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