each utility company a final set of Plans that provide the location, elevation of the utility, and the elevation of the improvement with the conflict area clouded to show the utility companies the areas that conflict. e. The City shall receive a copy of all correspondence, transmittals, submittals, and letters sent to utilities and agencies regarding the project. 4. Final Estimate of Quantities and Costs The Consultant shall provide a construction quantity and cost estimate with each submittal of plans. The unit costs shall be based upon the most current cost information for recent similar projects in the area compiled by the Consultant and approved by the City. a. The estimated items of work with quantities shall include but not be limited to: itemizing all removals, relocations, PCC sidewalk, PCC curb & gutter, PCC pedestrian access ramps, aggregate base, asphalt concrete (AC) paving, traffic signal poles, traffic signal equipment, traffic signal wiring, survey monument wells, pavement legends & Page 11 of 44 striping, signs, traffic control, raised pavement markers, and project signs. The estimated items of work with quantities shall be arranged in chronological order of construction and shall contain all the information needed to prepare the Engineer's Estimate of Costs. The engineer's estimate shall be prepared and submitted on the City's estimate form. b. The Consultant will be required to periodically submit updated preliminary cost estimates as design progresses. c. The Consultant's final construction cost estimate shall be based upon, and in agreement with, the final items of work with estimated quantities. Computations showing estimated quantities and costs for each location of work as well as the sum totals shall be submitted to the City for review along with a set of plans showing items of work with quantities on each sheet. Submission of computations does not relieve the Consultant's responsibility of submitting an accurate estimate of quantities. 6. Reproduction of the Design Drawings and Contract Documents The City will have copies of the design drawings and Contract Specifications reproduced for bidding purposes. 6. Questions During Bidding And Pre-Construction Meeting The Consultant shall answer questions regarding the Technical Provisions, the design drawings or conflicts in the design during the bidding process. The Consultant shall assistthe City, at no charge, in preparation of Addenda regarding omissions or conflicts in the design. D. PHASE III —CONSTRUCTION SUPPORT 1. Pre-Construction Meeting The Consultant shall attend the Pre-construction Meeting and answer questions regarding the Technical Provisions and the design drawings during the meeting. 2. Construction a. Questions During Construction The Consultant shall be available to review design change request and assist the City in issuing Contract Change Orders. A line item shall be included in the proposal for design change request during construction. The Consultant shall be available to answer questions regarding the Technical Provisions, the design drawings or conflicts in the design during the construction, and assist the City in issuing Contract Change Orders regarding omissions or conflicts in the design. b. Preparation of As-Built Drawings The Consultant shall incorporate all redline comments prepared by the Contractor and project inspector on the signed design plans. The as-built drawings shall be provided to the City and approved prior to the release of the final progress payment. A line item shall be included in the proposal foras-built drawings. Page 12 of 44 4. PROPOSAL REQUIREMENTS: Disadvantaged Business Enterprise (DBE) Requirements: As this project is funded by federal funds, the selected firm'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 Plan is 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 10-1), included as Exhibit 3 (a separate file to download*) to this RFP. Additionally, firms should review the Caltrans Local Assistance Procedures Manual ("LAPM"), 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 DBEs, as defined in 49 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, in accordance with applicable law. • To ensure that only firms that fully meet 49 CFR, Part 26 eligibility standards are permitted to participate as DBEs. • 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 Enterprises 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 for this 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 effort to meet as a condition of award of a contract. For this phase of the Project, the City's DBE participation level is 7%. 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. Page 13 of 44 A "Consultant Proposal DBE Commitment" Exhibit 10-01 form and a "Consultant Contract DBE Commitment" Exhibit 10-02 form will be included in the Agreement documents (see Attachment 4) to be executed by the successful firm. The purpose of these forms is to collect data required under 49 CFR, Part 26. Even if no DBE participation will be reported, the successful firm must execute and return the forms. Firms replying to this RFP are advised to read more about the Caltrans DBE Program by visiting the Caltrans DBE website at. www.dot.ca.aov/ha/LocalPrograms/DBE CRLC.html. 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 addenda 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 to obtain CEQA/NEPA environmental approvals through Caltrans District 8. In submitting a Proposal, firms must recognize that project delays are expected to occur, and the selected firm will be expected to remain committed to the successful completion of the Project, despite potential delays related to obtaining NEPA environmental approval of the Project through Caltrans District 8. 5. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based Selection process to select a firm to provide the services requested by this RFP. The City shall review the 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. 6. PROPOSAL EVALUATION CRITERIA: 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 Professional Services, 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. Cost proposals submitted in separate sealed envelopes are not opened, nor considered during proposal evaluations. Upon selection of the most qualified firm, the associated cost proposal will be used as a basis for contract negotiations. A contract shall be negotiated on the basis of the submitted Cost Proposal, and in consideration of fair and reasonable and mutually agreed upon 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. Page 14 of 44 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 RFP, will evaluate all responsive proposals to this RFP. Firms are requested to submit their proposals so that they correspond to and are identified with the following specific evaluation criteria: A. Project Understanding (25 POINTS): The firm's proposal adequately demonstrates an understanding of the Project and familiarity with the project area; familiarity with federally funded projects, related requirements, and processing projects through Caltrans District 8 environmental staff. Note: Firms should not simply restate the information contained in this RFP; this evaluation criteria requires that the proposal identify "critical issues' to the Project, identify an approach to resolving any critical issues, and otherwise provide additional information regarding the Project which supports the firm's ability to perform if selected. Emphasis will be given to proposals that adequately assess the project area, the project's defined "Purpose and Need", and identify preliminary issues and methods to addressing the issues to achieve the goal. B. Scope of Work (25 POINTS): Proposed approach to the project including the expected time commitment of key personnel, technical approach to the project, and the emphasis placed on project phases. As this Request for Proposals has identified a General Scope of Work, consideration of this factor will be focused on identification of "critical issues" to the project, approach to resolving critical issues, and other elements related to the scope of work. C. Staff and Project Manager Qualifications (25 POINTS): Qualifications of the specific staff assigned to manage and provide services related to the project; experience with federally funded projects, related requirements, and processing projects through Caltrans District 8 environmental staff. D. Firm Qualifications (15 POINTS): Past experience of the firm with projects related to the outlined Scope of Work; experience with federally funded projects, related requirements, and processing projects through Caltrans District 8 environmental staff. E. Project Schedule(10 POINTS): Thoroughness and reasonableness of the project schedule with emphasis on processing requirements through Caltrans District 8; ability to maintain the project within the selected time frame. Note: The Consultant's proposed schedule must be reasonable. A shorter schedule will not obtain a higher score; conversely a longer schedule may not automatically result in a lower score. Given the required scope of work, and any involvement that may be required by others, the overall schedule should appropriately identify time frames from Notice to Proceed to completion of the overall scope of work. 7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 5 above. The proposals must be in an 81/2 X 11 format, minimum 10pt font size, minimum '/." Page 15 of 44 margins, and may be no more than a total of thirty (30) 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", Addenda acknowledgments, and the Cost Proposal (`in a separate sealed envelope) do NOT count toward the page limit (everything else does). Interested firms shall submit SIX (6) copies (one marked "Original" plus five (5) copies) of both your Technical/Work Proposal and your Cost Proposal, and one (1) Thumb Drive or CD of the entire proposal (including the Cost Proposal), by the deadline. All proposals shall be sealed within one package and be clearly marked, "RFP #03-17, REQUESTS FOR PROPOSALS FOR TRAFFIC SIGNAL IMPROVEMENTS (HSIP Cycle 7). Within the sealed proposal package, the Cost Proposal shall be separately sealed from the Work Proposal. Proposals not meeting the above criteria may be found to be non-responsive. EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED ENVELOPES: ENVELOPE #1, clearly marked "Technical/Work 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) • Completed Debarment and Suspension Certification (see Attachment C) • Technical/Work proposal — describe in detail your approach and understanding of all necessary tasks and steps involved in the project. Identify phases and scopes of work; and include a list of deliverables. • Related Experience; include relevant experience date, name of agency, and reference name/contact information. Experience related to federally funded projects processed through Caltrans District 8 is strongly encouraged. • Project schedule, showing various anticipated tasks and steps from kick-off to completion. Reasonableness of the project schedule, considering past experience with Caltrans District 8 is strongly encouraged. In addition to the items above, at a minimum, firms must provide the information identified below in Envelope #1. All such information shall be presented in a format that directly corresponds to the numbering scheme identified here SECTION A: PROJECT UNDERSTANDING A.1 Without reciting the information regarding the Project verbatim as contained in this RFP, convey an understanding of the intent of the Project and an understanding of the City's expectations upon implementation of the Project. A.2 Identify "key" or "critical" issues that may be encountered on the Project based on the firm's prior experiences; provide steps to be taken to ensure the issues do not affect the successful delivery of the Project. A.3 Discuss coordinating CEQA/NEPA environmental approvals. SECTION B: SCOPE OF WORK B.1 Provide a detailed technical scope of work identifying all tasks and sub-tasks required to successfully implement all phases of the project. The outline of tasks and sub-tasks must be Page 16 o£44 thorough and complete, and will be used as the scope of work included in the selected firm's contract. Special Note: The detailed technical scope of work outline must be identical to the outline of tasks and sub-tasks on the Cost Proposal (submitted in a separately sealed envelope). This is to ensure that the final agreed contract has a scope of work and payment schedule which correlate to one another. SECTION C: STAFF QUALIFICATIONS C.1 The prospective Consultant shall designate by name the Project Manager to be assigned to this project. Substitution of the Project Manager by the selected consultant will not be allowed without prior approval by the City of Palm Springs. Provide detailed qualifications, including resume, of the Project Manager that will be assigned to the Project. Provide at least 3 references for the Project Manager, including project description, contact name and current phone number, for projects of similar size and scope as defined herein. C.2 Name, and list specific and relevant project experience for, the key staff/team members (including resumes) assigned to the Project. SECTION D: FIRM QUALIFICATIONS D.1 List the firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number, contact person and E-mail address. If a corporation, indicate the state the corporation was organized under. D.2 List the name and title of the firm's principal officers with the authority to bind your company in a contractual agreement. D.3 Describe the firm's background and qualifications in the type of effort that this project will require, specifically identifying experience with CEQA/NEPA environmental approvals. Provide at least 3 references for the firm, including project description, contact name and current phone number, for projects of similar size and scope as defined herein. DA Indicate the name of any sub-consultant firms that will be utilized to make up your team. Describe each sub-consultant's background and specific expertise that they bring to the Project. SECTION E: PROJECT SCHEDULE E.1 Provide a thorough project schedule identifying all tasks and sub-tasks identified in the detailed scope of work submitted with the Proposal, showing a schedule to deliver the Project in consideration of all reasonable and expected time frames. The schedule should include all phases of the project, including construction support. For purposes of consistency between schedules, firms shall assume (and subject to change) that a Notice to Proceed will be issued to the successful firm on December 5, 2016. ENVELOPE #2, clearly marked "Cost Proposal", shall include the following item: • Cost Proposal — provide a Cost Proposal that includes all costs associated for all three (3) Phases of the project. The City will use a "Cost Per Unit of Work" method (lump sum cost per task item or element of work) to pay for professional services related to this project; therefore, Page 17 of 44 Consultants should list a lump sum cost per each sub-task or item of work. The general Scope of Services outlined in the RFP is only provided as a guide in this Request for Proposals; Consultants should provide a detailed Scope of Services in their submitted Work Proposal as necessary to reflect the method and procedure in which they intend to provide the required professional services, consistent with the general Scope of Services. The Cost Proposal must be identical to the detailed Scope of Services included as part of the Consultant's Work Proposal submitted in Envelope#1. Do NOT include Attachments "A","B"or"C" in Envelope #2, Cost Proposal. Attachments "A" and "B" and "C" are to be included in Envelope#1, "Technical/Work Proposal". 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, TUESDAY, OCTOBER 18, 2016. Proof of receipt before the deadline is a City of Palm Springs, Office of Procurement and Contracting timeldate stamp. It is the responsibility of the firms replying to this RFP to see that any proposal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Late proposals will be returned to the firm unopened. 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 Gladdens, C.P.M., Procurement & Contracting Manager 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.Gladders(a)palmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is 3:00 P.M., Local Time, Monday, October 10, 2016. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 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 Page 18 of 44 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 7.09.040 to assure that applicants and employees are treated equally and are not discriminated against because of their actual or perceived race, color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender identity, gender expression, or sexual orientation. Recipient 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, color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender identity, gender expression, or sexual orientation. 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, color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender identity, gender expression, or sexual orientation. 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. 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. Page 19 of 44 Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked 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. AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide all of the services identified in the RFP document. However, the City reserves the right to award a contract to multiple 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 the 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 property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 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. If 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 any loss, claim or suit, including attorneys' fees, brought by a person challenging the City's refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a Page 20 of 44 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 PROPOSALS the E CITY MAY NOT RECOGI ITTED AS City R part of this RFP THEPINFORMATIIO14 VIATAHBLANKET USH TEMENTPROPOSA SIMAYIS MBE FOUND WHERE ALL O PROPRIETARY INFORMATION OR A TRADE SECRET. NON-RESPONSIVE. I will NOT be onOS to this RFP T the preparation of their proposal or participation in COST RELATED firm PROPOSAL this RFP the entire RFP protheir proposal p for any costs incurred by any firm responding an other aspects any presentation if requested, Y performed in COMPLIANCE WITH LAW. Proposer warrants that all Services rendered shall be accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. Proposer represents and warrants to City ermits, qualifications, and approvals of whatever nature that are LICENSES PERMITS FEES AND ASSE5SMENTS. requested in this RFP. that it will obtain all licenses, p perform the Work and Services req ense, keep in legally required to practice its profession and P oser shall, at its sole cost and mt qualification, d warrants to City that Prop d an license, p nts an awarde Y he Proposer represent of the Agreement if so and Services under t Burin the term rform the Work is effect at all times 9 Proposer to pe for any fees, assessments, or approval that is legally required for Prop sole imposed by law and arise from or Agreement if so awarded. Penalties and nterestewh ch may the imp pay and taxes, plus applicable p are necessary for the Proposer's performance of the Work and Services required under the assessments, taxes penalties, or interest levied, assessed, or imposed against City to the Agreement if so awarded. Proposer, shall indemnify, defend, and hold harmless City t City any such fees, law. fullest extent permitted by 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 LICENSE: The selected ,,Business Tax', essary perform the Work and the firm shall INVESTIGATIONS: The City reserves the right to make such investigations as it deems request. The City to determine the ability of the firms responding to this RFP toe as the City may or investigation t. such firm furnish to the City all such information and rfthe e�dehnee submitted b othe i gat ons of the Contract reserves the right to reject any proposal. rif eel qualified to carry out fails to satisfy the City that such firmsproperly therein.q and to complete the Work contemplatedproposal PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their shall be valid for a period of 120 calendar days from the due date of proposals. will be interpreted to SIGNED PROPOSAL AND EXCEPTIONS: Submission g a signed proposal attached sample reed to all the terms and conditions set this Request for Proposals, and any mean that the firm responding to this RFP has here y a9 forth in all of the sheets which of the lake nguage in either the RFP documents or attached hand clearly agreement. Exceptions to any insurance agreement, including the insurance requirements, must be included in process; however, the City defined. Exceptions s, terms or conditions may Fbeconsidered n the evaluation ocument or standard boirlate language, requirements, makes no guarantee that any exceptions will be approved. Page 21 of 44 EXHIBIT "C" CONSULTANT'S PROPOSAL Technical 1 Work Proposal *� n�v I ® . r c� � S w nag V a r, a: x y 1 x m #� eesv tl aae even -- � ;_• �, � s � """" Michael Baker 0 E Our Mission Make the world abetter place through the application of the principle of sustainable development by providing professional design services that enhance the quality of life and the environment, Provide development,infrastructure,planning and environmental services to private and public sector clients in local,regional and global markets. I rad as pinfrw;ionals spe:ializing in planning,design and construction. Look fotmiid to tile future with a<ornmitment to building opportunities and vahac for our clients and ourselves , h ki(I}Air uu''1113I}OWN 3. r 4 m ( 11 jet ally t• oti" ``-{+ _ i� k 2 --s M, r 0,1Farce!{ Dc1ve 1 a A ME INC IA q IX nii ffl• " - • We Moke o Difference INTERNATIONAL October 18. 2016 Mr.Craig Gladders,C.P.M., Procurement&Contracting Manager City of Palm Springs j Procurement and Contracting Office 3200 E.Tahquitz Canyon Way j Palm Springs,CA 92262 Re: Proposal for RFP#03.17,Traffic Signal Improvements(HSIP Cycle 7) Dear Mr.Gladders: Michael Baker International,Inc.(Michael Baker)appreciates the consideration to provide continued service to the City of Palm Springs(City)through this design services contract. For the past six years, Michael Baker has successfully partnered with the City on the Citywide Traffic Signal Interconnect Upgrade and Traffic Management Center(TMC)Project and brings considerable experience and understanding of the City's traffic system.This partnership is a perfect example of how we could deliver the modification of traffic signals at 19 intersections for improved visibility and install advanced dilemma zone detection for high speed approaches.When adding on the fully-integrated Caltrans Local Assistance Michael Baker team,the City can achieve time and cost savings as well as efficient project delivery. Our team brings the following benefits: ► Exceptionally Qualified Project Manager and Team: Project Manager,Paul Mittica,PE,PTOE,brings more than 15 years of experience in traffic and transportation engineering ranging from large complex Caltrans state highway projects to public works civil and traffic projects in the Inland Empire,including three years working closely with Caltrans Local Assistance in obtaining funding for two projects. Paul is intimately"hands-on"with every aspect of the project which leads to streamlined reviews and approvals for the City. Paul will be supported by Project Engineer,Octavio Hernandez,PE,who has 12 years of experience in Caltrans related traffic engineering,transportation,and ITS projects;and Josh McNeill,PE,TE,who will provide traffic design and systems coordination,and is key engineer on the City's Citywide Traffic Signal Interconnect Upgrade and TMC project. ► Established Relationships with Caltrans District 8 and Local Assistance Will Provide Streamlined Approvals: Michael Baker has unparalleled established relationships with Caltrans District B.Our QAIQC Manager,Tim Haile,PE,has focused on providing transportation services for the Inland Empire and the Coachella Valley for the past 13 years. His relationships have been the key in obtaining timely funding for projects,such as the 1-10IJefferson Street Interchange Improvements Project that utilizes State Transportation Program funding through Riverside County Transportation Commission in association with Caltrans Local Assistance.We understand that Albert Vergel de Dios, Caltrans District 8 Local Assistance,is assigned to the City with whom we have a working relationship from our experience on 1-101Jefferson Street Interchange. ► Extensive Experience Obtaining Environmental Approvals with Caltrans District 8:Our Environmental Task Leader, Essra Mostafavi,who was a previous Caltrans District 8 Associate Environmental Planner, is an expert in environmental approvals for transportation projects,including capital projects,oversight,and local assistance projects with Caltrans and FHWA.Essra is with VCS Environmental,a certified DBE firm,and Michael Bakers environmental subconsultant on the team. ► Extensive Experience with Caltrans and Federally Funded Projects: Michael Baker has provided planning,design,and construction administration services for many federally funded projects throughout California requiring extensive coordination with Caltrans Local Assistance. Recent examples include the Interstate 101Jefferson Street Interchange Improvements in Indio;Date Palm Drive over Whitewater River in Cathedral City;and Garnet Street Bridge Replacement in Menton. Michael Baker looks forward to continuing our history of working for the City.We confirm our offer is valid for 120 days from the proposal due dale. If you have any questions, please contact me at(760)341-6112,msutton(a)mbakerintl.com or Paul Mittica at(909) 974-4917, oimittica@mbakerintl.com. Sincerely Michael Sutton, P.E. aul 2ca, .E.,P.T.O.E. Principal-in-Charge Project Manager Enclosure: Technical Proposal(1 original,5 copies, 1 CD),Cost Proposal(5 copies in a separate envelope) 75-410 Gerald Ford Drive.Suite too I Palm Desert,CA 92m M BA K ER IN TL.CO M Office:760.346.74611 Fax:76o.346.B3iS `-a Table of Contents A. Project Understanding ....................................................... 1 A.1 Project Understanding.......................................................................1 A.2 Key Issues........................................................................................3 A.3 Coordination of CEQAINEPA Environmental Approvals...................8 B. Scope of Work...................................................................9 B.1 Detailed Technical Scope of Work....................................................9 C. Staff Qualifications...........................................................15 CA Project Manager..............................................................................16 C-2 Key Staff Qualifications...................................................................17 D. Firm Qualifications...........................................................21 D.1 Firm Profile......................................................................................21 D.2 Principal Officers.............................................................................23 D.3 Background and Qualifications.......................................................23 DASubconsultant.................................................................................29 E. Project Schedule..............................................................30 Appendix Required Statements Contract Review Comments Addendum Acknowledgment Attachment A—Signature Authorization Form Attachment B—Non-Collusion Affidavit Attachment C—Debarment and Suspension Certification Cost Proposal (Separate Envelope) Traffic Signal Improvements(HSIP Cycle 7) � I } y m I. A. Project I P } '✓Xi t a . YpY9 .. l an 'F I l Section A PROJECT UNDERSTANDING A. PROJECT UNDESTANDING A.1 PROJECT UNDERSTANDING The City of Palm Springs, in cooperation with Caltrans, proposes to construct 19 signal modifications and ADA compliant pedestrian access ramps to improve safety. The project is ready to begin the Preliminary Engineering (PE) phase with federal funds coming from the HSIP Cycle 7 program. This project will provide a significant upgrade to traffic control devices and decrease collisions. The improvements include increasing signal visibility and installing advance dilemma zone detection systems. A common theme among the existing conditions at the intersections has been identified as having a poor signal alignment leading to left-turn lane and traffic signal violation collisions due to illegally continuing into the intersection during the red phase.The project is anticipated to reduce similar crash pattems observed at the 19 intersections. Table 1: Traffic Signal Overview Removal of five-section Dilemma Zone Intersections Communication rotectedipermissive signal heads Detection 1 N. Indian Canyon Dr.&E. 4 mast arms reused for new protected Reuse Wireless 4 approaches Racquet Club Rd. left indication 2 N Sunrise Way&E, Racquet 4 mast arms reused for new protected Reuse Wireless 4 approaches Club Rd. left indication 3 N. Gene Autry Trail&E.Via All existing protected left turns Reuse Wireless 2 approaches Escuela 4 N. Sunrise Way&E.Amado 2 mast arms reused for new protected Reuse Wireless 4 approaches Rd. left indication 2 permissive to be evaluated 5 Sunrise Way&E.Tahquitz 2 mast arms reused for protected left Copper over 4 approaches Canyon Way indication Ethernet.Can be North/South split phased approaches upgraded to Fiber with 3-section head must be evaluated g N. Farrell Dr. &E Tahquitz 4 mast arms reused for protected left Copper over 4 approaches Canyon Way indication Ethernet. Can be upgraded to Fiber 7 S. Sunrise Way&E.Baristo 2 mast arms reused for protected left Reuse Wireless 4 approaches Rd. indication 2 permissive to be evaluated g S Farrell Dr.&E. Barsto Rd 4 mast poleimast arms to be replaced Reuse Wireless 4 approaches or protected left indication 9 S. Sunrise Way&E.Ramon 4 mast arms reused for new protected Reuse Wireless 4 approaches Rd left indication 10 El Cielo Rd.&E. Ramon Rd. North/South split phase must be Reuse Wireless 4 approaches evaluated. EastlWesl protected left turn to be reused. 11 S. Paseo Dorotea&E. Ramon 2 mast arms reused for new protected Reuse Wireless 2 approaches Rd. left indication 2 permissive to be evaluated 12 Crossley Rd.&E, Ramon Rd. 2 mast arms reused for protected left Reuse Wireless 3 approaches indication 2 permissive to be evaluated 13 S. Palm Canyon Dr.&E. North/South protected left turn to be Reuse exist copper 2 approaches Sunny Dunes Rd. reused.EastlWest require new pole over Ethernet mast arm. Permissive operation to be evaluated Traffic Signal Improvements(HSIP Cycle 7) Section A PROJECT UNDERSTANDING Intersections Removal of five-section Communication Dilemma Zone protectedipermissive signal heads Detection 14 S Sunrise Way&E.Mesquite 2 mast arms reused for protected left Reuse Wireless 3 approaches Ave. indication 2 permissive to be evaluated 15 Crossley Rd.&Dinah Shore 2 mast arms reused for new protected Reuse Wireless 4 approaches Dr. left indication 2 permissive to be evaluated 16 S. Sunrise Way&E. Palm All existing protected left turns Reuse Wireless 4 approaches Canyon Dr. 17 Smoke Tree Ln.-S.Cerritos 4 mast pole/mast arms to be replaced Reuse Wireless 2 approaches Rd.&E.Palm Canyon Dr, or protected left indication. 18 Barona Rd.-S. Farrell Dr.&E 2 mast arms reused for new protected Reuse Wireless 2 approachesa Palm Canyon Dr. left indication 2 permissive to be evaluated 19 Cherokee Way&E. Palm 4 mast pole/mast arms to be replaced Reuse Wireless 2 approaches Canyon Dr. or protected left indication. A broad understanding of the City's traffic engineering system, upgrades needed to improve safety,and environmental compliance are critical to funding and moving the project forward.The Michael Baker team will leverage its expertise in traffic engineering, past six years working for the City of Palm Springs on the Citywide Traffic Signal Interconnect Upgrade and Traffic Management Center Project,and existing relationships with Caltrans District S staff to meet the City's goals. In addition,our team can provide the City with a streamlined navigation of the Caltrans environmental and Local Assistance procedures. The Michael Baker team can assist the City in making informed decisions about equipment and other considerations for left-turn signal replacement,dilemma zone detection, utility conflicts, and City/Caltrans reviews. Examples of other considerations include review of left turn operations that may yield results that conclude converting to protected left turn from protected/permissive left turn would produce an unacceptable increase in intersection delay;or evaluate signal pole locations to determine if an existing pole may remain in place and help decide to not impact native soil with a new deeper pole foundation due to the ultra-sensitive cultural and tribal resources climate.A close evaluation of these and other items will prevent delays in schedule. The following key issues will be evaluated during the preliminary engineering phase: 1. Protected Left Turn Signal Replacement 2. Dilemma Zone Detection 3. Traffic Signal Modification Upgrades 4. Avoid Utility Conflicts 5. Approvals Relative to ADA Facilities 6. Schedule: Concurrent Activities Proposal for the City Springs of Palm S rin s _ CPROJECT UNDERSTANDING A.2 KEY ISSUES 1. Protected Left Turn Signal Replacement Michael Baker will provide recommendations to the City for review and approval based on the analysis of the left turn operation at each intersection. Upon approval of left turn operation recommendations, each pole and mast arm that requires new left turn indications will be analyzed. Table 2. Protected Left Turn Replacement Issues Issue Problem Solution 1.Protected left tum Protected left turn indications will Caltrans standards plans provide standard pole and signal installation at require the removal of the five- mast arms that are designed for 100 mile per hour locations with existing section head signal indication and winds.Several locations appear to have mast arms that protected/permissive left 'left turn yield on green"sign The are oversized for the current equipment provided on the turn operation, proposed layout of signal indications pole. Based on preliminary field reviews,each mast arm must comply with section 4 of the at the Indian Canyon Drive/Racquet Club Road California Manual on Uniform Traffic intersection appear to be 24-4-100 standards or 264- Control Devices(MUTCD) 100 standards equipped with only three loads.An requirements for positioning of existing tendon is mounted on the end of the mast arm, signal faces.Signal Pole and mast where a left turn signal indication may be mounted. arms must be designed to withstand These existing standards may be maintained in their 100 mile per hour winds. current state.This example may not be valid where the existing location of the traffic signal pole does not comply with ADA standards. 2.Left Turn Operation Analysis of the left turn operations Flashing left turn indications may be considered as an Analysis shows that may yield results that imply that alternative protected/permissive operation.The Flashing protected left turns are not converting to protected left turn from yellow left turn indication would provide less confusion desired protected/permissive left turn would to motorists. Flashing yellow left turns have had a lot of produce and unacceptable increase success throughout the country and allow for greater in intersection delay.As a result the flexibility in signal timing operations. Lead-lag City may conclude that the operations can be modified without the risk of protected/permissive left turn introducing a'yellow trap." operation shall remain. Indian Canyon Drive/Racquet Club Road Protected Left Turn Installation Illustration Before with five-section Indication After with protected left turn Traffic Signal Improvements(HSIP Cycle 7) PROJECTSect UNDERSTANDING 2. Dilemma Zone Detection The intent of a robust dilemma zone detection system is to reduce the number of drivers that are unsure whether to stop or proceed at a yellow phase. The existing Palm Springs traffic signal dilemma zone protection consists of several elements.Yellow times are timed to ensure that a vehicle traveling at the 85th percentile speed will have sufficient time to come to a stop when a yellow indication is shown.Advanced loop detectors are placed such that a vehicle will trigger a phase extension before entering the dilemma zone preventing the light from going to yellow until the vehicle has had time to enter into the intersection.The limitations of the existing system exist when vehicles travel faster or slower than the measure 85 percentile speed. Advance dilemma zone detection provides a dynamic detection zone that allows operators to set multiple°trip lines"for alternate vehicle green phase extensions.This feature is especially useful at high speed approaches where vehicle speeds are likely to fluctuate when approaching the intersection. Table 3: Dilemma Zone Detection Issues Issue Problem Solution 1.Dilemma Zone Dilemma zone detection may be Evaluate other controllers that are Caltrans Style. This may detection Controller installed but the existing signal be a good time to consider a migration to 2070 ATC. It upgrade controller may limit the its would allow for more efficient communication as well.2070 capabilities ATC has more processing power, a more robust controller software,and imbedded Ethernet communication. NTCIP compliant controllers will also allow for easier migration to future connected vehicle DSRC technology implementation. 2.Type of Dilemma Zone If recommended new inductance Radar detection can be accomplished through several detection loops may require more conduit products.Videolradar detection hybrids provide the space opportunity to use video for stop bar detection and radar for dilemma zone detection Indian Canyon Drive/Racquet Club Road Protected Left Turn Installation Illustration CO EXISTING �DETECTION ADVANCE DETECTION L Existing Advance Loop Detection Radar Dilemma Zone Deteclion Proposal for the City of Palm Springs Section A _ n. PROJECT UNDERSTANDING 3. Traffic Signal Modification Upgrades The Michael Baker team will assess other necessary improvements needed for each traffic signal. Each traffic signal will comply with California Manual of Uniform Traffic Control(CAMUTCD)standards and Caltrans Standards Plans. Table 4: Traffic Signal Modification Upgrades Issue Problem Solution 1. Battery Back Up(BBS) Electrical power disturbances Several BBS should be relocated from pull box to side may affect performance of traffic mounted cabinets.New BBS should include signals.Non uniform electrical Uninterrupted Power Supply(UPS)to provide uniform power supply can cause traffic sine wave AC power.UPS helps regulate pourer, signals to go into flash or lapses providing prolonged life span of the equipment.This will in signal communication with also reduce the instances of outages. TMC. 2.Communication Upgrades Existing Copper over Ethernet Where feasible,replace copper interconnect with fiber. communication has limitations A new splice enclosure and pull box will be required. on bandwidth Locations along Tahquitz Canyon Way can utilize existing conduit for new fiber. Fiber Optic Communication provides more bandwidth and is more reliable than copper or wireless communication. 3.Exisfing Mas Arm Signs Several signs on signal mast Evaluate signs at each location,and replace as needed. arms are fading and difficult to Improved signage will increase intersection performance read. 4. Avoid Utility Conflicts During the Engineering Design phase,the Michael Baker team will complete coordination for the protection of all existing facilities identified,as well as coordination, preparation of applications,and all other matters pertaining to the protection. Michael Baker staff will coordinate with utility owners,the City and Caltrans utility coordination staff with respect to all utility related matters. As required per Chapter 14 Caltrans LAPM,the Michael Baker Utility Coordinator will prepare and maintain a Project Utility Matrix which will summarize issue dates of various letterslnotices,correspondence, utility agreements and reports of investigations(R01's)as they relate to the Project for Caltrans(DLAE)and City's reference. In addition,the Utility Coordinator will need to coordinate with the Utility Owners,City,County and Caltrans(DLAE)for encroachment permit submissions as they relate to technical studies within the project limits in addition to any required potholing for identffication of any potential conflictslimpacts to include the High/Low-Risk process and procedures per the Caltrans Chapter 17 Encroachments and Utilities Manual. Our team understands that avoiding impacts to existing utilities would be ideal in avoiding schedule and construction risk due to the additional relocation coordination directed by the Caltrans LAPM and scheduling utility relocations prior to construction.The pole locations, listed within Table 5, indicate areas that require additional evaluation for potential relocations.As shown,a majority of pole locations may not require a relocation which will avoid the need to continue further relocation coordination according to the Caltrans LAPM.Our scope and schedule assumes and implies this concept.Our team encountered a similar situation on the Pomona ADA/ATP Street Improvements project,which by minimizing impacts to existing utilities, proved to reduce schedule. Our team proposes to reduce the schedule by avoiding conflicts and cut-down on additional coordination that Caltrans requires based on the Caltrans LAPM standard operating procedure. By following this approach,the City will ultimately gain Right of Way Certification from Caltrans Local Assistance in a timely manner with less utility issues during construction. Traffic Signal Improvements(HSIP Cycle 7) PROJECT UNDERSTANDING � 5. Approvals Relative to ADA Facilities Based on the Cattrans guidelines for American Disability Act Facilities, Design Information Bulletin(DIB)82-05,there are planned pedestrian facilities at all the intersections that need to be analyzed and designed to comply with Federal laws and State codes. Curb ramps need to be designed to meet standards for design and post construction. Caltrans requires that both design and post construction of the pedestrian facilities be certified by their District ADA Coordinator. Based on previous experience with Caltrans on I-10/Monterey Avenue, l-215/Ramona Expressway and 1-1 5/Indian Truck Trail interchanges,a detailed design of the pedestrian facilities will be required. Every grade break,slope, elevations,station and offsets of critical points with the pedestrian path of travel will need to be provided on the design plans and meet ADA standards relative to Federal laws. Michael Baker just obtained approvals of design certification of the nearby 1-1 0/Jefferson Street Interchange. Michael Baker develops a conservative design and provides information and details on plans for construction to ensure that all ramps meet ADA requirements. Above and beyond, Michael Baker will emphasize ADA requirements at a Pre-Construction Meeting with the City,construction manager and contractor. Post construction of pedestrian facilities undergoes a thorough field inspection by Caltrans ADA Specialist. The inspection consists of taking pictures, measuring width and cross slopes.A report is provided to the designer of facilities that do not meet ADA requirements. Michael Baker worked closely with Caltrans District 8 ADA Coordinator, Mr.Anthony Ng,to obtain approvals of ADA facilities on 1-10/Monterey Avenue, l-215/Ramona Expressway and 1-15 Indian Truck Trail during construction. 6. Schedule: Concurrent Activities The last key issue,based on our experience, is contained within the schedule. The Caltrans Local Assistance process,along with environmental approvals, requires our assertive approach that has successfully implemented schedules that still follow the LAPM guidelines and allow preliminary engineering design work to be performed prior to environmental approval. During, 1-10/Jefferson Street Interchange,our team established with Caltrans that 60% PS&E is still technically considered preliminary engineering.The schedule provided within this proposal assumes and provides the same schedule saving adjustments for the City to consider. Within the schedule, our team builds a micro-level of detail and expected time frames per task and subtask.We meticulously detail each task to conform to Caltrans LAPM and target reasonable dates, including identifying holidays. For example,with December 51h assumed as the Notice to Proceed,our team considered within the timeframes allocated for project kickoff that traffic counts will realistically not begin until a week after the holidays.This actually does not negatively impact the schedule. In order to assist with this shift due to the holidays,our schedule does propose for the City to consider concurrent reviews of draft deliverables with Caltrans for additional reduction in schedule. Our teams'existing relationships, familiarity with federally funded projects and proposal to maintain existing pole placements will assist the City by ensuring that CEOA/NEPA/Utility risks will not negatively impact schedule. Our team has implemented this approach on many project within Caltrans District 8 and provided many months of accelerated project delivery including: • 1-101 Avenue 50 Interchange 1-10/Monterey Avenue Interchange • 1-15/Indian Truck Trail When reviewing the HSIP Cycle 7 Application Form,the overall execution of the PE Phase is assumed to take 1 year and 8 months compared to our proposed reduction in schedule by 2 months.The reduction actually puts the project back on track and will keep funding eligible for the project.As provided on the projects listed above,we will habitually review the schedule and identify foreseeable risks throughout the project to remain committed to the successful completion of the project. Proposal for the City of Palm Springs Section A PROJECT UNDERSTANDING Pole locations and potential issues are noted below: Table 5: Pole Placement Review Palm Springs Signals Summary of Existing Pole Location Observations Indian Canyon Dr/Raquet Existing poles on the northeast and northwest are placed in the middle of sidewalk where the Club Rd sidewalk is potentially not ADA compliant. Sunrise Way/Raquel Club Rd Existing north pole on the north east corner is placed in the middle of sidewalk where the sidewalk is potentially not ADA compliant. Via Escuela I Gene Autry Trail No Issues. Sunrise Way I Amado Rd No Issues. Sundse(rahquitz Existing poles on the northeast and southeast comers might be too far from the crosswalk(>5'). Farrell/Tahquitz Existing north pole on the northeast corner and north pole on the northwest corner is placed in the middle of sidewalk where the sidewalk is potentially not ADA compliant. Sunrise/Baristo Existing north pole on the northeast corner,north pole on the northwest comer and west pole on the south west comer might be too far from the crosswalk(>5'). Crosswalk may need re-alignment. Farrel/Baristo Existing north pole on the northeast corner might be too far from the crosswalk(>5'). Crosswalk may need re-aligning. Sunrise/Ramon No Issues. El Cielo RdlRamon No Issues. Paseo DorotealRamon Existing north east poles and north west poles are placed in the middle of sidewalk where the sidewalk is potentially not ADA compliant and too far from the crosswalk(>5'). Crossley/Ramon Too many poles and meter cabinets on the northeast corner. Might not be sufficient space for a wheel chair. S Palm Cyn-Sunny Existing west pole on the northwest corner is located where potentially a new ADA ramp would be Dunes constructed. Sunrise/Mesquite Existing west pole on the northwest comer and south pole on the southeast corner might be too far from the crosswalk(>5').Also,the east pole on the southeast comer placed in the middle of sidewalk where the sidewalk is potentially not ADA compliant. Crossley/Dinah Shore Existing east pole on the southeast comer might be too far from the crosswalk(>5'). Sunrise Way/E Palm Cyn Existing north pole on the northeast corner and west pole on the northwest corner might be too far from the crosswalk (>5'). Smoke Tree/Palm Cyn Existing north pole on the northeast corner is placed in the middle of sidewalk where the sidewalk is potentially not ADA compliant. Existing south pole on the southeast corner is located where potentially a new ADA ramp would be constructed. Farrell/E Palm Canyon Controller Cabinet on the northwest corner is in the middle of the sidewalk, it might need to be Dr relocated. Cherokee/E Palm Existing east pole on the northeast corner is located where potentially a new ADA ramp would be Canyon Dr constructed.Also,the existing east pole on the southeast corner might be too far from the crosswalk (>5') Traffic Signal Improvements(HSIP Cycle 7) 'Section A PROJECTIMNDERSTANDING ,.: yX• A.3 COORDINATION OF CEQAINEPA ENVIRONMENTAL APPROVALS The Michael Baker team's CEQA/NEPA philosophy centers around a robust project description. Even for Categorical Exemptions and Categorical Exclusions(CEICE),we have learned that taking the time to prepare a thorough,well vetted project description with the City's input(i.e.As-Builts,City Engineer)and past projects provide the foundation needed to advance the CEQA/NEPA CEICE without costly revisions and schedule delays. Directed by former Caltrans District 8 Local Assistance Coordinator, Essra Mostafavi understands that consistent coordination is essential for the project success. Her knowledge and experience will be key in meeting expectations from the City and Caltrans;that all technical reports provide a thorough and concise analysis of the potential impacts; and that possible challenges,strategies,and solutions are identified early in the CEQA/NEPA process.Once a final project description is in hand, our team will draft the Preliminary Environmental Assessment(PES), and seek Environmental Local Assistance's(Aaron Burton's)concurrence on the final environmental technical reports/studies the PES has scoped to meet NEPA&Section 106 of the NHPA requirements. On Federal Aid Projects, it is only upon the Caltrans District's PES concurrence that the environmental technical reports can be initiated.Our team, having worked in the Project Area,on similar signalization and ADA projects,anticipates the critical concerns to be of a Cultural and Biological nature. • Cultural Resource Management: For CEQA,AB 52 does not apply for the anticipated CE. NEPA requires Section 106 Consultation with Tribes(s) between the State Historic Preservation Officer or SHPO(Caltrans,Gary Jones)and the Tribal Historic Preservation Officer(s). The Tribe(s)require"government to government' consultation and as a result this process can be lengthy in nature. After the narrative HPSR,ASR, and APE have been submitted to Caltrans,should culturally sensitive resources be within the project footprint,the THPO may require an Environmentally Sensitive Area(ESA)Action Plan,for the City to disclose how the contractor will perform project activities in light of these resources. It is anticipated that the Tribe(s)will require a Tribal Monitor to be present during all ground disturbing activities at cost to the City.As mentioned above,avoidance of new pole locations with deeper foundations could provide the City with a significant reduction in schedule by . mitigating the need for a full Cultural study and consultation. • Biological:As some of the intersections within the project are adjacent to open and undeveloped lots;they may trigger a higher level of biological evaluation. This will be determined by the Caltrans District 8 biologist evaluating the PES. CEQA Exemptions Since the project is anticipated to remain within the existing right-of-way and no expansion of capacity will occur, these improvements are anticipated to be consistent with exemptions from the CEQA guidelines for the following: • Section 15301 (Existing Facilities)-Class 1(c)-(Existing highways and streets,sidewalks,gutters, bicycle and pedestrian trails, and similar facilities); • Section 15302(Replacement or Reconstruction)-Class 2(c)-(Replacement or reconstruction of existing utility systems and/or facilities involving negligible or no expansion of capacity);and • Section 15304 (Minor Alterations to Land)-Class 4(b)-(New gardening or landscaping, including the replacement of existing conventional landscaping with water efficient or fire resistant landscaping). VCS is currently responsible for oversight and environmental compliance for two Caltrans District 8 Federal Aid/Local Assistance projects in Rancho Mirage: The Signalization of Highway 111, Bob Hope Drive, and Country Club Drive and the Signalization of Dinah Shore Drive to Monterey Ave, HSIPL 5412(014)and(015)respectively.We have successfully processed the Caltrans District 8 environmental NEPA clearance for the City of Rancho Mirage per the LAPM, Chapter 6: Environmental Procedures. In addition,we have also advised the City of Rancho Mirage with jurisdictional concerns with a intracity agreements, ESA Action Plan coordination,THPO/SHPO coordination,and successful Section 106 compliance. Proposal for the City of Palm Springs i - 4. 1 yW' t� i a+T! Section B SCOPE OF RI B. SCOPE OF WORK 13.1 DETAILED SCOPE OF WORK The Michael Baker Team has developed this scope of work in accordance to the City's RFP and Caltrans Local Assistance Procedures Manual. Our experience with the Garnet Street Bridge Replacement and Pomona ADA/ATP projects have proven that the Michael Baker approach to scope of work will be successful for the City's Traffic Signal Improvements(HSIP Cycle 7)project. RESPONSIBLE TASK DESCRIPTION DELIVERABLES STAFF A.PROJECT MANAGEMENT -. - _-._._ ---------- Task A.1 CONSULTANT wtll be responsible for overall ✓ One(1)Klck-Off i Paul Mittica Project Meetings, project management,quality control,liaison with Meeting/Minutes Rebecca Young Coordination,and CALTRANS and other affected agencies, and I ✓ Fourteen(14)Monthly Management I progress monitoring and maintenance of Project PDT Meetings/Minutes files. CONSULTANT will meet with the CITY to ✓ One(1)City Council confirm the scope of design.CONSULTANT will Meeting/City Council supervise, coordinate, monitor and review Study Session project for conformance with CALTRANS and ✓ Quality Control Plan CITY standards, policies and procedures. ✓ Request for CONSULTANT will attend monthly PDT Authorization for meetings. Monthly invoices will be prepared to Construction document progress on the PROJECT. CONSULTANT will prepare RFA for Construction subsequent to Phase I and Phase 11 tasks. Task A.2 CONSULTANT will develop a project schedule ✓ Baseline Project Paul Mittica Project Schedule for delivery of major milestones. The schedule I Schedule I will be updated on a monthly basis and ✓ Monthly Updates and 1_gqtributecl at the PDT meetings Distribution PHASE I-ENVIRONMENTAL AND PRELIMINARY ENGINEERING B. ........... . . ..-`---- Task 1.1 CONSULTANT will implement a traffic data Traffic Counts Carla Dietrich Traffic Counts and i collection program to obtain intersection turning 1 ✓ Level of Service Level of Service movement data at the 19 study intersections for I Analysis i use in the left turn treatment alternatives i analysis. Vehicle, bicyclist, and pedestrian counts will be collected during a typical weekday (Tuesday through Thursday) of a non-holiday I week. Data will be collected during 3 hours of the AM Peak period and 3 hours of the PM Peak period. The data collection program will be conducted while local schools are in session to i assure an accurate representation of typical II conditions. A technical memorandum will be prepared to document the analysis process and to provide the recommended left turn phasing treatments _ for each of the study intersections. Task 1.2 1 CONSULTANT will review existing reports, Photographs✓� Various Research of studies, mapping, standards, plans, as-builts ✓ Inventory list of related Record and other information for the PROJECT materials Information 1 provided by the CITY and obtain through ✓ GIS Mapping available records and GIS databases. i Traffic Signal Improvements(HSIP Cycle 7) Section B SCOPE OF WORK RESPONSIBLE TASK DESCRIPTION DELIVERABLES STAFF CONSULTANT will maintain a database of available material. Task I 3-IlEnvironmental Task l.3.i CONSULTANTw ll prepare and submit the PES V FES Form Essra Mostafavi Preliminary Form and all required attachments to Environmental I CALTRANS for review and comment, using the Study(PES)Form 1 standard form available on the SER website and following the procedures outlined in Chapter 6 of the Local Assistance Procedures Manual —--------------- ------------------------------------ ------------------------------- ----------------------—----------------—aslk 1.3.1i CONSULTANT will prepare an Initial Sitel v Initial Site Assessment • Essra Mostafavi Initial Site Assessment(ISA) Checklist in accordance with 1; Checklist Assessment the CALTRANS SER, The ISA Checklist will 'I Checklist evaluate site history, existing observable conditions, current site use, and current and former uses of surrounding properties to identify the potential presence of recognized environmental conditions associated with the subject site_------------ _ Task 1.3.iii CONSULTANT will prepare a CALTRANS NES- V NES-MI Wade Caffrey Natural MI report.The report will include a brief analysis Environmental of project impacts to biological resource, if any, Study-Minimal recommendations forfurther studies that may be Impacts(NES-MI) needed prior to development, permit requirements, and suggested mitigation measures,if necessary, CurtDuke/Dulke Task .iV CONSULTANT will prepare the APE 'which ✓ APIE�ap will depict the area impacted by the Project, Area of Potential CIRM Effects(APE)Map including staging, construction access areas, and any utility and property relocation work.The map will be plotted on an aerial photograph generated by GIS at a scale of 1"=200', with a bar scale. The map will depict the locations of any cultural resources identified in the APE. CALTRANS will approve the APE map prior to comp_Ietion of the HPSR. WF I ---- - - -- Task 1.3.v CONSULTANT will prepare an HPSR which 14 V HPSR Cu rt Duke/Duke Historic Property summarize consultations and decisions ' v ASIR CRM Survey Report pursuant to Section 106. It will document I (HPSR)JArchaeolo delineation of the APE, completion of the gical Survey identification phase, completion of National Report(ASR) Register of Historic Places eligibility,evaluation i of the resources within the project APE, and, if relevant, a finding of no historic properties affected or no adverse effect with standard conditions. The HPSR will be used to request SHPO's concurrence on determinations of eligibility or ineligibility for properties within the project area of the APE to be evaluated. The ASIR will include an archaeological survey and archival research conducted by a qualified archaeqj2q!st. v Categorical Exclusion I r --Task 1.3.vi CONSULTANT will coordinate with CALTRANS ; ra Mostafavi in the preparation of the CatEx and WR_prpyidtj Proposal for the City of Palm Springs Section � . SCOPE OF WORK— RESPONSIBLE TASK DESCRIPTION DELIVERABLES STAFF Categorical all necessary information/items required for Exclusion(CatEx) inclusion in the CalEx, including the NEPA Environmental Commitments Records ECR Task 1.3.vii CONSULTANT will prepare a Categorical ✓ Categorical Exemption Sean Noonan Categorical Exemption (CE) for CEQA compliance in Exemption(CE) accordance with Public Resources Code(PRC) (CEQA) 21084; 14 California Code of Regulations(CCR) 15300 et seq.Since the project is anticipated to remain within the existing right-of-way and no I expansion of capacity will occur, these improvements are anticipated to be consistent with exempt ons from the CEQA - guidelines._ -- -- - - - T—askl.3.viii CONSULTANT will prepare a Water Quality , ✓ Water Quality Techntcal • Ta- nya Water Quality Technical Memorandum (WQTM). The memo ',! Memorandum BileAkjian Technical will qualitatively discuss the Project's impacts on Memorandum receiving water quality during construction and pout-construction conditions based on the region's applicable stormwaler regulations and consistent with the National Pollutant Discharge Elimination System (NPDES) permit requirements. It will characterize the baseline water quality conditions, identify the potential water quality issues from developing the project, and identify applicable mitigation measures SBest Man�ement Practices___ Task 1.4 Preliminary Engineering —--- -- -— --- - - _---------- ------- Task 1.4.1 ' CONSULTANT will prepare base maps show n>g ✓ Topographic Map in Chdstopher Surveying and existing topographic and plannimetric features, AutoCAD Format Wberts Topographic centerlines and rights-of-way included in the ✓ Field survey Mapping project sile limits. ✓ Right-of-way Base Map _ ✓ Pothole Surveys + N T p ✓ Inventory list of existing Marie Korgan i Task 1.4.i if will coordinatel repave with the Utilities utility owners, CITY, CALTRANS' Utility utilities Coordination Coordination staff,and according to Chapter 14 ✓ Utility Matrix LAPM including: Coordination • Utility Record InformationlAs-Builts Review LetterslNotices! • Initial As-Built Requests Requests • Verification Letters ✓ Utility Certification i • Final Notices to Owners • Utility Matrix ; • Utility Certification It is assumed that utility adjustments(to grade) I are included in the project, and that all utility relocations would be avoided.As a result,utility agreement notices are not part of this scope of I work. Task 1.4.1ii CONSULTANT will provide a pothole exhibit for j ✓ Pothole Exhibit Marie Korgan Utility Potholing I the CITY for approval poor to initiating potholing ✓ Twenty(20)Potholes activities. All coordination activities are captured , in the Utilities Coordination task.The exhibit will depict the location of possible utility conflicts. i The task assumes no more than twenty (20) potholes._Additional potholes will be collected at Tfaffc Signal Improvements(HSIP Cycle 7) Section B SCOPE OF s . TASK DESCRIPTION DELIVERABLES STAFF an additional fee. Survey will be conducted before and after potholing to document utility locations. � - --- — — -- Task IAJv CONSULTANT will provide right-of-wqyvRight-of-Way Rehecca Young Right-of-Way research utilizing GIS or equal type informat Certification to identify right-of-way and include existing property lines with right-of-way and easement areas. A Right of Way Certification will be completed. It is assumed all work will be completed within existing R/W and that utility __ relocations will be avoided Task I.4.v I CONSULTANT will provide conceptual layout ✓ Conceptual Layout • Octavio Preliminary Design ! plans showing tentative traffic signal pole Plans, Nineteen(19) Hernandez (Conceptual locations, signing and striping, ADA compliant • Josh McNeill Layout Plans, pedestrian access ramps and additional 35%) information perfinent to the HSIP Grant Application,.._----- -- -......-__...-...-..._..---- -------- ------------..-...-...--- - C.PHASE II-ENGINEERING DESIGN-PLANS,SPECIFICATIGNS ND ESTIMATESPS&E Task 11.1 i CONSULTANT will provide (at a minimum) of ✓ Title Sheet • Octavio Improvement Plan 1 1•=20'plan view scale:Title Sheet,Constructon ✓ Detail Sheets,Two(2) Hernandez Preparation(65%) j Note Sheets, Details Sheets, Roadway Plan ✓ Roadway Plans, • Brandon Reyes View and Section Sheets, Profile Sheets for Nineteen(19) • Josh McNeill Curb Returns, Signing and Striping sheets with ✓ Curb Return Profile Detail Sheet(s),Traffic Signal Plans and Signal Sheets,Six(6) Timing Plans. ✓ Striping and Signing ! Plans/Details,Fifteen The base Construction Drawings will include (15) I signature blocks, approvals & permits block, i ✓ Traffic Signal Plans, locations of improvements,easements,property ; Nineteen(19) lines,rights-of-way, all property addresses,and 1 I ✓ Traffic Signal Details, all survey and title search data. As part of the Nineteen(19) i completion of the base construction drawings, j ✓ Engineer's Estimate 1 CONSULTANT will field review their proposed and Quantities alignment for accuracy of existing improvements i and conditions, and include CITY to check policies and preferences for proposed alignment. Roadway j CONSULTANT will prepare 65 percent level layouts,curb return profiles and typical sections. It is assumed that no pavement deflection testing or pavement rehabilitation of the roadway will be required. Private property owners will be compensated through the right of way appraisal and acquisition process for any impacts to their property requiring any type of demolition,new or reconstructed improvements.No separate plans j for any of these "off-site" demolition items or improvements will be prepared. Separate right- 1 of-way demolition plans and separate rightof- I way demolition construction may be required and will be the-responsibtlity of the CITY. Proposal for the City of Palm Springs Section B SCOPE OF WORK, RESPONSIBLE TASK DESCRIPTION DELIVEli STAFF Material with Aerially Deposited Lead (Existing and Placement)will not be prepared as part of the Construction Details nor Aerially Deposited j Lead Removal plan sheets. Striping and Signing Plans CONSULTANT will prepare 65 percent level Striping and Signing Plans to show existing and proposed new signs. The plans will identify 1 locations of painted and thermoplastic stripes and markings, pavement markers and j delineators. The plans will include sign details. Traffic Signal Plans j CONSULTANT will prepare 65 percent level j Traffic Signal Plans to show detailed traffic signal modification designs including existing j equipment to remain, existing equipment to be removed,new equipment to be installed,and the conductor and equipment schedules. It is assumed that no geotechnical testing or calculations will be required. Quantity and Cost Estimates CONSULTANT will prepare 65 percent level engineer's construction cost estimate and quantity calculations. Excluded Plans Traffic Control Plans I Construction Phasing /Detour Plans will not be prepared • A SWPPP/WQP will not be prepared o Utility Location Plans will not be prepared • Landscape/Aestheticllydgalion Plans will not be prepared • Drainage Plans will not be prepared Material with ADL o ADL Removal Plans • R/W Demo Plans _ Task 11.2 CONSULTANT will prepare 100°h construction ✓ 100°h PS&E Package • Octavio Improvement Plan drawings, engineer's estimates, which Hernandez Preparation(100% incorporate all review comments on the 65% • Brandon Reyes PS&E) construction drawings and input from any • Josh McNeill permitting agencieslentities/utHities. At 100% stage CONSULTANT will also include an engineers estimate and technical provisions in accordance with City and Caltrans requirements. Task 11.3 CONSULTANT will prepare Final PS&E ✓ Final PS&E Package • Octavio Improvement Plan j construction drawings which incorporate all Hernandez Preparation(Final review comments on the 100% construction • Brandon Reyes PS&E) drawings and input from any permitting • Josh McNeill agenkieslentities/utilities. At Final PS&E stage 1 CONSULTANT will also include final specifications and engineers estimate in j aoc rciance with pity requirements. Traffic Signal Improvements(HSIP Cycle 7) a ° Section B SCOPE OF WORK ' �-®• RESPONSIBLE TASK DESCRIPTION DELIVERABLES STAFF Task 11.4 CONSULTANT will attend the pre-bid meeting i ✓ Pre-Bid Meeting Paul Mittica Bid Support with the appropriate technical personnel. When Attendance requested by the CITY, CONSULTANT will 1 ✓ Responses to bidder j respond to bidder inquiries. When requested by i inquiries CITY, CONSULTANT will prepare bid ✓ Addendum documents addendum documents and plans. ! and plans,up to two(2) D.Phase III—CONSTRUCTION SUPPORT Task 111.7 CONSULTANT will attend the pre-construction j ✓ Pre-Construction Paul Mittica Pre-C Meeltiogn2 traction 1, CONSULTANT will draft responses to contractor Meeting Attendance meeting appropriate Tas -- - - - ----- - - - -- -Y - - -- — po ✓ RFlresponses F Brandon Reyes Construction i inquiries and RFIs as requested by the Resident ✓ Contract Change Josh McNeill Support and As- I Engineer. CONSULTANT will draft and assist Orders Builts the CITY in issuing Contract Change Orders as ✓ As-Built Drawings requested by the CITY. While CITY is responsible for maintaining field as-built plans,CONSULTANT will keep records j of changes based solely on information provided by the CITY and CONSULTANT in response to Rl and additional drawings prepared at the CITY request. These marked up plans from CITY will form the basis for the development of the Final Record Drawings. CONSULTANT assumes no responsibility for the accuracy of the information provided by the Resident Engineer. In developing the final record drawing PS&E, CONSULTANT will follow all requirements specified by the CITY and submit to the CIY no later than 60 days after construction contract acceptance by the CITY. It is assumed that the CITY will pay for Tribal _ Monitoring. - — -------1.__.-.--.-Time Commitment of Responsible Staff Name I Project Role Paul Mittica, PE/Project Manager 50% Tim Haile, PE I!QA/QC 10% Rebecca Young, PE Local Assistance Documentation I Request for Authorization 20% Essra Mostafavi I Environmental Lead 70% Octavio Hernandez, PE/Project Engineer 40% Josh McNeill, PE, TE i Traffic Signal Design i Systems Coordination 60% Sean Noonan,AICP i CEQA/NEPA Compliance and Permitting 10% Wade Caffrey i Natural Resources/Biology 20% Curt Duke, MA, RPA I Cultural Resources 25% Tanya Bilezikjian, PE,QSDIQSP(Water Quality 20% Carla Dietrick, PE, PTOE 1 Traffic Analysis 60% Brandon Reyes, PE I Roadway 30% Mark Swanson, PE, CPESC,QSDfP/Roadway 10% Chris Alberts, PLS;Survey Vapping 20% Marie Korgan Utilities 3, t4(#lur 40% Proposal for the City of Palm Springs r a a min= 0 f` ! C. Staff Qualifications NYw brute®�bY'x£4fi w 4 d 7 r STAFF�QUALIFICATIONS C. STAFF QUALIFICATIONS The City of Palm Springs can achieve time and cost savings as well as increased operational efficiency with the Michael Baker team,a trusted, well-known City partner with experience delivering traffic engineering and environmental services to Caltrans, agencies,and cities throughout the Inland Empire and California. The Michael Baker team brings a depth of experience in traffic signal design,federally funded projects,and processing projects through Caltrans District 8 environmental staff, providing the City of Palm Springs with a highly specialized team for delivery of services for this project. Our team members were selected for this assignment based on the technical expertise they bring to the team, including current work on the City of Palm Springs' City-wide Traffic Signal Interconnect Upgrade project. The Organization Chart below depicts our Project Team and their roles on the project. Organizational Chart AW ePalm City of Springs mbcanaulrant 1 K5£mtronmennal(DOE SBE.WBE) .. . . 'agirt•ratl inanaMrsear• Mike Sutton,PE LOCALa • . a DOCUMENTATION I •AUTH •• Paul Mitiica,PE,PrOE Tim Haile,PE I Rebecca Young,Pe E55ra Mostafavi' ', Octavio Hernandez,PE ENVIRONMENTAL RESOURCES ENGINEERING RESOURCES CEQA/NEPACornpkance NanxalResources/ Traffic Design/ Roadway and Permitting Biology Systerrrseoordnation Brandon Reyes,PE Sean Noonan,AICP Wade Caffrey Josh McNei11,PE,aE Mark Swanson,mcvsc, osom Cultural Rewurm wataQuaBpr TrafficAnaysis Utilities WCS Environmental Tanya 811ezlkiian,PE, Carla Dietrick,n-.Prm Marieitorgan Subconsu/rant/ QSD/QSP Survey/Mapping Curt Duke,MA,RPA Chris Alberts.Prs More than 550 Technical and Support Staff in California and 6,000 Companywide Traffic Signal Improvements(HSIP Cycle 7) Section C STAFF CIALIFICATIONS CA PROJECT MANAGER Paul Mittica, PE, PTOE j Project Manager Paul Mittica,PE, PTOE,will serve as the City's Project Manager and will provide direct and active responsibility with the delivery and EDUCATION: funding approval of the project. Locally based B.S., Civil and Environmental out of Ontario, Paul is a recognized leader within Engineering,The Pennsylvania State Inland Empire mainly focusing his efforts in the University Coachella Valley. Paul has over 15 years of YEARS OF EXPERIENCE: 15 experience ranging from large complex Caltrans state highway projects to working on public works civil and traffic projects in the Inland Empire. Paul REGISTRATION I CERTIFICATION: has developed engineering and eometrics for 24 intersections, over 8 Civil Engineer, CA,#84987 P 9 9 9 Professional Traffic 0perations interchanges, and over 40 miles of freeway improvements, including the Engineer,U.S.,#3531 1-15 and 1-80 corridors in Utah. He has recently focused his efforts to integrate and navigate projects through the Caltrans' Loral Assistance AREAS OF SPECIALIZATION: processes with over three years of relevant work and relationships within Traffic Engineering Caltrans District 8. Paul is intimately"hands-on"with every aspect of the Transportation Engineering project leading to streamlined reviews and approvals with Caltrans Local Assistance,such as Garnet Street Bridge replacement project in the County of San Bernardino and ADA Improvements project in Pomona,CA. Paul is currently the Design Manager for the 1-10/Avenue 50 Interchange PS&E and Avenue 50 Extension projects in Coachella,CA. He is invested and locally present with Caltrans District 8 design oversight projects and staff. His established relationships with Caltrans District 8 will lead to streamlined approvals with Caltrans Local Assistance. Relevant Project Experience and References Pomona FY2013.15 Major Streets: Bulb-outs&Pedestrian ATP/ADA Required Improvements, Pomona,CA Reference:Matt Pilarz,PE, (909)6203652,Senior Civil Engineer, City of Pomona Project Manager. Michael Baker,as a subconsultant,provided final design services for an Active Transportation Project/Americans with Disabilities Act(ATP/ADA)at five intersections within the City of Pomona.The scope of the project aimed to increase pedestrian safety and mobility.The improvements to the five intersections include pedestrian crosswalk enhancements,curb extensions,curb bulb-outs,directional curb ramps,and pedestrian countdown signals.All the proposed improvements and affected existing conditions were designed or retrofitted in accordance to the current ADA standards. Improving these areas in the City of Pomona will increase pedestrian visibility,shorten pedestrian crossing distance, reduce vehicular speeds,and enhance public health in a disadvantaged community. The project is currently being federally funded by Cycle 1 of the Active Transportation Program for the City of Pomona.A major component with the project was supporting the City with Caltrans Local Assistance. In order to maintain funding,all utility coordination and design deliverables have to be in accordance with the Caltrans Local Assistance Procedures Manual. Garnet Street Bridge Replacement,Mentone,CA Reference:Andy Silao, P.E.,(909)387.7922,San Bernardino County,Department of Public Works Project Engineer. Michael Baker is working closely with Caltrans Local Assistance and the County of San Bernardino to comply with federal requirements required as a grantee of FHWA's Highway Bridge Replacement and Rehabilitation(HBRR) Program.The County of San Bernardino intends to replace the bridge with a new state-of-the- art bridge that will accommodate existing traffic volumes.The width of the existing bridge is approximately 17-feet-10- inches wide(rail-to-rail)including an approximately 16-foot-10-inch travel way.The existing bridge is 159-feet-long with two abatement and one center pier supporting the bridge.The proposed project would be approximately 52-feet- Proposal for the City of Palm Springs _ STAFF QUALIFICATIONS wide and would include the abatement and piers,with a wider travel way to accommodate modern vehicles,lhat are wider than older models.All existing pipelines and utilities will be relocated as necessary. Michael Baker is managing the preparation of the wetland delineation, permitting and compliance of the environmental documents that were previously prepared for conformity and approval with Caltrans Local Assistance,which are anticipated to support a joint Initial Study/Categorical Excluslon(IS/CE). I-101Avenue 50 Interchange PSBE and Avenue 50 Extension,Coachella,CA Reference:Jonathan Hoy,City Engineer,(760)398.5744,City of Coachella Design Manager. Michael Baker is the prime consultant responsible for preparing the Project Report, New Connection Report, Environmental Documentation, Geometric Approval Drawings, Design Exceptions Fact Sheets, and final design for the new 1-1 0/Avenue 50 interchange in the City of Coachella.The purpose of the proposed project is to relieve forecasted congestion on 1-10 and SR-86, including the Dillon Road interchanges.The interchange improvements will provide a new gateway into the City of Coachella and improve access to 1-10 for vehicles traveling in and out of the city. Michael Baker prepared a Project Study Report(PSR)and is currently providing state and federal environmental documentation for the 1-10/Avenue 50 Interchange Project.The environmental document is a joint Initial Study/Environmental Assessment(ISIEA).Michael Baker is facilitating preparation of all the required CEOA/NEPA studies. Avenue 50 Extension,Design services are being provided for extension of Avenue 50 to connect the existing Avenue 50 at Fillmore Road to the proposed Avenue 50 Interchange on Interstate 10.Once connected to the 1-10 interchange,this stretch of Avenue 50 will provide essential access and regional circulation to the City of Coachella from the East. Additionally,the Avenue 50 Extension project will facilitate the necessary infrastructure, including utilities corridors,for the La Entrada Specific Plan.The project includes the design of approximately 7.200lineal feet of six-lane arterial roadway with NEV and bike lanes. The roadway alignment requires crossing the Coachella Canal and the existing 30-foot-high East Side Dike, both owned and maintained by the Bureau of Reclamation.The crossing will be achieved utilizing earthen fill over a reinforced concrete box structure within the Coachella Canal,and precast arches will be designed in order to convey flood flows along the north side of the levee. C.2 KEY STAFF QUALIFICATIONS Mike Sutton, PE I Principal In Charge Mr. Sutton will serve as Principal-in-Charge and has a broad range of experience covering many types of land development and public works EDUCATION: projects. His strengths are in on-and off-site B.S., Civil Engineering,California State planning and design,and street widening Polytechnic University,Pomona projects. As a Project Manager, he has worked YEARS OF EXPERIENCE:22 on several public works improvement projects for agencies throughout the Coachella Valley REGISTRATION i CERTIFICATION: and desert region, as well as, managed design teams on large Civil Engineer,CA,#57667 commercial and residential projects, including coordination with the client, AREAS OF SPECIALIZATION: governing agencies, various sub-consultants and utility purveyors. He • Civil Engineering for Public Works has also acted in the capacity of Inspector/Construction Manager. Mr. and Land Development Sutton's vast, mufti-faceted experience has made him an invaluable asset - On-and off-site planning,and to the Michael Baker Palm Desert Management team. design,and street widening projects Relevant Project Experience • Bob Hope Drive and Dinah Shore Drive Street Improvements i Rancho Mirage, CA. Project Manager • Ramon Widening Project I Riverside, CA. Project Manager • Marriott's Shadow Ridge Resort i Palm Desert, CA. Project Manager Traffic Signal Improvements(HSIP Cycle 7) .Section C STAFF OALIFICATIONS Tim Haile, PE QA/QC Tim Haile, PE, is a known expert within the TEAM MEMBER HIGHLIGHTS Inland Empire for successful delivery of complex PSR-PDS, PSR, PR, ED,and Final EDUCATION: B.S.,Civil Engineering, California State PS&E on projects. Mr. Haile is locally-based Polytechnic University,Pomona in Michael Bakers Ontario office since 2003 YEARS OF EXPERIENCE: 19 and has 19 years of experience working on transportation projects. He is an expert in REGISTRATION I CERTIFICATION: Caltrans design policies, procedures,and standards that apply to Civil Engineer,CA,#72109 transportation projects. He has also worked for Caltrans District 7 in AREAS OF SPECIALIZATION: design for six years at the beginning of his career. Mr. Haile is an expert in A. Transponation Engineering the complete planning,environmental and final design review process. He Expert in Caltrans Design Policies, has a keen understanding of,their interrelationships with the engineering Procedures,and Standards, components of a project. His understanding of these relationships during including Caltrans District 8 • Freeway,Interchange,and HOV final design result in a comprehensive PS&E package. He has Lanes coordinated and developed several Local Assistance Documents, including grant applications, Request for Authorization packages, invoicing,contracting compliance, and managed successful delivery of three local assistance projects in Caltrans District 8. His intimate knowledge of Caltrans Local Assistance and established relationships in Caltrans District 8 will provide tremendous value to the City in obtaining approvals and ensuring compliance of Local Assistance requirements. Relevant Project Experience • 1-1 0/Avenue 501 Coachella, CA. Project Manager • Garnet Street Bridge I Mentone,CA. Project Manager • 1-10/Jefferson Street Interchange PANED&PS&E I Indio, CA. Project Manager • SR-6017heodore Street Interchange PANED I Moreno Valley,CA. Project Manager • 1-1 0/Monterey Avenue Interchange I Palm Desert, CA. Project Manager Rebecca Young, PE I Local Assistance Documentation I Request for Authorization Ms.Young is a Project Engineer in the Transportation/Public Works Department. She EDUCATION: has experience in roadway design,grading, B.S., General Engineering,Harvey utility coordination,conceptual utility relocation, Mudd College specifications,construction field support,cost YEARS OF EXPERIENCE: 9 estimates,and Life Cycle Cost Analysis reports. REGISTRATION I CERTIFICATION: Ms.Young specializes in development of Caltrans project delivery through Civil Engineer,CA,#77432 PANED and PS&E phases. She has worked on roadway improvement projects for public agencies such as the City of Cypress,Caltrans,the City AREAS OF SPECIALIZATION: of Victorville,the Cityof Irvine,City of Newport Beach, City of Tustin,City • Transportation Engineering tY P Y Y • Development of Caltrans project of Orange, and City of Rancho Mirage. Based on her experience, she delivery through PRIED and PS&E successfully completed the documentation leading to award of federal phases • Grant Application/Documentation 1 funds to the SR-60/Theodore Street project from RCTC. She continued Requests for Authorization her efforts in development of the Request for Authorization Project and coordinated closely with Caltrans Local Assistance successfully obligating the funds to the project. Relevant Project Experience: • 1-10/Jefferson Street Interchange Improvements Indio,CA. Engineer • Adams Street Bridge I La Quinta, CA. Engineer • SR-601Theodore Street Interchange I Moreno Valley,CA, Engineer Proposal for the City of Palm Springs Section C STAFF QUALIFICATIONS Octavio Hernandez, PE ( Project Engineer Mr. Hernandez is a professional engineer with 1 substantial experience in the planning and design of transportation,traffic, and Intelligent EDUCATION: Transportation Systems(ITS)projects. He B.S„ Civil Engineering, California State has in-depth knowledge of Caltrans design University at Long each standards and has successfully delivered YEARS OF EXPERIENCE: 12 traffic improvement projects to cities and agencies throughout the region. He has also provided engineering design REGISTRATION I CERTIFICATION: on major ITS programs that have included the Los Angeles Intelligent Civil Engineer,CA,#C78085 Transportation Infrastructure Program and San Diego Intelligent Transportation Infrastructure Program. AREAS OF SPECIALIZATION: Relevant Project Experience • Transportation Engineering • 1-15/Clinton Keith Interchange Riverside County,CA.Design Engineer ' Traffic Enggineering 9 i tY� 9 9 • IntelligentTransportation Systems • Traffic Signal Modifications and Traffic Calming i Pasadena, CA. Design Engineer • Traffic Signals, Otay Mesa, CA. Design Engineer • Culver Drive Signal Modification and Synchronization, Irvine,CA. i Design Engineer Joshua McNeill, PE, TE I Traffic Design I Systems Coordination Mr. McNeill has experience in transportationTEAM MEMBER 1HIGHLIGHTS 1 1 and traffic planning and engineering. He has managed and assisted on projects that range EDUCATION: from preparing preliminary studies and reports M.S.,Civil Engineering(Trans rtation P P g P ry Po Systems), University of California, to final construction plans,specifications,and Irvine cost estimates(PS&E). Preliminary reports B.S.,Civil Engineering,University of pedestrian/bicycle trail alignment include California, Irvine studies, Caltrans Project Reports(PR),and City Street Improvement YEARS OF EXPERIENCE:9 Concepts. Final Design work includes plan preparation for roadway REGISTRATION I CERTIFICATION: improvements, signing and striping,traffic control, and traffic signals.Mr. Civil Engineer,CA,#79151 McNeill has experience in Intelligent Transportation Systems(ITS) Traffic Engineer,CA,#2792 planning and final engineering and has assisted agencies in developing AREAS OF SPECIALIZATION: preliminary communication architectures,concept of operations • Transportation Engineering (ConOps),and ITS master plans as a base framework for future • Traffic Engginansportation Systems • transportation systems expansion. His final engineering experience IntelligenNin include Caltrans traffic signal and ramp metering plans,fiber optic communication plans, CCTV plans,and Transportation Management Center(TMC)Audio Visual(AV)plans. Mr. McNeill has assisted with or managed all stages of Caltrans project development and is familiar with the Caltrans Project Development Procedures Manual (PDPM). His Caltrans design experience includes the use of Caltrans Standard Plans and Specifications,and how to use them correctly in ITS projects. Mr. McNeill is currently working on the Citywide Traffic Signal Interconnect Upgrade and Traffic Management Center(TMC)Project for the City of Palm Springs.The project has consisted of three phases: 1)environmental approval and project development; 2)engineering design(PS&E)and signal synchronization;and 3)construction administration. Relevant Project Experience • City of Palm Springs, Citywide Traffic Signal Interconnect Upgrade and Traffic Management Center I Project Manager • City of Palm Springs, Uptown District Enhanced Crosswalks i Traffic Engineer • Adams Street Signal and Street Improvements, La Quinta,CA I Traffic Engineer • Intelligent Transportation System(ITS) Master Plan, Coachella,CA i Traffic Engineer Traffic Signal Improvements(HSIP Cycle 7) STAFF QALIFICATIONS Section C Essra Mostafavi Environmental Lead Essra Mostafavi is Senior Project Manager at VCS Environmental(VCS). She is responsible for environmental compliance and management EDUCATION: p 9 M.A. International Environmental Policy, related to NEPA/CEQA, interdisciplinary projects, Middlebury Institute of International preparation of sooping documents,technical Studies at Monterey studies,and environmental permits.As a previous B.A.International Relations,University of Caltrans employee, Essra is an expert in California, Davis environmental approvals for transportation projects, including capital YEARS OF EXPERIENCE: 11 projects, oversight, and Local Assistance Projects with Caltrans and the REGISTRATION/CERTIFICATION: FHWA. GISIGPS Trimble Certified Environmental Relevant Experience Surveyor • Date Palm Dr.Widening, Cathedral City,CA I Environmental Lead AREAS OF SPECIALIZATION: Environmental,CEQA I NEPA • Rock Springs Road, Bridge Over Mojave River,San Bernardino • Environmental approvals for County,CA I Environmental Lead for NEPA CE; Review of County of transportation protects,including San Bernardino-approved CEQA IS/MND for environmental Caltranssistance Projects with clearance • Salton Creek Bridge Replacement Project, Riverside,CA I Environmental Lead/CE and Environmental Commitments Record • Associate Environmental Planner I CEQA-Project Level EIR, NEPA- Programmatic EA, Ongoing CVAG, CV Link Project I Primary Reviewer for PES Sean Noonan, AICP I CEQA/ NEPA Compliance and Permitting Sean Noonan leads the development of ! ! ! environmental documents and regulatory permits for a wide array of project types, including road, EDUCATION: Master of Urban and Regional Planning, highway, and transit projects. Sean has over five California Polytechnic University Pomona years of experience managing, preparing,and M.A.,Geography,California State processing environmental documents pursuant to University,Fullerton the California Environmental Quality Act(CEQA) B.A.,History,university of California, and National Environmental Policy Act(NEPA). Sean's project Santa Barbara management responsibilities include consultanUproject team YEARS OF EXPERIENCE: 10 management,contract administration, project schedule and budget REGISTRATION I CERTIFICATION: compliance,technical report review,facilitation of team meetings,and American Institute of Certified Planners writing/review of environmental documents. In addition, Sean has taught graduate Courses in environmental impact assessment at California AREAS OF SPECIALIZATION: Polytechnic University Pomona and California State University Fullerton. • Environmental,CEQA I NEPA • Environmental and regulatory Sean has prepared several Habitat Mitigation and Monitoring Plans, permits for transportaf4ion projects including a 16-acre coastal sage scrub restoration project at Scully Hill in Chino Hills State Park(for the SR-91 Corridor Improvement Project)and an 11-acre desert wash restoration project in the city of Hesperia(for the 1-1 5/Ranchero Interchange Project). He has conducted multiple jurisdictional delineations, including delineations for the SR-91 Corridor Improvement Project in Riverside County,the Cajon Pass Rehabilitation Project in San Bernardino County,the 1-15/Ranchero Interchange Project,and the Ranchero Road Widening Project in the city of Hesperia. Relevant Project Experience • 1-10/Grove Avenue Interchange Project I Ontario, CA. Environmental Manager • Grove Avenue Corridor Project I Ontario,CA. Environmental Peer Review of Technical Studies. EIR/EIS • Interstate 10 Corridor Project I San Bernardino County,CA.Wrote sections of Community Impact Assessment, Jurisdictional Delineation Report,and Draft EIR/IS Proposal for the City of Palm Springs i �I D. Firm Qualifications MMIT T D c b Il W _ J 63: I' Sf a Section Cr- FIRM QUALIFICATIONS D. FIRM QUALIFICATIONS D.1 FIRM PROFILE Michael Baker International, Inc.(Michael Baker), is a full-service, COMPANY OVERVIEW private corporation providing planning,engineering,surveying,construction management,and related professional services.The firm maintains a COMPANY NAME: professional staff of more than 6.000 employees located in 90 offices Michael Baker International,Inc. throughout the United States. Michael Baker's services include 5-410 Gerald Ford Drive,Suite 100 transportation engineering;traffic engineering;civil and structural Palm Desert,CA 92111 engineering;mechanical and electrical engineering;surve and Right of T(760)346-7481 1 F(760)346-8315 Y Way(ROW)mapping;Geographic Information Technology(GIT);water and Supporting Offices: wastewater engineering;environmental planning;land use planning and Ontario and Irvine urban design;architecture and landscape architecture;public outreach;as ENTITY:Corporation well as construction management and inspection. State of Pennsylvania Traffic Engineering Services YEAR FOUNDED: 1940 The Traffic Engineering Department at Michael Baker has an CONTACT PERSON: outstanding p engineering.reputation in the field of traffic en ineerin . Traffic, Paul Mittica, Project Manager 909 974-0917 whether it is from a residential area,planned community,shopping imrtticaCalmbakerintl.com center,industrial park,or future highway,affects the transportation circulation system. It is essential that the extent of this effect be analyzed. OFFICES:90 Consideration must be given, not only to the effect of one particular area EMPLOYEES:6,000 segment, but also to the consequence in the surrounding area of total development. Therefore,studies should analyze all aspects and possible ENR 2016 RANKINGS measures to mitigate any adverse impacts. Michael Baker emphasizes (Nationally) traffic planning and design techniques to satisfy the requirements of a study #13-Transportation site's traffic while minimizing the impact on norFsite traffic. #35-Top 500 Engineering Firms Traffic Engineering Planning.Michael Baker has prepared various types of traffic studies for local agencies and private clients. Michael Baker utilizes Caltrans, local agencies, County, Institute of Transportation Engineers(ITE), California Vehicle Code and industry policies and standards for the evaluation and analysis of intersection and roadway systems and the preparation of the specific traffic engineering studies.Specific traffic engineering studies include: i, Before and After Travel Demand i, Circulation Analysis * Traffic Signal Communication-Master Plan Timing and Coordination o Parking Analysis r Traffic Signal Warrants Traffic Impact Analysis Engineering and Speed Survey i, Lane Storage Analysis P Intersection Level Of Service Analysis i, Traffic Signal System Evaluation i, Sight Distance Analysis Traffic Engineering Design.Traffic signal design for various agencies and private developers is one of Michael Baker's primary services,resulting in an average of 100 or more individual traffic signal intersection designs annually. In the last 20 years,over 2,000 signals and over 500 signal communication systems have been designed by Michael Baker. Michael Baker has prepared traffic signal,traffic signal modification and traffic signal communication plans for many agencies throughout southern California,including Catrans Districts 7,8, 11 and 12;and multiple cities. In recent years, local agencies have begun to implement new technology as part of their traffic signal and traffic signal communication systems in order to improve their transportation system along their corridors that will reduce congestion,improve mobility,maximize traffic flow and improve the quality of life in the community.Michael Baker has prepared different Traffic Signal Improvements(HSIP Cycle 7) FIRM QUALIFICATIONS • Section D types of signal communication plans including hardwired,hybrid,fiber optic,and wireless systems for many agencies throughout California. Michael Baker has also designed different types of closed circuit television systems(CCTV), changeable message signs(CMS),system detection systems,and video detection systems.Michael Baker traffic engineers are familiar with 2070, 170 and NEMA traffic signal controllers. Michael Baker is involved with some agencies in the installation and/or upgrade of their traffic management center(TMC)or workstations.Specific traffic engineering design services include: New Traffic Signal Systems Ramp Metering Systems i, Utility Relocation Coordination Traffic Signal Modification Systems Video Surveillance/Detection Systems r Agency Permitting 0 Traffic Signal Communication Systems i, Signal Timing and Coordination i, Shop Drawings Review i, Intelligent Transportation Systems r Lighting Systems Preparation of Record Drawings i, Traffic Management Centers o Signing and Striping Contract Administration r Traffic Surveillance Systems Stage Construction/Traffic Handling r Construction Management o Dynamic Message Signs i Preparation of Grant Applications 0 Construction Inspection Familiarity with County, State and Federal Requirements Michael Baker works collaboratively with regulatory and government agencies that have jurisdiction over projects located in the Coachella Valley and the Inland Empire including Caltrans,Coachella Valley Association of Governments (CVAG), RCTD, Federal Highway Administration(FHWA), US Army Corps of Engineers(USACE),the Regional Water quality Control Board(RWCICB),and local cities who may have a stake in successful project outcomes.Michael Baker has successfully worked with Caltrans District 8 for the past 25 years and has delivered several projects in the Inland Empire with Caltrans District 8 through the entire project delivery process. Michael Baker has well-established relationships with the District that will facilitate project delivery and performance for the City of Palm Springs. Michael Baker has been extensively involved with Caltrans District 8 and FHWA staff for the development of complex geometric design for Project Reports, Environmental Documents,as well as PS&E for projects such as the 1-1 0/Jefferson Street interchange in Indio and the 1-10/Avenue 50 in Coachella. Michael Baker has extensive experience in completing and processing the numerous federal funding authorization forms through the Caltrans District Local Assistance Engineer and the Federal Highway Administration, as well as incorporating all required special provisions in the project specifications to ensure that federal funding is not jeopardized. Michael Baker has developed a comprehensive table summarizing the various authorization forms required in a matrix format that can be used to clearly identify the steps to be followed and the responsible parties. Michael Bakers staff maintains an ongoing dialogue with local, regional,and state jurisdictional agencies and continually keeps informed about the changing requirements and M e procedures of Federal. State and local agencies. ..*^� 'Local Devebpment/Intergovemmental Review Branch was phased with the open cooNwafien efforts made by OCTA and/or their consultants(Whael Baker). This project should be viewed as a model an how eady comdmation ef6xts can help ,,,,,,,,,,,,,,,,,"..„..,-.„., ,�. •'�"`—."'"„" streamline the reviewpmcess." .,-..».-w.... .1.....»... 'Traffc Operations was pleased with the ..P. .�,,.,,.......:...........,.- ,..-.,..w,., quality and analysis of this study." Proposal for the City of Palm Springs Section D FIRM QUALIFICATIONS D.2 PRINCIPAL OFFICERS The following individuals are authorized to bind Michael Baker to this agreement: 1. Michael Sutton, P.E„]Vice President/Palm Desert Office Manager 2. Darin Johnson,P.E.,Vice President/Ontario Office Executive 3. Tim Haile, P.E.,Associate Vice President D.3 BACKGROUND AND QUALIFICATIONS Michael Baker provides a full range of services for traffic engineering,including environmental compliance in accordance with the California Environmental Quality Act(CEQA)and National Environmental Policy Act (NEPA). For this project, Michael Baker is including VCS Environmental (VCS),a certified DBE firm we have successfully worked on past projects requiring environmental CEQA/NEPA services. VCS environmental services will be led by Essra Mostafavi, who is a previous Caltrans employee and expert in environmental approvals for transportation projects,including capital projects, oversight,and local assistance projects with Caltrans and the FHWA. VCS has 20 years of proven success with management,oversight,and production of CEQA documents.VCS recently was responsible for the oversight and preparation of technical studies for the Signalization of Highway 111, Bob Hope Drive,and Country Club Drive. VCS is successfully processing the Caltrans environmental clearance for the City of Rancho Mirage per the Local Assistance Procedures Manual,Chapter 6: Environmental Procedures. In addition, VCS also advised the City of Rancho Mirage with jurisdictional concerns and on Caltrans environmental review protocol for the Signalization of Monterey Avenue and Dinah Shore Drive. VCS Environmental is very familiar with projects of similar scope,having recently managed the SANBAG Palm Avenue Grade Separation Categorical Exemption/Categorical Exclusion(CE/CE) process and obtained a U.S.Army Corps of Engineers(Corps)Section 404 Permit, California Department of Fish&Wildlife(CDFW) Section 1600 Streambed Alteration Agreement(SAA), and Santa Ana Regional Water Quality Control Board (RWQCB)Section 401 Water Quality Certification for the Project.Additionally, VCS worked on the 1-10 Pepper Avenue Interchange project,which was located in a sensitive area containing habitat for the Delhi Sand Flower-Loving Fly.As a result of strategic advice provided by VCS,the design engineers were able to minimize impacts enough to qualify for a CE/CE.VCS will ensure that project goals and schedules are met. Projects and References Representative projects and references for Michael Baker and VCS are provided on the following pages. Traffic Signal Improvements(HSIP Cycle 7) Section DFIRM QUALIFICATIONS Citywide Traffic Signal Interconnect Upgrade and Traffic Management Center Palm Springs, CA (Michael Baker Project) Reference: Savat Khampou, P.E.,Asst.City Engineer/Asst. Director of Public Works, (760)323.8253 x8744, City of Palm Springs I1 Extensive working knowledge TM and experience with the City of Palm Springs' traffic signal system citywide Obtaining Environmental Approvals(CEQAINEPA) i, PS&E of upgrades -Wireless communications- backhaul point to point and multi- point communications from This critical project will provide the City of Palm Springs with a highly approximately 39 intersections efficient and reliable communication system using the latest technology to (video/data) manage traffic citywide. Michael Baker obtained environmental approvals, -Installation of three weather provided engineering design, and construction administration. CCTV camera systems -Installation of 34 new video Currently nearing completion,the purpose of this project was to analyze detection systems the City's arterial corridors to upgrade the traffic signal communication -EtherneUIP communication systems with current technology, and to create a state-of-the-art Traffic system Management Center(TMC)at City Hall. The City's goal is to bring the -TMC upgrade benefits of enhanced signal synchronization and operational effectiveness along the signalized intersections and project corridors and thereby -Signal synchronization increasing mobility and reducing travel times. The proposed improvements will provide two-way data and video communications from the field elements to the TMC. The City's goal is to have a citywide reliable and consistent communication system that uses the latest technology that will assist them in managing the traffic at intersections and roadway segments;enhance staff efficiency through remote monitoring, provide troubleshooting capabilities, and system adjustments; and compliment the City's existing traffic signal surveillance,control and monitoring program.The City also desires to have a state-of-the-art system that can disseminate real time traffic information to the public via the City's web site and public access channel.The project includes the following three phases: 1) Phase One-Environmental Approval and Project Development(i.e. Technical Memorandums); Phase Two-Engineering Design(Plans, Specifications,and Engineer's Estimates)and Signal Synchronization; and Phase Three-Construction Administration. The Michael Baker Project Team obtained environmental approval through the California Environmental Quality Act (CEQA)f National Environmental Policy Act(NEPA)environmental documentation.Michael Baker prepared several Intelligent Transportation System(ITS),Technical Memorandums including Existing Systems Inventory and Evaluation,Assessment of Surrounding Systems,Assessment of Intelligent Transportation System(ITS) Opportunities,Assessment of Video Detection Integration,Assessment of Traveler Information: Link Integration, Project Deployment and Maintenance Plan,and System Engineering Management Plan (SEMP). Michael Baker provided final design(PS&E)for improvements.As part of this project,the Michael Baker Project Team planned a wireless communication system including backhaul point to point and multi-point communications from the City's existing communication towers t local intersections utilizing 4.9 GHz(Public Safety)and l or 5.8 GHz frequencies. Proposal for the City of Palm Springs .� Section D F" FIRM QUALIFICATIONS I.10/Avenue 50 and Avenue 50 Extension I Coachella, CA (Michael Baker Project) Reference:Jonathan Hoy,City Engineer, (760)398.5744 .. City of Coachella Michael Baker is the prime consultant responsible for preparing the Environmental documentation Project Report, New Connection Report, Environmental Documentation, (ISIEA), CEQAINEPA studies Geometric Approval Drawings,and Design Exceptions Fact Sheets for the Coordination with City of new 1-10/Avenue 50 interchange in the City of Coachella.The purpose of Coachella,Caltrans District S, the proposed project is to relieve forecasted congestion on 1-10 and SR- FHWA, USFWS, TCWG, CDFW, 86, including the Dillon Road interchanges.The interchange BLM improvements will provide a new gateway into the City of Coachella and 10 PS&E improve access to 1-10 for vehicles traveling in and out of the City. Michael Baker prepared a Project Study Report(PSR)and is currently providing state and federal environmental documentation for the 1-10/Avenue 50 Interchange Project.The environmental document is a joint Initial Study/ Environmental Assessment(IS/EA). Michael Baker is facilitating preparation of all the required CEOA/NEPA studies. Michael Baker is coordinafing with the City of Coachella and developing PS&E for the extension of Avenue 50 to the interchange. The extension of Avenue 50 is being closely coordinated with the interchange relative to number of lanes, bike lanes, parkway, and aesthetics to realize the vision of the City for Avenue 50. Avenue 50 Extension. Design services are being provided for extension of Avenue 50 to connect the existing Avenue 50 at Fillmore Road to the proposed Avenue 50 Interchange on Interstate 10.Once connected to the 1-10 interchange,this stretch of Avenue 50 will provide essential access and regional circulation to the City of Coachella from the East.Additionally,the Avenue 50 project will facilitate the necessary infrastructure,including utilities corridors,for the La Entrada Specific Plan. The project includes the design of approximately 7,200 lineal feet of six- lane arterial roadway with NEV and bike lanes. The roadway alignment requires crossing the Coachella Canal and the existing 30-foot-high East Side Dike, both owned and maintained by the Bureau of Reclamation.The crossing will be achieved utilizing earthen fill over a reinforced concrete box structure within the Coachella Canal, and precast arches will be designed in order to convey flood flows along the north side of the levee. Garnet Street Bridge Replacement I Mentone, CA (Michael Baker Project) Reference:Andy Silao,P.E.,(909)387.7922,San Bernardino County, Department of Public Works Michael Baker is working closely with Caltrans Local Assistance and the County of San Bernardino to comply with federal requirements required as a grantee of FHWA's Highway Bridge Program(HBP) Program.The County of San Bernardino intends to replace the bridge with a new state- of-the-art bridge that will accommodate existing traffic volumes.The width of the existing bridge is approximately 17-feet-10-inches wide(rail-to-rail) including an approximately 16-foot-10-inch travel way.The existing bridge is 159-feet-long with two abatement and one center pier supporting the PROJECT RELEVANCE bridge. The proposed project would be approximately 52-feet-wide and would include the abatement and piers,with a wider travel way to o Caltrans Local Assistance to accommodate modem vehicles that are wider than older models.All comply with federal requirements existing pipelines and utilities will be relocated as necessary. Michael required as a grantee of FHWA's Baker managed to successful completion the preparation of the wetland Highway Bridge Program delineation, permitting and compliance of the environmental documents Environmental documents that were previously prepared for conformity and approval with Caltrans anticipated to support a joint Local Assistance,which are anticipated to support a joint Initial Initial StudylCategorical Study/Categorical ExdUSion(ISICE). Exclusion(ISICE) Traffic Signal Improvements(HSIP Cycle 7) Section FIRM QUALIFICATIONS AiL Pomona ADAIATP Street Improvements I Pomona, CA (Michael Baker Project) Reference:Matt Pilarz,PE, Senior Civil Engineer, (909)620.3652 .� - City of Pomona Project Manager. Michael Baker, as a subconsultant,provided final design ► Improvements to 5 intersections services for an Active Transportation ProjectiAmericans with Disabilities ► Federally Funded Act(ATP/ADA)at five intersections within the City of Pomona.The scope ► Caltrans Local Assistance of the project aimed to increase pedestrian safety and mobility.The improvements to the five intersections include pedestrian crosswalk enhancements,curb extensions, curb bulb-outs, directional curb ramps,and pedestrian countdown signals.All the proposed improvements and affected existing conditions were designed or retrofitted in accordance to the current ADA standards. Improving these areas in the City of Pomona will increase pedestrian visibility,shorten pedestrian crossing distance, reduce vehicular speeds,and enhance public health in a disadvantaged community.The project is currently being federally funded by Cycle 1 of the Active Transportation Program for the City of Pomona.A major component with the project was supporting the City with Caltrans Local Assistance. In order to maintain funding,all utility coordination and desig n deliverables have to be in accordance with the Caltrans Local Assistance Procedures Manual. Date Palm Drive Bridge over Whitewater River I Cathedral City, CA (Michael Baker Project) Reference:John Corella, City Engineer, (760)770.0327 or Bill Simons, P.E.,Senior Engineer,760-770-0360, City of Cathedral City The Date Palm Drive Bridge is a four-lane bridge approximately 757 feet long and 56 feet wide and is functionally classified as an urban minor arterial. Due to structural and operation deficiencies,the applicant has proposed to widen and retrofit the existing Date Palm Drive Bridge.To preserve and expand the service life of the existing bridge,the project is proposing to: rehabilitate the existing bridge deck;widen the bridge width from four to six lanes; replace deficient portions of the existing structure; T, and include highway safety measures,such as adding sidewalks, f matching medians, railings and approaches,which will enhance highway safety. Michael Baker prepared the environmental documentation in support of the Highway Bridge Program funding, including the Delineation of ► Traffic signal modifications Jurisdictional Waters and Natural Environment Study—Minimal Impact ► Environmental documentation (NES-MI)for the Date Palm Drive over the Whitewater River Project, and regulatory permitting located in the City of Cathedral City, Riverside County. In addition, ► Significant involvement with Michael Baker Regulatory Staff is currently processing resources agency Caltrans in preparing necessary permits from the U.S.Army Corps of Engineers(Nationwide Permit No. 14 documentation to secure funding Linear Transportation Projects), California Department of Fish and Wildlife (1602 Streambed Alteration Agreement), and the Regional Water Quality ► Extensive agency coordination Control Board (Section 401 Water Quality Certification). Michael Baker supported the City in determining eligibility for Highway Bridge Program funding based on review of the bridge inspection reports and sufficiency rating. Michael Baker supported the City of Cathedral City with coordination with Caltrans in preparation of the Request of Authorization documentation to obtain the Highway Bridge Program federal funding ensuring the all of the necessary requirements were met to successfully obligate the funds for the preliminary engineering, right-of-way and construction phases. Proposal for the City of Palm Springs Section D FIRM QUALIFICATIONS 1-10I Jefferson Street Interchange Improvements I Indio, CA (Michael Baker Project) Reference:Cindi Wachi, Engineering Project Manager,(951)955.1863, Riverside County Transportation Department Michael Baker was responsible for the preparation of a Modified Access PS&E Report, Project Reporl, Environmental Documentation, Geometric Approval Drawings, Design Exceptions Fact Sheets, and Plans. Roadway and traffic signal Specifications,and Estimates for improvements to the existing 1-10 improvements interchange at the Jefferson Street Overcrossing in the City of Indio. 0 Environmental documentation o Coordinated and obtained over The 1-1 0/Jefferson Street interchange improvements include construction $30M in State and Federal of a new modified diamond interchange with a new five-lane overcrossing. funding The improvements also include frontage road realignment,bridge 0 Extensive agency coordination, structure removal, intersection reconfigurations,traffic signal construction, including Caltrans District 8 and multi-staged construction phasing plans.The multiple plan types and discipline coordination include horizontal and vertical roadway geometry, grading, new bridge structure construction,on-site drainage,signing,striping,traffic signals, lighting,and stage construction. Work efforts include coordinating with subconsultants and public agencies including Federal Highway Administration, U.S. Fish &Wildlife Service, Union Pacific Railroad,Caltrans District 8,Caltrans Headquarters, California Department of Fish &Game,County of Riverside,Coachella Valley Association of Governments and various utility companies. Michael Baker coordinated and successfully obtained State and Federal funding for the I.10/Jefferson Street project. In support to the County of Riverside, Tim Haile, P.E.coordinated funding efforts with the County of Riverside, Coachella Valley Association of Governments, Riverside County Transportation Commission, and Caltrans of over$30 million in State and Federal Funds. Our coordination and successful preparation of the Request for Authorization documentation led to successful approval of Regional Improvement Program state funding through California Transportation Commission and State Transportation Program federal funds through Federal Highways Administration. Michael Baker supported County of Riverside with development and coordination of FHWA relative to High Profile Project Agreements and Cooperative Agreements. SANBAG On-Call Environmental Services, I San Bernardino County, CA (VCS Project) Reference:Garry Cohoe,(909)889.8611,SANBAG a �� VCS is the sole on-call environmental firm for SANBAG, providing environmental services including preparation of CEQA/NEPA documents and peer review of CEQA/NEPA documents including technical studies. VCS provides strategic planning and oversees jurisdictional resource field delineations and reports, as well as preparing biological reports, regulatory permit applications,CRAM assessments, and EIR compliance documents. In the preparation and review of environmental documents for SANBAG, VCS's focus is to ensure Compliance with Caltrans, FHWA,and FTA i, Environmental services for policies and guidelines to minimize delays in the agency review and SANBAG,support !NEPA and approval process and provide strategic advocacy on SANBAG's behalf. In related suppport addition, VCS regularly interacts with regulatory agencies on behalf of o Multiple transportation projects SANBAG in support of their ongoing projects.To further support project Traffic Signal Improvements(HSIP Cycle 7) FIRM QUALIFICATIONS efforts,VCS team members regularly attend Project Development Team(PDT)meetings,and coordinate extensively with project consultants. Project examples include: 1.10 Corridor Project:The 33-mile 1-10 Corridor project will analyze the extension of the existing HOV lane as well as an alternative(s)for an additional 2 lanes, which may include Express Lanes.VCS is project managing the environmental portion of this project for SANBAG.VCS manages the Parsons environmental team in the preparation of an EIR/EIS. Julie participates in weekly senior management calls as well as in a weekly trends call, attends PDT meetings and represents SANBAG at all environmental subject meetings(i.e. noise,CIA,etc). 1-15/1.215 Devore Interchange:The 1-15/1-215 Devore Interchange Improvements Project adds truck bypass lanes and travel lanes to one of the most heavily used goods-movement interchanges in the western United States.The Devore Interchange is one of the key priority projects for SANBAG.VCS provides environmental peer review services to SANBAG and was also asked to project manage the environmental components of the Devore project. Through the planning process,the project has gone from a SANBAG sponsored project to become a Caltrans Design-Build project. Colton Crossing: VCS assisted Garry Cohoe by leading the environmental team to complete CEQA/NEPA documents including providing strategic direction related to the Delhi Sands Fly and potential cultural issues. In addition, Peter assisted in negotiations between SANBAG,the Union Pacific Railroad,and the Burlington Northem/Santa Fe Railroad. VCS provides construction monitoring support for the Colton Crossing project, a nationally significant project that grade separates the Union Pacific and Burlington Northern Santa Fe rail lines in the City of Colton. This area had long been a choke point in the conveyance of national goods from southern California to the rest of the country. VCS conducts periodic field monitoring,conducted migratory bird surveys,oversees cultural monitoring,and provides on-call assistance to the contractor. SR-210 Gap Closure:VCS oversees the preparation of environmental documents for the 7.2-mile Gap Closure on the SR-210 from Highland Interchange to San Bernardino Avenue.The project adds a third mixed-flow lane traveling both directions. VCS oversees the peer review of all documents and participates in PDT and team meetings. SR-210 Pepper Avenue Interchange: VCS provides environmental oversight to the SR-210 Pepper Avenue Interchange for SANBAG. Pepper Avenue is currently being constructed by the City of Rialto and SANBAG is preparing PANED for the accompanying interchange.VCS participates in weekly team calls and regular PDT meetings. VCS also oversees peer review of ICF environmental documents for the project and provides strategic advice related to the environmental document and technical studies. 1.10 Pepper Avenue Interchange:VCS is preparing the CEQA-NEPA documentation for the 1-10 Pepper Avenue Interchange project.The interchange is located in an area known for the Delhi Sands Flower-Loving Fly. VCS is providing strategic advice on project design to minimize impacts and mitigation pursuant to the USFWS Section 7 consultation. VCS is also working closely with the design engineers, Parsons,to minimize impacts to allow the project to qualify for a CE/CE, rather than a IS/EA.VCS has also provided environmental project management, prepared documents and regulatory permits,and/or conducted peer reviews for numerous additional SANBAG projects in the course of our environmental on-call contract also including, but not limited,to the following projects: • 1-215 HOV Gap Closure • Measure I Regulatory Inventory Newport Avenue Bridge Reconstruction • SANBAG Depot SHPO Approval Palm Avenue Grade Separation • 1-10 Cherry and Citrus ECR Compliance Hunt's Lane Grade Separation • Lenwood Avenue Grade Separation 1-215 Washington Interchange Proposal for the City of Palm Springs 14 .; 7 FIRM QUALIFICATIONS . . r CV Link Project I Coachella Valley. CA (Essra Mostafavi) Reference: LeGrand Velez,Transportation Program Manager, (760)346.1127,Coachella Valley Association of Governments (CVAG) Essra Mostafavi was the Caltrans Associate Environmental Planner for the preliminary ► Caltrans Associate environmental study. She coordinated on the CV Environmental Planner for the link project and conducted the 52-mile project- preliminary environmental study site-review with CVAG,LSA,Caltrans HQ, and Caltrans technical ► Extensive coordination and site specialists. Essra also coordinated with Air,Noise, Hazardous Waste, review Cultural,and Biological specialists for technical report reviews. City of Colton 5 Bridges Seismic Retrofit Projects I Colton, CA (VCS Project) Reference:Victor Ortiz, P.E.,Engineering Manager,(909)370.5072, PROJECT City of Colton, Public Works Department These projects entailed the seismic retrofit of ► Processed the bridges under 5 three railroad overpass bridges and two separate Categorical pedestrian bridges for the City of Colton. VCS Exemptions/Categorical processed the bridges under five separate Exclusions for CEQAINEPA Categorical Exemptions/Categorical Exclusions compliance per Caltrans Review for CEQA/NEPA compliance per Caltrans Review. VCS worked closely with the engineer and reviewed the technical plans to draft the project descriptions.Caltrans provided local assistance on these projects and made final determinations on the required technical studies including five topic areas: NESMI,Cultural Resources, Phase I ISA,Air Quality Checklist and Noise. D.4 Subconsultant VCS Environmental ( Environmental — Certified DBE(California Unified Certification Program,CUCP � #40141) VCS Environmental(VCS),founded in 1996, is a full service environmental consulting firm specializing in CEQA/NEPA, biology,and regulatory services,including: ► Project Management ► Preparation of CEQA/NEPA Documents ► Biological Mapping, Endangered Species Surveys,and Technical Reports ► Regulatory Permits and Wetlands/Waters Delineations — ► Habitat Mitigation,Monitoring,and Reporting ► PEER Review and Due Diligence Services VCS has 20 years of experience successfully completing projects for clients and is proud to have an extensive repeat client list. VCS strives to help clients identify attainable goals and objectives in light of the current regulatory climate; protect their interests as permits and approvals are obtained for their projects; and complete the project,whether it is certification of an environmental document,issuance of a regulatory permit,or sign-off on a mitigation requirement, as expeditiously and efficiently as possible.The VCS Team brings a diverse range of qualifications with decades of experience VCS has extensive experience working with public agencies. Traffic Signal Improvements(HSIP Cycle 7) 4 E. Project Schedule n m o` n n S m a c y t A 1 Section E -`/ •� PROJECT SCHEDULE E. PROJECT SCHEDULE Michael Baker is known throughout Caltrans District 8 for providing detailed schedules in accordance with Caltrans' WBS codes and in accordance with Caltrans LAPM. Our team will use the schedule to track every project activity,from preparation of a deliverable all the way through to Caltrans reviews and third party reviews.The following is a complete schedule consistent with the City's expectations and exceeds the HSIP Cycle 7 funding timeline. This schedule is based on a Notice to Proceed(NTP)of December 5,2016 and outlines the tasks and subtasks identified in the Scope of Work. It will be used as a tool to obtain Caltrans approvals and successfully maintain the project within the City's timeframe. � rfnf RAlPmKrx ImN SlNi labs I -+• `YTr �dir - ,nn l4E,rr r ewv`:A fmkMS IePVAzirP NvNYr1.XaypB+1A:$ '4 I PM1afel-PW.ninU Emir9nmanta4 and Wweptual 0efign UOdays Moe lli5/IB rgll/!S/f1 ', •� r vrafxl Ea ,I oilaM Cnwdmxb,r aB d.yl Mw 121}P6 Nit/3111 rs` II 5 y Vie eR OII MnI•r�rl GS oil Mrrtlng h OaY, al+al,22iry6 Mon IJlS/16 / I fllOk P.Ma,C..ml Eran 0 5 days Mmu/5/16 MZ/31111 ¢': wank Cnenu and f.M ofSmiee AnaMn 3O days Mw1/2/1] MMW11 T I- PvearM and Ne[nrd MlPmmlbn 3U tlays MMI2/S/I6 F I2/I6,116 IA Endrurarwnlal Affxsm.M lOda, Mwr1215/16 fd 3/24117 +dam I] Yraoare PrwnirwrEn.uN,rn¢rnal al.mrfPESI PMm fi0 day: Mms12/5/36 En3/24117 •� P.opve r.rAma'alswdin 145 days Mm:113/17 Sun 9/3/I1 •i• 4vlra1 Ski.AI.I+ IM 135AI che.b 15 drys M.3"Al, F14-/Il -!s• .oral lnwnrrm.Mvrdr-Mrnmzrbn sxtl RdrSNp eodryf Mon 3/l3/5a Paf 6(16/tl �• +I CrhvM ReaOrecn I65 dav+ MOa1/13/I1 San 9/3/lI MI. f PMentwl Etter,lAPEI MV 45brr Man l/13117 1s A/lyll � •l Namta.Pm Irt,6u , IIS iii MaP2/21/17 /ru+8/J/If °�• ,S Mi.Q"A,Assessment WdrI" MPn3/Ii/2T P15s/5/17 .IL• i 6� CEPA CP1e8a1ralExmpUOn 35 dais Mwr9/4/11 iri10/20/11 +t NEPAC.Iiirfcet Extlmim 10drys M.9/4/17 4ri9/11/V -1• rn yrreainy yy rgrryyaPl•t Mawine zod.,I Man J/I3111 1.411111 yl UI9i1VCddNNrRUOn 2802.yf Men 12/191E6 In 12/15/11 '•—• M Genmel+ic lleHpn oleo aO"" M..1/1011 Iri9/]W Yl PM1aseU-Enpnttrin{4asiEn-PSLE 251 doer Mwre/24/11 Iria/]U311 t' 61%Pla1 80 d+n Man 4/l4/11 F6$/I V17 •� el 100KP56E IS days Man 10/29/11 4ri2/I6/I8 11111111111C H P»a1P E Mdays Maa 2/19Jts FAVI3/fe mn iNNansM A I.and tpra.A 10dar: Man 2/19/11 ft.6111111 !>!• ", 101 P,ep RMpu ,hrr AMhwilar:.fw funstrvl:nn 10 day. Um2/!9/:8 1n1/30/iP • '.. iU1 Prey.re uittar Ceq&Afar 211d" —2p9/IB R.3/:bAB ti- 103 Pf W N21' 41VeYC I-:Wn 20 dap WR lPSI,F I l/8/!P E9 I1 Neswr.PS6 f.nilia' 1.d" d r1( 9r':P V11, Ia5 C'dtmumM[NWAPe'weEAiAMr CwMrvaian 80 dry. Man A11fp6 rn618118 106 &r6 fm fimssa+ina nRn filfi 3118 Fi 6/A/,% Nil r- 1W Caluvl6Me 11*% ➢Iran dl-Cnntlrn[fvar 5rppel 4SS day, M6/8/0 M3161M IN AdvMlu urd Award br CpMruttim 51 days &,fi/W18 Mw,8/20118 109 Adrnthe<wntr tiwrEmtrxl 30eda1a r+i 6l9l18 Y,.718/18 In OM 0,wift tt Mar 119118 MM7/9/11, III A..IS& 10,i" Tue7110/;8 W.1123/1a it, CaR.od A—d 20,1 r Tu.1124JM Mw1/2C/18 ll, cadvacrim admiNa:nnenseWiw 406 days Taa1/n/11 In3/6/m u= to-rtra6 Adn:ris:usbn/Sudnhiak 20days TrxW1/18 M.9/11/18 11- [untroar ur 9arrvry Mar O/VA9 ni6da/r9 '., (^'^•'••`^'r'*`T�s n6 P.mdrX.,N s a0,s" Mm6/12/19 Idir/9/l9 "fR, Ir M..0.1 4.,1 A,"IS 4t I2/i/l9 w ue Ckrnm,W 7IIWA AawMal of Pro %Cl*s W,. lerimf &III/z/49 61 S/6J20 E Traffic Signal Improvements(HSIP Cycle 7) f Appendix i9 Appendix 14, APPENDIX REQUIRED STATEMENTS Non-Discrimination Certification: a) Michael Baker 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 7.09.040 to assure that applicants and employees are treated equally and are not discriminated against because of their actual or perceived race,color, religion, ancestry, national origin,disability, medical condition, marital status, domestic partner status, sex,gender,gender identity,gender expression, or sexual orientation. Recipient further certifies that it will not maintain any segregated facilities. b) Michael Baker 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,color, religion, ancestry, national origin,disability, medical condition, marital status,domestic partner status,sex,gender, gender identity,gender expression,or sexual orientation. c) Michael Baker shall certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their actual or perceived race,color, religion,ancestry, national origin, disability, medical condition, marital status,domestic partner status,sex,gender,gender identity,gender expression,or sexual orientation. d) If requested to do so by the Contract Officer, Michael Baker 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. 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. e) Michael Baker 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. 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. Traffic Signal Improvements(HSIP Cycle 7) Appendix CONTRACT REVIEW COMMENTS Michael Baker's Legal Department has reviewed the City of Palm Springs'sample agreement and requests consideration for proposed variation to text(additions are shown in bold italics,deletions in stake-94A format,and comments in italics): 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" (the"Services"or "Work") ,which is attached and incorporated by reference.As a material inducement to the City entering into this Agreement, Consultant represents and warrants that Consultant sApolGAR and that Consultant is experienced in performing the Work and Services contemplated and, in light of such status and experience, Consultant covenants tat it shall follow the Nghesl professional standards normally employed by engineers or providers of technical services performing the same or similar services in performing the Work and Services required in this Agreement. "hi@hOSt PFAGGiORBI GtAWAAA2 Shall FRAMA these StaReIRWIR of pFast'Ge Fesegnized ar,high quality ameRg well 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 to prevent losses or damages to the work. Proposal for the City of Palm Springs BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement& Contracting Manager DATE: October 5, 2016 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Michael Baker International, Inc. Authorized Signature: ✓ n. Date: October 11, 2016 Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. REQUEST FOR PROPOSALS (RFP 03-17) FOR TRAFFIC SIGNAL IMPROVEMENTS (HSIP Cycle 7) CITY PROJECT NO. 15-32 FEDERAL AID PROJECT NO. HSIPL-5282 (46) ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. DUE TO THE TRAGIC MURDER OF TWO OF OUR CITY OF PALM SPRINGS POLICE OFFICERS IN THE LINE OF DUTY ON OCTOBER 8TH, THE CITY OF PALM SPRINGS IS CLOSING CITY HALL ON TUESDAY, OCTOBER 18TH, FROM 10:00 AM TO 2:00 PM, SO THAT THE EMPLOYEES OF THE CITY MAY ATTEND THE FUNERAL OF OUR FALLEN OFFICERS. DUE TO THIS CLOSURE, WE ARE EXTENDING THE DEADLINE OF PROPOSALS TO WEDNESDAY, OCTOBER 19TH AT 3:OOPM. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders, C.P.M. Procurement& Contracting Manager DATE: October 17, 2016 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Michael Baker International, Inc. J � Authorized Signature: Date: October 17, 2016 r i ATTACHMENT "A" *NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED WITH YOUR TECHNICALIWORK ENVELOPE#1* REQUESTS FOR PROPOSALS (RFP)# 03-17 FOR TRAFFIC SIGNAL IMPROVEMENTS CITY PROJECT NO, 16-32 FEDERAL AID PROJECT NO. HSIPL-6282 (46) SIGNATURE AUTHORIZATION PROPOSER: Michael Baker International, Inc. A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the above listed individual or comp . I certify that I have the authority to bind myself/this company in a contract should I be succes in y submittal. 1 /lam SIGN URE Darin Johnson, P.E. Vice President i Ontario Office Executive B. The following information relates to the legal Contractor listed above, whether an individual or a company. Place check marks as appropriate: L If successful, the contract language should refer to me/my company as: _An individual; —A partnership, Partners' names: A company; X A corporation 2. My tax identification number is: 25-1228638 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your submittal being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s) # 1, 2 islare hereby acknowledged. Page 22 of 44 ATTACHMENT"B" *THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL/WORK PROPOSAL (Envelope #1)* NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL STATE OF CALIFORNIA) ss COUNTY OF RIVERSIDE) The undersigned, being first duly sworn, deposes and says that he or she is Darin Johnson, P.E. of Michael Baker International, Inc. .the party making the foregoing Proposal. That the Proposal is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Proposal is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham Proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham Proposal, or that anyone shall refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Proposal price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Proposal price, or of that of any other Proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Proposal are true; and, further, that the Proposer has not, directly or indirectly, submitted his or her Proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, Proposal depository, or any other member or agent thereof to effectuate a collusive or sham Proposal. MARIA A o - ga_a- - CoMnssian o 2078"? Co rAs Mohy PuOe �(( i _ son Imenwitwo ommy > Comm 16 2ot!t Title: � i �vestdeuZt � r�}aY�` CFtc' xc�ccw �� / at, Subscribed and sworn to before me this 1 day of 2016. Page 23 of 44 ATTACHMENT "C" 'NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED WITH YOUR TECHNICALNVORK PROPOSAL. ENVELOPE #1" REQUESTS FOR PROPOSALS (RFP) # 63-17 FOR TRAFFIC SIGNAL IMPROVEMENTS CITY PROJECT NO. 15-32 FEDERAL AID PROJECT NO. HSIPL-5282 (46) DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The Consultant, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, and 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 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 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. Consultant Name: Michael Baker International, Inc. October 11, 2016 �� (Date) gnature)) Darin Johnson, P. Vice President/Ontario Office Executive (Name &Title) Page 24 of 44 w a INTERNATIONAL 3S36Concours Street,Suite 400 _ Ontario,CA 91764 (909)974-4900 - 75-410 Gerald Ford Drive,Suite 100 Palm Desert,CA92211 - (760)346-7481 14725 Alton Parkway - Irvine,CA92618 (949)472-3505 mbakerintl.com EXHIBIT "D" SCHEDULE OF COMPENSATION Task Description Line# Task Description TOTAL Number ESTIMATED 1 2 A.1 Amjeciulfewgs,.Coardnallart,and 6ilartagement MU 'lo)edsclbpWB raffic Counts and Level of Serviceesearch of Record Information $ 2,828 rwironmental Preliminary Environmental Study(PES)Form $ 10,208 Initial Site Assessment Checklist $ 3,200 Natural Environmental Study-Minimal Impacts(NES-MI) $ 6,775 Area of Potential Effects(.APE)Map $ 2,500 Historic Property Survey Report(HPSR)1 Archaeological Survey 12 1-3.v $ 17,035 Report(ASR) 13 1.3.vi Categorical Exclusion(CatEx)(NEPA) $ 500 14 1.3.vii Categorical Exemption(CE)(CEGA) $. 1,950. 15 1-4 Preliminary Engineering 16 1.4.i Surveying and Topographic $ 45,990 17 IA.B Utilities Coordination $ 19,966 18 fAJJi Utility Potholing $ 9,986 19 tA,iv Right-of-Way $ 10,574 2D 1.4-v Preliminary Design(Conceptual Layout Plans,35%) S __ [:21 221114nprovernivit Plan Preparation(65%) $ 73.924 23 11.2 Improvement Plan Preparation(100%) $ 31,821 24 11.3 improvement Plan Preparation(Final PS&E) $ 11,219 25 ItA aid suppi7[t 26 Z7 Iti.1 Nre Contraction Meeting S 4;136 28 Iit-2 Construction Support and As-Bunks $ 14,824 Direct Costs f Reprographics S 5,834 Mileage($0.54fmite) $ 702 Traffic Counts $ 5,100 Pothoing $ 16,000 EXHIBIT "D-I" SCHEDULE OF HOURLY BILLING RATES Michael Baker , INTERNATIONAL HOURLY RATE SCHEDULE Effective January 2016 through December 2016 FICE PERSOW46L Pnndpw........... .......................... .........—....... ...... ...... .......24443 Proiactmanaw-1-- ........................ .............................147.72 TechniomManager....... .... ........1--- —---....-1--l—I.—...."-....-1---........--........—1-1....I--.... ..184.26 sorgorEngineer— --,—...................... ...... ...155.00 senlor Planner....-.....-.......... ............ ........ 155,00 Project ErVinear-........ ................ ............. ..........— —1—l".55 Design EngowlSenior Designerf!iun"AftaW............ ............... --..................... .......... Designesinerner.---........................... ........... .... ................................ .... UWmy Coordinator."......... ...... .......11,------ -.101,25 OnoTaidirodan...........1-11-1-1.......................... ...... ........... Assistant Engirwer/PbmVw-,...-. .. .... Enginearimil AWPWWng Aid.......... ...... .......---.......... --- ----------- ....... .............85.90 ........—__...........—67.60 SURVEY PEFtSONNEL 242s"Survey Crew..... ........ .. .. .................... ............... ................. ............--.3285W 1-Parson survey Crew............... ----....... ................... Licensed Surveyor—.... ......... ............... ....... ................ FieldSupervisor.....,".... ....... ........--....-- ................ ......... ......__............-17a,00 Note, Skepriog.Mpmductim,njoilearilter saNce and other direct expenses Will be charged as an additional cost plus 161Ya A SO-consultant MSnaPm*M Fes of fifteen-percent(15%) will be added to the diced GW Of 01%*.- owstilght W41ces to provide for the cost of admirialtrawn,sub•oamtftnt consultation and insurance. VONCIO mileage we be charged as an additional=0 at the IRS OPPrOV041 rate. EXHIBIT "E" SCHEDULE OF PERFORMANCE jID ;Task Mama 10urnon .start :Frisk �f 1 phase I-Planning;,Erwironnsental,and Conceptual Design 270 days Mon 12/5116 Fri 12/15/17 2 Project Execution and Coordination 45 days Mon 12/5/16 Fri 213117 3 Project <ick•DH Meeting 0 days Mon 12/5J16 Mori 121VI6 a Quality control Plan 4S days Mon 1215116 Fri 213/17 t 10 TrafSo Counts and Level of Service Analysis 30 days Mon 1J2f17 Fri 2/10117 j 13 Research and Record Information 10 days Monl2/5116 Fa IVISA6 14 EnWronmental Assessme m 90 days Mon 12/5I16 Fr:$/24/17 . 15 Prepare PrelminaryEmriommerrtel Study.(PES)Foam, 80days Mon12/S/16 Fri3/24/17 24 Prepare Technical Studies 145 days Man 2/13J17 Sun 913/17 I as :Initial.Site Assemrent(ISA)CheCkRst 75 days Man 3JI3117 Fri.6J23/17 I 33 .Natural Environment Study-Minimal Impacts(NES-MI) 8o days Mon 3/13A7 Fri 6/3D/17 r 41 Cultural Resources 14Sdays Mon2113J17 Surr913/11 i.—42 ~' Area of Potential Effects fAPEJ Mao 45 days Man2/13/17 Fri.4114/17 s9 = Historic Prop"Survey Repott/Arthaeoiogical Survey Report 115 days Mon V27117 Sun 9/3/17 ss Water Quality Assessment 40days Mon3J13/17 FriS%'5/17 63 CECK Categorical Exemption 35 days Mon.9J4/17 Fri10f2D/17 67 WEPA Categarica l EKdusion 20 days Mon 314117 Fri 9129/17 Surveying and Topagraplic Mapping 20 days Man 1113117 Fri417/17 ' 72 Utility CoordirratIon 260 days Man 22/19/16 Fri IV15/17 78 Geometric Design Plan 4D days Mon.IJ16J17 Fri 3/10/17 81 'Phase 11-Engineering design-PS&E 255 days Mcm4/2V17 Fri 4113/19 S2 SS-APSME so days Mon4/24/17 Fri2/11117 87 100%PS&E 85 days Mon 20/23117 Fri 2/16/gg M Final PS&E 4D days Mon 419118 F64/13/18 10 Cattracts Loral Assistance Review and Approval 80 days Mon 2119112 Fri 618JS8 1Q1 Fir'Spam Request for Ant hot iaation for Construction 30 days Mon 2119/18 Fn3/3DJ18 102 Prepare Utility Certificotion 2Ddays Mcrn 2/L9/18 Fri,3116118 i iu,r PrepQre Rigtit,of-Way Certification 20 days With 2119/18 Fri 3/26J.8 1'14 Prepare P54E Cert[GcaUun 2➢days fV',on 2/19/18 Fti3/16J38 .._It7J t i [ero F,YfWAkte rcAfRFA$ors;onttroctibri: 4ddays Mnn4/i6J16 Fri6J8/S,B U-5 C-76 for cor+stmurin" 0deys Fri6/8/18 Fri 6/6/18- r 107 phase III-Construction Support 455 days Fri 6/8/18 Fri 316/20 178 Adverti se and Award for Construction Sldays Fri 6/9118 Mort 8/20/18 109 AdvvtQwCQmrucflon['aritract 40edays Fri 6/01P 5u07J8/19 ._110 i Aid.Open'vrg Iday Mon"//9J14 hlhsrOMI8 I 11I .Review ids, 10 tlays TuoTfiOtIll .Mon 7/23/18 j i-- -i 117 Can.trart Awetrf 20.ufays Tue7J24f 18 Mon R/2011E -113 Construction Administration.Services -404days To*0/21118 Fri316120 3 114 Contract Administratfanf5ubmittaf3 20days Tuell/21/18 MonSI17/18 cis GtttsrtucCian errions Marro/17/18 :Fri 6/14/ . ' 116 Record Drawings 40days Mon 6117/19 Fri 919/19 _. r III Clime Mir 4emons Pil-EV9/19 Sat12/7119 lib Caltransand:FHWA Approval of Project Close•OUL 3emons Sat12/7/19 Fri3/6/20