Loading...
HomeMy WebLinkAbout1/3/2018 - STAFF REPORTS - 4.A. QpLMSp u in �9oXATEO c'9trFOIL City Council Staff Report Date: January 3, 2018 UNFINISHED BUSINESS Subject: APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH RIOS CLEMENTE HALE STUDIOS TO PROCEED WITH SCHEMATIC DESIGN, DESIGN DEVELOPMENT, CONSTRUCTION DOCUMENTS, BIDDING SERVICES, CONSTRUCTION ADMINISTRATION, AND WARRANTY PHASE SERVICES ASSOCIATED WITH THE DOWNTOWN PARK, CITY PROJECT NO. 15-07 From: David H. Ready, City Manager Initiated by: Marcus L. Fuller, Assistant City Manager SUMMARY On October 18, 2017, the City Council reviewed and approved the Conceptual Design for the new Downtown Park located on Museum Way between Museum Drive and Belardo Road. This action will allow the City Council to consider and approve a Professional Services Agreement with Rios Clementi Hale Studios, a California corporation, to coordinate the next phases for the Downtown Park based on the Council's approval of the conceptual design. The next phases, included with the scope of services of the proposed Professional Services Agreement, are: Schematic Design, Design Development, Construction Documents/Permitting, Bidding, Construction Observation, and Warranty Period. RECOMMENDATION: 1. Cancel Professional Services Agreement (A6720) with Urrutia A.I.A. and Associates, Inc., dba Urrutia Architects, in the original amount of$396,575; and 2. Cancel Professional Services Agreement (A6721) with MSA Consulting, Inc., in the original amount of$170,700; and 3. Cancel Professional Services Agreement (A6722) with RGA Landscape Architects, Inc., in the original amount of$86,800; and 4. Cancel Professional Services Agreement (A6723) with MRC Engineering, Inc., in the original amount of$30,000; and REM NO. �, �„� City Council Staff Report January 3, 2018— Page 2 Downtown Park Final Design 5. Approve Agreement No. with Rios Clementi Hale Studios, a California corporation, in the amount of $924,260 for professional landscape architectural and related design services including the Schematic Design, Design Development, Construction Documents/Permitting, Bidding, Construction Observation, and Warranty Phases for the Downtown Park, City Project No. 15-07; 6. Provide direction regarding the Major Architectural Review process for the Downtown Park; and 7. Authorize the City Manager to execute all necessary documents. BUSINESS PRINCIPAL DISCLOSURE: A search of records available through the Secretary of State of California shows that a Certificate of Amendment of Articles of Incorporation for Rios Associates, Inc., a California corporation, were filed on January 30, 2017, amending the name of the corporation to Rios Clementi Hale Studios, a California corporation, (hereafter "RCHS"). A Statement of Information for RCHS filed on April 11, 2017, listed the following corporate officers: Mark Rios (CEO), Robert Hale (Secretary), and Jessamyn Davis (CFO). The following were also listed as Directors of RCHS: Mark Motonaga, Mark Rios, Frank Clementi, Julie Smith-Clementi, and Robert Hale. According to Jessamyn Davis, the owners of RCHS, all of whom have more than a $2,000 interest in the entity, include: Mark Rios, Frank Clementi, Julie Smith-Clementi, Robert Hale and Mark Motonaga. BACKGROUND: On December 2, 2009, the City Council adopted Ordinance No. 1764, approving the Museum Market Plaza Specific Plan' (the "Specific Plan"). The original land use and development pattern of the Specific Plan area consisted of Blocks A through H, K1 and K2, and new public streets comprising a total of 18.5 acres within downtown Palm Springs. After the City's approval of the Specific Plan, as the City and the developer (Palm Springs Promenade, LLC, the "Developer') proceeded to coordinate on development of the Specific Plan, plans for the project area evolved and certain modifications to the layout of the individual blocks and land uses within the Specific Plan were proposed, including relocation of the Main Plaza to Museum Drive immediately adjacent to the Palm Springs Art Museum. On September 17, 2014, the City Council approved the acquisition of the Downtown Park identified on Block E from the Developer as permanent public open space, to be owned and operated by the City as an active and vibrant park area. 1 In 2016, the Specific Plan was renamed the Downtown Palm Springs Specific Plan. 42 City Council Staff Report January 3, 2018—Page 3 Downtown Park Final Design Initial planning for the Downtown Parke started in February 2015. On March 2, 2016, the City Council held the last of several public hearings to consider an Amendment of the Specific Plan, and Addendum No. 2 to the Final Environmental Impact Report ("FEIR") for the Specific Plan previously adopted by the City Council, (Case No. 5.1204 SP A-1). At that time, the City Council approved the Specific Plan Amendment and Addendum No. 2 to the FEIR. Included as part of the Specific Plan Amendment is the designation of Block "E" as a permanent public park. On January 25, 2017, the City Council held a special Study Session to discuss the Downtown Park. At that time, the City Council reviewed the final conceptual design prepared as a collaborated effort by the City's design team and Museum's design team. The City Council reviewed the preliminary programming objectives of the Downtown Park, and agreed the programming should include: • Permanent public restrooms • Event stage areas (2) with infrastructure (power/ water) • Area assigned for the Forever Marilyn (or alternative sculpture) • Area for Aluminaire House • Police substation building (or alternative plan for security) • Flexible, multi-functional space to accommodate a range of special events • Permanent and temporary shading, cooling system • Provisions for temporary fencing • Inclusion of historical element honoring the Desert Inn The City Council directed staff to coordinate with Mark Rios, of Rios Clementi Hale Studios ("RCHS"), on developing a revised conceptual design for the Downtown Park. Based on Council's direction, staff coordinated with Mark Rios and obtained a proposal for development of conceptual designs for the Downtown Park, including community outreach efforts. Mark Rios proposes to develop three initial conceptual designs based on the Council's stated programming goals identified above, and suggests two community outreach meetings and presentations on the conceptual designs and programming, with a final presentation to City Council. On March 20, 2017, the City Council Ad-Hoc Subcommittee met with Mark Rios and staff, and discussed the programming identified for the Downtown Park, as well as the process for community participation and public review. Subsequently, on April 5, 2017, the City Council approved a professional services agreement with RCHS in the amount of $38,000 to prepare conceptual plans for and coordinate the public review process of the Downtown Park. 2 Initially referred to as the "Event Center" 03 City Council Staff Report January 3, 2018— Page 4 Downtown Park Final Design On May 11, 2017, the City Council conducted the first of three public meetings related to the Downtown Park. At that time, the Council held a "Public Workshop" and reviewed three initial conceptual plans for the Downtown Park prepared by RCHS with various themes described as: • "Common Ground" — a destination for gathering; • "Healing Oasis" — a destination for health; or • "Sculpture Park" — a destination for art Following the May 11, 2017, Public Workshop, the City and RCHS provided a formal public review process on the Downtown Park, soliciting comments both at the workshop, but also via on-line surveys. Comments were solicited from May 23 through June 9, 2017. During the review period a total of 1,381 people responded with 709 comments which were collated by RCHS to determine the prevailing consensus of which of the three initial conceptual themes was favored. Specifically, the public was asked these questions: Activity#1 — Story • What are your stories? • What drew you to Palm Springs? • What are your biggest concerns for this park? • What is special about this place? Question 1: Which story (theme) did you prefer? ➢ Common Ground: 553 of 1,369 = 40.39% ➢ Healing Oasis: 455 / 1,369 = 33.24% ➢ Sculpture Park: 361 ! 1,369 = 26.37% Activity#2 - Program • What are the most important elements to have in a park? o Event lawn; BBQ area Bocce court o Wandering path; Outdoor movies; Garden o Play area; Water feature Question 2: Which program did you prefer? ➢ Max. space for large events: 298 / 1,370 = 21.75% ➢ Medium space for large events: 72511,370 = 52.92% ➢ Min. space for large events: 347 / 1,370 = 25.33% Activity#3 — Character • What do you want this park to look like? • What do you want this park to feel like? • What should the park experience be like? Question 3: Which character did you prefer? ➢ Patoral lawn and trees: 461 / 1,366 = 33.75% ➢ Raw inspired by nature: 543 11,366 = 39.75% ➢ Refined curated gardens: 362 / 1,366 = 26.50% The initial conceptual plans for each of these themes are shown on the following pages. 04 ReportCity Council Staff Page 5 Downtown Park Final Design r a r-.i`�,r .ki - "11•� y��•�y:+r.. r` . inDEVELOPMENT ��iT Ari FUTURE WOW 51 MILO r » .. ��"fw 1"x► '!� �'+'.. �[.�.' a 'l4 w y .. , I �'` ` r�'1� ft• FUTURE DEVELOPMENT r r... Afte IF s� i� "Common Ground" ReportCity Council Staff January -..- . Downtown - Design FUTURE �V a.• N, r�� a n DEVELOPMENT WHIP. UJ SAW It' AWIMAW x Y • - �7 t �M .a• iii FR i v Y - Y �i L . t FUTURE DEVELOPMENT Y 1 y "Healing Oasis" City Council Staff Report January 3, 2018 — Page 7 Downtown Park Final Design z , FUTURE DEVELOPMENT ` s IXD I10Dt[E6 SEAtIp6 r 1 llilt i ••�/���\\��j _ . +«'� .', . 'r.. ....t �fir.+ ;: e _ 1 1 J 1. ^ 4 dF p �+ FUTURE DEVELOPMENT IF w � e ! i 3 "Sculpture Park" Theme CD City Council Staff Report January 3, 2018— Page 8 Downtown Park Final Design Based on the public's participation, RCHS developed a revised story for the conceptual plan, based on these themes: ❖ Sited on the grounds of the historic Desert Inn, the park will be an oasis that draws on Palm Springs'legacy as a destination for health, nature, and pleasure seekers. ❖ Nellie Coffman, the Desert Inn's founder, famously espoused the "space, stillness, solitude, and simplicity"of Palm Springs and the park is imbued with her spirit. For the second public workshop held by the City Council on July 20, 2017, RCHS developed a revised conceptual plan, provided on the following pages. At the July 20, 2017, second Public Workshop, the Council directed RCHS to finalize the initial conceptual plan for the Downtown Park based on its evolved story presented at that time. At the October 18, 2017, City Council meeting, the third public meeting and opportunity to review and comment on the Downtown Park, RCHS presented the final conceptual plan to the Council, which is included as Attachment 1. At that time, Council approved the conceptual plan. Subsequently, staff has negotiated with RCHS on the scope and fee of a Professional Services Agreement to incorporate all of the next phases required to complete the Downtown Park: Schematic Design, Design Development, Construction Documents/Permitting, Bidding, Construction Observation, and Warranty Period. STAFF ANALYSIS: The proposed Professional Services Agreement with RCHS requires preparation of the Schematic Design and Design Development Drawings consistent with the Council's prior approval of the conceptual design prepared by RCHS, in accordance with the Council's stipulated construction budget of $5 million. The Construction Documents will then be prepared following the Council's approval of the 100% Design Development Drawings. RCHS notes that its conceptual design was developed with the $5 million budget in mind; however, development of a new Police Department substation within the existing parking structure was not included in its budgeting estimate 3. Further analysis by RCHS reveals that the existing underground garage located at the westerly end of the park site will require structural retrofitting to support the weight of the fill and other materials placed over the parking garage, the cost of which is also not included in its budgeting estimate. 3 Staff will coordinate with RCHS to identify the police substation as a separate item of work, such that it can be bid as an "Additive Bid" allowing for the City Council to know the actual cost of it, and to choose whether to include or exclude that item from the Downtown Park based on its cost. 08 City Council Staff Report January 3, 2018— Page 9 Downtown Park Final Design 'THE THEATER' 'THE OUTCROP' *THE SPRING' 'THE CLOUD' 'THE GROVE' (C-- FUBL (FUTURE 'inns _ (EX)PAR NINC F. DEY ELOPM E NT1 y yy STRUCTURE + -j PO £ ' I � 0 o , s se + (FUTURE / m OEVELOPM ENTI f q jE `2T kNN x v.l � o A= is PALM SPRINGS _ - - ART YUS FUMEUM � - — ST - 4 N I gr (FUTURE MOTEL) AAL \ !iiif r4 k'k -- ILLUSTRATIVE SITE PLAN RIDSCLEMENTIHALESTUOIOS PALM SPRINGS DOWNTOWN PARR I DRAFT CONCEPT DESIGN (IULY 20.2017 ,O W City Council Staff Report January 3, 2018—Page 10 Downtown Park Final Design A NA palm grove misters seating elements ,g e ' P r SLCT ON A 'THE GROVE' PALM SPRINGS DOWNTOWN PARK I DRAFT CONCEPT DESIGN I JULT 20.2017 RIGS CLEMENTI HALE STUDIOS CD City Council Staff Report January 3, 2018— Page 11 Downtown Park Final Design Win \�1Mtr FiSkw$ 41 'a�i.yohm w KEY PLAN wa!er cascade mrsnng and boulders shade canopti feature I i i Y a y 2 IV r e� SECTION B 'THE SPRING' & 'THE CLOUD ' PALM SPRINGS DUWNTowr, PARR DRAFT C04CEPT oE,Iw , JUL' 20. 2o1; RIOS CLEMENTI HALE STUDIOS City Council Staff Report January 3, 2018— Page 12 Downtown Park Final Design ti C „ - & _ t, ! 4 KEY PLAN outcrop and amphitheater event lawn performance stage I 5 _ i t- e A i n ^� SECTION C 'THE OUTCROP' & 'THE THEATER' RIOSCLEMENTIHALESTUDIOS PALM SPRINGS DOWNTOWN PARK DRAFT CONCEPT DESIGN I JULY 20.2017 City Council Staff Report January 3, 2018—Page 13 Downtown Park Final Design may, y Fr I x ❑ 5 o t a � O �-11- i i � i PROGRAM DIAGRAM RIDSCLEMENTIHAIESTUDIDS PALM SPRINGS DOWNTOWN PARK I ORA"CONCEPT DEMON INLY 20.2017 N W City Council Staff Report January 3, 2018- Page 14 Downtown Park Final Design RCHS's proposed fees for the required services carried through the construction phase is $931,260 and includes the use of 8 specialty sub-consultants; the fees to be paid to RCHS and its various sub-consultants are identified as follows: • Landscape Architectural (RCHS): $560,425 • Civil Engineering (MSA Consulting): $94,000 • Water Feature Design (Fluidity): $76,500 • Electrical Engineering (MRC Engineering): $32,400 • Structural Engineering (PK Associates): $30,800 • Cost Estimating (MGAC): $28,000 • Security & Technology (Guidepost Solutions): $21,465 • Irrigation Design (Sweeney + Associates): $13,370 • Soils Testing (Wallace Labs): $4,300 Total not to exceed fees: $861,260 Reprographics Allowance: $30,000 Reimbursable Allowance: $33,000 Total not to exceed cost: $924,260 These professional fees are further identified by separate phase as follows: Schematic Design Construction Bidding Construction Warranty Design Development Documents Observation RCHS $ 92,935 $ 126,860 $ 204,310 $ 17,100 $ 115,560 $ 3,660 $ 560,425 MSA $ 13,900 $ 20,100 $ 42,900 $ 2,000 $ 15,100 $ 94,000 Fluidity $ 15,000 $ 25,000 $ 20,000 $ 1,500 $ 15,000 $ 76,500 MRC $ 3,800 $ 8,900 $ 13,100 $ 2,100 $ 4,500 $ 32,400 PKA $ 4,300 $ 7,700 $ 10,000 $ 1,000 $ 7,800 $ 30,800 MGAC $ 4,000 $ 11,000 $ 13,000 $ 28,000 Guidepost $ 3,220 $ 6,250 $ 8,055 $ 370 $ 3,570 $ 21,465 Sweeney $ 1,950 $ 6,750 $ 4,670 $ 13,370 Wallace $ 4,300 $ 4,300 Total $137,155 $ 212,060 $ 318,115 $ 24,070 $ 166,200 $ 3,660 $ 861,260 %of 15.9% 24.6% 36.9% 2.8% 19.3% 0.4% - Contract "Design Phase" "Construction Phase" Reprographics Allowance: $ 30,000 Reimbursable Allowance: $ 33,000 TOTAL MAXIMUM CONTRACT: $ 924,260 The "Design Phase" represents 72.2% of the total fee, in the amount of $667,330. A general guideline is that a professional design fee should range from 10% to 15% of the total construction cost. In this case, the design fee would be expected to fall within a range from $500,000 to $750,000 dependent upon the complexity of the project. 4 See A Guide to Determining Appropriate Fees for the Services of an Architect, The Royal Architectural 14 Institute of Canada, 2009, as provided through the American Institute of Architects, www.aia.org City Council Staff Report January 3, 2018— Page 15 Downtown Park Final Design This guideline also suggests a fee distribution over the traditional 5 phases of a project, as follows: When calculating the distribution of the fee over the traditional five phases of a project, the following breakdown is typical: NOTE Schematic Deign 12 25% In new forms of project design and Design Development 12-25% documentation such as Building Infomation Modeling or BIM, ursentation Construction Docments 35-45% and design r is done in the arty phase Bidding and Negotiation 2-5-fi_5% Tye ration of the fee in BIM protects is Schemat c Design 25%,Design Consttumtion Phase 25 35% Development 25%and Construction (Contract Admioistrationl Documents 25%. Typical Allocation of Fees for a"Traditional"Architectural Project 1O0% 50% 35-457G 25�5% 0% >12-25% 12—Zt Schematic Design Construction Bidding and Construction Design Development Documents Negotiation Phase -Cumutnirve Pefurl at Total Fie Porzem aE Fee tat ruh hall It is staff's opinion that the fees and total cost of services proposed by RCHS for the Downtown Park are consistent with industry standards, and recommends Council approval. A copy of the proposed Professional Services Agreement with RCHS is included as Attachment 2. Schedule/ Timing of Design & Architectural Review Processing Completing the design development and final design of the Downtown Park, which is one of the most important public spaces to be developed in the City of Palm Springs, will require extensive collaboration by multiple parties, outside stakeholders, including formal review through the City's Major Architectural Review process as required by Section 94.04.00 of the Palm Springs Zoning Code (PSZC). 15 City Council Staff Report January 3, 2018— Page 16 Downtown Park Final Design RCHS has identified a scope of work and preliminary schedule for completion of the remaining phases of work, as follows: • Schematic Design: 3 months (March 30, 2018) • Design Development (50%/100%): 4 months (July 31, 2018) • City Approval of 100% Design Development: 1 month (August 31, 2018) • Construction Documents (50%): 3 months (November 30, 2018) • City Department/ Outside Agency Review: 1 month (December 31, 2018) • Construction Documents (100%): 2 months (February 28, 2019) • City Department / Outside Agency Review: 1 month (March 31, 2019) • Bidding: 2 months (May 31, 2019) • Construction: 9 months (February 29, 2020) Based on this preliminary schedule, we anticipate final construction documents will be completed for bidding in 15 months. This schedule may be accelerated dependent upon the process utilized for Major Architectural Review. RCHS has proposed to process the Schematic Design with one formal review of the Schematic Design Drawing by the City, and to process the Design Development with two formal reviews of the Design Development Drawings at the 50% and 100% levels. Staff suggests a process, whereby some of the schedule associated with the design development process may be shortened, through the City Council's authorization to expand the City Council Ad-Hoc Downtown Park Subcommittee (Robe rts/Holstege) to include: • Architectural Advisory Committee (2) • Measure J Commission (2) • Parks & Recreation Commission (2) • Planning Commission (2) • Other representatives requested by Council The expanded City Council Ad-Hoc Downtown Park Subcommittee would act as the authorized public body to review the Schematic Design and Design Development Drawings during the Major Architectural Review process required by Section 94.04.00 of the PSZC, in lieu of separate and sequential review by the Architectural Advisory Committee and Planning Commission. This process may streamline the Design Development Phase by several months. As the City Council is the "applicant" of the Downtown Park, staff suggests that the full Council review the 100% Design Development Drawings for the Downtown Park following review and approval of it by the expanded City Council Ad-Hoc Downtown Park Subcommittee. At that time, with Council's approval of the 100% Design Development Drawing, RCHS will commence with preparation of the Construction Documents and required permitting with City Departments and outside agencies. 16 City Council Staff Report January 3, 2018— Page 17 Downtown Park Final Design The final step of the Council's review for the Downtown Park will occur when staff submits the completed Construction Documents to the City Council for review and approval, and an authorization to solicit bids. ENVIRONMENTAL IMPACT: Pursuant to Section 15063 of the California Environmental Quality Act (CEQA) Guidelines, a Notice of Preparation (NOP) of a Draft Environmental Impact Report (DEIR) was prepared and circulated for this project. The DEIR was released for review on October 22, 2008. Notices of the reports were sent to all applicable agencies and published in accordance with CEQA. Comments were received by the City and responses to comments were provided in the Final Environmental Impact Report (FEIR). The FEIR determined that the project would result in post-mitigation significant effects on aesthetics/visual resources, regional air quality, and cultural resources. However, the City Council concluded that the benefits of the Specific Plan implementation would outweigh the potential adverse effects. Findings and a Statement of Overriding Considerations were adopted as part of the EIR certification and Specific Plan approval. In 2012, the City prepared Addendum #1 to the FEIR for the Specific Plan. Addendum #1 was prepared to evaluate the revised Downtown Revitalization Plan ("Downtown Palm Springs"), as well as the approval of a parcel map to realign property boundaries, the dedication of public streets and abandonment of certain rights-of-way, and acceptance of public easements. Addendum #1 evaluated the potential visual and aesthetic impacts that could result from the proposed changes and found that the overall effects would be no more significant than those associated with the implementation of the adopted Specific Plan. No other environmental impacts were expected to result that were not analyzed and mitigated in the previously certified FEIR, Statement of Overriding Considerations, and Mitigation Monitoring and Reporting Program. Addendum #1 was adopted by City Council on October 17, 2012. In 2015, the City prepared Addendum #2 to the FEIR to evaluate the potential environmental impacts of the changes to the Specific Plan identified in the Amendment, which included various revisions and updates to the Specific Plan, the development of Block E as the Downtown Park, and a Major Architectural Review for the development of a hotel use of up to 75 feet located on Block B-1 (Case No. 3.3908 MAJ). The environmental analysis concluded that the potential environmental impacts associated with the revised Specific Plan identified in the Amendment were substantially consistent with the impacts previously analyzed in the certified FEIR and in Addendum #1 approved in 2012. No changes were proposed that would require major revisions to the previously certified FEIR, and it was determined that the revised Specific Plan identified in the Amendment will ultimately reduce the overall intensity and density previously allowed within the originally adopted Specific Plan. It was also determined that the potential environmental impacts associated with the revised Specific Plan identified in the Amendment will result in the same or reduced environmental impacts when compared to those analyzed in either the previously certified FEIR or Addendum #1 approved in 2012. The City determined that none of the components of the revised 17 City Council Staff Report January 3, 2018—Page 18 Downtown Park Final Design Specific Plan identified in the Amendment will result in a significant effect not previously identified in the certified FEIR or Addendum #1 approved in 2012. The Findings and Statement of Overriding Considerations adopted by the City in 2009 are consistent with the environmental analysis provided in Addendum #2. On March 2, 2016, the City Council adopted Resolution No. 23977 confirming, ratifying, and adopting the findings and conclusions of Addendum #2 to the FEIR. No further environmental analysis is required associated with the Downtown Park. FISCAL IMPACT: As part of its adoption of the 2016-2017 Fiscal Year budget, the City Council appropriated $2.5 million from its "Quimby" public park fees and a $3 million advance from future Measure J Capital Funds (repaid at $1 million annually to the General Fund over the next three years), for a total budget of $5.5 million for the Downtown Park. As RCHS proceeds with the Design Development phase, RCHS will prepare construction estimates and a scope of improvements consistent with the established budget. The total not to exceed cost of the proposed Professional Services Agreement with RCHS is $924,260. However, in 2015 during the initial planning efforts for the Downtown Park, on June 17, 2015, the City Council approved the following Professional Services Agreements: • Professional Services Agreement (A6720) with Urrutia A.I.A. and Associates, Inc., dba Urrutia Architects, in the original amount of $396,575 for architectural design services; • Professional Services Agreement (A6721) with MSA Consulting, Inc., in the original amount of$170,700 for civil engineering design services; • Professional Services Agreement (A6722) with RGA Landscape Architects, Inc., in the original amount of $86,800 for landscape architectural design services; • Professional Services Agreement (A6723) with MRC Engineering, Inc., in the original amount of$30,000 for electrical engineering design services; Services by these firms were provided through December 2016. At the January 25, 2017, City Council Study Session regarding the Downtown Park, direction was given to staff to proceed with development of a new conceptual plan by RCHS, and the work being provided by the City's four consultants was suspended. Services provided and paid up through staff's suspension of services in December 2016 are identified in the following table. 18 City Council Staff Report January 3, 2018—Page 19 Downtown Park Final Design City Project No. 15-07 - Balances Firm Approved Expended Balance MSA Consulting $ 170,700.00 $ 61,860.00 $108,840.00 MRC Engineering $ 30,000.00 $ 4,500.00 $ 25,500.00 RGA Landscape Archite $ 86,800.00 $ 22,786.87 $ 64,013.13 Urrutia Architects $396,575.00 $ 69,690.69 $326,884.31 Total Budget $684,075.00 $158,837.56 $525,237.44 The proposed Professional Services Agreement with RCHS at a cost of $924,260 replaces the services that were to be provided by the four previously approved Professional Services Agreements which have a cumulative remaining balance of $525,237 leaving a net increased expenditure of $399,023. Therefore, these four Professional Services Agreements should be cancelled, and subsequently the remaining encumbered funds released and made available for expenditure for the proposed Professional Services Agreement with RCHS. Upon termination of the four Professional Services Agreements, sufficient funds in the amount of $525,237 will be available in the Measure J Capital Fund, Account No. 260- 4500-59464; the remaining balance of $399,023 is budgeted and available in the Measure J Capital Fund, Account No. 260-4500-59498. SUBMITTED: Marcus L. Fuller, MPA, PE, PLS David H. Ready, Esq. Assistant City Manager City Manager Attachments: 1. RCHS Presentation — October 18, 2017 2. Professional Services Agreement 19 ATTACHMENT 1 20 LLOZ '8L aagojop / uCisea ideouoo jeui j £ 10 £ uoijejuasaad I!ouno3 Ap3 A �£ SB lid w S I d / v } h+ Y 9' x 4N kp f y6 j solmonis 31VH i1N3W313 SOISH RCHS WORK DOWNTOWN SUBCOMMITTEE PUBLIC EVENTS w.. _ 03.20.17 05.11 .17 PREPARE 3 � �; DOWNTOWN I � � I SUBCOMMITTEE " PUBLIC WORKSHOP #1 : CONCEPT OPTIONS REVIEW #1 3 CONCEPT OPTIONS y • Present initial three concept options for the park I • Invite public input re, park program stones character »� p,. ,,• events. etc 1 07.12.17 07.20.17 DOWNTOWN t ' �•� I PREPARE DRAFT SUBCOMMITTEE :: ,� - PUBLIC WORKSHOP #2: I CONCEPT i REVIEW #2 HYBRID DRAFT CONCEPT I j "°""�� " �'� • Present draft concept (and any remaining variations. tal lb) for the park. �' • Invite public input re draft wric;pt refinements t I 10.05.17 ( 10.18.17 I PREPARE FINAL DOWNTOWN I CITY COUNCIL SUBCOMMITTEE PRESENTATION: i CONCEPT i REVIEW #3 I `. FINAL CONCEPT — — — — — — — — — • Present final concept Discussnext steps for implementation. Concept Design Process Palm Springs Downtown Park Final Concept Design I October 18,2017 Draft RICH STUDIOS 2 C., rr olinjOA3 io;aroj d 1 2 3 Common Ground Healing Oasis Sculpture Park A Destination for Gathering A Destination for Health A Destination for Art �lwcx <<.-unc pia:�.,� �;tss fpritptC� +a4M ► � a. a + R n i [" � �: Narrr r.. r a � w.swrww� d � w'�n'r's....►.�e...w � b I I � f w.��}Iw+Ywi�w.+r�s J i q • s,rw,.�.wM� V` �_.j rrr ,MM� /� i .M�dw�h►M/ - �• �.. 4, .w..�r wwM�NrM _ .rw.wM.+h11�..41x1w� .! ✓r�w.y�j.Y,�Mly,y MwNm Ywwu. } 'IN liz Ott KAMN �. Three Options t Palm Springs Downtown Park I Final Concept Design October 18,2017 )raft RCH STUMOS �r (, '* / f, I !1 1 4 �o- 4 k t f � 7� r ,.. tS' +* H E• wy t IL 41 �t :yam y + » t o-, W, f. r r ; w. t< r Public Workshop Palm Springs Downtown Park I Final Concept Design October 18,2017 Draft RCH STUDIOS � J Welcome and thank you for participating! We would like your input on three concept options for a new public park in downtown Palm Springs. We will walk you through the concept options and then ask you for your preferences in terms of the park's story, program, and character. Your feedback will help us combine the best aspects of these concepts into a preferred conceptual design over the coming months. • i • i • • • • FN } Online Survey `� Palm Springs Downtown Park I Final Concept Design October 18,2017 )raft RCH STUMOS 2v . , • - :':"T ----- -- -.... MEALAIt OASIS dF enr i�wm IIIILA 4. '' AIN Aft wYY'wMr�irM'� dP ANA VIEW wrr I�Y!ll�Y�r.�Y �.. �.wMiwwwl.MYVTY! �4lwr.W W4rYrr�l�.lYl� wwrwwrrrcw�rewwrr r�rr.. .�wr.�r.l.wa�.rr rns .ter w..rwww.M�wawrrr ;.real �tr.a �. Treuon,ru� ;.,scree re %. • • . • • a .; llprw:tpbp�c, qw MtrtM/rIw+11AB �en..,rs.m i � t10M!)W Xi COMMON SEutlMt� `,•_� tttlEYE t�e� DRAFT °'.i arYil:I Hod AU�,OS Z T t. 'yy 4`: r y' � � �wwrrlrr�e\ilYr.ws -I N ,TYMIIi\YwYY �' lri.�YVIY,wlwrr! ••• � � rrrNwA.ri4lT Vlr1 n rwne.n i', Ak Ah Alk +� u�Ere.t 0 R A F� tin if,Nut,$Nnu, • Feedback Palm Springs Downtown Park l Final Concept Design October 18,2017 Draft RCH STUMOS 27 y a ��-rgJ.'A y st "✓ t9A'r�{a ��"a° Yu,�.. y� ✓ 4k +vw �Fw e r A o f 3 �- _ '�. S =7�t 4c��Kg�€�!��"' t� ''C.kj�N� as � m a ., �ss'�'�-• t 'Al IJ AW .axN'z, >F a kp 2 .s r' • I a4rik � �1i I ,f/VVL� ♦ qpy YYY�y �q � � � r� \�A� t Sited on the grounds of the /V historic Desert Inn, the park will be an that draws on Palm - , Springs' legacy as a destination { for heals, , nature, and pleasure seekers. Nellie Coffman, the Desert Inn's �� ` �' �' I founder, famously espoused the "space, stillness, solitude, , , • ♦.. 1.�.: fir. and simplicity" of Palm Springs and the ark is imbued with her Ye p I .r spirit. x f I: h , a Story Palm Springs Downtown Park Final Concept Design October 18,2017 Draft RCH STUDIOS The Theater The Outcrop The Spring The Cloud The Grove (EX)PARKING (FUTURE DEVELOPMENT) (EX)PARKING F STRUCTURE PU LI SK T w a i 1 �b A; A .. .. " AMP T a . SEATING/ ` [. K (FUTURE DEVELOPMENT) u LAWN SHADE a EVENT LAWN 3r CAN ,i Y. O STAGE + SHADE CANOPY i I� n, • t PALM SPRINGS EJ ART MUSEUM E� ��(. , MUSE11 AY a. i k. x �. ' 'n ��'�'1`'d.lu ! ((�: �d 31 t it (ALUMINAIR-. .._ HOUSE (FUTURE DEVELOPMENT) r (FUTURE D VE1OP1 ENT) A I F C p �. OUTDOOR GA rv. t (EX)PARKING Site Plan Palm Springs Downtown Park Final Concept Design October 18,2017 D raft RCH STUDIOS 36 i Aga A .._ A. d C t Y± { •IY^ i k � r r Y1 a � 5 Key Plan Palm Grove Misters Seating Elements 409 ok - Y Y r � , 4 _ , , 0 .�ti��� :��t+e,.., A, � ,•..vsa_.o,x -., . ^4,_.`"'L--.� '�":, '' -,'' yvn?+,:.i- i Future Desert Gardens 'Forever Marilyn' Palm Grove Desert Inn Gates EY evelopment Site (Potential Location) Museum Way The Grove Section A Palm Springs Downtown Park Final Concept Design I October 18,2017 RCH STUDIOS v 1 R B dI PRl8dWJ4L. NA •T s r .� p•i _ - a - i :I Key Plan Cascade and Shallow Play Pool Water Jets Shade Canopy Feature w W ` JIM4M IMIMMM��+4t :-0 Y3i u t yy ypy y 9r ' Potential Kiosk rry , v k Public ,. : , Restrooms • � �_ ilf I Landform The Spring Raised Lawn Underneath Palm Grove and Museum Way Waterfall And Water Play Feature The Cloud — Shade Canopy Seating Areas (Ex) Parking Garage The Spring & The Cloud Section B Palm Springs Downtown Park I Final Concept Design I October 18,2017 RCH STUDIOS 3Z C m ? k x w r _ x a i 11� 7 'T JA r Key Plan Outcrop And Amphitheater Event Lawn Performance Stage RIM I Potential Kiosk F P ILIt Public i t .�,. Re corns 1 (Ex) Parking Garage The Outcrop — Ov f look & Amphitheater Seating Event Lawn Event Stage & ShE de Canopy Museum Way Y The Outcrop & The Theater I Section C Palm Springs Downtown Park I Final Concept Design I October 18,2017 RICH STUDIOS 31i r ' Sr"FOR 'THE CL900' ", --� r .-I LYM4 N Ml iRl YLR" TN[tlriGNYR' 'TN[SRI � -P1*- - till ea �pa_ N _ _ ? 1.. Program Diagram Typical Day Use — -f- RYrOL4n lVIwI IYYIYrI • x rONUG t � 4 - .�"' TGYRYIAIY+OYT4Ll! r ? ,.. NlOAOOrS L ROLL C[NIO14OR :..y� a'. -.OrV".. •.$ram % � � �. �� i�a \.: ° � / ..• L tl •,via ... _.._____. .+"'a"+,,,r: rG j - ,«lanr �•` . I _ 'Y.�y� � 0VT0000 L[R[LNIV4 1..� �` •` 7 r,+_a* i� t me_ rrY;Y rlt • 1 _ .., ... I I L � r rlr[YI Yr111[IIYYI �A - fO90 TNVCMf • - TEMPORARY[ n fYHOYT �- 4N0 SERVICE AN" e �■ Small Community Event (Nighttime) Large Community Event Use Scenarios Palm Springs Downtown Park I Final Concept Design I October 18,2017 RCH STUDIOS 34 , 4 IL Elk j(y : S •)) • r r,+`•S{z��e,♦ � `., `�.' ;T 'gyp, _ '?" a j ' t �,,. `.,`. a A,E -M. Y 1 T K ,d' ,J t\,,, f Y �� S s \ • a A f ♦ _ AF< "+ a .° U 1 �1 "•.� �j T 'aj � .ram+ s,.�`• k "1.{ -.} `' 'vK �!� / �~ ++y" I�� s r `•M P - - . • � Y "gam ,t I•�4 � f T ♦ F i .j. .'r, W"' y--..'- '. -d�N �, ,•�Y .� 3 ,r�"a..s t 4 v�"=' r ,. ..; ,t �, . .. £ �i� i r f 1 f � _ :� t Y c !"F i 1 � „w � •r ,s� � .I•Y 'F � � .` ��,,,.. J. "3L- tea„. -r r i • M � �M1 'a9 r ^� ,f yyi S� ��'•.y.i+e, i'' "^.\ fri �.•" ,K'-�[ �.. _. f� I� � - R ' s _,-.mow• - _ +rr 1�� � d '1Ci. - P `.: �. i Ss`eY�_.♦ .. ... ,. ♦ .2r. < . , J • q _ yr "'^- a x•'. Tye 5, 1!K J�" n � '- a*" .v_w,�. "1 ly "'♦" `� a Ar f. 1� i Via! " a � TJ y r x nv C 1 a` � , ,A+ `.`� � ) `3 - ♦•.. 1 s r tWSWYi,YY•n a f tw pp a , p , .s x { , F u I i 4 , v. v+ 5 - m+ z r _• ,. -. .� �. ✓�, �., r,� n;. £ ... ., ''r`.,' .±h. _ 'w ,..„� t _�...I yam► r✓' a ,1k x � c } j �'il'� .�mow. R • z - "s Na r� E S . { 4i. .d „p x x A t . t , .W Looking Northeast From Above The Park Palm Springs Downtown Park I Final Concept Design I October 18,2017 V n RCH STUDIOS 3 ATTACHMENT 2 37 PROFESSIONAL SERVICES AGREEMENT DOWNTOWN PALM SPRINGS PARK CITY PROJECT NO. 15-07 SCHEMATIC DESIGN / DESIGN DEVELOPMENT/ CONSTRUCTION DOCUMENTS BIDDING / CONSTRUCTION OBSERVATION /WARRANTY PHASES THIS PROFESSIONAL SERVICES AGREEMENT ( "Agreement") is entered into, and effective on , 2018, between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, ("City") and Rios Clementi Hale Studios, a California corporation, ("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 professional services to prepare the Schematic Design, Design Development documents, Construction Documents for bidding, and professional services to coordinate the bidding phase, to provide constrtuction observation and warranty phase services related to the Downtown Palm Springs Park, City Project No. 15-07, ("Project'). B. Consultant has submitted to City a proposal to provide professional services to prepare the Schematic Design, Design Development documents, Construction Documents for bidding, and professional services to coordinate the bidding phase, to provide constrtuction observation and warranty phase services 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, Revised: 12/18/17 720669.1 1 38 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. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; and (3) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), (collectively referred to as the "Contract Documents"). The Consultant's Proposal is attached as Exhibit "B", is incorporated by reference and is 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: (V ) the provisions of the Scope of Services (Exhibit "A"); (2"d) the terms of this Agreement; and, (3`d) the provisions of the Consultant's Proposal (Exhibit "B"). 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 Revised: 12/18/17 720669.1 2 39 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 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 "C" and incorporated in this Agreement by reference. Compensation shall not exceed the maximum contract amount of Nine Hundred Twenty Four Thousand Two Hundred Sixty Dollars, ($924,260.00) ("Maximum Contract Amount"), except as may be provided under Section 1.8. The method of compensation shall be as set forth in Exhibit "C." 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 Revised: 12/18117 720669.1 3 40 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. 2.2. Method of Payment. Unless another method of payment is specified in the Schedule of Compensation (Exhibit "C"), 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 Changes 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 "D"), incorporated by reference. Revised: 12/18/17 720669.1 4 41 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. 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 three (3) 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 Revised: 12/18/17 720669.1 5 d2 M 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: Mark Rios, Partner. 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 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. Revised: 12/18/17 720669 i 6 43 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. 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 Revised: 12/18/17 720669.1 7 •• .r 44 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 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 Revised: 12/18/17 720669.1 8 45 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-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. Revised: 12/18/17 720669.1 9 � . 46 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 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. Revised: 12/18/17 72066e.i 10 4 0 47 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 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 Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage Revised: 12/18/17 720669.i 11 w 48 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. Revised: 12/18/17 720669.1 12 49 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. 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- Revised: 12/18/17 720e69.i 13 • 50 contracted by Consultant to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the 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 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. 7.2 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. Revised: 12/18/17 robbv.i 14 . 51 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 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 Revised: 12/18/17 720669.1 15 - 52 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 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 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.6 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 Revised: 12/18/17 720669.1 16 ~ 53 limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non-judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. 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 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 any prohibited basis. Consultant's 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; provision of benefits, rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor shall fully comply with the provisions of Palm Springs Municipal Code Section 7.09.040 relating to non-discrimination and the prohibition of discrimination in the provision of benefits to Consultant's employees. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. 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 Revised: 12/18/17 720669.1 17 54 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. 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 City: 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 Revised: 12/18/17 720669.1 18 55 To Consultant: Rios Clementi Hale Studios 639 N. Larchmont Blvd., Suite 100 Los Angeles, CA 90004 Attention: Mark Rios Telephone: (323) 785-1800 Facsimile: (323) 785-1801 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 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. Revised: 12/18/17 720669.1 19 56 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: By: David H. Ready, PhD City Manager APPROVED AS TO FORM: ATTEST By: By: Edward Z. Kotkin Anthony J. Mejia, MMC City Attorney City Clerk APPROVED BY CITY COUNCIL: Date: Agreement No. "CONSULTANT" Rios Clementi Hale Studios, a California corporation 639 N. Larchmont Blvd., Suite 100 Los Angeles, CA 90004 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 Secrets Assistant Secretary, Treasurer, Assistant Treasurer, or 9 Secretary, ry Chief Financial Officer. By Signature(Notarized) Signature(Notarized) Printed Name/Title Printed Name/Title Revised: 12/18/17 720669.1 20 W 57 CALLTorwA ALL PUFAMW ACKNOWLEDCMEQi CNL CODE§118g A moray puthhic or other oAiew couOuINV tto c rtificsis venfin a*the sty of Be vxkvknl w W signed are daaeoat tawhch this oertdraa a sumd d.aid not the vu*Akmk aomwwyK or vwidry of this dorametL stage of chi ft ► Cour4 of V On before rne. Date brae hreat Nier„e and Tale of Tire Offrcw ph appeared modSm wle proved to me an the teas of any evKkwme to be the perean(a) wleee nenre(s) islare suCaxibed to the within nstoanent and acknowiedped to me that hdshsAhey executed the sane in hisAw rAhaw mulhonzed espacdy ma and that by hizftwAhea sigretors(s)on the K%3bxwrm t the perso n(s). or the enfly upon behelt of wfich the par m*)acled sm muted hue instruanent t certify raider PEMALTY OF PERJURY under the taws of the State of CeBFamfa brat the toregaing paragraph is true and caneaL WrFNESS my rand and otyrckd seal Swulure Sigrabure of Akdwy Pib& Plane Modary Sent Above ar114)I . Though this sackn is aphonal oornpleting ttsa a banabon cart dater attrition of the document or Aardrlad roar achrrm it of this form to an unintvrrded doaurnent. Deampb n of Attm:hW Doexen nt Me or Type of Docu rrent Document Date: Number of Papse: Signer(s)Other Than Nerved Above: CnpmMypaQ(hatred by Signer(a) sig ee'a Noma: Stgrw'm Name: ❑Corporate Officer—Tdk*4 ❑Corporate Officer—Tila(sy: ❑Partner— O Limited p General ❑Pander— ❑United ❑General ❑IrmkAduah ❑Atbmey in Fad ❑Inchwh a ❑Attorney m Fad ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardim or Conservator ❑O6er ❑Other Signer Is Regeeer i g: Storer le Repreeerdig: &M4 Netiontr Natary Aaocatim•wwn.Netnt yag-146g(-US NDTARy(I-000.676-M27) Ran#5W w 58 EXHIBIT "A" SCOPE OF SERVICES Consultant previously completed the conceptual design phase for the Downtown Palm Springs Park, and on October 18, 2017, the City Council approved the conceptual plan incorporated herein as Figure 1 on the following pages. Consultant shall provide the full scope of professional services necessary to complete the following phases related to the Downtown Palm Springs Park: • Schematic Design Phase • Design Development Phase • Construction Documents / Permitting Phase • Bidding Phase • Construction Observation Phase • Warranty Phase The Schematic Design shall be based from the approved conceptual design incorporated herein as Figure 1 on the following pages. Upon public review and approval of the Schematic Design, Consultant shall prepare a design development package reflecting any revisions to the Schematic Design required. Upon public review and approval of the design development package, Consultant shall prepare Construction Documents for the Downtown Palm Springs Park. In all instances, Consultant shall ensure the conceptual design elements approved by the City Council on October 18, 2017, are preserved in the Schematic Design, Design Development, and Construction Document phases. 59 FIGURE 1 DOWNTOWN PALM SPRINGS PARK CONCEPTUAL DESIGN APPROVED BY CITY COUNCIL OCTOBER 18, 2017 FOLLOWS THIS PAGE w 60 The Theater The Outcrop The Spring The Cloud The Grove (STRUCTTURE(E%1 PARKING (FUTURE DEVELOPMENT) { r it 4 (FUTURE DEVELOPMENT) 40 �, y � �fistakri r i Aga a w T I PALM SPRINGS ART MUSEUM Ip R V ,FUTURE DEVELOPMENT) s1 (FUTURE NT) i N � (E%)BARKING Site Plan rn t III(( xra. .. . � r Key Plan Palm Grove Misters Seating Elements AL -dW s a'; -"'°iBY�-•a¢ Wt Rom*' *� .w ;w' � 'V^� _. Future Desert Gardens 'Forever Marilyn' Palm Grove Desert Inn Gates Museum Way I"ment Site (Potential Location) The Grove Section A rn •• , ealn)s�1 att - Y`s Key Plan Cascade and Shallow Play Pool Water Jets Shade Canopy Feature t �w - Potential y�{Y� le.r Kosk r y � a - .e n Res rooms ,r a�ft ;.. •� _ p Landform The Spring Raised Lawn Underneath Palm Grove and Museum Way —fie--I Waterfall And Water Play Feature The Cloud—Shade Canopy Seating Areas iErl Packing Garage ,-The Spring & The Cloud Section B r. Y + r� � � �Pt •TIIdT3Y ¢� mum M11111111111MV ` u Kny Plan Outcrop And Amphitheater Event Lawn Performance Stage k Potential Kiosk - '• ,k "` ti r All Public (Ex)Parking rage The Outcrop—Gilt &Amphitheater Seating 1 I t Stange&Sh `Canopy Museum Way I The Outcrop & The Theater I Section C fc� ■ Program Dlaq,,dm Typical Day Use t( w x K r xe a x - :a • R FF Small Community Event(Nighttime Urge Community Event Use Scenarios c-. W 1 { f kk "i � t I� eYl � 44� t p l c cc cn {, iY LL L\i! cn e a - � :.a;Yiilii?iilGlfi141i1I�I1� � � � 1 x �" y1► y.,,P. -e,,; .f f ,r q.Al r- s IM 4,1 fS — s ,m ' q r °a' fin h � Y l } Looking Northeast From Above The Park EXHIBIT "B" CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE 63 MARK IIUS )UNTIE SNIIX-CLEXENTI FRANK CLEBAW1 ROBERT HALE HARK KITS.R. "IRE IWR RIC..B zE,AE°„„"1LEA N December 20, 2017 CETUD LAUDIA SSI"IYSO4 RCEPEL SNEENEY :E55A CN]SPRI ].11.A", David Ready, Esq., Ph.D., City Manager/City Engineer WA HER Marcus Fuller, MPA, PE, PLS, Assistant City Manager/City Engineer AINEE LESS `N.A WE] City of Palm Springs KDL ANDN,KI PLII."1["WI XLPNCY PEAN� Palm Springs City Hall E 1 HAA "w°" T TM EI SIN ESTERS 3200 E.Tahquitz Canyon Way IIIIIII.TK ERS "`ER"`"° Palm Springs, CA 92262 y°RI.SLMI"l.]EIEKAN PLTSELL DYRANN BPENI]PCC95EN °EX S1gGX „I1E^I Sent via email: marcus.fuller@palmsprings-ca.gov ES.LID n,PL s BA nEu°ICK 'P.N NE"EELD 11:IIN .A PROPOSAL .II...:IE,`: PROFESSIONAL DESIGN SERVICES ]DM°DSENIEPL .IN'°"""""""KS PALM SPRINGS DOWNTOWN PARK "AN E ESN ..'I,KIN CANERDN S,ENA°I BEN,MN :S.ftIIA Dear David and Marcus, BRITTANY MILLER RACHEL I IS .EL T.L We are pleased to provide you with this proposal for professional design IwRW X"N,ER AI EZC WLIIOJ RAZE"NYREK services for Palm Springs Downtown Park. This proposal will define the .11TI."EEN agreement between the City of Palm Springs (Owner) and Rios Clementi E"MY BRZEC... °"'"N'. Hale Studios (RCHS). SAMELI C. SAIIII FliIE DRISWLL ""^`Y°°' SCOPE OF WORK ASNIEL B°EI RYAN ANNELERLE; YI,A DEtiN;YA°NKI The RCHS team will advance the conceptual design for Palm Springs ENELYN...N, ..W EEIE°SM A ONNL Downtown Park approved in October 2017 through to implementation. The SCHUH W°f F'EfXEVI scope of work will include a palm grove, seating and paving, water feature, I.E.XEWE»NALL LVEI lawn areas, vegetated areas, outcrop landform, stage, public restroom, 11I%NVRE"Y „I'ME`ED°°; " police substation, and shade canopies. Park design will be coordinated with `11.RL" efforts to site the Aluminaire House and the Forever Marilyn sculpture in the 1HAS.N1IRS I.' NYNKN.1 park, but the design, engineering and costing of these elements will be by ERIN"IL,I `'EA., others. Park design will also be coordinated with improvements to the RSNI EALIA" ,I....I .11 CLIECI."X"E aboveground portion of the adjacent parking structure, including IRRIAEIII IC. IN BSE demolition and repairs to the side of the parking structure and construction ]IX`IACF`LIII � "' of an elevator and stair tower on the east end, but the design, engineering V I.NE., „PO'RAIL"IIMBC and costing of these improvements will be by others. The construction WPY EEIN UCCElMC 639 N LARCHMONT BLVD, SUITE 100 LOS ANGELES, CA 90004 323.765.1800 PH 323.785.1801 FAX WWW.RCHSTUDIOS.COM PAGE 2 PALM SPRINGS budget for the park is $5 million plus any costs associated with retrofitting OOWNTGWN PARK the subsurface parking structure and constructing the police substation. Waterproofing consultant, if required, can be added at a later date. RCHS will provide the following services: 1. Landscape architecture 2. Architecture 3. Experiential graphic design (EGD) RCHS will retain subconsultants (scopes attached) for the following services: 1. Structural engineering (PKA Structural) 2. Irrigation (Sweeney) 3. Water feature design/engineering (Fluidity) 4. Cost estimating (MGAC) 5. Civil engineering (MSA Consulting) 6. MEP engineering and lighting (MRC Engineering) 7. Security &Technology (Guidepost Solutions) 8. Agronomic soil testing (Wallace Labs) 70 PAGE 3 PALM SPRINGS SCOPE OF SERVICES DOWNTOWN PARK SCHEMATIC DESIGN PHASE Upon approval of contract for professional design services, RCHS will prepare a schematic design package. Tasks will include: 1. Manage project and coordinate with City and subconsultant team 2. Review topographic survey and geotechnical report 3. Brief subconsultant team on conceptual design intent and project parameters 4. Lead on-site kick-off meeting with subconsultant team and City 5. Confirm project program, budget and contracting mode with City 6. Review City code requirements and summarize applicable design criteria 7. Prepare schematic design package including: a. grading and drainage plan b. utilities plan c. hardscape plan d. planting plan e. hardscape and planting material palettes f. architectural concepts g. lighting concepts h. EGD concepts i. waterproofing concepts j. security &technology concepts k. water feature concepts I. elevations and sections 8. Prepare SD basis of design narrative 9. Prepare SD construction cost estimate 10. Review schematic design package and cost estimate with Downtown Subcommittee DESIGN DEVELOPMENT PHASE Upon approval of the schematic design package and cost estimate, RCHS will prepare a design development package. Tasks will include: 1. Manage project and coordinate with City and subconsultant team 2. Brief subconsultant team on Downtown Subcommittee and stakeholder comments 71 PAGE 4 PALM SPRINGS 3. Prepare 50% and 100% design development packages DOWNTOWN PARK a. demolition plan b. grading plan c. drainage plan d. paving plan e. utilities plan f. civil details g. planting plan h. hardscape materials plan i. planting and hardscape details J. irrigation zoning plan k. architectural plans I. sections and elevations m. architectural details n. electrical plan o. electrical details p. EGD drawings q. waterproofing drawings r. security &technology drawings s. water feature drawings t. restroom drawings u. structural details and calcs v. lighting plan 4. Prepare DD basis of design narrative at 50% and 100% 5. Prepare DD construction cost estimate at 50% and 100% 6. Prepare outline specifications at 100% 7. Review 50% design development package and cost estimate with Downtown Subcommittee and City department staff 8. Review 100% design development package with Downtown Subcommittee, City design review boards, and City Council CONSTRUCTION DOCUMENTS/PERMITTING PHASE Upon approval of the design development package and cost estimate, RCHS will prepare the construction documents and permit submittal. Tasks will include: 1. Manage project and coordinate with City and subconsultant team 2. Brief subconsultant team on Downtown Subcommittee and stakeholder comments 72 3. Prepare 50% and 100% construction document packages PAGE 5 PALM SPRINGS a. demolition plan DOWNTOWN PARK b. TESC plan c. grading plan d. drainage plan e. civil paving plan f. utilities plan g. civil details h. planting plan i. hardscape materials plan J. layout plan k. planting and hardscape details I. irrigation plan m. irrigation details n. architectural plans o. sections and elevations p. architectural details q. electrical plan r. electrical details s. EDG drawings t. waterproofing drawings u. security &technology drawings v. water feature drawings w. restroom drawings x. structural details and calcs y. lighting plan z. lighting details 4. Prepare CD basis of design narrative at 50% and 100% 5. Prepare CD construction cost estimate at 50% and 100% 6. Submit 50% CD package for initial building permit intake 7. Make corrections and revisions based on permit comments 8. Submit 100% CD package for final permit approval 9. Prepare draft technical specifications at 50% 10. Prepare final technical specifications at 100% (add to Division 1 General Requirements and Project Manual by City) 11. Review construction document package and cost estimate with Downtown Subcommittee at 50% and 100% 73 PAGE 6 PALM SPRINGS BIDDING PHASE DOWNTOWN PARK Upon approval of the construction documents and receipt of building permit, RCHS will support City bidding process. Tasks will include: 1. Manage project and coordinate with City and subconsultant team 2. Provide bid addenda and clarifications in response to bidder questions 3. Attend pre-bid conference 4. Support City with bid evaluations as necessary 5. Make design modifications to reduce construction cost, if requested, on a time and materials basis CONSTRUCTION OBSERVATION PHASE Upon selection of contractor, RCHS will participate in construction observation. Tasks will include: 1. Manage project and coordinate with City and subconsultant team 2. Review submittals and mock-ups 3. Respond to requests for information (RFIs) 4. Review proposed substitutions, alternates and change orders 5. Attend pre-construction conference 6. Attend bi-weekly construction meetings (after 9 months, additional meetings will be on a time and materials basis) 7. Observe construction during bi-weekly visits for consistency with design intent as conveyed in the construction documents 8. Select and tag critical plant materials in nursery for delivery 9. Attend substantial completion walk through 10. Review contractor punch list 11. Attend final completion walk through 12. Review contractor' s as built drawings 13. Prepare record documents based on contractor as built drawings WARRANTY PHASE Prior to the end of the contractor' s warranty, RCHS will participate in a review. Tasks will include: 1. Manage project and coordinate with City and subconsultant team 2. Participate in warranty walk through 3. Prepare summary of items for contractor replacement 74 PAGE PALM SPRINGS DOWNTOWN PARK S C H E D U L E The following are anticipated durations for consultant team work. Additional periods may be required for City/permit review or contractor-driven construction scheduling. Schematic Design 3 months Design Development 4 months Construction Documents/Permitting 5 months Bidding 2 months Construction Observation 9 months Warranty 1 year later 75 0 o v � n z ti 3 O £ N 2 L O A D ti N D z m z Ll l N W SCHEMATIC DESIGN CONSTRUCTIO BIDDING CONSTRUCTIO WARRANTY DESIGN DEVELOPMENT N N m RCHS X (MGMT,LANDSCAPE, $92,935 $126,860 $204,310 $17,100 $115,560 $3,660 $560,425 G O ARCH,EGD) ZPKA pp (STRUCTURAL) $4,300 $7,700 $10,000 $1,000 $7,800 $30,800 = SWEENEY {Dif (IRRIGATION) $1,950 $6,750 $4,670 $13,370 m ZFLUIDITY p (WATER FEATURE $15,000 $25,000 $20,000 $1,500 $15,000 $76,500 DESIGN) � MGAC (COST ESTIMATING) $4,000 $11,000 $13,000 $2$ QQQ MSA (CIVIL) $9,300 $16,600 $42,900 $2,000 $5,000 $75,800 M RC (ELECTRICAL, LIGHTING, $3,800 $8,900 $11,900 $2,100 $4,500 $31,200 GUIDEPOST SOLUTIONS (SECURITY, $3,220 $6,250 $8,055 $370 $3,570 $21,465 TECHNOLOGY) WALLACE LABS $4,300 $4,300 (SOIL TESTING) $132,555 $208,560 $316,915 $24,070 $156,100 $3,660 $841,860 rn PAGE 9 PALM SPRINGS DOWNTOWN PARK SCHEDULE OF PAYMENTS For Schematic Design through Construction Documents/Permitting phases, the City will be billed monthly on a percent complete basis by phase with the total lump sum labor fee of$658,030 broken into the following amounts for each phase. Schematic Design $132,555 Design Development $208,560 Construction Documents/Permitting $316,915 TOTAL LUMP SUM $658,030 For Bidding through Warranty phases, the City will be billed monthly on a Time and Materials basis against the following estimated Not to Exceed amounts. Bidding $24,070 Construction Observation $156,100 Warranty $3,660 TOTAL T&M NTE $183,830 EXPENSES Topographic survey by MSA $4,600 Geotechnical report by sub to MSA $3,500 SWPPP Monitoring by MSA $10,100 Title 24 Monitoring by MRC $1,200 Reprographics allowance* $30,000 Reimbursables allowance* $33,000 TOTAL $82,400 Reprographics and reimbursables shall be billed at 1.1 times direct cost. Such expenditures may include but are not limited to the following: messenger and delivery charges; mileage; reproduction and blueprinting expenses; plotting, photography; graphic resources; fax and long distance telephone expenses; and travel expenses, including transportation, parking fees, lodging and meals. Vehicle mileage will be billed at the current IRS mileage rate for specific job- 077- PAGE 10 PALM SPRINGS related trips (i.e. product and material research and selection, and long distance oowNTowN PARK job meetings). Mileage for meetings within Los Angeles is included within the total contract fees. *Every effort will be made to limit reprographic and reimbursable expenses to these allowances. Any additional expenses necessary will be only be incurred with prior written approval of Owner. HOURLY RATES FOR TAM PHASES RCHS Partner $275.00 Principal $220.00 Senior Associate $195.00 Associate $165.00 Designer $125.00-$140.00 78 PAGE 11 PALM SPRINGS PKA DOWNTOWN PARK Principal $195.00 Associate $150.00 Sr Structural Engineer $125.00 Project Manager $115.00 Structural Engineer $115.00 Structural Designer $95.00 CAD/Revit Operator $80.00 Construction Admin $95.00 SWEENEY Principal $160.00 Project Manager $140.00 Irrigation Designer $120.00 Field Technician $150.00 FLUIDITY President $325.00 Principal $250.00 Engineering Director $200.00 Sr Project Designer $175.00 Project Engineer $175.00 Project Designer $125.00 Designer $80.00 MSA Principal Engineer $225.00 Director of Design $215.00 Senior Project Manager$215.00 Project Manager $180.00 Senior Project Engineer$160.00 Project Engineer $150.00 79 PAGE 12 PALM SPRINGS Senior Designer $145.00 DOWNTOWN PARK CAD Designer $120.00 CAD Technician $105.00 M RC Principal $195.00 Project Manager $125.00 CAD Operator $85.00 Engineer $145.00 Lighting Designer $145.00 GUIDEPOST Principal $250.00 Subject Matter Expert $230.00 Senior Project Manager$200.00 Project Manager $185.00 Senior Designer $185.00 Professional Engineer $185.00 Technology Designer $175.00 Assoc. Project Manager$160.00 Designer/Drafter $125.00 SU9CONSULTANT SCOPES 1. Structural engineering (PKA Structural) Schematic Design through Construction Documents/Permitting PK Associates will provide engineering, AutoCAD and construction administration for the design of these site landscaping features and design of the new landscaping supported on the lid of the existing below grade parking structure.The scope will include the following: 1. Ramadas PAGE 13 PALM SPRINGS 2. Site retaining walls DOWNTOWN PARK 3. Site screen walls 4. Light pole foundations S. Review capacity of the existing parking structure lid 6. Monument signage 7. Amphitheater seating 8. Police Substation of 700-800 sf. Fees assume the police station will be supported by the garage and include investigation to support this load and the design of it. 9.Included in our fees will be: • 2 meetings at RCH Studio offices during design • Go-To-Meetings as required • 2 visits to the site during design 3 visits to the site during construction Construction Observation Services to include the review of shop drawings, response to Contractor RFI' s and interpretation of drawings. 2. Irrigation (Sweeney) Sweeney + Associates agrees to perform the following services: Provide irrigation consulting and design services for the above referenced project. The project is the design of landscape irrigation systems for a new park in Palm Springs, California.The project shall be designed using AutoCAD drafting software on no more than one (1) sheet of 24" x 36" drawings at 1" = 20' scale, not counting those required for legends, notes, calculations and details. RCHS shall provide all digital base information including base sheets, planting plans, grading plans, utility plans, and title blocks with planting sheet set-ups. RCHS shall provide an e-transmit of the AutoCAD drawings to include all required x-reference drawings, image files and plotting ctb files. The fee proposal assumes that submittal packages shall be provided by the consultant at the various stages of the design and are specified below. Additional submittals (other than direct municipal agency irrigation plan check revisions) and other design phases (schematic design, tender documents, permitting sets, etc.) are excluded from this scope of work and 81 PACE is PALM SPRINGS fee proposal. RCHS shall provide 100% completed planting plans and DOWNTOWN PARK hydrozone plans prior to the start of the irrigation construction document design. Any irrigation design started on incomplete planting and hydrozone plans may result in billable irrigation revisions due to changes out of the control of the consultant. The scope of work shall be defined as the following: Design Development - includes project research, coordination with the design team members, water use and water pressure calculations, coordination of water points of connection and electrical power locations, mainline routing and sizing and preliminary irrigation materials legend and installation details. (50% and 100% submittals only) Construction Documents/Permitting The consultant shall provide complete irrigation construction drawings including plans, notes, materials legends, installation details, water pressure calculations, peak irrigation run time calculations and specifications. The consultant shall coordinate with the project civil engineer for water and electrical sources. The irrigation drawings shall be in compliance with the local agency's Water Efficient Landscape Ordinance (WELD) and include the required WELO calculations. No on-site meetings have been included in this scope of work and fee. The fee assumes that there will be no more than two (2) submittals (at 50% and 100% completion) of the construction document irrigation drawings. The irrigation deliverables shall include AutoCAD drawing files, PDF plots of the drawings and specifications in book form as a Word document in CSI format. The consultant shall revise the irrigation drawings as required due to base sheet changes or planting plan changes. The time required for any re-plotting of PDF drawings due to title block changes, etc., and other than in the official submittals indicated above, shall be billed against the revision allowance. The time required for the revisions, or re-plotting, shall be billed against the revision allowance. Construction Observation The consultant shall provide construction administration services in the form of the review and written comments on contractor materials submittals and the answering of requests for information (RFI) from the construction team. The review of the contractor' s as-built record drawings, verification of as- 82 PAGE 15 PALM SPRINGS built drawing accuracy and drafting of the as-built drawings is not included DOWNTOWN PARK in this scope and fees and will not be provided. The consultant shall provide field observation services during construction to observe and report on the installation of the irrigation system. The consultant recommends that site observations be provided at the following milestones: mainline pressure test, irrigation coverage test, and two final observations. The scope and fees assume no more than three (3) construction observations shall be provided. The fees for the construction observations include travel time to the site, field time and a written field report or punch list. The AB 1881 certificate of completion is excluded from this scope of work and shall be an additional service if requested. 3. Water feature design/engineering (Fluidity) Fluidity will collaborate with the project team, including Landscape Architecture, Lighting, Structural and Civil Engineering, and others, in the development of the water feature. The water feature covered by this proposal is defined as follows: The Spring feature is envisioned to be a stepped, cascading water feature which falls into a lower area. The lower area housesjets for interactive play. The feature is to be carefully integrated into its space, activated for the purpose of gathering. Professional services outlined in this Agreement shall be performed under the following phases: Schematic Design Advance the design in response to comments, as necessary. • Develop schematic designs at Fluidity' s studio in Los Angeles while maintaining communication with the design team. • Create design drawings that document the design intent. The Preliminary Schematic Design set will include water feature Plans, Elevations, Sections, Details, Machine Room location, size and utility requirements. RCHS to provide and base drawings. Fluidity to coordinate with RCHS and other design team members. • Receive comments from RCHS and design team members. Coordinate and address concerns. • Release a completed set of Schematic Design drawings.The Schematic Design set will include water feature Plans, Elevations, Sections, Details, Piping &Instrumentation Diagram, Machine Room location, size and utility requirements. • Provide ROM Construction Cost Estimates and Operations & Maintenance Cost Estimates of the water feature designs. • Present the work to the project team in Los Angeles. Answer questions asked. Provide digital copies of the material. Design Development 83 • Advance the design in response to comments, as appropriate, while maintaining regular communication with the project team. PAGE 16 PALM SPRINGS Coordinate with the landscape, architectural, structural, plumbing and DOWNTOWN PART( other members of the project team. • Prepare a set of design and engineering drawings sufficient to convey intent. The deliverables include General Notes, Site Plan, Finishes Plans, Basin Plans, Elevations, Sections, Details, Specification information, Preliminary Equipment Schedules, Piping and Instrumentation Diagrams (P&ID), Single-Line Electrical Diagrams, Electrical Panel Schedules, and Preliminary Machine Room Plans. • Revise ROM Construction Cost Estimates and Operations & Maintenance Cost Estimates of the water feature designs. • Provide digital copies of the work to RCHS at 50%and 100% stages of completion. Construction Documents/Permitting • Advance the design in response to comments, as appropriate, while maintaining regular communication with the project team. • Coordinate with the architecture, landscape and engineering entities. • Prepare a set of Water Feature Construction Documents. Deliverables will include: General Notes, Site Plan, Finishes Schedules, Finishes Plans, Basin Plans, Elevations, Sections, Details, Programing Control Signal Plan, Water Feature Construction Specifications, Equipment Schedules, Piping and Instrumentation Diagrams (P&ID), Single-Line Electrical Diagrams, Sequence of Operation, Description of Control, Electrical Panel Schedules, Machine Room Plans, Machine Room Elevations, Piping Plans, Conduit Plans, Mechanical and Piping Specifications, Electrical Specifications. • The Water Feature Construction Documents to be submitted for review and approval at 50% and 100% stages of completion. • Make Agency-required corrections to the Construction Documents until achieving approval. In-person Agency contact is by others. Bidding Provide to the project team a list of qualified specialist water feature construction contractors, if requested. Review and provide comments of the qualifications of construction contractors suggested by others. • Participate in a Pre-bid Conference with interested construction contractors identified for competitive selection. Explain the water feature designs in detail; answer questions that arise. • Review Bid questions and provide annotated responses in a timely manner. Review completed Bids. Report noteworthy conclusions to the project team. Construction Observation • Participate in a Pre-Construction Conference with the selected contractor. Review procedures and communications protocols. Identify contact persons, and discuss the project in detail, reviewing general construction approach, the project schedule, potential problems, etc. • Maintain regular communications with the contractor and the project team. PAGE 1] PALM SPRINGS Review and comment on Shop Drawings, Submittals and Requests for DOWNTOWN PARK Information (RFIs) in a timely manner. • Visit the jobsite three times during construction to view the contractor' s work and maintain an open, communicative and constructive relationship. Report findings in writing; distribute to the project team. Assist the Contractor in troubleshooting technical problems upon startup. Establish the start date for Fluidity' s on-site Commissioning effort. Owner to verify and approve Fluidity on-site start date in writing. • Provide Art Direction of water character, sounds and lighting to the contractor. Gain Owner and RCHS approval of the work. Observe that the Maintenance Manuals and Warrantees are delivered, and the Contractor has trained the maintenance staff. • Prepare a Punch List. Distribute copies. Resolve final Punch List items. Report completion of project to the project team. * Computer-generated water choreographies for project team review and Owner approval are excluded, but can be provided for an additional fee. 4. Cost estimating (MGAC) GMAC will provide the following services: Cost Reports Provide draft and final construction cost reports at the 100% schematic design, 50% and 100% design development, and 50% and 100% construction document stages. Cost reports to be provided in a Uniformat II format. Meetings Attend one meeting per design stage to gather information and/or to present cost reports. Value Engineering Provide basic support to include pricing for proposed value engineering items at each design stage. 5. Civil engineering (MSA Consulting) MSA (Consultant) proposes to perform the following tasks: Schematic Design 85 PAGE 18 PALM SPRINGS DOWNTOWN PARK 1.1. Utility Research Research and map the relevant utilities affecting the property for use in identifying available service connections and site design constraints. Tasks will include: • Perform utility research, including procurement of as-built plans for recently constructed improvements and verification of as-built plans and plats obtained previously. • Visit the site to field verify visible surface utility facilities. 1.2. Initial Field Survey(accounted for under expenses) Perform initial field survey of as-built conditions of new improvements along Museum Way and Belardo Road, existing improvements on Museum Drive south of Museum Way, topography and existing improvements on the proposed Aluminaire House and Outdoor Gallery site, and any necessary existing features not previously surveyed. 1.3. AutoCAD Base Plan Using information discovered from the utility research and field survey, as well as AutoCAD files of the site plan provided by Client, create a Base Plan in AutoCAD format, integrating mapping, topo, utilities, architectural concept drawings and conceptual civil improvements, for distribution to design consultants. 1.4. Conceptual Site Plan and Drainage Exhibit Based upon the final site concept provided by Client, create an exhibit of the conceptual site plan, including intended grading concepts and drainage schemes. 1.5. Conceptual Construction Quantities for Cost Estimate Using the conceptual site plan developed in Task 1.3, provide conceptual construction quantities for use in cost estimating by others. 1.6. Geotechnical Report(accounted for under expenses) R 6 PACE 19 PALM SPRINGS Provide a supplemental Geotechnical Report to the City, referencing the DOWNTOWN PARK previous report produced for the subject property and including foundation and pavement recommendations and infiltration analysis; report to be performed by others. 1.7. Meetings and Miscellaneous Assistance Provide miscellaneous assistance as requested by Client and project team. Assistance to include miscellaneous exhibits, reimbursables, data transfers, consultation and coordination services not listed in scope. This task to be performed on a time and materials basis; assistance that exceeds this amount will be discussed with the Client to have this agreement modified or invoiced on a time and material basis. Design Development 2.1. Pre-Design Survey(accounted for under expenses) Prior to preparation of construction documents, provide pre-design survey of the existing conditions to verify specified points of tie-in to proposed improvements. 2.2. Preliminary Grading and Drainage Plan Prepare a Preliminary Grading Plan showing key proposed elevations and grades, and preliminary storm drain layouts. 2.3. Preliminary Hydrology Report Prepare a Preliminary On-Site Hydrology Study to estimate pre- and post- development flow volumes and the on-site retention required by the project design; process through City for approval. 2.4. Preliminary Water Quality Management Plan 87 PACE 20 PAIN SPRINGS Prepare a Preliminary Water Quality Management Plan (PWQMP) for the DOWNTOWN PARK parcel and process through City for approval. 2.5. Preliminary Water/Sewer/Fire Protection Exhibit Prepare exhibit depicting preliminary layouts for domestic water, fire protection water and sanitary sewer lines; preliminary storm drain layout will be included as well for reference. 2.6. Preliminary Construction Quantities for Cost Estimate Using the conceptual plans developed above, provide conceptual construction quantities for use in cost estimating by others. 2.7. Meetings and Miscellaneous Assistance Provide miscellaneous assistance as requested by Client and project team. Assistance to include miscellaneous exhibits, reimbursables, data transfers, consultation and coordination services not listed in scope. This task to be performed on a time and materials basis; assistance that exceeds this amount will be discussed with the Client to have this agreement modified or invoiced on a time and material basis. Construction Documents/Permitting 3.1. Precise Grading and Drainage Plan Prepare a Precise Grading and Drainage Plan at a scale of 1" =20' based on final approved Preliminary Grading and Drainage Plan, including Demolition Plan and Storm Drain Plan; process through City for approval. 3.2. Final Hydrology Report Prepare a Final Hydrology Report; process through City for approval. PAGE 21 PALM SPRINGS 3.3. Final Water Quality Management Plan DOWNTOWN PARK prepare Final Water Quality Management Plan (WQMP); process through City for approval. 3.4. Private Sewer Improvement Plan Prepare Private Sewer Improvement Plan at a scale of 1" =40' ; process through City for approval. 3.5. Private Water Improvement Plan Prepare Private Water Improvement Plan at a scale of 1" =40' ; process through Desert Water Agency (DWA) for approval. 3.6. Private Fire Protection Improvement Plan Prepare Private Fire Protection Improvement Plan at a scale of 1" =40' ; process through DWA and Fire Department for approval. 3.7 Storm Water Pollution Prevention Plan Prepare Storm Water Pollution Prevention Plan (SWPPP), including Notice of Intent (NOI); process through State for approval. 3.8. Fugitive Dust Control Plan Prepare Fugitive Dust Control Plan (PM-10 Plan); process through City for approval. 3.9. Final Construction Quantities for Cost Estimate Using the construction documents developed above, provide final construction quantities for use in cost estimating by others. 3.10. Construction Specifications Based upon the construction documents and quantities developed above, provide technical specifications for civil work. 89 PAGE 22 PALM SPRINGS 3.11. Meetings and Miscellaneous Assistance DOWNTOWN PARR Provide miscellaneous assistance as requested by Client and project team. Assistance to include miscellaneous exhibits, reimbursables, data transfers, consultation and coordination services not listed in scope. This task to be performed on a time and materials basis; assistance that exceeds this amount will be discussed with the Client to have this agreement modified or invoiced on a time and material basis. Bidding 4.1. Bidding Support Coordinate bidding process, respond to bidders' questions (up to 8 hours assumed) and represent the Client at one mandatory pre-bid meeting. Construction Observation 5.1. Construction Support Represent the Client at one preconstruction meeting, provide up to 16 hours for responses to contractor' s questions, review materials submittals, perform construction conformance site visits (up to 3 visits assumed plus final conformance). 5.2. SWPPP Monitoring Services(accounted under expenses) Under the National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities, visual inspections are required by a Qualified SWPPP Practitioner (QSP) or trained individual to take place for the duration of the construction process, which is assumed to take 9 months per Client' s draft schedule: 1) on a weekly basis, 2) at 90 PAGE 23 PALM SPRINGS least once each 24-hour period during an extended storm event, and 3) DOWNTOWN PARK within 48 hours after a qualifying rain event (producing 0.5 inches or more in precipitations). Information from the monitoring records is utilized to prepare the Annual Report, which must be completed and electronically submitted no later than September 1 of each year via SMARTS, the State' s online tracking system. a) Weekly QSP Monitoring: Perform weekly QSP Monitoring with corresponding reports for an estimated 40 weeks. Upon Client' s written request, MSA Consulting will make additional site visits to verify the construction project is in compliance with California' s standards, at the weekly rate specified below. Client shall make all site visit requests at least one (1) full day prior to the date the visit is requested. b) QSP Reporting: Compile observations and monthly reports for an Annual Report. c) Miscellaneous QSP Assistance: Provide miscellaneous assistance with non-compliance issues, Change of Information (COI), etc. 6. MEP engineering and lighting (MRC Engineering) MRC will provide the following services: Schematic Design through Construction Documents/Permitting 1. Provide electrical and lighting design engineering and mechanical & plumbing engineering for a new downtown park (lighting design will be provided by Raya Lighting Design). 2. Attend four (4) design coordination meetings during the design development and construction document phases of the project. PAGE 24 PALM SPRINGS 3. Coordinate the project utilities with the previously designed utility plans DOWNTOWN PARK prepared by MRC Engineering and make all submittals to the Edison Company required. 4. Design the electrical distribution system throughout the park to facilitate normal and special event park lighting and power requirements. 5. Design power to future street vendor locations with provisions to facilitate distribution spider boxes. 6. Provide site photometric plans for submittal to the building department. 7. Design power to all signage. 8. Design power for future portable sound and lighting systems used for special events. 9. Provide a conduit only plan between the stage area and the future positions for portable lighting and sound towers. 10. Provide an engineer' s electrical and lighting cost estimate. 11. Provide mechanical exhaust systems for the new restrooms and storage rooms. 12. Provide plumbing engineering for the restroom fixtures waste, vent and hot & cold water systems. 13. The construction documents shall include all general and specific notes and Specifications. 14. Provide all mechanical, electrical and plumbing details required illustrating the specific design requirement as required. 15. Our design of the water, sewer and storm drain utilities will stop at a point 5' 92 PAGE 25 PALM SPRINGS outside the building perimeter. The project civil engineer shall be DOWNTOWN PARK responsible to extend these utilities to the city utility systems. 16. Provide Title 24 compliance reports and documentation for the electrical and mechanical systems as required for submittal with the construction documents to the Building Department. (accounted under expenses) 17. Provide a set of electrical, mechanical & plumbing documents for Design Development and final Construction Documents that includes all plans, details, diagrams, notes, specifications and calculations needed for building department submittal, bidding and construction. 18. Coordinate lighting pole details for all pole lighting systems with structural engineer. 19. Provide assistance during the Building Department plan check process and permitting phase. 7. Security&Technology (Guidepost Solutions) Guidepost Solutions LLC' s Security and Technology Consulting practice ( "Guidepos" ) will provide low voltage systems design services for the construction of a police substation. Our intent is to provide independent, objective consulting services to assist the City and the Rios Clementi Hale project team in making decisions. Work will be coordinated with all relevant members of the Architect design team. Guidepost Solutions LLC' s work will include the following elements: Electronic Security Systems • Design of a new Access Control and Alarm Monitoring system. Primary components will include access control panels, card readers, alarm contacts, motion detectors, etc. • Design of a new IP-based network video surveillance system. Primary components will include network video recorders, and IP-based video cameras. g PAGE 26 PALM SPRINGS • Assessment of the communication path to the alarm monitoring DOWNTOWN PARK center or Security Operations Center if applicable. • Coordination of access control and alarm monitoring system components with the project' s door hardware consultant/specifier. • Coordination of primary 120 VAC power requirements for the security systems with the project' s • electrical engineer. • Coordination of network and phone connections required for the operation of the security systems • with Owner' s IT representative. • Security Systems Assumptions & Exclusions: This proposal does not include the design of door hardware. Guidepost Solutions LLC will review and coordinate door hardware with the electronic security and the project' s hardware consultant, as shown on the Guidepost Solutions LLC drawings. Telecommunications Infrastructure • Design telecommunications infrastructure, which includes coordination of spaces and pathways for telephone, data, wireless systems within the building supporting all technology and security systems • Design of backbone and horizontal cable plant to meet the Owner' s requirements • Design of cable management system, and drafting of locations of telephone and data outlets on floor plans • Coordination of conduit and power requirements for telecommunication rooms and systems • Telecommunications Infrastructure Assumptions & Exclusions: This proposal does not include the coordination of incoming services with utility companies/service providers, unless specifically mentioned within the scope of services. Design of network electronics, switches, routers, servers, cross-connection cabling, wireless equipment, etc. is not included in this proposal. This work will be performed by others. This scope of work includes: Schematic Design 94 PAGE 27 PALM SPRINGS DOWNTOWN PARK • Review preliminary plans and conduct interviews with key project team and Owner' s representatives. • Identify systems any equipment required by Owner' s low voltage systems standards (if applicable). • Coordinate with the other design professionals assigned to this project. • Attend two design and coordination meetings. • Prepare a Systems Design Narrative. This narrative will include the following: o Summary of all systems program requirements o Description of required systems and equipment o Space requirements for all infrastructure &equipment o Cost analysis of design options Design Development • Produce Design Development systems drawings which include the following: o Title sheet, with General Notes, Conventions, Symbols List, Abbreviation List, and Drawing Index. o Site and floor plans showing devices and equipment locations. o System block diagram showing major components and functional interconnections. • Produce Design Development specifications in outline or full CSI format per the project requirements. • Attend two design and coordination meetings. • Drawings and specifications will be submitted at the required milestones— (i.e. 50% DD, 100% DD) —for review and approval. Construction Documents Guidepost Solutions LLC will develop Design Development documents into a Construction Documents package. This will include the following additional information: • Site and floor plans showing specific device and equipment locations. 95 PAGE 28 PALM SPRINGS • System block diagrams for each system. Block diagrams show the DOWNTOWN PARK logical relationships between • equipment and sub-systems. • Equipment elevation and typical installation details showing equipment layout and space • requirements for all equipment. • Device interface schedules or detail references, where applicable • Coordinated systems requirements with the project' s design team: architectural, electrical, • mechanical, IT, etc. • Production of final Construction Document package specifications • Attend one design and coordination meeting. • Drawings and specifications will be submitted at the required milestones— (i.e. 50% CD, 100% CD) —for review and approval. Bidding • During the bidding process, Guidepost Solutions LLC will respond to bidders' questions and issues, as necessary. • Once the bids are received, Guidepost Solutions LLC will review the contractor proposals and will evaluate both product and vendor qualifications. Construction Observation • Guidepost Solutions LLC will review the contractors' submittals, shop drawings, and the final equipment list before the work proceeds.Included are an initial review and one re-submittal. • Guidepost Solutions LLC will interface with the systems subcontractor and the project team at appropriate intervals to assist in efficient and timely installation and compliance. • Guidepost Solutions LLC will participate in the final system testing, punch lists, and acceptance for the project. • If applicable, Guidepost Solutions LLC will follow-up when there are reports of contractor noncompliance. 8. Agronomic soil testing (Wallace Labs) Wallace Labs will perform the following services: 96 PAGE 29 PALM SPRINGS DOWNTOWN PARK 1. Evaluate the current site agronomic conditions, soil chemistry, toxicity, soil physical properties (soil texture and soil organic matter), etc. Take 10 soil samples from various locations and depths. Visually inspect the site for conditions which are affecting plant growth and vigor. 2. Analyze 10 soil samples for essential and nonessential elements listed on page 2, pH, presence of limestone, salinity, soil texture, organic matter content and carbon:nitrogen ratio, soil percolation rate and sand sizing. 3. Interpret the soil analyses and other findings in writing. Group samples into similar soil types. Determine whether the soils are suitable for reuse. Recommend specifications for soil preparation, drainage, planting, reuse of soil where feasible site maintenance. 97 EXHIBIT "C" SCHEDULE OF COMPENSATION Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to Consultant shall be made no more frequently than monthly, and shall be based on lump sum costs per task item of work as indicated herein. Lump sum payments shall be made to Consultant based upon completion of tasks, or pro-rata portions thereof noted below, to a maximum of 75% of the lump sum task item fee until completion of such task item as determined by the Contract Officer. Each request for payment shall contain Consultant's statement of the work or tasks completed or portion performed, with supporting documentation. The determination of payment due shall be made based upon the reasonable judgment of the Contract Officer. Lump Sum Schematic Design $ 132,555 Design Development $ 208,560 Construction Documents / Permitting $ 316,915 Bidding* $ 24,070 Construction Observation* $ 156,100 Warranty* $ 3,660 Topographic Survey (MSA) $ 4,600 Geotechnical Report(MSA) $ 3,500 SWPPP Monitoring (MSA) $ 10,100 Title 24 Monitoring (MRC) $ 1,200 Reprographics Allowance $ 30,000 Reimbursable Expenses 33,000 Total Maximum not to Exceed Contract Amount $ 924,260 *Note: Bidding, Construction Observation, and Warranty Phase services shall be billed in accordance with Consultant's or its sub-consultant's hourly rates for services provided, up to and not exceeding the total budget identified herein. Hourly rates for Consultant shall conform to the following: Consultant Hourly Rates RCHS PKA Partner $275.00 Principal $195.00 Principal $220.00 Associate $150.00 Senior Associate $195.00 Sr Structural Engineer $125.00 Associate $165.00 Project Manager $115.00 Designer $125.00-$140.00 Structural Engineer $115.00 Structural Designer $95.00 CAD/Revit Operator $80.00 Construction Admin $95.00 98 EXHIBIT "C" SCHEDULE OF COMPENSATION (Continued) SWEENEY MRC Principal $160.00 Principal $195.00 Project Manager $140.00 Project Manager $125.00 Irrigation Designer $120.00 CAD Operator $85.00 Field Technician $150.00 Engineer $145.00 Lighting Designer $145.00 FLUIDITY President $325.00 GUIDEPOST Principal $250.00 Principal $250.00 Engineering Director $200.00 Subject Matter Expert $230.00 Sr Project Designer $175.00 Senior Project Manager $200.00 Project Engineer $175.00 Project Manager $185.00 Project Designer $125.00 Senior Designer $185.00 Designer $80.00 Professional Engineer $185.00 Technology Designer $175.00 MSA Assoc. Project Manager $160.00 Principal Engineer $225.00 Designer/Drafter $125.00 Director of Design $215.00 Senior Project Manager $215.00 Project Manager $180.00 Senior Project Engineer $160.00 Project Engineer $150.00 Senior Designer $145.00 CAD Designer $120.00 CAD Technician $105.00 END OF EXHIBIT "C" 99 EXHIBIT "D" SCHEDULE OF PERFORMANCE FULL SERVICES 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 1 yr let. JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB 2018 2019 2020 SCHEMATIC DE, 1.Manage project and coordinate with City and subconsusant team 2.Review topographic survey and geotechnical report 3.Brief subconsultant team on conceptual design intent and project parameters 4.Lead 2-day technical team kick-of workshop(site visits,systems charrede,Commissions mlg,etc.) S.Confirm project program,budget and contracting made with City 6.Review City code requirements and summarize applicable design criteria 7.Prepare schematic design package 8.Prepare SD basis of design narrative 9.Prepare SD construction cost estimate 10.Review schematic design package and cost estimate with Downtown Subcommittee five reviews with City 1.Manage project and coordinate with City and subconsultanl team 2.Brief subconsullanl team on Downtown Subcommittee and stakeholder comments 3.Prepare 50%design development packages 4.Prepare DD basis of design narrative at 50% S.Prepare DD construction cost estimate at 50% 6.Review 50%design development package and cost estimate with Downtown Subcomm and City staff 7.Prepare 100%design development packages B.Prepare DD basis of design narrative at 100% 9,Prepare DD construction cost estimate at 100% 10.Prepare outline specifications at 100% 11.Review 100%design development package with Downtown Subcomm,City review boards,and Council =three anticipated City review periods 1.Manage project and coordinate with City and subconsullant team 2.Brief subconsullant team on Downtown Subcommittee and stakeholder comments 3.Prepare 50%construction comment package 4.Prepare CD basis of design narrative at 50% 5.Prepare CD construction cost estimate at 50% 6.Prepare draft technical specifications at 50% 7,Review construction document package and cost estimate with Downtown Subcommittee at 50% B,Submit 50%CD package for initial building permil intake 9.Make corrections and revisions based on permit comments 10.Prepare 100%construction document package 11.Prepare CD basis of design narrative at 100% 12.Prepare CD construction cost estimate at 100% 13.Prepare final technical specifications at 100%(add to Div 1 General Requirements and Project Manual b Cil 14,Review construction document package and cost estimate with Downtown Subcommittee at 100% 15.Submit 100%CD package for final permit approval and bid set -initial and final permit submittals(there may be interim cycles) Ins EXHIBIT "D" SCHEDULE OF PERFORMANCE (Continued) FULL SERVICES 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 1 yr later JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB 2018 2019 2020 1.Manage project and coordinate with City and subconsultant team 2,Provide bid addenda and clarifications in response to bidder questions 3.Attend pre-bid conference 4.Support City with bid evaluations as necessary 5.Make design modifications to reduce construction cost,if requested,on a T&M basis 1.Manage project and coordinate with City and subconsultant team 2.Review submittals and mock-ups 3.Respond to requests for information(RFIs) 4.Review proposed substitutions,alternates and change orders 5.Attend pre-construction conference 6.Attend bi-weekly construction meetings to observe site(after 9 months,addl meetings will be on a T&M basis 7.Select and tag critical plant materials in nursery for delivery 8.Attend substantial completion walk through 9.Review contractor punch list 10.Attend final completion walk through 11.Review contractors as built drawings 12.Prepare record documents based on contractor as built drawings 1.Manage project and coordinate with City and subconsultant team 2.Participate in warranty walk through 3.Prepare summary of items for contractor replacement END OF EXHIBIT "D" 0