Loading...
HomeMy WebLinkAboutA6353 - RBF CONSULTING - FOR TRAFFIC ENGR UP-TOWN CROSSWALKS DESIGN AMENDMENT NO. 1 AGREEMENT NO. A6353— TRAFFIC ENGINEERING SERVICES THIS FIRST AMENDMENT to Agreement No. A6353 for traffic engineering ronsulting services, (herein "Amendment") made and entered into on the day of 3Uk , 2013, by and between the CITY OF PALM SPRINGS (herein "City") and RB; CONSULTING (herein "Consultant") is hereby amended effective as follows: Uv RECITALS WHEREAS, City and Consultant entered into that certain Consulting Services Agreement No. A6353 for Traffic Engineering Services ("Agreement"), as duly amended from time to time; and WHEREAS, the parties wish to amend the Agreement to include development of construction documents and field engineering services all related to the Up-Town Crosswalk project. NOW, THEREFORE, for good and sufficient consideration, the parties agree as follows: Section 1. Section 3.1 Compensation of Consultant, is hereby amended to reflect a new total compensation of $83,057, as more specifically broken down in Exhibit "B", $24,981 for original study and Exhibit "B" Addendum 1, $58,076 for engineering design and field work. Section 2. Scope of Services, Exhibit "A" is hereby amended by adding construction document preparation, including the design of a special Palm Springs warning sign (see attached sketch) and field engineering services as more specifically described in Consultant's Addendum 1, dated June 25, 2013. Page 2 Amendment No. 1 To Agreement No.A6353 Section 3. Full Force and Effect: Except as previously modified herein, all other provisions of the Agreement shall remain unmodified in full force and effect. IN WITNESS WHEREOF, the parties have executed and entered into the Amendment as of the date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporations B r Byi�/ City Clerk "aT Z40 r'3 City Manager APPROVED AS TO FORM: APPROVED BY CITY COUNCIL b•1� 1'u t�PJ Ab���i r City Attorney CONSULTANT: By: RBF Consulting 57A ,/- /� Name: �JSC/e 71� Title: 2 CONSULTING A ' - - Company June25, 2013 Mr.Allen Smoot City of PALM SPRINGS Public Works Department 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 Subject: Addendum No. 1—City of Palm Springs Uptown Crosswalks Final Engineering Design Services Dear Allen, RBF Consulting (RBF) is pleased to submit this addendum proposal to prepare final Plans, Technical Specifications, and Engineer's Estimates(PS&E) for the Uptown Crosswalk Improvements in the City of Palm Springs. We have provided the following Scope of Services and Compensation Summary attached as Exhibits "A" and"B"for your review and approval. RBF appreciates the opportunity to submit this addendum proposal and looks forward to discussing our scope and fee with the City of Palm Springs in greater detail. If you have questions, please feel free to contact me at(949) 856-3657 or cortiz( rbf.com. Respectfully submitted, Carlos Ortiz, PE, TE, PTOE Project Manager Vice President, Public Works/Traffic Engineering/ITS CC: Brad Donal%RBF 14726 Alton Parkway ■ Irvine, CA 92618 Telephone: 949.472.3605 0 FAX: 949.472.3742 o P�4M tp City of Palm Springs •�q /peace ADDENDUM No.1-Uptown Crosswalk Engineering Design Services EXHIBIT "An SCOPE OF SERVICES UPTOWN CROSSWALKS FINAL PS&E CITY OF PALM SPRINGS The following detailed Scope of Work has been developed based on the requirements contained in the City of Palm Springs Request for Proposal(RFP)for the Uptown Crosswalk Engineering Design Project and our site reconnaissance of the project corridors. In order to maintain all the activities that will be required, we have divided our Work Program Into four(4) project tasks: Final Engineering Services 1 Utility Notification and Coordination 2 Intersections Survey 3 Roadway Improvement Plans 4 Flashing Warning System Plans 5 Signing and Striping Plans 6 Technical Spedfications 7 Quantities and Construction Cost Engineer's Estimates Construction Support 8 Construction Support Task 1 Uititiy Coordination and Coordination The RBF Team shall Identify existing utility locations within the project intersections where the following Improvements are anticipated. • Proposed new flashing warning system and associated improvements • Proposed new curb bulb-outs and associated Improvements It Is assumed that no Utility relocation Is required for the project. No design fees have been Included for the preparation of final signed plan& specifications, and cost estimates for any Interim or permanent Utility relocation. It Is also assumed that existing utilities will only require surface adjustment only. If utility relocations are required,the City will be responsible for the development of oil utility relocation agreements, and/or utility t o�MIMJ lei — tity,of Palm Springs ADDENDUM NO.1-Uptown Crosswalk Engineering Design Services easement acquisition documents, negotiations with the utility companies for cost responsibility and processing the utility relocation agreements for signature approval by the utility company and the City. If the need to provide an atiemative power source Is required, City staff will direct and coordinate with RBF to locate the point of service connections far the flashing warning systems. Upon approval of the conceptual design, the RBF Team will send notifications to the utility owners within the area. Three letters will be sent during the project. The Initial letter will Introduce the project with a vicinity map and description and will request plans of facilities located within the project limits. A second letter will be sent with the final design plans at about 90% completion that show the utilities referenced into the design. This letter will request that the owners verity their facilities as shown on the plans. The final letter describes when the project will begin construction and will include Information from the construction manager regarding attendance at meetings or other requirements needed to coordinate. Follow up calls and a-malls will be made to solicit responses from owners. Some owners charge fees for the reproduction of plans, which RBF will coordinate and pay as a reimbursable item within the contract. It Is anticipated that City documents for the wet utilities such as storm drain, sewer, water, and also sheet lighting conduits will be gathered by City staff and provided to RBF for the project limits. The collection of this City data by City staff will be most efficient. Product ✓ Three utility coordination letters ✓ One master utility base file for reference into the design ✓ Utility summary table with contacts and history of coordination Task 2 Intersection Survey Upon approval of the conceptual design, RBF In-house survey staff wlll prepare survey control for the project In preparation of collecting field data for specific locations along the project. it is anticipated that field survey will be required only of the project intersections. RBF will provide field topographic survey to collect existing features around the proposed pedestrian crosswalk areas approximately 200 feet in each direction from each of the proposed crossing locations. The topographic data collection shall Include, but not 2 pt.MIM S^ i � fC 1! ; City of Palm Springs ADDENDUM NO.1-Uptown Crosswalk Engineering Design Services IlmUed to, all features within the ROW and beyond to locate any existing facillites, Included at a minimum, any exsting utility, manholes, pull boxes, landscaping, exstng sidewalk, curb, driveways, pedestrian romps, and any other features that may be affected by the proposed Improvements identified herein. it Is assumed that all work will occur within the existing street right-of-way and no property acquisitions will be needed to construct the proposed improvements. Product ✓ Intersection Survey Task 3 Roadway Improvement Plans The RBF Team will prepare the appropriate sheet Improvement plans depicting the necessary Improvements for the pedestrian crosswalks. RBF assumes the plan set to Include a project title sheet, typical sections, construction details, horizontal alignment layout plans with elevation tags for any changes in curb, gutter and pavement areas for the proposed roadway Improvements and submit to the City for review and comment. This base task Includes the preparation of the foltowing plan sheets: • Prepare a project fhle sheet consisting of the City standard sheets along with Pertinent notes and location maps • Prepare typical cross sections for the roadway at Intervals that adequately represent changes In roadway cross-section. The typical sections will identify existng and proposed improvements • Develop the final horizontal layout containing any vertical Information necessary to construct the Improvements based on the approved crossing layout and City comments • Prepare final roadway plans in conformance with the approved prellminary geometric layout plan and submit to the Cfly for review at 90%, 100% and preliminary Final. Mylar plan sheets will be submitted after the approved of the preliminary Final plan submittal package The roadway Improvement plans will be prepared at 1" = 40'scale, in accordance with standards set forth by the City of Palm Springs. Product ✓ Roadway Improvement Plans(4 Sheets) ✓ Title Sheet ✓ Typical Crosse-Sectlons Details ✓ Details Sheet 3 u��Ai,p rp Y 44I, City of Palm Springs "�q roser ADDENDUM NO.1-Uptown Crosswalk Engineering Design Services Task 4 Flashing Warning System Plans The RBF Team will prepare flashing warning system plans for the following Intersections. • Palm Canyon Drive at West Chino Drive • Palm Canyon Drive at Merito Place • Palm Canyon Drive at El Alameda • Indian Canyon Drive at Granvia Valmonte The flashing waming sign plans will show the proposed flashing warning system Including pole, flashing warning system, condult, pull boxes, and associated equipment and details. The flashing warning system plans will be prepared at 1"=20' scale and in accordance with the latest City of Palm Springs standards, 2012 California MUTCD and the latest Caflrans Standard Plans and Specifications, Product ✓ Flashing Warning System Plans(4 Sheets) Task 5 Signing and Striping Plans The RBF Team will prepare signing and striping plans identifying existing signs and striping, and Installation of regulatory, warning, and guide signs, and striping modifications in relation to the installation of enhanced crosswalks, flashing warning systems, and associated Improvements, It Is anticipated that the signing and striping plans will Include the following: • Existing roadway signage,striping, and markings • Removals/Installation of roadway signage and or striping, and/or markings due to the proposed Improvements • Associated signage and striping Improvements to include bicycle facilities • Other ossocioted Improvements to provide a complete system Signing and Striping Plans will be prepared at 1" = 40' scale, dual tier format and In accordance with standards set forth by the City of Palm Springs, 2012 California Manual on Uniform Traffic Control Devices and the latest Caltrans standard plans and specifications. Product ✓ Signing and Striping Plans(4 Sheets) ' 4 n i I - CiN of Palm Springs ADDENDUM NO.1-Uptown Crosswalk Engineering Design 'c0ffpt``' Services Task 6 Technical Speciflcaflons RBF shall prepare construction technical specifications associated for the proposed Improvements. Technical specifications shall be prepared for construction of each Item of work In the Project, Product ✓ Technical Specifications Task 7 Quantities and Construction Cost Engineers Estimates The RBF Team shall prepare quantity calculations and final constructlon cost estimates in accordance with City of Palm Springs requirements utlliyng current construction cost data and the latest edTlon of the Caltrans Contract Cost Data book and compare to established project budget. Product ✓ Quantifies and Construction Cost Engineer's Estimates Task 8 Construction Support The RBF Team whl provide construction plan interpretation and consultation during the bidding and construction phases of the Project. RBF will assist the City In preparing bid addenda as required to provide clarification to the drawings. RBF will attend the pre- construction meeting In order to provide construction plan Interpretation. The RBF Team will provide response to Contractor's requests for information (RFI) about the plans and specification forwarded to RBF by the City. This task Includes conferring with the Project Resident Engineer regarding the RFI as appropriate. Regularly scheduled construction observation or attendance at weekly meetings is specifically excluded from this scope of work. Services under this task will be based on "as requested"time and materials basis.For this task RBF assumes 14 total hours, Product ✓ Construction Support PAW- 5 i 4 4 N City of Palm Springs ADDENDUM NO.1-Uptown Crosswalk Engineering Design •cd"fO•�P Services EXCIUSIons Consulting services relating to any of the following tasks may be completed by RBF Consulting if negotiated under a separate contract for an additional fee; but are Presently excluded from this Agreement: • Environmental Documents • Traffic Data Collection Meeting Attendance Additional Roadway Improvements • Landscaping and Irrigation Plans • Bid Documents s cicw { EXHIBIT"8" CITY OF PALM SPRINGS UPTOWN CROSSWALK ENGINEERING DESIGN SERVICES ADDENDUM NO.1 Sibb•13 CRNJNN 8S5 Nhu— .ISbU"" iM &31n6' Ra' 0Ni FINAL ENGINEERING SERVICES 1 I.. so $0 2 s2% 16 b2,10 SO 016 i2,430 2 Inlanactaasu so 2 Sdba 2 SmS m m 20 $5.000 24 $5,746 3 Rmdmy Im010nmeMRans ] s0 0 $1.J50 22 35,2% 44 s5,em % WAR 50 108 S14.038 4 FYaMn W"Aa sAwa Rene 4 i0 8 $1 18 32.m4 52 S6.3m Ito W.780 50 in $16.544 5 s'mm sM suivino Rent 4 S0 •6 stm 12 31,176 14 SZ430 m 22,716 m ea 35.]22 8 TecMMal Spao0n0ane 50 6 b1.Jm 24 53352 SO so m 30 $4,e02 ] 0Om00N e00 C4nabOc00n Cmt Er4mers Ec0melee 50 4 Sam 4 3562 12 51.62D I so S-I 20 $3.112 CONSTRUCTION SUPPORT SERVICES 6 CmftlionSwwi s6 2 3460 2 $2ee 6 Selo Sa m 10 St,S% bU6TOTAs 16 0 s0 I Sa,100 es 312723 1m $17260 1" $13 ai m Sb 000 414 mf 0 RNmOunWb SI,000 TOTAL 1 15 0 $0 m i1,10a e6 31 ]3a 1m 317.j280 1N S1J ee 20 ib OOD {14 Sm ]0 alp4alaUa0a010m1aLa2'wnwmm�2y genewneeW.pevpvmapFgsmpo n ams...bla4d.N�m iq ll.ee.mum m tys�m spYps lba/Je'be4Jp 2_e i U •P E tii P I ev. y o � to 1 ' I � i CONSULTING SERVICES AGREEMENT CONSULTANT TRAFFIC ENGINEERING UP-TOWN CROSSWALKS DESIGN THIS AGREEME&IT FOR CONSULTING SERVICES (the "Agreement') is made and entered into this*%ay of %l , 2013, by and between the City of Palm Springs, a California charter city and unicipal corporation ("City"), and RBF Consulting ("Consultant'). RECITALS A. City requires professional traffic engineering services to provide design alternatives for four (4) Up-Town crosswalks. ("Project'). B. Consultant has submitted to City a proposal to provide Traffic Engineering Services to City pursuant to the terms of this Agreement. C. Based on its experience, education, training, and reputation, Consultant is qualified to provide the necessary services to City for the Project and desires to provide such services. D. City desires to retain the services of Consultant for the Project. NOW, THEREFORE, in consideration of the promises and mutual agreements contained herein, City agrees to retain and does hereby retain Consultant and Consultant agrees to provide services to the City as follows: AGREEMENT 1. CONSULTANT SERVICES 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant shall provide Traffic Engineering Services to City as described in the Scope of Services/Work attached to this Agreement as Exhibit "A" and incorporated herein by reference (the "services" or "work"), which includes the agreed upon schedule of performance and the schedule of fees. Consultant warrants that all services and work shall be performed in a competent, professional, and satisfactory manner in accordance with all standards prevalent in the industry. In the event of any inconsistency between the terms contained in the Scope of Services/Work and the terms set forth in the main body of this Agreement, the terms set forth in the main body of this Agreement shall govern. 1.2 Compliance with Law. All services rendered under this Agreement shall be provided by Consultant in accordance with all applicable federal, state, and local laws, statutes and ordinances and all lawful orders, rules, and regulations promulgated thereunder. 1.3 Licenses and Permits. Consultant shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Consultant warrants that it has carefully considered how the work should be performed and fully understands the facilities, difficulties, and restrictions attending performance of the work under this Agreement. 2. TIME FOR COMPLETION. 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 schedule of performance set forth in Exhibit "A." Consultant shall not be accountable for delays in the progress of its work caused by any condition beyond its control and without the fault or negligence of Consultant. Delays shall not entitle Consultant to any additional compensation regardless of the party responsible for the delay. 3. COMPENSATION OF CONSULTANT 3.1 Compensation of Consultant. For the services rendered pursuant to this Agreement, Consultant shall be compensated and reimbursed, in accordance with the schedule of fees set forth in Exhibit 'A," which total amount shall not exceed 24 981. 3.2 Method of Payment. In any month in which Consultant wishes to receive payment, Consultant shall no later than the first working day of such month, submit to City in the form approved by City's finance director, an invoice for services rendered prior to the date of the invoice. Payments shall be based on the percentage of work completed for authorized services performed. City shall pay Consultant for the percentage of work completed when compared with the lump sum of I for all of work identified in the scope of services/work shown in Exhibit A, which are approved by City consistent with this Agreement, within thirty (30) days of receipt of Consultant's invoice. 3.3 Changes. In the event any change or changes in the Scope of ServicesM/ork is requested by City, the parties hereto shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; 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. 3.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the City Council of City for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to City. 4. PERFORMANCE SCHEDULE 4.1 Time of Essence. Time is of the essence in the performance of this Agreement. , 4.2 Schedule of Performance. All services rendered pursuant to this Agreement shall be performed pursuant to the agreed upon schedule of performance set forth in Exhibit "A." The extension of any time period must be approved in writing by the Contract Officer. 4.3 Force Maieure. The time for performance of services to be rendered pursuant to this Agreement may be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Consultant, including, but not limited to, acts of God or of a public enemy, acts of the government, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, and unusually severe weather if Consultant shall within ten (10) days of the commencement of such condition notify the Contract Officer who shall thereupon ascertain the facts and the extent of any necessary delay, and extend the time for performing the services for the period of the enforced delay when and if in the Contract Officer's judgment such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. 4.4 Term. Unless earlier terminated in accordance with Section 9.5 of this Agreement, this Agreement shall continue in full force and effect until December 31, 2013, unless extended by mutual written agreement of the parties. 5. COORDINATION OF WORK 5.1 Representative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its behalf with respect to the services and work specified herein and make all decisions in connection therewith: Carlos Ortiz, Vice President and Project Manager. It is expressly understood that the experience, knowledge, education, capability, 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 hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 5.2 Contract Officer. The Contract Officer shall be the City Manager, or his/her designee. It shall be the Consultant's responsibility to keep the Contract Officer, or his/her designee, fully informed of the progress of the performance of the services and Consultant shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. 5.3 Prohibition Consultant inst Subcontracting or Assignment. The experience, knowledge, education, capability, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not contract with any other individual or entity to perform in whole or in part the services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. 5.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth herein. Consultant shall perform all services required herein as an independent contractor of City and shall not be an employee of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role; however, City shall have the right to review Consultant's work product, result, and advice. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 5.5 Personnel. Consultant agrees to assign the following individuals to perform the services set forth herein. Consultant shall not alter the assignment of the following personnel without the prior written approval of the Contract Officer. Acting through the City Manager, the City shall have the unrestricted right to order the removal of any personnel assigned by Consultant by providing written notice to Consultant. Name: Title: Carlos Ortiz Project Manager 6. INSURANCE Consultant shall procure and maintain, at its sole cost and expense, policies of insurance as set forth in Exhibit "B," which is attached hereto and is incorporated herein by reference. 7. INDEMNIFICATION. 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 (individually "Indemnified Party'; 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, which Claims arise out of 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, 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 hereunder. 8. RECORDS AND REPORTS 8.1 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. 8.2 Records. Consultant shall keep such books and records as shall be necessary to properly perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 8.3 Ownership of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights or ownership of the documents and materials hereunder. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. 8.4 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. 8.5 Cost Records. Consultant shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred while performing under this Agreement and shall make such materials available at its offices at all reasonable times during the term of this Agreement and for three (3) years from the date of final payment for inspection by City and copies thereof shall be promptly furnished to City upon request. 9. ENFORCEMENT OF AGREEMENT 9.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 9.2 Waiver. No delay or omission in the exercise of any right or remedy of a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. No consent or approval of City shall be deemed to waive or render unnecessary City's consent to or approval of any subsequent act of Consultant. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 9.3 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 9.4 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain injunctive relief, a declaratory judgment, or any other remedy consistent with the purposes of this Agreement. 9.5 Termination Prior to Expiration of Term. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Consultant, except that 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 receipt of the notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by the Contract Officer thereafter. Consultant may terminate this Agreement, with or without cause, upon thirty (30) days written notice to City. 10. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 10.1 Non-Liability of City Officers and Employees. No officer or employee of City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by City or for any amount which may become due to the Consultant or its successor, or for breach of any obligation of the terms of this Agreement. 10.2 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination or segregation in the performance of or in connection with this Agreement regarding any person or group of persons on account of race, color, creed, religion, sex, marital status, disability, sexual orientation, national origin, or ancestry. 11. MISCELLANEOUS PROVISIONS 11.1 Notice. Any notice, demand, request, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by pre-paid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated seventy-two (72) hours from the time of mailing if mailed as provided in this Section. To City: City of Palm Springs Attention: City Manager & City Clerk 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 To Consultant: Carlos Ortiz 14725 Alton Parkway Irvine, Ca 92618 11.2 Integrated Agreement. This Agreement contains all of the agreements of the parties and cannot be amended or modified except by written agreement. 11.3 Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 11.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement, which shall be interpreted to carry out the intent of the parties hereunder. 11.6 Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. [SIGNATURE PAGE SEPARATELY ATTACHED] IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: Lk • a aQ�?�_ By: Awl David H. Ready City Manager APPROVED BY CITY MANAGER n�ca���� APPROVED AS TO FORM: ATTEST By: By: Dougl C. Holland, roes Thompson, �as`ao 13 City Attorney City Clerk "CONSULTANT" Consultant Date: By : (name) 'J (president) Date: (name) (secretary) EXHIBIT "A" CONSULTANT'S SCOPE OF SERVICESMORK Including, Schedule of Fees And Schedule of Performance Exhibit "A" Scope of Work, Schedule of Fees, and Schedule of Performance SCOPE OF WORK Per attached Proposal dated April 8, 2013. SCHEDULE OF FEES Per attached Proposal dated April 8, 2013 SCHEDULE OF PERFORMANCE Project initial submittal shall be within four(4) weeks of City Notice To Proceed with final report due 1 week after City approval of the initial submittal EXHIBIT "B" INSURANCE PROVISIONS Including Verification of Coverage, Sufficiency of Insurers, Errors and Omissions Coverage, Minimum Scope of Insurance, Deductibles and Self-Insured Retentions, and Severability of Interests (Separation of Insureds) Insurance Consultant shall procure and maintain, at its sole cost and expense, and submit concurrently with its execution of this Agreement, in a form and content satisfactory to the City, public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Consultant's performance under this Agreement. Consultant shall also carry workers' compensation insurance in accordance with California workers' compensation laws. Such insurance shall be kept in full force and effect during the term of this Agreement, including any extension thereof, and shall not be cancelable without thirty (30) days advance written notice to City of any proposed cancellation. Certificates of insurance evidencing the foregoing and designating the City, its elected officials, officers, employees, agents, and volunteers as additional named insureds by original endorsement shall be delivered to and approved by City prior to commencement of services. The procuring of such insurance and the delivery of policies, certificates, and endorsements evidencing the same shall not be construed as a limitation of Consultant's obligation to indemnify City, its elected officials, officers, agents, employees, and volunteers. A. Minimum Scope of Insurance. The minimum amount of insurance required hereunder shall be as follows: 1. Comprehensive general liability and personal injury with limits of at least one million dollars ($1,000,000.00) combined single limit coverage per occurrence and two million dollars ($2,000,000) general aggregate; 2. Automobile liability insurance with limits of at least one million dollars ($1,000,000.00) per occurrence; 3. Professional liability (errors and omissions) insurance with limits of at least one million dollars ($1,000,000.00) per CLAIM and two million dollars ($2,000,000) annual aggregate; and, 4. Workers' Compensation insurance in the statutory amount as required by the State of California and Employer's Liability Insurance with limits of at least one million dollars $1 million per occurrence. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. For any claims related to this Agreement, Consultant's insurance coverage shall be primary insurance as respects City and its respective elected officials, officers, employees, agents, and volunteers. Any insurance or self-insurance maintained by City and its respective elected officials, officers, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. For Workers' Compensation and Employer's Liability Insurance only, the insurer shall waive all rights of subrogation and contribution it may have against City, its elected officials, officers, employees, agents, and volunteers. B. Errors and Omissions Coverage. ("WAIVED) If Consultant provides claims made professional liability insurance, Consultant shall also agree in writing either (1) to purchase tail insurance in the amount required by this Agreement to cover claims made within three years of the completion of Consultant's services under this Agreement, or (2) to maintain professional liability insurance coverage with the same carrier, or equivalent coverage with another company, in the amount required by this Agreement for at least three years after completion of Consultant's services under this Agreement. Consultant shall also be required to provide evidence to City of the purchase of the required tail insurance or continuation of the professional liability policy. C. Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless otherwise acceptable to the City. D. Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, effecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..." ("as respects City of Palm Springs Contract No._" or "for any and all work performed with the City"may be included in this statement) 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No.—.. or "for any and all work performed with the City' may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. E. Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City prior to commencing any work or services under this Agreement. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its elected officials, officers, employees, agents, and volunteers; or, Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Certificates of Insurance must include evidence of the amount of any deductible or self-insured retention under the policy. Consultant guarantees payment of all deductibles and self-insured retentions. F. Severability of Interests (Separation of Insureds). This insurance applies separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. s r .f. J00 �r C � 'Y 1�l.yy q tea: k � Ji,t c � 9a `V S 2 �r! ■ G i ker CONSULTING A : Company April 8, 2013 Mr.Allen Smoot City of PALM SPRINGS Public Works Department 3200 E. Tahqultz Canyon Way Palm Springs, CA 92262 Subject: Proposal-Professional Consulting Services for Uptown Crosswalk Engineering Design Services City of Palm Springs (REVISED) Dear Allen, RBF Consulting, a company of Michael Baker, (RBF) is excited to submit our proposal to continue our valued relationship with the City of Palm Springs and provide planning, design and construction support services for the development of conceptual and final designs for the implementation of visible marked crosswalks in the City of Palm Springs Uptown area. Our proposal has been carefully prepared to be fully responsive to the Cites Request For Proposals (RFP) and per our meeting conducted on March 13, 2013. By selecting the RBF Team,the City will realize the following benefits: • Effective Organization, RBF is a full service consulting firm founded in California in 1944, providing planning, engineering, surveying, construction management and related professional services. • The RBF Team has the Right Experience. Our experience includes similar work for various cities throughout Southern California, including Coachella Valley. For the past twenty years, RBF has provided planning and design services for various types of pedestrian crossing enhancements and over 500 miles of bikeway systems. • Experienced Project Team. Mr. Carlos Ortiz, PE,TE, PTOE will serve as Project Manager and will be the main contact with the City for the contract. Mr. Ortiz has performed as Project Manager or Project Traffic Engineer for numerous similar projects, including recent experience with the Cities of Long Beach and Santa Monica. Some of his experience includes the Development of Standard Plans for Bicycle Facilities, preparation of conceptual plans and final plans for various pedestrian and bicycle facilities including bicycle boulevards, and preparation of various types of pedestrian traffic signals and pedestrian crossing flashing warning systems. • The Project Team members presented in our proposal have been carefully selected for their expertise in the specific disciplines required by the City and have worked with Mr.Ortiz on many projects in the past. We have assigned key personnel to assist Mr. Ortiz throughout the project. Ms. Brad Donais, P.E. from our Palm Desert Office will provide survey and roadway design support, In order to assure meeting the Cites goals and objectives for this contract, RBF offers: • An experienced and effective Project Manager-effective communicator • An experienced Project Team with recent and ongoing local experience and bikeway systems experience, familiar with the City and community • A demonstrated Performance Record • A proven Team Work Approach and Project Management Program 14725 Alton Parkway ■ Irvine, CA 92618 Telephone: 949,472.3505 ■ FAX 949.472.3742 Mr.Allen Smoot CIN of Palm Sptlngs Uptown Crosswalk Engineering Design Services Page ii We appreciate the opportunity to submit this proposal and look forward to discussing our scope of work, fee schedule,and project schedule with the City in greater detail. Should you need additional information, please contact me directly at 949-855-3657 or cortiz(arbf.com. Respectfully submitted, Carlos Ortiz, PE, TE, PTOE Project Manager Vice President, Public Works/Traffic Engineering/ITS 14725 Alton Parkway ■ Irvine, CA 92618 Telephone: 949.472.3505 0 PAX: 949.472.3742 -- - City of Palm Springs Uptown Crosswalk Engineering Design Services FD•��~ SECTION 1 : PROJECT UNDERSTANDING AND APPROACH Project Understanding The City of Palm Springs is requesting planning, design, and construction support services for the development of flashing warning systems, enhanced crosswalks and potential curb bulb- outs at the following intersections in the City of Palm Springs Uptown District. These are: • Palm Canyon Drive at West Chino Drive • Palm Canyon Drive at Merito Place • Palm Canyon Drive at El Alameda • Indian Canyon Drive at Granvia Valmonte The Project aims to enhance the quality of the bicycling and pedestrian environment, improve mobility and accessibility, increase safety for all users, and reflect community values. The initial product is a planning document that will include conceptual plans for physical treatments such as sidewalk, street, and crosswalk improvements, curb bulb-outs, flashing warning systems, pavement delineation, and signage. Based on city staff III and City Council input, final construction documents will be prepared for the construction of the proposed improvements. Project Approach I In order to assist the City of Palm Springs with the most efficient delivery of professional services within the project schedule,the RBF Team will implement a management and technical approach that has been successfully used on similar state and federally funded Projects for various public agencies.The Project will be presented as follows. s pi Project kick-Off Meeting <� The RBF Project Team will meet with City staff to discuss the project 9 if goals and objectives, the City of Palm Springs Bicycle Master Plan, "r our project team, our detailed project approach, the City's outreach program, other design/construction projects within the project area, and our project schedule. FT -� 4ALm City of Palm springs Uptown Crosswalk Engineering Design Services t+roxr-- Existing Systems Inventory and Evaluation The Project will include the inventory of existing intersections, roadway segments,ments, pedestrian paths(sidewalks, pedestrian ramps, crosswalks, etc.) Intersection bicycle facilities, and access points conditions. Experienced traffic engineers will perform an in- depth field analysis to verify record information.At each intersection, pedestrian/bike path, and corridor, the RBF Team will be collecting the following information: • Roadway improvements(curb, gutter, pedestrian ramps, property lines, edges of pavement, edges of paved sidewalk, curb returns, driveways, and bus pads) • Existing above ground utilities(fire hydrant,vaults, man-holes, catch basins, etc.) • Nearby underground utilities, sub-structures, basement and vaults associated with the proposed improvements • Nearby above ground structures including bus shelters, and permanent street furniture • Existing roadway conditions • Existing signage and striping • Existing lone widths, sidewalk widths, and crosswalk widths • Existing intersection street lighting system • Existing hardscaped/landscaped within the project area • Access to adjacent business In addition, in-depth field analysis of the existing bicycle routes adjacent to the project area will be performed to determine the improvements required to provide full connectivity between the project corridors and existing bicycle routes.A photo log of each of the project intersections, pedestrian/bike paths, and corridors will be maintained. RBF will provide the field notes on a Project Notebook to the City for their use during the review process. The Project Notebook will have field note check lists, photographs, marked as-built plans, and field notes including possible issues and/or constraints. Assessment of Pedestrian and Bicycle Facilities A key factor of the planning process is the extensive Involvement and participation of project stakeholders. Under this task,the RBF Team will establish and coordinate internal meetings with City staff to discuss key components of the project. It is anticipated that the following items will be discussed with City staff and addressed in the Conceptual Plans. InOuff 1-2 .•.TAIM 2... City of Palm Springs Uptown Crosswalk Engineering Design Services "riff 0•��' Existing Conditions • Bicyclist, pedestrian, and vehicle circulation • Connectivity to existing pedestrian/bicycle facilities • On-street parking facilities • Pedestrian facilities and conditions(sidewalks, pedestrian ramps, marked crosswalks, etc.) • Intersection control and conditions • Existing pavement conditions along the proposed bike lanes and bike routes • Existing drainage conditions along the proposed bike lanes and bike routes • Existing landscaping palettes • Existing hardscaped Improvements • Issues and constraints from our field visits • Utility constraints • Street lighting constraints • Right-Of-Way constraints Guidelines, Standards and Requirements • City of Palm Springs Bicycle Master Plan • City of Palm Springs Downtown/Uptown Specific If ; Plans 1.ja { • California Manual on Uniform Traffic Control — Devices(MUTCD) • Caltrans Standards and Specifications - • City of Palm Springs Roadway/Sidewalk Standards • City of Palm Springs Greenway and/or Complete , q Street Policy Policy/Standards 9 i, • ADA requirements • Re Requirements for uncontrolled, stop controlled, and signalized intersections • Sight distance line-of-sight constraints Pedestrian/Bicycle Facilities Improvements, Requirements, and Constraints, Including. • Physical and non-physical measures • Bulb-outs • Sidewalk widening €. • Bicycle facility treatments • Pedestrian sidewalk and crosswalks treatments • Additional signage, striping, roadway, and drainage improvements necessary for the implementation of the pedestrian/bicycle facilities • Connectivity to existing and future pedestrian / bicycle facilities 1-3 City of Palm Springs Uptown Crosswalk Engineering Design Services Flashing Warning Systems Improvements Requirements, and Constraints, Including: i • Crosswalk enhancements • Signage • Pedestrian signal indications • Pedestrian push buttons replacement/installation Landscape and Horoscope Improvements Requirements, and Constraints Including: 'i. - _ • Landscaped areas • Existing street trees • Street and pedestrian lighting enhancements Roadway and Drainage Improvements,Requirements, and Constraints, Including: • Curb and gutter replacement • Sidewalk replacement • Roadway pavement rehabilitation • Driveway improvements I pimlp� • Drainage inlets improvements • Water quality enhancements Waytlnding Signage Improvements, Requirements, and Constraints, Including: • Locations • Project Branding • Type and size • Direction, duration, and/or distance r • Other information Other Protect Elements Improvements, Requirements, and Constraints, Including: �P • On-going existing and future Citys projects in the vicinity of each intersection and along the project corridors • Anticipated improvements at bus stop locations • Installation of bicycle racks • Physical and operations impact to vehicle traffic and parking facilities MF 1-4 max,.. pRtq s City of Palm Sorines v «• Uptown Crosswalk Engineering Design Services Other Innovative solutions, Including: Other innovative solutions including "Bike Boxes" at intersections or other bicycle 7h` treatment will be discussed with City staff. The RBF Team developed bicycle standard plans for the City of Santa Monica including standard Plans for "Sharrows", "Bike Boxes", and"Bike Corrals", Class 11, and Class II bicycle facilities with and without on-street parking facilities. Conceptual Plans and Reporting Working with City staff, the RBF Team will prepare draft conceptual plans identifying measures for implementation opportunities and challenges to present to the community at the various community workshop meetings. Our team prepared similar conceptual plans for a similar projects, including a recent project for the City of Long Beach as indicated below. p V S u4 City of Long Beach. Bicycle Facilities Conceptual Plan FWF 1-5 {I.ey City of Palm Springs Uptown Crosswalk Engineering Design Services LfPCR Based on community and City staff input,the RBF Team will develop design concept alternatives for each project location. The conceptual plans will identify recommended detailed project measures, including, but not limited to: • Pedestrian and bicycle facilities • Traffic calming measures • Landscaping op portunities "I? • Hardscape opportunities • Street lighting needs • Signage and striping Improvements A► i The goals of the conceptual plans is to show the proposed pedestrian and bicycle facilities improvements along the project intersections, connectivity to adjacent existing pedestrian and bikeway systems, and connectivity to future pedestrian and bikeway systems in order to understand the necessary improvements that will be required under this project. Along with the conceptual plans,the RBF Team will prepare other visual tools that will facilitate City staff and the community the potential improvements and challenges along the intersections, including but not limited to the following: Roodtaay cross-sections-It will highlight in detail existing conditions and the street width including right- of-way, parking lanes, bicycle facility, and sidewalk I ,° section. !I I Traffic calming measures-It will highlight in detail existing conditions and recommended traffic calming ' measure and associated roadway, drainage system, vm•.•w•� d signage, striping, landscape, and hardscape K improvements. 1-6 TA/y i City of Palm Springs Uptown Crosswalk Engineering Design services tier - , 4�fl Existing Conditions 1 rhitr Proposed Condition Project Management and Coordination The RBF Team's Project Management Program is a continuous process used not just at project milestones but on a daily basis as work flows from desk to desk, discipline to discipline, and consultant to client. RBF utilizes this program on each and every project undertaken to ensure that a high quality product is delivered on schedule and within budget. RBF's key organizational elements for Project Management are adaptable to any project as evidenced by our performance on recent similar projects which had a strictly defined Project Management process to be followed. Our Project Management Program consists of the following key elements. Overall Project Manager Supported by Permanent Design Teams The Project Manager will be supported by permanent Planning and Design Team discipline leaders. In addition, RBF assigns staff to discipline leaders on a permanent basis rather than on a project by project or"pool"basis. This is a crucial first step in delivering a high quality project, as quality truly suffers when a project does not maintain staff and leadership continuity. RBF has an outstanding record of maintaining Planning and Design Team leaders and design staff throughout our projects. 1-7 City of Palm Springs Uptown Crosswalk Engineering Design Services Discipline Scope of Work/Responsibilfhes This component of our program ensures"buy-In"from RBF's discipline leaders on the scope of work, project responsibilities, schedule and budget. Discipline leaders are involved throughout the development of the scope of work, schedule and budget during the proposal process. Internal kick-off meetings are then held to review scope, schedule and budget to ensure that the project gets started on the right path. This process improves accountability for each leader and reinforces the detailed elements of the scope of work that must be adhered to in order to maintain a high quality project approach. Design Criteria Establishment Critical to the success of any project is developing a clear understanding of design criteria, guidelines and standards up-front that will be used for the project. Depending on the complexity of the project, RBF develops Basis of Design Reports, or other less involved documentation for non-complex projects,that clearly Identify key design criteria for a project and obtain concurrence from the appropriate Agency personnel. In addition, RBF and our key discipline leaders have a long history of performing similar work, thus our team is intimately familiar with all aspects of the project development process including design standards and design manuals for roadway, traffic and drainage, and preparation of specifications and bid documents. "Over the Shoulder" Reviews RBF's plan development process is a dynamic, interactive process between the Project Manager, Project Engineers, Discipline Leaders, and planning/engineering design staff. Regular"over the shoulder' reviews occur throughout the design process through internal discussions in the engineering staff's work areas at various points during plan preparation. This approach maintains discipline leadership Involvement throughout design and avoids misdirection and re-designs efforts. In-House Project Team Meetings/Coordinaton The Project Manager and Task Leaders will hold regular in-house project team meetings with discipline leaders to coordinate project interface issues and ensure that a "cause and effect"analysis of design decisions that involve multiple disciplines is completed. These in-house meetings serve as a forum for regular communication within the entire RBF Team that fosters development of a cohesive teamwork environment and builds accountability Within the Project Team. Coordination Meetings/Action Item Tracking RBF will chair and lead regularly scheduled Project Team meetings With the City,the RBF Team and other involved agencies as required. The RBF Team will prepare detailed meeting agendas, and timely meeting minutes in a comprehensive format that includes action item tracking embedded within the meeting minutes. This easily allows for carrying action items from one meeting to the next meeting until a final disposition on the action item is reached. This method has been very successful on our past projects for providing clear structure to the resolution of all action items throughout the development of the project and is invaluable in re-tracing project decisions if needed. Project Communication/Documentation One critical element for a quality project is to carefully document project decisions and direction,and the general project development history. Preparation of clear, concise letters, phone logs, meeting 1 `�! f a - Ci of Palm Springs Uptown Crosswalk Engineering Design Services � tl/OR�I minutes and action item resolutions avoid costly re-direction that could also have impacts on the project schedule. In addition, RBF prepares detailed'Response to Comment"letters for all Agency milestones submittal review comments that show both the comment itself and a complete response to each comment. CADD Management System RBF will incorporate the use of AutoCAD Release 2009 complimented by Softdesk and Land Development Desktop 2i(LDD2i). RBF maintains and manages these CADD platforms to coordinate with subconsultants and to adhere to Agency CADD requirements. RBF will perform all City work utilizing the AutoCAD system. All work will be in conformance with the City of Santa Monica CADD Standards. RBF will submit all deliverable files in an electronic submittal consisting of a compact disk(CD)with all deliverable files(plan sheets) copied onto the CD in AutoCAD format with all reference master files provided. The files will contain all pertinent information, all design details, and title and general note sheets. Milestone Submittal Plan Reviews All submittals to the City will meet the project schedule agreed to by the City and will comply with the standards and procedures established by the City. Each deliverable item will be developed, checked, revised, and verified through a continuous process prior to submittal. The Project Manager, Project Engineer, and Task Leaders will perform a complete quality control review of the deliverables at each milestone submittal. aomi .`u fiNo 1-9 tnav, yAtq-„ City of Palm Springs Uptown Crosswalk Engineering Design Services SECTION 2: SCOPE OF WORK The following detailed Scope of Work has been developed based on the requirements contained in the City of Palm Springs Request for Proposal(RFP)for the Uptown Crosswalk Engineering Design Project and our site reconnaissance of the project corridors. In order to maintain all the activities that will be required, we have divided our Work Program into four(4) project tasks: Preliminary Engineering Services 1 Project Kick-Off Meeting 2 Data Collection and Review of Existing Conditions 3 Preliminary Conceptual Design 4 Opportunities and Challenges Report 5 Project Coordination and Meetings Attendance Task 1 Project Kick-Off Meeting The RBF Project Manager will schedule a kick-off meeting with the City Project Manager to discuss project objectives, anticipated work products, refined scope of work, and project schedule. At this meeting, the RBF Team will establish clear lines of communication between the City and RBF that will remain in place for the duration of the project and will include, but not limited to, progress reporting and regular discussions via email and telephone. The RBF Team will prepare a detailed critical-path schedule with defined milestones to ensure that the project schedule is met. Continuous communication and close coordination between the RBF Team and City staff will be critical to creating an engaging process and successful Project outcome, To provide quality assurance/quality control, and to ensure on-time delivery of the project deliverables, RBF's Project Manager will actively be involved at all levels of the design to direct the day-to-day design activities and to identify and resolve critical design issues early on. Project coordination between the RBF Project Manager and the City Project Manager will regular communication via email,telephone, and progress meetings. 2-1 City of Palm Springs Uptown Crosswalk Engineering Design Services '40 Product ✓ Kick-Off Meeting ✓ Finalized Work Plan and Project Schedule ✓ List of internal contacts and stakeholders List of available documents and Information to be collected Task 2 Data Collection and Review of Ddsting Conditions The RBF Project Team will obtain all existing reference documentation from the City of Palm Springs, Including as-built improvement plans (street, signing/striping, etc.), aerial photographs, right-of-way information and other applicable data. The use of standard plans will be decided with the team to be consistent from the start and to determine possible modifications to standards for the project. A thorough field review will be conducted for the development of the conceptual plans for each of the project intersections. In addition, RBF engineers will field verify approximately 2000 feet of existing signage/striping improvements along the intersecting streets within the project limits, including crossing bicycle facilities. Experienced RBF Project Team members will perform an in-depth field review along the project corridor and intersection to document and verify existing conditions. The field review will include, but not limited to,the following: Roadway improvements (curb, gutter, pedestrian ramps, property lines, edges of pavement, edges of paved sidewalk, curb returns, and bus pads) i, Sidewalks widths, street widths, parking,ADA ramps, and driveway locations i, Existing bicycle facilities Site distance triangle issues General drainage conditions and storm drain locations i, Connectivity to existing and future pedestrian and bicycle facilities i, Existing roadway striping and pavement markings Existing parking restrictions Existing marked crosswalks and associated pedestrian push buttons at signalized intersections Existing street lighting Existing above ground utilities (fire hydrant, vaults, man-holes, catch basins, etc.) r Nearby underground utilities, sub-structures, basement and vaults associated with the proposed improvements Nearby above ground structures including bus shelters, and permanent street furniture r Existing hardscaped/landscaped within the project area p Field notes and a photo log of along the project corridor will be maintained. 2-2 City of Palm Springs Uptown Crosswalk Engineering Design Services Upon completion of the above items, the RBF Project Team will Identify potential constraints that may be encountered in relation to the proposed improvements. Also, a Project Notebook will be provided to the City for their use during the review process. The Project Notebook will have field notes check lists, photographs, marked as-built plans, and field notes including possible issues and/or constraints. Product ✓ Data Collection ✓ Review of EAsting Conditions Task 3 Preliminary Conceptual Design The RBF Team will prepare distinctly different ! i schematic design alternatives illustrating the streetscape design based on different design options,the City's goals and objectives, staff and community requests, and the Citys design standards. It is anticipated that the following design options will be provided for each of the four(4) project intersections: Crosswalk enhancement with existing j roadway conditions • Crosswalk enhancement with existing roadway conditions with bicycle lane and/or bicycle shxarrows facilities • Crosswalk enhancements with curb bulb-bout improvements • Crosswalk enhancement with curb bulb- out improvements and bicycle lane and/or bicycle sharrows facilities It is anticipated that a solar power or electrical power flashing warning system will be incorporated as part of the crosswalk enhancements to provide additional awareness to motorists as they approach the intersection. Emphasis will be placed on improvements that would include the use of a Rectangular Rapid Flashing Beacon (RRFB)warning system. The RRFB is a pedestrian-actuated beacon device consisting of two (2) rectangular yellow indications located at the side of the road or on a pole and most arm in conjunction with pedestrian crosswalk signs. 2-3 City of Palm Springs Uptown Crosswalk Engineering Design Services The preliminary design concepts will identify potential measures for implementation, opportunities, and challenges. The preliminary design concepts will be at an appropriate scale showing the horizontal layout of the proposed crosswalk improvements,vehicle and parking lane widths, curb bulb-outs, bicycle facilities, and associated improvements. Cross-section renderings will be prepared for each project scenario identifying proposed improvements at the intersections.These renderings will support to visualize the proposed improvements at the project intersections. In addition, renderings highlighting the design of decorative poles for the flashing warning system will be provided. Product ✓ Preliminary Conceptual Design (5 Plans-4 intersections/4 scenarios) Task 4 Opportunities and Challenges Report Using the information gained from the Field Visits and Workshop meetings, and previously prepared reports, guidelines, and standards, the RBF Team will prepare an Opportunity and Challenges Report that identifies project objectives, crosswalk enhancements and associated improvements, traffic and parking data, findings, potential technical issues, physical constraints, operational constraints, safety concerns, and community needs. Supporting technical data and graphical illustrations (exhibits) will be included in the Opportunity and Challenges Report. An evaluation matrix highlighting the pros and cons for the recommended measures under each alternative will be provided, Our Roadway Engineers will visually evaluate existing drainage facilities and provide recommendations that may be required due to the installation of the recommended measures. An Opinion of Probable Construction Costs will be prepared for City review and comment to assist with budget allocation. It is anticipated that for two M project Intersections,the following illustrations will be provided. • Street cross section-one (1) illustration • Photo simulations-two(2) illustrations ..., 2-0 •;'ALM City of Palm Springs Uptown Crosswalk Engineering Design Services �r`ro" Product ✓ Opportunities and Challenges Report Task 5 Project Coordination and Meetings Project Coordination and Submittals: The RBF Team will establish a list of internal contacts and stakeholders; establish a list of available documents and information to be collected; and identify key upcoming meeting dates and milestones. Project Meetings:The RBF Team will hold monthly progress meetings with City staff to ensure that the project is progressing as planned. Prior to key project milestones,the RBF Team will meet with City staff to ensure each project milestone is met properly. It is anticipated that an internal working group will be created to provide on-going guidance and feedback in regards to the project. RBF's Project Manager will attend monthly meetings with the working group. The RBF Team will develop bi-weekly status reports to track all ongoing project tasks and deliverables that clearly identify the task and responsible staff person for each task Item. Agendas and status reports will be distributed to City staff in advance of each meeting so that the progress on all tasks can be discussed. Status reports will include a description of tasks completed during the prior month and a schedule of upcoming events, meetings, and deliverables for the upcoming month. The RBF Team will prepare and distribute meeting minutes and an action item matrix to the project team as appropriate. If required, additional meetings or conference calls will occur on an as-needed basis, particularly in advance of major events or project deadlines. For budgetary purposes,four(4) meetings have been allocated to this task. Product ✓ Monthly progress meetings (3Meetings) , —Project Coordination 25 City of Palm Springs Uptown Crosswalk Engineering Design Services " �� Exclusions Consulting services relating to any of the following tasks may be completed by RBF Consulting if negotiated under a separate contract for an additional fee; but are presently excluded from this Agreement: • Environmental Documents • Traffic Data Collection • Additional Meeting Attendance • Community Workshop Meetings • Final Roadway Improvement Plans • Additional Renderings • Landscaping and Irrigation Plans or Renderings z-s City of Palm S rin s Uptown Crosswalk Engineering Design Services SECTION 3: FEE SCHEDULE Our Fee Schedule for the completion of the Citys Uptown Crosswalk Engineering Design is provided on the following page. Per the Citys request, our cost proposal is a fixed fee, broken into categories of work, based on the scope of work. 3 1 Rtay "Y CITY OF PALM SPRINGS UPTOWN CROSSWALK ENGINEERING DESIGN SERVICES 8 Ap,13 PRELIMINARY ENGINEERING SERVICES 1 Poject Kick-0ff Meeting $D 4 $900 6 "n" $0 $0 $0 10 $1,788 2 Data Collection and Review of Existing Conditions $0 2 $450 9 $1,332 18 $2,430 $0 $0 29 $4.212 3 Preliminary Conceptual Design 5 $0 8 $1,600 12 $1,T]6 18 $2,430 30 $2.910 $0 68 $8,916 4 Oppodunities and Challenges Report $0 8 $1.800 16 $2,368 12 $1,820 12 $1,164 $0 48 W952 5 Project Coordination and Meetings Attendance $0 6 $1.350 6 $888 $0 $0 EO 12 $2.238 SUBTOTAL 5 0 EO 26 $6,300 46 fT,262 d8 $6"al d2 f4,0]0 6 f0 167 $M,106 $875 Relmburaebl8 TOTAL 5 0 EO 28 56,300 d8 fT.262 de fe,d80 d3 f4,OTd 0 f0 167 $2d,881 \pdataW0000100V0.g3%pemonaMdizlpmjedsW iceVmposaRp imspdngsWplamcross IhW3yalmspnn9s(fee)m reAsetl_04_08_13a