Loading...
HomeMy WebLinkAbout00525C - DMC DESIGN GROUP INC DOWNTOWN TRASH ENCLOSURE SURVEY/ENGINEERING DESIGN Page 1 of 1 Kathie Hart From: Paula Sweat Sent: August 24, 2009 3:47 PM To: Kathie Hart, Diana Shay Subject: RE: A0525c- DMC - Professional Survey & Engineering Design -Downtown Trash Enclosures Hi Kathie.... You can close this agreement—the final invoice was paid 4-13-09. Paula J. Sweat Economic Development Program Assistant City of Palm Springs 3200 E Tahquiiz Canyon Way Palm Springs, CA 92262 Phn 760.322-8321 Fax: 760-322-8325 email: paula sweat@palmspD Ms_ca aov Please consider the environment before printing this email ' New Hours for Palm Springs City Hall.Monday_Thursday 8 00 a in to 6.00 p.m, From: Kathie Hart Sent: Monday, August 24, 2009 3:38 PM To: Diana Shay Cc: Paula Sweat Subject: A0525c - DMC - Professional Survey &Engineering Design - Downtown Trash Enclosures Diana: Tn April 2009 you indicated we'll be able to close this agreement soon. What's the current status? OK to close? Thxl Kathie Hart, CMC Chief Deputy City Clerk City of Palm springs 3200 E, Tahquitz Canyon Way Palm Springs, CA 92262 (760)323-8206 1 oa (760) 322-8332 F� Kothie.Horf@PalmSpringsCA.gov Please note that City Hall is open 8 a.m. to 6 p.m. Monday through Thursday,and closed on Fridays at this time. 08/24/09 CITY OF PALM SPRINGS COMMUNITY REDEVELOPMENT AGENCY CONTRACT CHANGE ORDER To: DMC Design Croup,Inc. Date: May a, 2oo8 Maple Centre Project No.: o2-08 170 N.Maple St.,Suite ror Project: Trash Enclosure Design Corona,CA 9288o Change Order No.: TVC0^t: ` Contract Purchase No.: 0000566 Account Number: 81L9i-65i99 Resolution No.: tS38 Agreement No.: A0525C CHANGES IN WORICCOST Increase to Contract Scope New Items: 1. Alleyway Enhancement Plans & Specs Lump Sum $2,500.00 Total- Change Order Increase Amount $2,500.00 SCOPE OF ADDITIONAL SERVICES: 1. lncorporate Downtown Alleyway Enhancement Design Drawings and Specifications prepared by David Volz Design,Landscape Architects,within the Downtown Trash Enclosure Plans and Specifications to result in a single set of plans and specs to be used for bidding the improvements as a single contract. Note: The prices above are inclusive of all specified mark ups. No additional marls ups will be added to any item on this Change Order. SOURCE OF FUNDS The following account will be utilized: 811-8191-65199 'Trash Enclosure Survey/Design Summary of Costs Contract Time Original Contract Amount: 852,740.00 Original Completion Date: Maya,2oo8 This Change Order: 52,500,00 Days Added for this C.C.O.: —7— Previous Change Order(s): 5o Previous Days Added: N/A Revised Contract Amount: $55,240.00 Revised Completion Date: Same as Original t �d�l /OR ',��'_�lA,�d�iT I have received a copy of this Change Agency Approval: Order and the above AGREED PRICES /b are acceptable to the contractor. Submitted by Date Redevelopment C dinator By Approl-ed I���YA_ Contractor: DMC Design Group,Inc. it cl r ommunity and Economic Development Date rj�/Z�Or�� Approved by i Date l7• �' Fxeceni D' ctor Atteste - -ate rod 2D z®ars ,9ecretary Distribution: / Original Executed Cnnigc, Conformed-File Cnnx Contractor (1) Community/Economic Development Department File (1) City Clerk (1) Finance(t) Afl .. APPROVED 6Y' ir L Revised: 3/23/07 PROFESSIONAL SERVICES AGREEMENT (DMG Design Group, Inc. — Downtown Trash Enclosure Survey and Engineering Design) THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this 7th day of November, 2007, by and between the Community Redevelopment Agency of the City of Palm Springs, a public body, corporate and politic ("Agency"), and DMC Design Group, Inc., Engineering Design Consultant ("Consultant"), (hereinafter referred to as "Consultant"). Agency and Consultant are sometimes hereinafter individually referred to as "Party" and are hereinafter collectively referred to as the"Parties." RECITALS A. Agency has determined that there is a need for Professional Surveying and Engineering services for the design of a downtown trash enclosure and engineering survey of surrounding area(the "Project"). B. Consultant has submitted to Agency a proposal to provide engineering design services to Agency pursuant to the terms of this Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided herein. D. Agency desires to retain Consultant to provide such professional services. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: AGREEMENT 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit "A," which is attached hereto and is incorporated herein by reference (hereinafter referred to as the "Services" or"Work"). As a material inducement to the Agency entering into this Agreement, Consultant represents and warrants that Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated herein and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required hereunder. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. OP $24762,1 1 Revised: 3/23/07 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the Agency's Request for Proposals; and, (4) the Consultant's signed, original proposal submitted to the Agency (`Consultant's Proposal"), which shall all be referred to collectively hereinafter as the "Contract Documents." The Agency's Request for Proposals and the Consultant's Proposal, which are both attached hereto as Exhibits "B" and "C," respectively, are hereby incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal. All provisions of the Scope of Services, the Agency's Request for Proposals, and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (0) the provisions of the Scope of Services (Exhibit "A"); (2"d)the provisions of the Agency's Request for Proposal (Exhibit "B"); (3") the terms of this Agreement; and, (41h) the provisions of the Consultant's Proposal (Exhibit"C"). 1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances and all lawful orders, rules, and regulations promulgated thereunder. 1.4 Licenses, Permits. Fees, and Assessments. Consultant represents and warrants to Agency that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents and warrants to Agency that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the Work and Services required by this Agreement, and shall indemnify, defend, and hold harmless Agency against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against Agency Hereunder. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the Agency of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Agency. 1.6 Care of Work. Consultant shall adopt reasonable methods during the tern of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, s24762.1 2 Revised: 3/23107 documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the Agency, except such losses or damages as may be caused by Agency's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Additional Services. Agency shall have the right at any time during the performance of the Services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No such extra work may be undertaken unless a written order is first given by the Agency to the Consultant, incorporating therein any adjustment in (i) the Maximum Contract Amount, as defined below, and/or(ii) the time to perform this Agreement, which adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to twenty- five percent (25%) of the Maximum Contract Amount or S25,000, whichever is less, or in the time to perform of up to thirty (30) days, may be approved by the Executive Director, or his designee, as may be needed to perform any extra work_ Any greater increases, occurring either separately or cumulatively, must be approved by the Community Redevelopment Agency of the City of Palm Springs. It is expressly understood by Consultant that the provisions of this section shall not apply to the services specifically set forth in the Scope of Services or reasonably contemplated therein, regardless of whether the time or materials required to complete any work or service identified in the Scope of Services exceeds any time or mnaterial amounts or estimates provided therein. 2. COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered pursuant to this Agreement, Consultant shall be compensated by Agency in accordance with the Schedule of Compensation, which is attached hereto as Exhibit "D" and is incorporated herein by reference, but not exceeding the maximum contract amount of Fifty Two Thousand Seven Hundred Forty Dollars, ($52,740.00) (hereinafter referred to as the "Maximum Contract Amount"), except as may be provided pursuant to Section 1.8 above. The method of compensation shall be as set forth in Exhibit "D." Compensation for necessary expenditures for reproduction costs, telephone expenses, and transportation expenses must be approved in advance by the Contract Officer designated pursuant to Section 4.2 and will only be approved if such expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount shall include the attendance of Consultant at all Project meetings reasonably deemed necessary by the Agency. Consultant shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Consultant hereby acknowledges that it accepts the risk that the services identified in the Scope of Services may be more costly and/or time-consuming than Consultant anticipates, that Consultant shall not be entitled to additional compensation therefore, and that the provisions of Section 1.8 shall not be applicable to the services identified in the Scope of Services. The maximum amount of Agency's payment obligation under this section is the amount specified herein_ If the Agency's maximum payment obligation is reached before the Consultant's $24762A 3 Revised: 3/23107 Services under this Agreement are completed, consultant shall nevertheless complete the Work without liability on the Agency's part for further payment beyond the Maximum Contract Amount. 2.2. Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation (Exhibit "D"), in any month in which Consultant wishes to receive payment, no later than the tenth (10) working day of such month, Consultant shall submit to the Agency, in a form approved by the Executive Director, an invoice for services rendered prior to the date of the invoice. Such requests shall be based upon the amount and value of the services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the Agency. Agency shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or a soon thereafter as is reasonably practical_ There shall be a maximum of one payment per month. 2.3 Changes in Scope. In the event any change or changes in the Scope of Services is requested by the Agency, the Parties shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations, This Agreement is subject to and contingent upon funds being appropriated therefore by the Community Redevelopment Agency of the City of Palm Springs for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the Agency. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time For complefion 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 (Exhibit"E"). 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance, which is attached hereto as Exhibit "E" and is incorporated herein by reference. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the Agency shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of 524762.1 4 Revised: 3123107 any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant (financial inability excepted), including, but not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the Agency, if Consultant, within ten (10) days of the commencement of such delay, notifies the Executive Director in writing of the causes of the delay. The Executive Director shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the Executive Director such delay is justified. The Executive Director's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages against the Agency for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this section. 3.4 Term. Unless earlier terminated as provided elsewhere in this Agreement, this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect until completion of the Services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "E") and pursuant to Section 32 above, unless extended by mutual written agreement of the Parties. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its behalf with respect to the Services to be performed under this Agreement and make all decisions in connection therewith, David M. Cosper, P. E., Principal. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for Agency to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the Executive Director of Agency, and is subject to change by the Executive Director. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by Agency to the Contract Officer. Unless otherwise specified herein, any approval of Agency required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the Agency required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for Agency to enter into this Agreement. Therefore, Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by operation of law, without the prior written consent of Agency. 5247G2.1 Jr Revised: 3/23/07 Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of Agency. If Consultant is permitted to subcontract any part of this Agreement by Agency, Consultant shall be responsible to Agency for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and Agency. All persons engaged in the Work will be considered employees of Consultant. Agency will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of Agency. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of Agency_ 4.4 Independent Contractor. A. The legal relationship between the Parties is that of all independent contractor, and nothing herein shall be deerned to make Consultant a City employee. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither Agency nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. Agency shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, of agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. Agency shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. 13. Consultant shall not incur or have the power to incur any debt, obligation, or liability against Agency, or bind Agency in any manner. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, Agency shall not pay salaries, wages, or other compensation to Consultant for the performance of Services wider this Agreement. Agency shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services hereunder. If for 524762 1 6 Revised: 3/23/07 any reason any court or governmental agency detennines that the Agency has financial obligations, other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subcontractors, or agents, Consultant shall indemnify Agency for all such financial obligations. 5. INSURANCE 5.1 'Types of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to Agency, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the perfonnance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the Executive Director determines that the Work or Services to be performed tinder this Agreement creates an increased or decreased risk of loss to the Agency, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the Executive Director or his designee. Consultant shall iminediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability(errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions hisurance. Consultant shall obtain and maintain in fall force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars (S1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either_ (a) certify in writing to the Agency that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "clams made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to tie written approval by the Executive Director. (3) In the event the policy of insurance is written on an "occurrence" 524762 1 7 Revised: 3/23/07 basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance_ Consultant shall obtain and maintain, in full force and effect throughout the tenn of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the Agency and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form- C. Commercial General Liability, Insurance_ Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000,00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the Executive Director prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. Agency reserves the right to reject deductibles or self-insured retentions in excess of$10,000, and the Executive Director may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000_ 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: 524762.1 8 Revised: 3/23/07 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance as respects Agency and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the Agency and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to Agency and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the Agency or its operations shall limit the application of such insurance coverage. 5.3.4 None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the Executive Director and approved in writing. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project_ It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the Agency for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the Agency to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the Agency nor does it waive any rights hereunder in this or any other regard. 52062.1 9 Revised: 3/23/07 5.3.8 Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to Agency no later than ten (10) days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy_ Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to Agency of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which nmay reduce the insurance available to pay claims arising out of this Agreement. Agency assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve Agency, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required 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 ar A.M_ Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the Executive Director or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish Agency with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the Agency before work commences. Agency 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 524762.1 10 Revised: 3/23/07 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 Community Redevelopment Agency 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 Community Redevelopment Agency, its officials, employees, and agents are named as an additional insured... " ("as respects City of Palm Springs Contract Na"or 'for any and all work performed with the Agency"maybe included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the Agency may have..." ("as respects City of Palni Springs Contract No. " oT 'for any and all work performed with the Agency" maybe 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 Agency, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the Coirununity Redevelopment Agency of 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 Agency before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. 6. INDEMNIFICATION To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant's sole cost and expense), protect and hold harmless Agency and its officers, council members, officials, employees, agents and volunteers and all other public agencies whose approval of the Project is required, (individually "Indemnified Party"; collectively "Indemnified Parties") against any and all liabilities, claims,judgments, arbitration awards, settlements, costs, demands, orders, and penalties (collectively "Claims"), including but not limited to Claims arising from injuries or death of persons (Consultant's employees included) and damage to property, which Claims anise out of pertain to, or are related to the negligence, recklessness, or willful misconduct of Consultant, its agents, employees, or subcontractors, or arise from Consultant's negligent, reckless, or willful performance of or failure to perform any term, 5247621 11 Revised: 3/23/07 provision, covenant, or condition of this Agreement ("Indemnified Claims"), but Consultant's liability for Indemnified Claims shall be reduced to time extent such Claims arise from the negligence, recklessness, or willful misconduct of the Agency, its officers, council members, officials, employees, or agents. Consultant shall reimburse the Indemnified Parties for any reasonable expenditures, including reasonable attorneys' fees, expert fees, litigation costs, and expenses that each Indemnified Party may incur by reason of Indemnified Claims. Upon request by an Indemnified Party, Consultant shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise out of, pertain to, or relate to lndermiified Claims" shall be based on the allegations made in the Claim and the facts known or subsequently discovered by the Parties. In the event a final judgment, arbitration award, order, settlement, or other final resolution expressly determines that Claims did not arise out of, pertain to, nor relate to the negligence, recklessness, or willful misconduct of Consultant to any extent, then Agency shall reimburse Consultant for the reasonable costs of defending the Indemnified Parties against such Claims, except Agency shall not reimburse Consultant for attorneys' fees, expert fees, litigation costs, and expenses that were incurred defending Consultant or any parties other than Indemnified Parties against such Claims. Consultant's indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified hereunder are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 7. REPORTS AND RECORDS 7.1 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the perfonnance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to time Contract Officer such reports concerning the perfonnance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the Agency is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant is providing design services, the cost of time project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto 524762.1 12 Revised: 3123107 and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of Agency and shall be promptly delivered to Agency 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 Agency of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the Agency's sole risk and without liability to Consultant, and the Agency shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subcontractors shall provide for assignment to Agency of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indenufy Agency for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the perfonmance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All infonnation gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without Agency's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide Agency, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as Agency deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by Agency hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its 524762.1 13 Revised: 3/23/07 fair language and common meaning to achieve the objectives and purposes of the Parties. The terns of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. Agency may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such notice, Agency shall pay Consultant for Services performed through the date of termination. upon receipt of such notice, Consultant shall inunediately cease all work under this Agreement, unless the notice provides otherwise. Thereafter, Consultant shall have no further claims against the Agency under this Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the Agency an invoice for work and services perfonned prior to the date of termination. In addition, the Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty(60) days written notice to the Agency, except that where termination is due to material default by the Agency, the period of notice may be such shorter time as the Consultant may detennine. 8.4 Default of Consultant. A. Consultant's failure to comply with any provision of this Agreement shall constitute a default. B. If the Executive Director, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as Agency may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, Agency shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which Agency may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by Agency as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any Agency right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit Agency's right to terminate this Agreement without cause pursuant to Section 8.3. C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, Agency may, after compliance with the provisions of Section 8.43, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the Agency shall use reasonable efforts to mitigate such damages), and Agency may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the Agency as previously stated. The withholding or failure to withhold payments to Consultant shall not limit 5247621 14 Revised: 3123/07 Consultant's liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or tern contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.8 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses, including but not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of Agency Officers and Employees. No officer or employee of the Agency shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the Agency or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement_ 9.2 Conflict of Interest. No officer or employee of the Agency shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Consultant warrants that is has not paid or given and will not pay or give any third party any money or other consideration in exchange for obtaining this Agreement. 524762 1 1 S Revised: 3/23/07 9.3 Covenant Against Discrimination, In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin_ Consultant shall ensure that applicants arc employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other fonns of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copvright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty by Agency or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against Agency on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant_ However, Consultant will not indemnify Agency if the suit or claim results from: (1) Agency's alteration of a deliverable, such that Agency's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infinges upon an existing U.S. letters patent or copyright. 13. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify Agency under any settlement made without Consultant's consent or in the event Agency fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Consultant's expense. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to Agency, shall obtain for Agency the right to use and sell the item, or shall substitute an equivalent item acceptable to Agency and extend this patent and copyright indemnity thereto. 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of (i) die date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by 524752.1 16 Revised: 3/23/07 facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other £Duns of electronic transmission such as e-mails, text messages, instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To Agency: City of Palm Springs Community Redevelopment Agency Attention: Executive Director and Assistant Secretary 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 Telephone: (760) 323-8204 Facsimle: (760) 323-8332 To Consultant: DMC Design Group Inc. Maple Center 170 N. Maple Street, Suite 101 Corona, CA 92880 Attention: David M. Cosper, P. l ., Principal Telephone: 951-549-8100 Facsimile: 951-549-8102 10.3 Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof. No amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or their respective successors, assigns, or grantees. 10.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for herein, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party hereto. 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement,by the same. sxal5z a 17 Revised: 3123/07 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. 5247621 18 Revised: 3123/07 IN WITNESS WHEREOF, the Parties have executed and entered into this Agreement as of the date first written above. "AGENCY" COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF PALM SPRINGS, DAVID II. R1 AJ] Ph.D. Executive Dir ATTEST; 07 FHis. L, 0, 3AMES.-THOI�i PSON,, / ssistant Secretary 6 G APPRO .I2�AS TO FORM: l D UGI C- HOLLAND, Agency ounsel "CONSULTANT"' MC Des' Group,-Ines---- B + David M. Cosper, . E. , Pr ncipal I3y: Donna McConaughy, CT ate Secretary T surer. 524761.1 19 Revised: 3/23107 EXHIBIT "A" SCOPE OF SERVICES 524762.1 SCOPEOFSERVICGS PROJECT UNDERSTANDING Our Project Team has thoroughly reviewed the City of Palm Springs' Requestfor Proposals(RFP) #02- 08—Professional Engineering Design and Survey Services (Downtown Trash .Enclosure Adjacent to Parking Structure). Members of our Project Team conducted numerous site visits of the project site between October 11, 2007 and October 17, 2007 and reviewed available record information, including Assessor Parcel Maps and aerial photos of the site. Specific questions regarding the project scope and parameters were discussed with Mr. Craig Gladders, Procurement and Contracting Manager for the City of Palm Springs. An existing trash enclosure is located southwest of the Fisherman's Market Restaurant, near the rear of a multi-level parking structure at Indian Canyon Drive and Baristo Road in the City of Palm Springs, CA. The trash enclosure serves several restaurants in the immediate area, including the Pomme Frite, the Chop House, the Thai House and the Village Pub. The City has identified the following three (3) specific concerns associated with the trash enclosure: 1. The trash is not adequately sized or located to handle the amount of use it gets. Often, the trash enclosure is riddled with loose trash and cardboard boxes that have not been properly broken down. Garbage odors have been an ongoing issue in the immediate area surrounding the trash enclosure. 2. The grease disposal system located within the trash enclosure is used by several restaurants. The grease disposal container is not contained within an adequate spill control facility. On occasions, this deficiency has allowed grease to drain directly into the stone drain system. 3. The appearance of the area immediately surrounding the trash enclosure's lacks the quality that the surrounding neighborhood of restaurants requires. City staff has prepared conceptual plans of the trash enclosure redesign. The conceptual plans show the required facilities, access gates and required utilities/services within the trash enclosure. The design will specifically include,but not be limited to: ❑ The height of the enclosure walls shall be increased from 6.5 feet to 10.0 feet using steel mesh material with finish to match the adjacent parking structure's exterior finish and shall have a roof; ❑ A portion of the south wall shall be removed and replaced with 10-12' wide gates for truck access to new compactors/containers; ❑ Relocation of an existing hose bib ; q A tank-less hat water heater with hot water supply to the relocated hose bib; ❑ Installation of a keypad/keycard gate locks to restrict pedestrian access to the trash enclosures to authorized officials and users (2 locations); ❑ Installation of electrical power to operate lighting and compactors, and incorporate solar power where feasible; ❑ New disposal containers and compactors within the trash enclosure with odor control, recycling bins for glass and plastic with adequate utilities. (t is understood the City has already selected the compactors and recycling containers to be housed in the trash enclosure. The Consultant shall coordinate with the vendor to ensure the trash enclosure is designed with adequate space to accommodate these disposal facilities.); ❑ A grease disposal container in separate containment area with a curbed enclosure and protective liner. 10 DESIGN GRvr1t SCOPEOFSERVICES o Storage for City equipment/supplies in a secured(locked)area within the trash enclosure. The City requires the services of a Professional Engineering Consultant to conduct a detailed survey of the study area to properly delineate the property boundaries with the study area and carry out the detailed design of the trash enclosure. Specifically, the Scope of Work to be completed by the Professional Engineering Consultant shall include at least the following four(4)Primary Tasks: 2. Finalize Design Concepts Prepared by City Staff; 3. Topographic/Boundary Survey of the Study Areas; 4. Final Design(Plans, Specifications and Estimates); 5. Construction Administration. MANAGEMENT PLAN DMC's project approach is based upon a proactive Project Management Plan that originates with our Proposal and is finalized and initiated with the Notice to Proceed. In summary, our Management Plan will communicate to each member of the Consultant Team the organization and communication procedures, task descriptions and assignments, schedule requirements, cost and resource budgets, project data and design guidelines. One of the key steps in preparing a useful Management Plan is the development of a detailed Project Work Plan. To develop this plan, a series of interface meetings will take place among the members of the Consultant Team to clearly identify the multiple activities required to complete this project. These activities will include not only specific project tasks, but also agency reviews and approvals, quality control processes and milestones for deliverables. Assignment of responsibilities for each activity will also be designated, as generally shown on the proposed Organizational Chart for this project. Modifications to the Organizational Chart will be made, as needed, to strengthen the Consultant Team's ability to immediate project needs and as identification of specific requirements are identified. In developing this detailed Project Work Plan, many of the potential project constraints are identified, ways to expedite this project are developed, and the avenues of communication among team members are increased at this initial stage of the project. The ability to clearly communicate information, such as scope, cost, schedules, and technical matters, is a vital element of any project. A coordinated effort among the various team members is required to achieve an integrated program that, in turn, is necessary to deliver quality services within strict budgetary and time constraints. Coordination requires effective and frequent communication among Consultant Team members. Key to the entire Management Plan and subsequent success of this project is the role of the Project Manager. The Project Manager is responsible for oversight and coordination of all project activities, meshing the technical requirements through a proactive, hands-on management approach. The Project Manager is the sole contact person between DMC and the City, interfacing with all City departments as well as with outside utility agencies. The Project Manager will be responsible for project documentation, including scheduling, preparation of agendas and meeting notes, and assignment of action items for meetings between City staff,sub-consultants and other agencies. QUALITY CONTROL Once the final work plan is completed and final Consultant Team assignments communicated to each Consultant Team Member, DMC will develop a defined Quality Control (QC) Plan specific to this project. The QC Plan will guide the Consultant Team in the management and implementation of quality throughout the life of this project, not to merely"check it" at the end of this project. The preparation and implementation of the QC Plan will be integrated into the work plan and a specific task and will be applied continuously and at strategic points in the work process by Consultant Team Members. The QC Plan will include procedures for both administrative and technical controls, such as project files, routing 11 Dw DESIGN GRDEM� SCOPCOPSERVICEs of correspondence, cheekingfback-checking procedures, design notebooks, check lists, etc. To ensure the process is developed and implemented by the Consultant Team, DMC will prepare a written copy of the QC Plan to the City during the initial implementation stages of the work plan. WORK PLAN The Scope of Services proposed for this project will consist of three (3) phases; Preliminary Design Concept, Final Design and Construction Administration (City's Option). Based upon our current understanding of the project requirements and needs, our Consultant Team proposes the following Work Plan for this project: PHASE 1--PRELIMINARY DESIGN CONCEPT Task 1.01—Project Management Task 1.01.01 - Proiect Orientation Meeting— Prior to the start of the project, DMC will meet with key personnel from the City of Palm Springs Community Redevelopment Department, Public Works Department and Building and Safety Department ("Project Team") to discuss in detail the expectations for this project and procedures to be used by DMC in completing the assignments of this project. Task 1,01.02-Proiect Meetings—The Project Manager will facilitate a number of necessary meetings to: • Resolve conflicting design issues; • Obtain record information and coordinate conflicting utilities with respective utility companies; • Coordinate with City staff, disposal equipment vendors, Palm Springs Disposal Services and local restaurants owners as required to determine project parameters and constraints, structure installation, operation and maintenance issues; • Present concept plans to City Staff/"Project Team"/City Council; • Provide monthly progress updates to key personnel; • Obtain necessary approvals and reviews by City staff members, Architectural Advisory Committee, Planning Commission and City Council. Based upon our current understanding of this project, the Consultant Team anticipates at least the following meeting schedule for this project: Meeting DcscripNon No.Of Nleelings Kick-Off Meeting I Project Team Design Meetings 6 Present Concept Plans 3 Total 10 Additional meetings, should they be warranted, will be conducted and the costs associated with those meetings beyond the number outlined above charged as an extra cost. For each meeting, agendas will be prepared by the Project Manager and will be provided at the meeting. Action items will be identified and properly assigned to Consultant Team personnel, staff or other agency personnel deemed most appropriate. The Project Manager will keep and prepare project-meeting minutes and submit to those in attendance within five(5)working days after the meeting. Task 1.01.03-Proiect Schedule—Upon issuance of a Notice to Proceed by the City, DMC will prepare a control-level schedule, using Microsoft Project Schedules v. 4.0, detailing specific delivery dates and meetings. The schedule will be instrumental in providing the City of Palm Springs staff assurances of project schedule compliance. The schedule will be updated monthly and presented to the both cities digitally and in hard format at the monthly PDT meetings. Task 1.02 Research - DMC will research all available City, utility company and other agency records, as necessary, to secure all relevant information,clearances, and/or plan review services required to identify, locate and accurately lay out all improvements and easements, centerline, right-of-way limits and private property lines. DMC anticipates its research effort will include gathering the following information: 12 .6 DESIGN GMET== Scare orSERV1= o As-Built Drawings/Aerials o Pertinent In-Progress Drawings o Existing Geotechnical Reports o Assessor Maps o Existing Utility Drawings/Maps o Right-of-Way Record Maps o Available Drainage Reports o Existing Environmental Reports o Existing Traffic Studies/Data o Related City Reports o Flood Zone Designations a Records Of Surveys/Tract Maps o Intersection Ties o Benchmark Data o Field Notes Task L03 Site Visits (3) - Existing conditions and supporting improvements, such as pavement surface areas, curb, gutter, sidewalks and driveways, walls, stairways, mailboxes, trees, fences structures and existing landscaping will be inventoried. Pictures/videos will be taken of the entire project area to confirm existing conditions. Prior to the site visit, a meeting will be conducted with personnel from the city and representatives of the surrounding restaurants to review and identify additional issues regarding access, drainage, access, gates, mechanical equipment and other issues related to the proposed trash enclosure improvements. Task 1.04 Boundary Survey- DMC will establish the boundary of lands within the study area(as depicted in Figure I of the RFP) from a legal survey prepared under the direct supervision of a registered Civil Engineer authorized to complete a boundary map (pre-1982) or a registered Surveyor. The results of the survey will be depicted on a plan prepared in AutoCAD 2007, clearly identifying the boundary line(s), the location of existing parking structure and trash enclosure in relation to the boundary line(s) and surrounding buildings with access points to the Study Area. Task 1.05 Topographic Survey/Base Mapping - DMC will perform a topographic survey of the Study Area and beyond, as necessary, to establish vertical/horizontal control of the site and to accurately design the proposed trash enclosure improvements. The surveys will include all roadway, driveway, sidewalk, ramps and other public improvements, building corners and doorway entries, utilities and surface types. DMC will meet with appropriate officials from the City of Palm Springs and the County of Riverside to obtain benchmark data, intersection ties and other pertinent data relevant to this project. Utilizing research documents and field survey data, DMC will develop project area base maps at 1"�20' (max.) in AutoCAD 2007 on City title block sheets. The limits of the base map shall have the same beginning and ending points as the field survey limits_ Task 1.06Initial Utility Coordination - DMC will complete a detailed research of available records to identify all utilities that may be impacted by the proposed improvements, including written contact, Field reviews and mapping of the utilities. Specific subtasks include; a Preparation of a Utility Log—DMC will develop a complete Utility fog of all correspondence with utilities during the Preliminary Engineering phase of the project; a Identification/Notification of Affected Utilities — DMC will develop a request for information letter and one(1) utility notice to be sent to the utility companies via certified mail; o Plotting of Utility Locations— DMC will review data received from the utility companies and plot information on the base sheets to be used in the preparation of the project plans; o Identification of Potential Conflicts— Potential conflicts will be identified. The City and the utility will be immediately notified of known conflicts and plans sent to the utility and the City indicating the conflict. Task L07 Preparation of Concept Development Plans- Based upon the City's preliminary concept plan and discussions with City staff and surrounding property owners, DMC will prepare preliminary color concept renderings/illustrations of the proposed trash enclosure improvements for presentation to City staff, the "Project Team" and the City Council, as may be required, using appropriate visual aids, including drawings, slides and hand-outs. Task 1.08—Presentation of Concept Development Plans- DMC will present concept plans to City staff and"Project Team" for review. Based upon comments received from City staff/"Project Team", concept plans will be revised and presented to the Architectural Advisory Committee/Planning Commission/City 13 OESIQN dNovF SCOPEOFSERIQCES Council for review and approval. DMC will revise concept plans, as necessary. It is understood that DMC will obtain formal approval of the concept plans through the City's Major Architectural Approval process, up to and including formal approval by the City Council. PHASE 2—FINAL DESIGN Task 2.01 Utility Coordination - Potential conflicts will be highlighted on plans provided to utilities as part of the notification process, as outlined in Phase 1. These plans will be submitted to the utilities at the 65%, 90% and final complete stages. DMC will prepare utility notification letters for each affected utility company. The attached plans will identify locations with the conflict areas clouded to clearly show the utility company the areas of conflict. The City will be immediately notified of known conflicts once identified. This information will be noted in the Utility Log. DMC will continue to coordinate with the utility until the conflict is resolved. Task 2.02 Preparation of Plans, Specifications and Estimates (PS&E's) - Utilizing the concept plans and design parameters developed in previous tasks, DMC will prepare clear, concise and accurate construction documents (PS&E's) for this project. In general, the construction documents will conform to the City of Palm Springs standards and practices. Task 2.02.01 -Plans—All civil improvements will be prepared using AutoCAD 2007 software on 24" X 36"sheets. The improvements will be prepared in plan sheet format only at a scale of I"=20'. The wall improvements will be prepared in plan formal at a scale of 1"=20' with a profile of the wall included in strip format. Detail sheets will be prepared at a scale of 1"=20' or greater, as required. Based upon our current understanding of the project, DMC Design Group will prepare the following sheets: Uescriotion Na-or sheets Title I General Notes I Details 2 Grading and Drainage Plan I Masonry Block Wall and Foundation Plan I Lighting and Electrical Plan I Water Plan I Equipment Lay Out Plan 2 Construction Staging I Total Sheets 11 Plans will be submitted to the City and affected utilities for review at the 65%, 90% and complete stages. DMC will submit four(4) sets of blueprints with each submittal, along with the previous red lined check prints. Comments received from the City will be incorporated into the plans. Final plans will be submitted to the City on Mylar wet stamped by the Project Engineer. Task_2.02.02 - Specifications — Utilizing City boilerplates where possible, DMC will prepare Project Specifications for the project. The Project Specifications will be prepared in Microsoft Word 2003 format and will be submitted to the City for review at the 65%,90% and complete stages. Task 2.02.03-tstin:ates—DMC will prepare a comprehensive list of bid items,their quantities and unit costs and probable cost of construction and submit to the City for review. The final construction cost estimate shall be based upon and in agreement with the flrial estimated quantities shown on the bid sheet_ The estimates will be prepared in Excel format and submitted to the City for review at the 65%, 90%and complete stages, or as otherwise requested. Backup data calculations by sheet and item will be prepared and submitted to the City upon request. Task Z03 .Sid Assistance - DMC will assist the City in the bidding process by addressing questions regarding the plans and specifications through written responses, preparing and issuing Project addendums and attending and answering questions at the pre-bid meeting. 14 DESIGN GFvap-! SCOPEOFSERVICES Task 2.04 Prepare As-Built Plans—Upon completion of the project, OMC will prepare"As-Built"plans based upon red-lined plans of actual field conditions as provided by the City's construction Contractor. Task 2.05 Revise PS&E's for Rebid—Should the initial bid results require the construction documents to be revised,as deemed necessary by the City, DMC will revise the construction documents. PuASE 3-CONSTRUCTION ADMINISTRATION(OPTIONAL) DMC can complete the following Construction Administration activities should the City decide to use DMC for these activities: Task 3.01 Bid Analysis—Review bids received and determine appropriateness of costs; Task 3.02 Pre-Construction — Coordinate and attend pre-construction conference, prepare meeting minutes and address Contractor questions and concerns; Task 3.03 Shop Drawings — Review shop drawings submitted by the Contractor for conformance with construction documents; Task 3.04 Project Meetings — Coordinate meetings with City staff, Contractor and other agencies as required on a regular basis(twice monthly for 3 months)to update the status of the project; Task 3.05 Construction Monitoring— Provide inspections on a regular basis as agreed upon, to ensure the project is being constructed in compliance with the construction documents and to the City's satisfaction; Task 3.06 .Final Inspection -- Recommend and schedule, with City and applicable agencies, a final inspection of the project; Task 3.07 Plant Establishment — Provide monitoring of the installed landscaping and irrigation improvements during the maintenance and plant establishment period. It is understood that if the City elects to have DMC complete these services, it will negotiate the construction administration phase costs upon completion of the design phase. DELIVERABLES It is anticipated the following deliverables,at a minimum,will be made by DMC to the City: Project Coordination - Project coordination, attendance at required meetings and presentations of preliminary and final project drawings; Boundary Survey - Complete and professional engineering survey of the boundary between the Triangle Parcel and the Plaza Villa Condominiums; Concept Plans- Preliminary concept drawings and renderings, as required and necessary to obtain approvals of City staff, the "Project Team", the Architectural Advisory Committee, the Planning Commission and the City Council. Construction Documents Plans- Preliminary plans shall be submitted to the City for review and comment on standard 24"X 36" City title block sheets for review and comment. Final plans shall be submitted on reproducible Mylar sheets and in AutoCAD 2004 format drawing files on computer disks. Specifications - Project specifications shall be submitted to the City for review and comment in a format and style to be provided by the City in Microsoft Word 2003. Final specifications shall be submitted to the City on computer disk and in reproducible form, including all appendices. .Estimates - A preliminary cost estimate shall be submitted to the City for review and comment with the preliminary plans (65% complete) and shall include estimates for each item of work indicated in the project specifications. A final cost estimate shall be submitted concurrently with the final plans and specifications. 15 T WI WE O�SIGN GRFH7� SCOPEOFSEAVICES Construction Administration - Construction inspection and management,construction administration record files, files and documentation obtained during the course of the construction phase of the project shall be provided to the City in an organized and indexed notebook format, including all contract information required by federal, state and local regulations. 16 D DESIGN GRiML Revised: 3/23/07 EXHIBIT "B" AGENCY'S REQUEST FOR PROPOSALS 624762.1 CITY OF PALM SPRINGS NOTICE INVITING PROPOSALS for PROFESSIONAL ENGINEERING DESIGN&SURVEY SERVICES(RFP 02-08) NOTICE IS HEREBY GIVEN that Request for Proposals (RFP) 02-08, for providing Professional Engineering Design & Survey Services for the downtown Trash Enclosure adjacent to the parking structure, will be received at the office of the Procurement Manager, 3200 East Tahquflz Canyon Way, Palm Springs, California, until 2:00 P.M. Local Time,THURSDAY, OCTOBER 13, 2007. DESCRIPTION OF WORK: The goal of the proposed project is to survey the study area to establish property boundaries, prepare engineering plans and specifications to guide in the bidding and construction of a newly designed trash enclosure equipped with the necessary disposal containers and compactors to operate efficiently and inconspicuously. The work is comprised of four primary tasks: (1) finalize design concepts prepared by City staff, (2)engineering survey of study area property boundaries, (3)final design (plans, specifications and estimate) and (4) construction administration (to be added to Consultant's contract at the City's option). The scope of work shall provide the City with construction documents for a newly designed trash enclosure. It will be the consultant's responsibility to prepare preliminary(conceptual) and final (construction) plans that will enable the project to be constructed within the allowable funding. Final design (PS&E) must be completed by February 15, 2008 to allow the City to initiate the bidding process for construction. The design services as required in this RFP will be paid from ! local, not federal,funds and therefore prevailing wage and DBE requirements do not apply. OBTAINING RFP DOCUMENTS AND REGISTRATION AS A PROPOSER: The RFP documents may be downloaded via the internet at www.oalmsorinas-ca.eov (go to Departments, Procurement, Open Bids & Proposals). If you are interested in submitting a proposal, it is IMPERATIVE that you contact Cheryl Martin, Procurement Administrative Coordinator, via email at Cheryl.MaMnra"loalmsorings-ca.goy or by phone at (760) 323-8237 to officially register as a Proposer for this specific project with your company name, address, phone, fax, contact person and email address. Failure to officially register may result in not receiving addenda to the RFP. Note: You may also register your firm in the City's on-line general vendor database system while on the website, but you MUST still contact Cheryl Martin as instructed above to register as a proposer for this specifc RFP 02- 08. EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been developed in the Request for Proposal (RFP)format. Accordingly, Proposers should take note that multiple factors will be considered by the City in awarding the Contract. PRICE ALONE WILL NOT BE THE SOLE DETERMINING FACTOR. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee the pricing offered for a period of 80 calendar days from the due date of proposals_ The receiving time in the Procurement Office will be the gover."ng time for accep ab7 ty of Proposals. Telegraphic and telephonic Proposals will not be accepted. Graig Procureme nd Gontracting Manager September 24,2007 i of VAtM so CITY OF PALM SPRINGS w-s 41 REQUEST FOR PROPOSALS#02-08 v N^ PROFESSIONAL ENGINEERING DESIGN & SURVEY SERVICES Cq o1FORt��a (DOWNTOWN TRASH ENCLOSURE ADJACENT TO PARKING STRUCTURE) 1. BACKGROUND AND GENERAL DESCRIPTION The City of Palm Springs is constantly looking for ways to enhance and continue the cleanliness and appeal of the Downtown area. An area of major concern is the trash enclosure located in downtown Palm Springs southwest of the Fisherman's Market Restaurant at the back of the multi level parking structure at Indian Canyon Drive and Baristo Road (see Figure 1). The trash enclosure serves several restaurants in the immediate vicinity including Pomme Frite, The Chop House, Thai House and The Village Pub. The trash enclosure is often riddled with loose trash and cardboard boxes that have not been properly collapsed, and there has been an ongoing problem with garbage odors in the area. In addition, the grease disposal container located within the trash enclosure is used by several restaurants. The grease disposal container is not contained within an adequate spill control facility and so when spillage of grease occurs it eventually gets drained into the storm drain system. The trash enclosure needs to be redesigned to accommodate the facilities necessary to eliminate these problems. In addition to the trash enclosure specifically, the appearance of the area surrounding the trash enclosure needs to be enhanced. This area includes the alleyway between Pomme Frite and the Chop House Restaurant, the parking area at the back of the Pomme Frite and Thai House Restaurants, and the back of the multi level parking structure (refer to Figure 1). At present there is no clear entryway from the parking structure to the Palm Canyon Drive downtown corridor. The area is essentially a back alleyway with multiple property owners and no clear and welcoming path to the downtown corridor. The City is currently soliciting proposals under separate contract for an Architectural Design firm to enhance this overall area surrounding the trash enclosure and to design a walkway/entryway from the parking structure to the downtown corridor. These projects will be occurring simultaneously and coordination between the selected engineering and architectural consultants will be necessary to ensure a seamless and successful design both in terms of functionality and aesthetics. City staff has prepared conceptual plans of the trash enclosure redesign, attached to this Request for Proposals (see Figure 2). The conceptual plans show the required facilities, access gates and required utilities/services within the trash enclosure. The City requires the services of a Professional Engineering Consultant to conduct a detailed survey of the study area to properly delineate the property boundaries within the study area and carry out the detailed design of the trash enclosure. The redesign of the trash enclosure will include relocation of the existing water hose faucet and addition of hot water service within the enclosure, installation of electrical service to power two (2) new trash compactors, raising the height of the walls and removing part of the existing south facing wall and replacing it with a truck access gate. The trash enclosure will contain 2 new trash compactors to be selected by City staff, recycling bins and a free-standing grease container. 524762.1 t Pagc 1 of 1 - �_: + ^ A .. w _ o,v.bn�W.C,wome•D=.FARG,TebAfba.D1,Uf M.,R� r• ,___ FIGURE I - TRASH ENCLOSURE PROJECT so 1 n �fFOFt•�� Copyright 020M all Rights Reserved. The information contained herein is the proprietary property of the contributor supplied under license and may not be approved e�ept as licensed by Digital Map Products. htip://nial)s.di-,italmapeentral.coi /production/CityG1S/vO7-01-0.36/ii)dexA.litnil 90-0/2007 / .Ol,•V lf.�� �� R _ I �lr AFM S'•'fY A'vf9 •r. .� I � `vF?i< y f] ri.f'� I _ lf.�r, � _- _o�•i9 _ l e i'..>c H '�`—',`, .� _.f se /b'•/t`� I14 :Y a'K iY efs•G'.v<, aoers� r__ _ =r r��..��.ss - _ gul" rile d=_sl,I pissc-ntcJ Fare rs[ortcepluel only antl Is Inns.rod to co„'.ey spn[e and noip,emo rernmen eUm for nil completed prefect. Conlracno m to proo,da dgslgn,holltl semces legs mnyrn[l idc,Sl�dclnral.cl^_[lncnr, JI _ meeM1anfeal•and plumbmg ele.Io prooldc {�,E/'10b6L �G•�ii/ ���� mbeaa,wags,met m=., aspbal1,IT,nlsbes "I an .ols cec . 'I .'u ,s nd ended inmi.s.rxu selr anmmea eonpacmrs lrrwmm[n,Greeneulll :•1 RJ.2505C or land ' Contractor le coordna to 'n; L•Ig[.�i_—_ __ -th City for dcs,U,anil places,ant,C,W In -^�� are ndr,comp.icksm. Reference rntK mv'.ip-nenbc amsc ._ Coshsmp.eaLntml s,]n or gn lir ere,sfnlondD 10 Is erd m^n1 •.� p_ Ill.cz,clni pnrI ig eandsle_. pcla,ls and _ speclllcm pas of matorlcls and Onls-n.e1ll le f- s�� V - c_e/ _ uoL lrom lto-Nl Isnen Icier e p tan s. nclu Eln96„t S F°++�-•`-^�-�^`� �` -" r'.. �- -��s <f''fe't� �C , � ' =i'�rvy r .-v. - a L InI I,mltetl gin nc llsnnp ln'nll,o.l and andX }�h-`Ka[��,��•`^l `4` �"1 .'>•F .-ra 11112 .cam c f „lercc nlo.,m-_ amcal,eleceneal,and f ��Lr•` pivmnirg connu,Ll,,s,accl mean.allies and �I =a - - � s"� •j y J= -„_ �c all smrI to reaelre ono(l]coal pnmo,and tejo -J' . I ,+ _ ' Izl[oats pnlnl m msl.h carding gan9o. '.I 1 ••` e F C L - =i c/'eGr� /tcC.< nFto y' •` 'Y ' Pedestrian sliding aeorsyales small ba bckidle �I Rs L L_ y yP•=:ir..� N,d_ pP rs 5' ••1^ L and access ad n"n keY oa M. Conlrnclor to - '-.e a.`•• P-16c ope.es Ilxo roeallnnsf. r ; w,s{t-�•� '�� • 'IO'gated Io Iresl,and recycle con,pa ctors st all %�.Js fFG•%� �v2_'vNl/. �s/F. f = be rackable.InIt 51111ng least and pad loc%, onlracicr to prmade or Ilons. pod al ccmpac[ms to be G"well.,-M 31100 psi caman 1,controclor Io Fme,de slmclvral SETA/L �i/3TGi/(� WAGL and , n. pan atpene,lIay enth recycle. or and storage I.6o EI pedS :goers Lr Vase per city street slo dlird q prom,L IICI14rA cenn.[Inn to enl5l:ns on and PF1 It - _and miercepmr le cme,l belere sr elm, I.Oe=tion I'ex1sR,.g cleco-mal,and prlmn,nq. I'l%L o on -,uI eleetdaal can. new IIpAII„�anJ nosehihs•ocl k°Fyersd°� CONCEPT PLAN N °4fPORN, TRASH ENCLOSURE REMODEL i If. PURPOSE The goal of the proposed project is to survey the study area to establish property boundaries, prepare engineering plans and specifications to guide in the bidding and construction of a newly designed trash enclosure equipped with the necessary disposal containers and compactors to operate efficiently and inconspicuously. In addition, the engineering survey will include the project area highlighted on Figure 1 to provide a base plan that will assist with architectural design of aesthetic improvements to enhance the visual appeal of the area. Ill. SCHEDULE Request for Proposals posted and Notices mailed ........................ Monday, September 24, 2007 Deadline for receipt of questions.....................................—5.00 PM, Thursday, October 11, 2007 Deadline for receipt of proposals................................2:00 PM, Thursday, October 18, 2007 Consultant short list..........................................................................Thursday, October25, 2007 Interviews (if desired by City).............................................to be scheduled for fate October 2007 Contract award by City Council......................................................*tentatively November 7, 2007 IV. PROJECT COORDINATION, MEETING AND PRESENTATIONS This project will require the design consultant to attend various City meetings to discuss and finalize concept drawings which have been prepared by City staff. The consultant shall be expected to incorporate comments and revisions, and present final concepts and drawings. The following project coordination shall be expected: 1. Coordinate with City staff, disposal equipment vendors, Palm Springs Disposal Services and local restaurants as required to determine project parameters and constraints, structure installation, operation and maintenance issues; collect data and record information. 2_ Prepare color illustrations/renderings of the trash enclosure for presentation to City staff, the "Project Team", and the City Council, as may be required, using appropriate visual aids, including drawings, slides and handouts; revise as required. 3, Perform project management and project schedule maintenance to ensure that the project timeline is adhered to and deadlines are met. 4_ Perform all utility coordination and obtain all clearances as required. V. SCOPE OF WORK The overall project is comprised of four primary tasks to be carried out_ These tasks are: ❑ Finalize Design Concepts Prepared by City Staff ❑ Engineering Survey of Study Area Property Boundaries 524762.1 2 ❑ Final Design (Plans, Specifications and Estimate) ❑ Construction Administration—(to be added to Consultant's contract at City's option) The scope of work shall provide the City with the following: • Site Plan and Survey Map showing the study area, delineating property boundaries and establishing required easements for public walkway access and limits of trash enclosure structures; Prepare color illustrations and renderings to be presented to City staff, AAC and City Council of the proposed trash enclosure, as shown conceptually on the attached plan; • Engineering Design Drawings of the proposed trash enclosure, incorporating the following preliminary design elements, as illustrated on the attached Concept Plans: o raise the height of the enclosure walls from current height of 6.5 feet to 10 feet using steel mesh material with finish to match parking garage structure and providing a roof; o remove a portion of the south wall and replace with 10-12' wide gates for truck access to new compactors/containers, o relocate existing hose bib located inside the south wall of the trash enclosure; o install tankless hot water heater with hot water supply to relocated hose bib; o install keypad or keycard gate locks to restrict pedestrian access to the trash enclosure to authorized officials and users (2 locations); o install electrical power to operate lighting and compactors and incorporate solar power where feasible; • Accommodate new disposal containers and compactors within the trash enclosure including the addition of two self contained compactor/containers with odor control, recycling bins for glass and plastic including adequate utilities. The City has already selected the compactors and recycling containers to be housed in the trash enclosure. The Consultant shall coordinate with the vendor to ensure that the trash enclosure is designed with adequate space to accommodate these disposal facilities; • Accommodate grease disposal container in a separate containment area including a curbed enclosure with protective liner; • Provide for storage of City equipment/supplies in a secured (locked) area within the trash enclosure. The Consultant will be responsible for performing project estimating to guide the preparation of final plans that will enable the project to be constructed within the project budget In the event construction bids exceed project funding, preventing award of contract by the City, it will be the Consultant's responsibility to revise final plans and specifications, or create new plans, such that the City can solicit new bids that do not exceed project funding. An overall Scope of Work is described below: Preliminary Design Concept Phase 524762.1 3 • Collect record information and inventory existing site (utility locations, services (if any), core samples of existing trash enclosure concrete pad and parking lot asphalt, etc.); record information will be made available as necessary, field review and inspection of existing facilities will be required. ❑ Conduct engineering survey of project area to establish property boundaries and required easements. O Prepare (finalize existing) preliminary design concept plans: • Emphasize aesthetics • Prepare appropriate full-color visual aids, including cross-sections, maps, illustrations, renderings and other media necessary to adequately present the proposed concept plan ❑ Present concept plans: • Present concept plans to City staff and "Project Team'; revise as necessary • Present concept plans to Planning Commission, and City Council; revise as necessary • Obtain formal approval of concept plans through the City's Major Architectural Approval Process, up to and including formal approval by the City Council Final Design (Plans, Specifications and Estimate) Phase ❑ Professional design services necessary to prepare plans, specifications and estimate (PS&E) for: • Lighting and Electrical Power • Grading • Masonry block wall construction • Plans shall be provided to the City in an AutoCAD 2004 format for use upon completion of the project; specifications shall be prepared using City"boiler plate" specifications in Microsoft Word 2003 format • Construction Estimate — the Consultant shall be required to prepare final plans that reflect constructability within the project funding available • Revise plans to accommodate receipt of construction bids in excess of available funding • Bidding Assistance — review and respond to Requests for Information (RFI's) received during bidding • As-Built Drawings — prepare as-built drawings based on red-lined plans of field conditions provided by the City's construction Contractor Construction Administration Phase(to be added to Contract at City's option) ❑ Contract administration, construction inspection and construction management related to the following: • Bid Analysis—review bids received and determine appropriateness of costs • Pre-Construction -- coordinate and attend pre-construction conference; prepare meeting minutes, address Contractor questions and concerns • Shop Drawings — review shop drawings submitted by the Contractor for conformance with final plans 524762.1 4 i • Project Meetings — coordinate meetings with City staff, Contractor and other agencies as required on a regular basis to update the status of the project • Construction Monitoring — provide regularly scheduled inspections to ensure the project is being constructed in compliance with project specifications and to the City's satisfaction Final Inspection — recommend and schedule, with the City and applicable agencies, a final inspection of the improvements • Plant Establishment -- provide monitoring of the installed improvements during the maintenance and plant establishment period VI. DELIVERABLES As a minimum, the consultant shall be expected to deliver the following items: ❑ Project coordination, attendance at required meetings, and presentations of preliminary and final project drawings ❑ Professional Survey of the project area delineating all legal property boundaries ❑ Base Map of the project area that will be provided to the Architectural designer under separate contract to facilitate in the design of their aesthetic improvements to the project area and delineating legal property boundaries and easement requirements ❑ Complete and professional trash enclosure concept drawings and renderings, as required and necessary to obtain approvals of City staff, the °Project Team", the Architectural Advisory Committee, Planning Commission, and City Council I ❑ Plans, specifications, and estimates— preliminary plans shall be submitted to the City for review and comment, on standard 247 by 36" city title block sheets for review and comment; final plans shall be submitted on reproducible mylar sheets and in AutoCAD 2004 version drawing files on computer disc; project specifications shall be submitted to the City for review and comment in a format and style to be provided by the City in Microsoft Word 2003; final specifications shall be submitted to the City on computer disc and in reproducible form, including appendices; a preliminary cost estimate shall be submitted to the City for review and comment with preliminary plans, and shall include estimates for each item of work indicated in the project specifications; a final cost estimate shall be submitted concurrently with final plans and specifications. ❑ Construction inspection and management; construction administration records, files, and documentation obtained during the course of the construction phase of the project, provided to the City in organized and indexed notebook folders. VII. PROPOSAL REQUIREMENTS The Consultant's proposal should describe the methodology to be used to accomplish each of the project tasks. The proposal should also describe the work which shall be necessary in order to satisfactorily complete the task requirements. This Request for Proposal can not identify each specific, individual task required to successfully and completely implement this project. The City of Palm Springs relies on the professionalism and competence of the Proposer to be knowledgeable of the general areas identified in the scope of work and to be of adequate competence to include in its proposal all required tasks 524762.1 5 and subtasks, personnel commitments, man hours, direct and indirect costs, etc. The City of Palm Springs will net approve addenda to the Consultant's agreement which do not involve a substantial change from the general scope of work identified in this Request for Proposals. The following criteria shall be observed: ❑ The submittal shall not exceed 30 pages, single sided (8'/" by 11") including an organization chart, staff resumes and appendices, and cover letter. ❑ Four(4)original proposals are required. Facsimile (fax) proposals will not be accepted. a Proposal shall include the name of the Consultant submitting the proposal, mailing address, telephone number, and the name of the individual to contact for further information. ❑ Prospective Consultant shall designate by name the project manager to be employed. Substitution of the project manager by the selected consultant will not be allowed without prior approval by the City of Palm Springs. ❑ Prospective Consultant shall specify personnel, with resumes, to be assigned to the project. If sub-consultants are to be used, identify the responsibility of each (include resumes) a All proposals must be received in the City of Palm Springs, Division of Procurement and Contracting by 2:00 P.M., LOCAL TIME, THURSDAY, OCTOBER 18, 2007. It is the responsibility of the Proposer to see that any Proposal sent through the mail shall have sufficient time to be received by the Procurement Office prior to due date and time. Late proposals will be returned to the Proposer unopened. The receiving time in the Procurement Office will be the governing time for acceptability of proposals. Telegraphic and telephonic proposals will not be accepted. Proposals must be submitted to: City of Palm Springs Division of Procurement and Contracting 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig Gladders, Procurement& Contracting Manager ❑ Specific questions in regards to this Request for Proposals shall be directed IN WRITING ONLY via either fax or email to: Craig Gladders, Procurement& Contracting Manager FAX(760)323-8238 Craie.Gladders_@pa Imsprinos-ca.gov_ Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of Addenda that will be either mailed, faxed, or emailed to all officially registered proposers for this specific RFP. It is IMPERATIVE that you officially register as a proposer to this specific RFP in order to receive any Addenda that are issued by fallowing the instructions in the "Notice Inviting Proposals" by contacting Cheryl Martin, Procurement 524762.1 Administrative Coordinator, via EMAIL at Cheryl.Martinnpalmsprinas-ca.gov and provide your company name, address, phone, fax, contact name and email address. FAILURE TO REGISTER MAY RESULT IN NOT RECEIVING ADDENDA TO THE RFP_ FAILURE TO ACKNOWLEDGE ADDENDA MAY DEEM YOUR PROPOSAL AS NON-RESPONSIVE. The deadline for all questions is 5:00 PM local time, Thursday, October 11, 2007 (1 week before the proposals are due). Questions received after this deadline may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. O Each proposal must include two sealed envelopes. Envelope#t, clearly marked "Work Proposal", shall include the Following items: • Technical proposal — describe in detail your approach and understanding of all necessary tasks and steps involved in the project, Identify Preliminary Design Concept Phase, Final Design (Plans, Specifications and Estimate) Phase, and Construction Administration Phase tasks; include a list of deliverables • Signature authorization (see Attachment A) Related Experience: Include relevant experience date, name of agency, and reference name/contact information • Project schedule, showing various anticipated tasks and steps from preliminary phase, through design, and construction phases. Envelope#2, clearly marked "Cost Proposal", shall include the following item: • Cost proposal — The City will use a "Cost per Unit of Work" method to pay for professional services relating to the Work Proposal. Proposers should include a detailed cost estimate identifying all direct, indirect, and overhead costs associated with each task required for the Preliminary Design Concept Phase and Final Design (Plans, Specifications and Estimate) Phase only. The City will negotiate the construction administration phase costs with the selected consultant upon completion of the design phase. Describe how your firm will control costs and minimize costs for design and construction_ Important Note: The successful Proposer will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the standard Professional Services Agreement--Attachment "B" hereto. Please note that Exhibits A, B, C, D and E are intentionally not complete in the attached document. These exhibits will be negotiated with the selected firm, and will appear in the final Agreement executed between the parties. Vill. RESPONSIBILITY OF PROPOSER All project proposers shall be responsible. If it is found that a proposer is found irresponsible (e_g_ has not paid taxes, is not a legal entity, submitted a proposal without an authorized signature, falsified any information in the proposal package, etc.), the proposal shall be rejected: IX. CONSULTANT SELECTION 524762.1 7 ❑ Each proposal will be reviewed by an evaluation committee to determine if it meets the proposal requirements. Failure to meet the requirements for the Request for Proposals may be cause for rejection of the proposal. d The evaluation committee may ask for formal oral presentations by the selected consultants. ❑ A final selection of the consultant will be determined following review of all work proposals and/or formal oral presentations. The evaluation committee will make a recommendation of the selected consultant for a contract to be awarded by the City Council. ❑ The selected consultant will work closely with City staff throughout the duration of the project. A consulting firm will be selected for final negotiation of a contract based upon the following factors: • Project Understanding: Degree of understanding of the project and familiarity with the area--(25%)_ • Scope of Work: Proposed approach to the project including the expected time commitment of key personnel, technical approach to the project, and the emphasis placed on project phases—(25%). • Project ManagerslStaff Qualifications: Qualifications of the staff assigned to manage and provide services related to the project; experience with similar projects; --(25%). • Firm Qualifications/Consultant References: Past experience in projects related to the outlined Scope of Work; experience with similar projects; -(15%). Project Schedule: Thoroughness and reasonableness of the project schedule; ability to maintain the project within the selected time frame; demonstration of ability to provide final design by February 15, 2008— (10%). • Project Cost; The project cost will be considered after selection of the best proposals; no weight shall be given to the cost in the selection of the consultant. A contract shall be negotiated with the selected consultant on the basis of the submitted cost proposal, and in consideration of reasonable and mutually agreed project costs and time requirements. ❑ Award of Contract: It is the City's intent to award a single contract to the firm that can best meet the requirements of the Request for Proposal document_ The City reserves the right to award a contract to multiple firms or to a single firm, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contract will occur at the next regularly scheduled City Council meeting after the evaluation committee has made their final selection of the consultant to be recommend for award. The decision of the City Council will be final. 524762 1 $ ATTACHMENT"A" RFP 902-08 PROFESSIONAL ENGINEERING DESIGN &SURVEY SERVICES (DOWNTOWN TRASH ENCLOSURE ADJACENT TO PARKING STRUCTURE) SIGNATURE AUTHORIZATION PROPOSER: A. I hereby certify that I have the authority to offer this proposal to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my proposal. SIGNATURE 6. The following information relates to the legal contractor listed above, whether an individual or a company, Place check marks as appropriate: 1. If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners' names: A company; A corporation 2. My tax identification number is: 524762,1 9 ATTACHMENT,"B" SAMPLE PROFESSIONAL SERVICES AGREEMENT (IDENTIFY BY PROJECT NAME AND/OR CONSULTANT NAME) THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into, to be effective this day of , 200_, by and between the C1IY OF PALIA SPRINGS, a California charter city and municipal corporation, (hereinafter referred to as "City") and [INSERT FULL NAME OF CONSULTANT, F11tM, OR COMPANY'], a [INSERT TYPE OF ENTITY, E.G., A CALIFORNIA CORPORATION, A LIMITED LIABILITY COMPANY, ETC.], (hereinafter referred to as "Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and are hereinafter collectively referred to as the"Parties." RE A. City has determined that there is a need for [INSERT BRIEF DESCRIPTION OF PROFESSIONAL SERVICES REQUIRED] services for [INSERT BRIEF DESCRIPTION OF PROJECT FOR WHICH PROFESSIONAL SERVICES ARE. RELATED] project (the "Project"). B. Consultant has submitted to City a proposal to provide [INSERT TYPE OF PROFESSIONAL SERVICES] to City for the Project pursuant to the terms of this Agreement. j C. Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided herein. D. City desires to retain Consultant to provide such professional services. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: AGREEMENT 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit "A," which is attached hereto and is incorporated herein by reference (hereinafter referred to as the"Services"or"Work"). As a material inducement to the City entering into this Agreement, Consultant represents and warrants that Consultant is a 5a]G2.1 10 provider of first class work and professional services and that Consultant is experienced in performing the 'Work and Services contemplated herein and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required hereunder. For purposes of this Agreement, the phrase"highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the City's Request for Proposals; and, (4) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), which shall all be referred to collectively hereinafter as the "Contract Documents." The City's Request for Proposals and the ConsuItant's Proposal, which are both attached hereto as Exhibits "B" and "C," respectively, are hereby incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal. All Provisions of the Scope of Services, the City's Request for Proposals, and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (1")the provisions of the Scope of Services (Exhibit "A"); (2"d)the provisions of the City's Request for Proposal (Exhibit "B"); (3'd) the terms of this Agreement; and, (0) the provisions of the Consultant's Proposal (Exhibit"C"). 1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances and all lawful orders,rules, and regulations promulgated thereunder. 1.4 Licenses Permits Fees and Assessments. Consultant represents and warrants to City that it has obtained all licenses,permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all limes during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultants performance of the Work and Services required by this Agreement, and shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied,assessed, or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant 524762.1 i r discover any latent or unknown conditions that will materially affect the performance of the Services -hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, docmmeuts, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages,to persons or property,until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1..7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute all Wstiruments,prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Additional Services. City shall have the right at any time during the performance of the Services, without invalidating this Agreement,to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No such extra work may be undertaken unless a written order is first given by the City to the Consultant, incorporating therein any adjustment in (i) the Maximum Contract Amount, as defined below, and/or (ii) the time to perform this Agreement, which adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to twenty-five percent(25%) of the Maximum Contract Amount or$25,000, whichever is less, or in the time to perform of up to thirty(30) days, may be approved by the City Manager, or his designee, as may be needed to perform any extra work, Any greater increases, occurring either separately or cumulatively,must be approved by the Palm Springs City Council. It is expressly understood by Consultant that the provisions of this section shall not apply to the services specifically set forth in the Scope of Services or reasonably contemplated therein, regardless of whether the time or materials required to complete any work or service identified in the Scope of Services exceeds any time or material amounts or estimates provided therein. 2. COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered pursuant to this Agreement, Consultant shall be compensated by City in accordance with the Schedule of Compensation, which is attached hereto as Exhibit "D" and is incorporated herein by reference, but not exceeding the maximum contract amount of[INSERT NOT TO EXCEED CONTRACT AMOUNT] Dollars, ($^ (hereinafter referred to as the "Maximum Contract Amount"), except as may be provided pursuant to Section 1.8 above. The method of compensation shall be as set forth in Exhibit "D." Compensation for necessary expenditures for reproduction costs, telephone expenses, and transportation expenses must be approved in advance by the Contract Officer designated pursuant to Section 4.2 and will only be approved if such expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount shall include the attendance of Consultant at all Project meetings reasonably deemed necessary by the City. Consultant shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Consultant hereby acknowledges that it accepts the risk that the services 524762,1 12 identified in the Scope of Services may be more costly and/or time-consuming than Consultant anticipates, that Consultant shall not be entitled to additional compensation therefore, and that the provisions of Section 1.8 shall not be applicable to the services identified in the Scope of Services. The maximum amount of city's payment obligation under this section is the amount specified herein- If the City's maximum payment obligation is reached before the Consultant's Services under this Agreement are completed, consultant shall nevertheless complete the 'Work without liability on the City's part for further payment beyond the Maximum Contract Amount. 2.2. Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation (Exhibit "D"), in any month in which Consultant wishes to receive payment, no later than the tenth(10) working day of such month, Consultant shall submit to the City, in a form approved by the City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such requests shall be based upon the amount and value of the services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or a soon thereafter as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Changes in Scope. In the event any change or changes in the Scope of Services is requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including,but not limited to, any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work. product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 A.ppropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the .Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the City. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement, The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon Schedule of Performance(Exhibit"E'�. 3.2 Schedide of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance, which is attached hereto as Exhibit"8" and is incorporated herein by reference. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the 524162.1 13 Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively;however,the City shall not be obligated to grant such an extension. 3.3 ]Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant (financial inability excepted), including, but not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if Consultant, within ten (10) days of the commencement of such delay, notifies the City Manager in writing of the causes of the delay. The City Manager shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the City Manager such delay is justified. The City Manager's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this section_ 3.4 Term. Unless earlier terminated as provided elsewhere in this Agreement, this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect until completion of the Services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "E") and pursuant to Section 3.2 above,unless extended by mutual written agreement of the Parties. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its behalf with respect to the Services to be performed under this Agreement and make all decisions in connection therewith: [INSERT NAME], [INSERT TITLE]_ It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer_ 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Coutract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 524762A 14 4.3 ]Prohibition Against Subcontracting or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City_ Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant,taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 4.4 Independent Contractor, jA. The legal relationship between the Parties is that of an independent contractor, and nothing herein shall be deemed to make Consultant a City employee. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters_ City shall not in any way or for any purpose be,deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner- C. No City benefits shall be available to Consultant, its officers, employees, 5147621 lS or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations, other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subcontractors, or agents, Consultant shall indemnify City for all such financial obligations. S. INSURANCE 5.1 Types of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M_ Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The mirumum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure fintn the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors mud omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made" basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during die course of performing Services under the terms of this Agreement. The coverage shall be evidenced by 524762.1 16 either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for 'Waiver of Workers' Compensation Insurance Requirement form. I C. _Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. C1, Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned,non-owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000-00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self- insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of$10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and 524762.1 17 I self-insured retentions proposed in excess of$10,000. 5.3 Other insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the politics. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement wlikJiSuitstazttiaUyyaxaUairs th �i ggs set f b—herein (e.g_, elimination of contractual liability or reduction of discovery period),nnless the e iidmsement has first been submitted to the C'tv ivlana eland a row tin 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 524762.1 t 8 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten(10) days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy_ Specific reference to a given coverage feature is far purposes of clarification only as it pertains to a given issue, and is not intended by any parry or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required 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-H-, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. i 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a 524762.1 19 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, citified 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 Na" or 'for any and all worlrperformed 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 r 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. 6. MENMFTCATION To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant's sole cost and expense), protect and hold harmless City and its officers, council members, officials, employees, agents and volunteers and all other public agencies whose approval of the Project is required, (individually"Indemnified Party"; collectively "Indemnified Parties") against any and all liabilities, claims,judgments, arbitration awards, settlements, costs, demands, orders, and penalties (collectively "Claims"), including but not limited to Claims arising from injuries or death of persons (Consultant's employees included) and damage to property, which Claims arise out of, pertain to, or are related to the negligence, recklessness, or 524762.1 20 willful misconduct of Consultant, its agents, employees, or subcontractors, or arise from Consultant's negligent, reckless, or wilIful 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 officers, council members, officials, employees, or agents. Consultant shall reimburse the Indemnified Parties for any reasonable expenditures, including reasonable attorneys' fees, expert fees, litigation costs, and expenses that each Indemnified Party may incur by reason of Indemnified Claims. Upon request by an Indemnified Party, Consultant shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise out of, pertain to, or relate to Indemnified Claims" shall be based on the allegations made in the Claim and the facts known or subsequently discovered by the Parties. In the event a final judgment, arbitration award, order, settlement, or other final resolution expressly determines that Claims did not arise out of, pertain to, nor relate to the negligence,recklessness, or willful misconduct of Consultant to any extent, then City shall reimburse Consultant for the reasonable costs of defending the indemnified Parties against such Claims, except City shall not reimburse Consultant for attorneys' fees, expert fees, litigation costs, and expenses that were incurred defending Consultant or any parties other than Indemnified Parties against such Claims. Consultant's indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified hereunder are fully and finally barred by the applicable statute of limitations or,if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 7. REPORTS AND RECORDS 7.1 AccountingRcords. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and&ee access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement_ For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant is providing design services, the cost of the 52a762,1 21 project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designned_ 7.3 ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant £ails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder- S. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. '£leis Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 524162.1 22 8.2 Interpretation. Phi'LA T—ei, _be canSSiaed�3ole�Ccozdizag ttc fair d c _Qxteanhxtochieve the obiectives_1nt1 n mof the Paries._ The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts(including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of tlus Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination' City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. Thereafter, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement pursuant to this section,,Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. In addition, the Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to the City, except that where tennination is due to material default by the City, the period of notice may be such shorter time as the Consultant may determine. I 8.4 Default of Consultant. A. Consultant's failure to comply with any provision of this Agreement shall constitute a default. B. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the teens or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any rernedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8.3. C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.4.13,take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The 524762.1 23 withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein_ 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought_ Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party_ 8.7 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy arty default, to recover damages for any default, to compel specific perfonnance of this Agreement, to obtain declaratory or injunctive relief,or to obtain any other remedy consistent with the purposes of this Agreement. 8.8 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses, including but not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 9. CITY OFFICERS AND EMPLOYEE'S. NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor,or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation,partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Consultant warrants that is has not paid or given and will not pay or give any third party any money or other consideration in exchange for 524762.1 24 obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training,including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement, A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infrngement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the nonnal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S_ letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any settlement made without Consultant's consent or in the event City fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Consultant's expense. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier, (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by 524762,1 25 facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To Citv: City of Palm springs Attention: City Manager&City Clerk 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: Attention: Telephone: Facsimile: { 10.3 Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof No amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or their respective successors, assigns, or grantees, 10.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless- 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. &q. t_as may be exnregGly�zzoYisl L£ttr rein �QthrnerQutained in this�,�ree�ert._is_i�rnded to confer nor skr. as confemng, any rig_h�,lnGludi�p_. without limit_atioru any riEhts as a third-pazty_heneTiciary oz QthcnOse u oxt o_ __ aLa panes rretn.. AL—Recitals. tbs2ve-referenced Recitals. are,.,hereb�incomoratesl�ilt9�lte Agreemen�Y4qu k 11v set forth_ e e' artd— 41>_pa;t r�aC_lc_T1Q_w1�d e5 a��l aptgs' Jh�ucb Party is bound, £or MrQ¢ses_of this A¢re lre same._ sn�ez.i 26 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii)he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. IN WITNESS WHEREOF, the Parties have executed and entered into this Agreement as of the date first written above. "CITY" CITY OF PALM SPRINGS, a California chatter law city and municipal corporation DAVID Id. READY City Manager ATTEST: (SEAL) JAMES THOMPSON, City Clerk APPROVED AS TO FORM: DOUGLAS C.HOLLAND, City Attorney "CONSULTANT" [insert name of firm/company] By: 124762.1 27 [insert name/title],President By: [insert name/tide], Secretary I I I I I� 524762,1Ig Maur"A" SCOPE OF SERVICES I szm51 29 I EXHIBIT "E" SCHEDULE UE PER ORMANCE I 524762.1 33 EXHIBIT"C" CONSULTANT'S PROPOSAL i i sza 6a.i 31 i i EXHIBIT "D" SCUR ULE OF COMPENSATION i 524762,1 32 EXHIBIT"B" CIT'Y'S REQUEST FOR PROPOSALS i i I I I 524762.1 30 Revised: 3/23/07 EXHIBIT "C" CONSULTANT'S PROPOSAL 524762.1 us'r - y„v ' CITY OF PALM SPRINGS DIVISION OF PROCUREMENT & CONTRACTING PROPOSAL P-2OFESSIONAL .ENGINEERING DESIGN AND SURVEY SERVICES FOR: RFP No. 02-08 1airD,,6W TOWN TRASH ENCLOSURE ADJACENT TO PARKING STRUCTURE October 78, 2007 r; h, , +C Design Group, Inc. A'T0 1 4 1 1ngineered Solution A'�.' Tepm',Erfor4 Pro;fictive Leadership Effective Communications Responsive Actions I70'N1:Maple Street, Suite 101 1 ry, rCorona,CA 92880 d mt Phan, 951-549-8100 t.HV Fax 951-549-8102 °Web,Site www.dmcdg.com r� DM[C Design Group.Inc. Maple Centre 170 N. Maple St,Suite 101 Corona, CA 92880 DESIGN GROVEtz (951)549-51C0 Fax(951) 549-8102 October 18,2007 Craig L. Gladders,Procurement and Contracting Manager City of Palm Springs Division of Procurement and Contraction 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 RE: Professional Engineering Design and Survey Services-Downtown Trash Enclosure Adjacent to Parldng Structure Dear Mr. Gladders: DMC Design Group, Inc. has assembled a highly skilled and experienced team of professional engineers, surveyors, tight-of way agents, managers, designers and technicians capable of providing cost effective and accurate professional civil engineering support services necessary to complete the surveying and design services necessary to prepare construction documents (plans, specifications and estimates) for the proposed Downtown Trash Enclosure Adjacent to the Parking Structure in the City of Palms Springs_ Our Team is specifically skilled and experienced in surveying, designing and preparing construction documents necessary for a proposed trash enclosure improvements. More importantly, however, is our Team's shared desire to provide high-quality engineering service to the City of Palm Springs. In the execution of our assignments,we embrace the Following principals: ❑ Assim a Proiect Manager and technical support staff that possess superior qualifications directly relevant to the project; ❑ Maintain continuity of our Consultant Team throughout the life of a project; ❑ Develop strict project specific quality control measures and enforce those measures throughout the life of the project; ❑ Communicate ef-ectively at all levels within our organization, with the City's Project Team and with outside reviewing/pern� tiug agencies; ❑ Coordinate design disciplines,calculations and analysis; ❑ Conduct thorough site investigations to verify all field conditions; ❑ Implement a management approach that ensures the project is completed on schedule and within budget. By embracing these principals since its inception in 1999, DMC's designs have involved the construction of over$30,000,000 in public improvements for agencies in southern California with less than I%in contract change order costs. r VANlICFnDMCtW-W-W TMSH ENLLOSUM E G� ROMSA MVM LeITen Doc October13,2007 Page 2 David M. Cosper, P.E. is the Principal Engineer for DMC Design Group and has over twenty-five (25) years of experience in designing and constructing municipal improvement projects for cities, counties and special districts throughout southern California Over the last ten (10) years, he has focused his experience and skills primarily on landscaped parkway/medians, decorative walls,project entry relocations, site developments, roadway widening/rehabilitatiors and storm drain/flood control improvement projects. Mr. Cosper has an extensive background working closely with agency boards and staff, with an impressive record of successfully identifying and attaining all project objectives quickly and cost effectively. Many of these projects required "fast-track" approvals by outside agencies and involved constrained budgets. Mr. Cosper's skills and experience will be used to provide the Project Management activities necessary to successfully meet the objectives of this project. Other key members of our Consultant Team to be assigned to this project include: DMC Design Group, Inc. —Roadway, Drainage, Striping and TMP Design • Joshua D- Cosper—Design Manager(8 years) • Donna A. McConaughy—Administration(10 years) Joseph S. Bonadiman and Associates, Inc. —Survey and Right-of-Way Services Edward J.Sonadiman, P-L.S.—Survey Manager(14 years) We look forward to working with the City of Palm Springs on this project and would very much like tod'sc�ss our qualifications and project approach in more detail. Should you have any questions or concerns regar g-DMC—,Design Group's qualifications, do not hesitate to contact us- Sine el D C esl ,a i C. David M- Cosper,P.E. Principal Engineer V DESIGN okalf i_ ATTACHMENT"A" RFP #02-08 PROFESSIONAL ENGINEERING DESIGN &SURVEY SERVICES (DOWNTOWN TRASH ENCLOSURE ADJACENT TO PARKING STRUCTURE) SIGNATURE AUTHORIZATION PROPOSER: A. I hereby certify haY 1-have the authority to offer this proposal to the City of Palm Springs for the above �isted individual oreot�pan .—I--certify that I have the authority to bind eo myself/this company in a ntragt ou_ 1-:b successfu in my proposal. SIGNATURE V B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: t. If successful,the contract language should refer to me/my company as: An individual; A partnership, Partners' names- A company; A corporation 2. My tax identification number is: 33DS79�7� 52a762.] 9 TABLE OF CONTENTS Section 1—Statement of Qualifications and Experience Introduction City of Palm Springs Project Team Division of Procurement and Contracting Organizational Chart Fcperience/References Proposal: Section Z—Scope of Services Professional Engineeiiq,- Design and Survey Project Understanding Services: Management Plan Duality Control RPP No. 02-08 Work Plan Downtown Trash Enclosure Deliverables Adjacent to Parkin,g Structure Schedule Section 3--Additional Data Project Team Resumes DMC Design Group,Inc. ❑ David M Casper, P.E. --Project Manager ❑ Joshua D. Casper, P.E. —Project Engineer ❑ Donna A. McConaughy— Utility Coordinator Joseph E: Ronadiman&Associates—Surveys and Right-of-Way ❑ Edward J. Bonadiman. P.L.S. —Survey Manager DESIGN GK9H.L STATEMENT OF QU 1LIFIC9TIONS INTRODUCTION Incorporated since 1999, DMC Design Group has developed a reputation for preparing quality work on time and within budget for a wide variety of municipal improvements for public agencies throughout southern California, including decorative walls, public rest rooms, entry features and gates. Many of these successfully completed projects were completed under challenging and adverse conditions, requiring a complete understanding of local agency design standards, criteria and approval processes. Our expert knowledge of local agency policies and guidelines has proven invaluable in producing project requirements on time and within budget. DMC Design Group has an extensive list of satisfied clients we have provided these services to, including, most recently,the cities of Palm Springs, Moreno Valley, Lake Forest and Calimesa, the Niguel Shores Community Association, the Fire Access Maintenance District No. 1 of Indian Wells, the Los Angeles Unified School District, the Desert Sands Unified School District and the Counties of Riverside, Los Angeles and San Bernardino. headquartered in Corona, California, DMC Design Group is conveniently located within forty-five (45) minutes of Palm Springs, California. From our office location, we can effectively provide our design services to the City of Palm Springs, as we have in the past for the City of Palm Springs and many other public agencies and special districts throughout southern California. Mission Statement As professional civil engineers, surveyors, designers, technicians and managers at DMC Design Group, our mission is simple — we want to provide a cost-effective solution that fully meets our Client's project objectives on time, within budget and within allowable and safe design parameters. Simply put, our mission is to provide "a total engineered solution." DMC Design Group is especially proud of its significant achievements and strives to maintain this level of quality engineering service on all of our projects, regardless of size or client. DMC Design Group's source of pride is based upon the following: • DMC has extensive experience providing direct support to the staff of our clients in the development of project concept themes and designs of complex municipal improvement projects involving constrained schedules, multi-disciplined teams, reviewing boards, commissions, site developers and the general public; • A core project team of highly skilled and experienced professionals qualified to address all aspects of engineered surveys, wall designs and landscape improvements, including topographic survey, aerial and right-of-way mapping, preparation of comprehensive structural studies, alternative landscape concepts, utility coordination and the designs and preparation of construction documents for wall, landscape, irrigation, lighting and entry improvements; • A track record of providing quality engineering services and products through a comprehensive and thorough value engineered approach as can be demonstrated by our list of satisfied clients_ DMC Design Group's comprehensive project management systems are flexible and can readily be tailored to suit the requirements of this project and the needs of the City. On many assignments, "fast tracking" has been used to achieve an early start on construction—with resultant savings— while maintaining a high standard of quality and integrity of design. I DESIGN GRDQ STATEIuIEM'OF QUALIFICATIONS Most imporrant, however, is the fact that many of DMC's key personnel, including the assigned Project Manager/.Project Engineer, have worked directly for public agencies in the past and fully understand the need to become an extension of the City's staff. From its previous experience on municipal improvement projects, DMC has learned the importance of integrating all aspects of its project management and design support team with those of City staff and will strive to develop a seamless team approach in meeting and exceeding project specie objectives and goals. Reliability DMC Design Croup was founded on the commitment of giving individualized attention to our clients. Our commitment is based upon the belief that a total engineered solution is the result of a team effort between the client and the consultant, developed through proactive leadership, effective communication and responsive actions. This core belief creates a very customer oriented approach to our projects and places our clients as our most treasured resource. Our goal is to satisfy our client's needs with cost-effective total engineered solutions that fully meet all mission objectives within allowable and safe design parameters. In order to provide this level of client satisfaction, we become fully knowledgeable of our client's requirements and needs, while at the same time, DMC makes a strong commitment to produce error-free work, utilize a continuous improvement process, concentrate on prevention, rather than correction, and recognize the importance quality control has on the success of a project. DMC Design Group prides itself on being able to look forward on a project while pulling from its past experience to foresee possible concems. With complete and thorough attention given to all tasks and assignments, we are confident that we can develop the total engineered solutions for this project. Principles In the execution of our assignments, we embrace the following principles: ❑ Assign a Project Manager and technical support staff that possess superior qualifications directly relevant to the project, including experience working directly for public agencies; ❑ Integrate our Consultant Team with the client's Project Team to develop an effective extension of client stab'in meeting and exceeding project goals and objective, on time and within budget; ❑ Maintain continuity of our Consultant Team throughout the life of a the project; ❑ Develop strict project specific quality control measures and enforce those measures tbroughout the life of the project; ❑ Communicate effectively at all levels within our organization, with the client's Project Team, Commissions and Boards, as well as outside reviewing agencies and developers; ❑ Coordinate design disciplines, calculations and analysis, drawings, specifications and cost estimates; ❑ Conduct thorough site investigations and verify all field conditions; ❑ Ensure the project is completed on schedule and within budget. 2 Dim DESIGN GI Mg-E STATEMENT OF Q UAL I F/CATIONS Capabilities DMC is capable of providing most professional services in-house due to the multi-disciplinary resources of our staff. We offer design services in: A Topographic/Boundary Surveys A Retaining/Non-retaining Wall Designs A Landscape Improvements A Landscape Sighting Improvements A Right-of-Way Mapping A Entry Improvements All of our engineers, surveyors, designers and CADD operators are fully functional in the uses of the following software packages: • AutoCAD 2007 0 MicroStaiion 8 CivilDesin • WaicrCad 9 In-Roads Suite HECi/r and HEC-RAS • StornCad 6 ACS 2002 Civil 3D Pro 2007 • SewerCad WordPerfect Suite 10 WSPG • Microsoft Office 2003 Descartes Mapping Photo Adobe • ACT! 2005 0 Retain Pro AES HYDRO Pro PROJECT TEAM .. ._. .,. — - DMC Design Group, Inc. has assembled a team of ;,ICcy:,Co, sultan%'Tbnn l einbcra; V";r .. . individuals and subconsultants with the specialized wile�im?'ana emep Ues s, skills and experience necessary to address the "a Dlvid!1v Cosp,cr,.P.L.=Tfro'j¢ct'1v1` professional surveying and engineering design D,gnria P2i'YvlcConau'gli,t needs required for the downtown trash enclosure '';sutic'odsui°y<nu ° `"n'rv" improvements at the Parking Structure in the City .a•, , of Palm Springs, Ca. Brief biographical sketches follow for the senior staff members to be assigned to this project_ David M. Cosper, P.E.—Project Manaber Mr. Cosper will act as the Project Manager/Engineer for this project. The unique combination of Mr. Cosper's extensive civil engineering design background, his ability to communicate effectively and clearly with clients and agencies, and his hands-on approach to project development has proven to be very effective in successfully completing projects on time and within budget_ In this role, he will be responsible for: ❑ Acting as the City Community Redevelopment Agency's main point of contact throughout the duration of the project design, working closely with the City's Community Redevelopment Agency, Public Works Department and Building and Safety Department, while directing the day to day activities and progress of the Consultant Team; ❑ Coordinating review and approvals of concepts and construction documents through oversight agencies; ❑ Attending all meetings required to coordinate the design activities between City Community Redevelopment staff, utility companies, adjacent developers and oversight agencies, and, when necessary, make presentations to various commissions, boards and the general public; ❑ Providing day-to-day direction in the preparation of an engineered survey of the lot and the design of proposed wall, landscape and entry improvements, including interpretation of plans and specifications, and coordination with affected utilities, developers, agencies, bidders and contractors throughout the duration of the project; 3 DESIGN GRDSE=-- S7ATENIEVT OF QUALIFICA7707YS Ultimately,Mr. Cosper is responsible for client satisfaction and coordination of the activities of all members of the Consultant Team, while insuring project quality, schedule and budget compliance. Mr. Cosper has over twenty-five (25) years of civil engineering experience, twelve (12) years as a Public Works Director/City Engineer for a number of California cities in southern and northern California. He has been the responsible Project Manager/Engineer for a wide variety of public improvement projects for cities, counties, school districts and special districts throughout the Counties of Riverside, Los Angeles, San Bernardino, Orange and Imperial, including the following improvement projects similar to that proposed in RFP 13-07: ❑ Mesquite Avenue Widening Project, City of Palm Springs, Ca.; ❑ Moreno Valley Substation Improvement Project, Moreno Valley, Ca.; ❑ heroes Park Improvement Project, Lake Forest, Ca; ❑ Bristol Street Slope Stabilization Project, Irvine, Ca.; ❑ Rockfield Avenue Wall Improvement Project, Lake Forest, Ca.; ❑ Floe Packer Park, Lake Forest, Ca.; ❑ Club Drive/Manitou Drive Entry Improvements to FAMD No. 1, Indian Wells, Ca.; ❑ Vista Chino Road Widening Project, City of Palm Springs_ Joshua D. Cosper,P.E.—Project Engineer Mr. Cosper is on the Board of Directors for DMC Design Group, Inc. and is a Vice President in charge of design production responsibilities_ Mr. Cosper has over eight (8) years of progressively responsible experience as a Design Manager, CADD Manager, Project head Designer, CADD operator, field technician and construction inspector for a variety of public works improvement projects involving wall, roadway, traffic signal and storm drain improvements, including development and evaluation of alternative wall designs, roadway al ag unents, right-of-way mapping/documentation, and the preparation of complete and accurate construction documents (PS&E's) for a vast number of projects for cities, counties, school districts and special districts, including the cities of Palm Springs, Moreno Valley, Norco, Pomona, Lake Forest, Calimesa, Brawley, Santa Clarita, Orange and Barstow, the counties of Los Angeles and Orange, the Los Angeles Unified School District and the Fire Access Maintenance District No. 1 of Indian Wells. Donna A. McConaughy—Utility Manager Ms. McConaughy is the owner of DMC Design Group, Inc. and is responsible for the day to day activities of the firm. With over ten (10) years of experience as a utility coordinator and technical specification writer for private development and public improvement projects, Ms. McConaughy will be the Utility Coordinator for this project. As the Utility Coordinator, Ms_ McConaughy will identify all utilities affected by the project improvements and, utilizing her extensive database of utility contacts, make initial contact with and obtain plans from each of the affected utilities. She will ensure all utility data for this project is accurately plotted on project plans and will coordinate the utility pothole effort to confirm potential conflicts, including the gathering and preparation of necessary data to be passed onto the proper agencies involved and affected utilities. 4 OESICN GRDtl STATE?, NI'OFOUALIFICrITIDNS SUBCONSULTAN2S Joseph E. Bonadiman &Associates—Survey and Mapping Since its founding in 1941, Joseph E. Bonadiman and Associates, Inc. (JBA) has successfully completed a wide variety of engineering, surveying, planning, and construction-management projects_ Because of its broad experience in a variety of disciplines, JBA is able to complete comprehensive topographic and boundary surveys services for public improvement projects quickly and accurately. JBA has provided survey services directly to DMC for public agencies, including the cities of Palm Springs, Moreno Valley,Barstow,Norco and Orange, ,Edward J Bonadiman, P.L.S. —Survey Manager Mr. Bonadiman will be the Survey Manager and will be responsible for providing all survey and right-of-way documentation needs for this project Mr_ Bonadiman is a registered land Surveyor in Califonria and has over fourteen (14) years of surveying experience for public works projects. Mr. Bonadiman has extensive experience gathering and mapping field data for roadway improvement projects, utilizing the latest survey technology and software available. His highly trained field personnel have extensive experience working on public improvement projects with DMC Design Group, luc_ 5 DESIGN GR6HL A4TEWEATOFQt AUrIC,4MAYS Project No. 02-08 Downtown Trash Enclosure Adjacent to the Parking Structure -7-City of&a.lm6 8S ringg - CorumuniEy Rct3eveloglne`t-i Ageneyr .: Utility/Adminislration Survey Support Donn;fA McConx]Ighy DavidlVL��ospeP,P.�._ - =E�avard]3onatii[nan,PeliS�,=,; UlilityNifla g r' :- PCof Oct Ma-lager'- = SurVay'------ geg:<_` DMC Design Grorrp, b2c. DIYIC I}65'IgJY•�i7'07.ijJ, Inc. _ .{'Bsngrlirtrrttr Joanna Cosper Techirrcrau,- Jushpa ll;Cosper,E,C. Project Gugareer• D,4fC Il2sig+f Grorrp,Irm. JeRCuspcY" Cm my rlia rfilar 1 o.7 Tce Cer 1363idnn Ross Tilkc KlYk� '; CADD Desigecr ' CRDD Dr'sigxer G1➢D Opimlor- CADD Olieralor Organizational Chart DMC Design Group , Inc . f]E51GNG�� S1'ATGMEVi TOFOUAUTICATIONS EXPERIENCE/REFERENCES DMC Design Group, Inc. has built a successful reputation of completing projects on time and within budget. To verify this reputation, we encourage contacting the following clients from our growing list of satisfied clients: • Mesquite Avenue Widening/Storm Drain Improvement ,Project, Palm Springs, CA. — Responsible for the preparation of right-of-way maps and utility relocations,pavement evaluations, ultimate storm drain alignment and capacity studies, roadway widening/rehabilitation designs and preparation of PS&E's required for construction of roadway widening/resurfacing and landscape medianlparkway improvements to a 0.75-mile portion of Mesquite Avenue and 1.25 miles of 72-inch storm drain improvements. This project was awarded AWPA Project of the Year for 2006. Project Team: Client: David M.Cosper, P.E.—Project Manager/Engineer City of Palm Springs Public Works Dept. Joshua D. Cosper, E.I.T.—Design Manager Marcus Fuller, Asst. City Engineer Donna A. McConaughy,—Utilities 3200 E. Tahquitz Canyon Thomas Doczi, P.L.A.—Landscape Architect Palm Springs, CA 92262 John Gery, P.E.—Geotechnical Investigations 760-323-8253 EXT.8744 • Vista Chino Road/Sunrise Avenue Intersection Widening Improvement Project, Palm Springs, CA. —Responsible for the design and preparation of PS&8's and acquisition of necessary Caltrans encroachment permits, including the preparation of two (?) design exception documents required for roadway widening improvements to a 750 foot portion of Vista Chino Road(State Route 111) and a 500 foot segment of Sunrise Way, and rraffc signal modifications necessary to accommodate widening and storm drain impruvements to the east bound lanes of S.R 111. Also responsible for preparation of a lot line adjustment and prelpost development A.L.TA. Map of development adjacent to this segment of Vista Chino Road and Sunrise Avenue. Project Team: Client: David M.Cosper, P.E.—Project Manager/Engineer City of Palm Springs Public Works Dept. Joshua D. Cosper, E.I.T.--Design Manager Marcus Fuller, Asst. City Engineer Donna A. McConaughy,—Administrative Mgr. 3200 E.Tahquitz Canyon Edward Bonadiman, P.L.S.—Survey Manager Palm Springs, CA 92262 John Gery, P.E.—Geotechnical Investigations 760-323-8253 EXT.8744 • Moreno Valley Electrical Substation and Switch Yard, Moreno Valley, CA. — Responsible for the preparation of a drainage report, a project concept report, and design and preparation of final plans, specifications and estimates required for the 81,000-sf sub-station and switchyard Project required the design of over six (6) acres of grading, street improvements, wood-crete perimeter ivall with pier foundations,four (4) retention basins of over 65,000-Cf in total size, a 200 foot long bio- retention basin far water quality management purposes, and erosion controllSWPPP measures. Project Team: Client: David M. Cosper, P.E.—Project Manager/Engineer City of Moreno Valley, Joshua D_Cosper,E.I.T.—Design Manager Enterprise Services Administration Dolma A_ McConaughy,—Utilities Public Works Department Edward Bonadiman, P.L.S.—Survey Manager George Hanson, P.E.—Utilities Manager John Gery, P.E.—Geotechnical Investigations 14177 Fredericks Street Moreno Valley, Ca_ 92553 (951)413-3502 7 DESIGN Ci OM=1- STATFMFI fA'OF_O UAL 1F1CA770NS • Heroes Park Improvement Project, Lake Forest, C.A.. — Responsible for the design and preparation of construction documents, concept development, construction management and inspections services required for the construction of a 2,000 foot access road, a one hundred(100) stall parking lot expansion, landscape improvements, parking lot/trail lighting improvements and Orange Coumy PF&RD access/trail improvements within an Orange County Flood Control retarding basin. An extensive system of access ramps, stairs and retaining walls were required to accommodate the expanded parking lot facilities. 777e project required presentation of concept alternatives to the Parks and Recreation Commission for the City of Lake Forest and the Orange County Trails and Harbor Commission for the Orange Count PF&RD. Project Team: Client: David M. Cosper, P.E.--Project Manager/Engineer City of Lake Forest Joshua D.Cosper, E.LT—CADD Designer Public Works Department Donna A. McConaughy—Utilities Robert Woodings, P.E--City Engineer Edward J. Bonadiman, P.L.S.—Survey Manager 25550 Commercentre Drive, Suite 100 Lake Forest, Ca. 92630 949-461-3480 • Bristol Street Slope Stabilization Project, Orange County, CA.—Responsible for the preparation of a materials report, project concept report, structural calculations for jive (5) alternative slope stabilization designs, (PCC cast-in place, PCC pre-casr using reinforced soil, modular retaining block, landscaped slope and deepened fence foundation), design and preparation of construction documents for slope stability improvements ro a 1,000 foot long by 25 foot high section of the John Wayne Airport along Bristol Street, in Orange County. Project required close coordination with a number of homeowner associations south of the Airport, the Orange County Public Facilities and Resources Department(PF&RD), the.fohn Wayne Airport staff, Caltrans and FAA. Project Team: Client: David M. Casper, P.E.—Project Manager/Engineer John Wayne Airport Joshua D.Cosper, E.I.T.—CADD Designer David McMiller, P.E.—Project Manager Donna A. McConaughy—Utilities 3160 Airway Avenue Costa Mesa, CA 92626 949-252-6046 • Rockfeld Avenue Wall Improvement Project, Lake Forest, CA. —Responsible for the design and preparation of construction documents, including the preparation of structural calculations, required to remove approximately 100 feet of an existing property line wall at the intersection of Roclfzeld Avenue and Cavanaugh Drive that did not meet current local code requirements, replace it with an approved structural wall meeting current code requirements and install landscape/irrigation improvements in front of the wall. A portion of the wall was designed to retain approximately 4 feet of soil. Also provided construction management and inspection services for the City in completing the project. Project Team: Client: David M. Cosper, P.E.—Project Manager/Engineer City of Lake Forest Joshua D. Cosper,E.I.T.—CADD Designer Public Works Department Donna A. McConaughy—Utilities Robert Woodings,P.E.-City Engineer 25550 Commercentre Drive, Suite 100 Lake Forest,Ca. 92630 949-461-3480 8 DESIGN GRi2HE=-- STATENIENT OF QUALIFICATIONS • Floe Packer Park Improvement Project,Lake Forest, CA.—Responsible far developing alternative concepts, design and preparation of plans, specifications and estimates required for the one (I)-acre parkway between Packer Drive and Floe Drive in the City of Lake Forest Project eliminated a dead- end portion of Packer Drive and replaced it with this fully landscaped parkway with a pedestrian access way to Flow Drive. Project also addressed existing flood control issues between the two (2) streets. DMC also provided construction oversight and management service far this project in the City of Lake Forest. Project Team: Client: David M.Cosper,P.E.—Project Manager/Engineer City of Lake Forest Joshua D.Cosper, E.I.T.—Design Manager Public Works Department Donna A. McConaughy,—Utilities Robert Woodings, P.E.-City Engineer Edward Bonadiman, P.L.S.--Survey Manager 25550 Commercentre Drive, Suite 100 Thomas Doczi, P.L.A.—Landscape Architect Lake Forest,Ca. 92630 949-461-3480 • Pepper Street Rehabilitation/Widening Project, Moreno Valley, CA. — Responsible for the preparation of a materials report, hydraulic/drainage report, project concept report, design and preparation of final plans, specifications and estimates required for widening and rehabilitation improvements of a 600 foot portion of Pepper Street, from: Alessandro Boulevard to Sherman Avenue, in the City of Moreno Malley. Project also required the preparation of right-of--way documents, and completion of a hydraulic/drainage study to determine local drainage impacts of proposed improvements. Because of the impacts to the abutting residents, DMC was required to meet with and discuss the potential impacts of the project to the residents. Project Team: Client: David M. Cosper, P.E.—Project Manager/Engineer City of Moreno Valley Public Works Dept. Edward J. Bonadiman, P.L.S.—Survey Manager Chris Wiberg, Senior Engineer Joshua D. Cosper, E.I.T.—CADD Designer 14177 Frederick Street Donna A. McConaughy—Utilities Moreno Valley, CA 92552-0805 951-413-3135 • Club Drive Entry Gate/Manitou Drive Entry Gate Modification Project, Indian Wells, CA.— Responsible for landscape and lighting concept plans, design, preparation of construction documents, bid administration, construction management and inspections services required for enhancement improvements for the Tire Access Maintenance District envy gates at Club Drive and Manitou Drive. Improvement including landscaping replacements, lighting improvements, structural wall extensions and fountain modifications. Project Team: Client: David M.Cosper,P.E.—Project Manager/Engineer Fire Access Maintenance District No. 1 Joshua D. Cosper, E.I.T.—CADD Design Board of Directors Donna A. McConaughy—Utilities Harold Joseph, Chairman 77-203 Iroquois Drive Indian Wells, CA 92210 760-772-1877 DESIGN GROU SCOPE OF SERVICES PROJECT UNDERSTANDING Our Project Team has thoroughly reviewed the City of Palm Springs' Request for,Proposals (RFP) 902- 08—Professional Engineering Design and Survey Services (Downtown Trash Enclosure Adjacent to Parking Structure). Members of our Project "team conducted numerous site visits of the project site between October 11, 2007 and October 17, 2007 and reviewed available record information, including Assessor Parcel Maps and aerial photos of the site. Specific questions regarding the project scope and parameters were discussed with Mr_ Craig Gladders, Procurement and Contracting Manager for the City of Palm Springs. An existing trash enclosure is located southwest of the Fisherman's Market Restaurant, near the rear of a multi-level parking structure at Indian Canyon Drive and Baristo Road in the City of Palm Springs, CA. The trash enclosure serves several restaurants in the immediate area, including the Pomme Frite, the Chop House, the Thai House and the Village Pub. The City has identified the following three (3) specific concerns associated with the trash enclosure: 1. The trash is not adequately sized or located to handle the amount of use it gets. Often, the trash enclosure is riddled with loose trash and cardboard boxes that have not been properly broken down. Garbage odors have been an ongoing issue in the immediate area surrounding the trash enclosure. 2. The grease disposal system located within the trash enclosure is used by several restaurants. The grease disposal container is not contained within an adequate spill control facility. On occasions, this deficiency has allowed grease to drain directly into the storm drain system. 3. The appearance of the area immediately surrounding the trash enclosure's lacks the quality that the surrounding neighborhood of restaurants requires. City staff has prepared conceptual plans of the trash enclosure redesign. The conceptual plans show the required facilities, access gates and required utilities/services within the trash enclosure. The design will specifically include, but not be limited to: ❑ The height of the enclosure walls shall be increased from 6.5 feet to 10.0 feet using steel mesh material with finish to match the adjacent parking structure's exterior finish and shall have a roof; ❑ A portion of the south wall shall be removed acid replaced with 10-12' wide gates for truck access to new compactors/containers; ❑ Relocation of an existing hose bib ; ❑ A tank-less hot water heater with hot water supply to the relocated hose bib; ❑ Installation of a keypad/keycard gate locks to restrict pedestrian access to the trash enclosures to authorized officials and users(2 locations); ❑ Installation of electrical power to operate lighting and compactors, and incorporate solar power where feasible; o New disposal containers and compactors within the trash enclosure with odor control, recycling bins for glass and plastic with adequate utilities. (t is understood the City has already selected the compactors and recycling containers to be housed in the trash enclosure_ The Consultant shall coordinate with the vendor to ensure the trash enclosure is designed with adequate space to accommodate these disposal facilities.); ❑ A grease disposal container in separate containment area with a curbed enclosure and protective liner. 10 DESIGN GRWfF SCOPEOFSERVIC&S Storage for City equipment/supplies in a secured(locked) area within the trash enclosure. The City requires the services of a Professional Engineering Consultant to conduct a detailed survey of the study area to properly delineate the property boundaries with the study area and cant'out the detailed design of the trash enclosure. Specifically, the Scope of Work to be completed by the Professional Engineering Consultant shall include at least the following four(4) Primary Tasks: 2. Finalize Design Concepts Prepared by City Staff; 3. Topographic/Boundary Survey of the Study Areas; 4. Final Design (Plans, Specifications and Estimates); 5. Construction Administration. MANAGEMENTPLAN DMC's project approach is based upon a proactive Project Management Plan that originates with our Proposal and is finalized and initiated with the Notice to Proceed. In summary, our Management Plan will communicate to each member of the Consultant Team the organization and communication procedures, task descriptions and assignments, schedule requirements, cost and resource budgets, project data and design guidelines. One of the key steps in preparing a useful Management Plan is the development of a detailed Project Work Plan. To develop this plan, a series of interface meetings will take place among the members of the Consultant Team to clearly identify the multiple activities required to complete this project. These activities will include not only specific project tasks, but also agency reviews and approvals, quality control processes and milestones for deliverables. Assignment of responsibilities for each activity will also be designated, as generally shown on the proposed Organizational Chart for this project. Modifications to the Organizational Chart will be made, as needed, to strengthen the Consultant Team's ability to immediate project needs and as identification of specific requirements are identified. In developing this detailed Project Work Plan, many of the potential project constraints are identified, ways to expedite this project are developed, and the avenues of communication among team members are increased at this initial stage of the project. The ability to clearly communicate information, such as scope, cost, schedules, and technical matters, is a vital element of any project. A coordinated effort among the various team members is required to achieve an integrated program that, in turn, is necessary to deliver quality services within strict budgetary and time constraints. Coordination requires effective and frequent communication among Consultant Team members. Key to the entire Management Plan and subsequent success of this project is the role of the Project Manager. The Project Manager is responsible for oversight and coordination of all project activities, meshing the technical requirements through a proactive, hands-on management approach. The Project Manager is the sole contact person between DMC and the City, interfacing with all City departments as well as with outside utility agencies. The Project Manager will be responsible for project documentation, including scheduling, preparation of agendas and meeting notes, and assignment of action items for meetings between City staff', sub-consultants and other agencies. QUALITY CONTROL Once the final work plan is completed and final Consultant Team assignments communicated to each Consultant Team Member, DMC will develop a defined Quality Control (QC) Plan specific to this project. The QC Plan will guide the Consultant Team in the management and implementation of quality throughout the life of this project, not to merely"check it"at the end of this project. The preparation and implementation of the QC Plan will be integrated into the work plan and a specific task and will be applied continuously and at strategic points in the work process by Consultant Team Members. The QC Plan will include procedures for both administrative and technical controls, such as project files, routing 11 91 IMSSIGN GNffi SCOPEOFSERVICGS of correspondence, checking/back-checking procedures, design notebooks, check lists, etc. To ensure the process is developed and implemented by the Consultant Team, DMC will prepare a written copy of the QC Plan to the City during the initial implementation stages of the work plan. WORK PLAN The Scope of Services proposed for this project will consist of three (3) phases; Preliminary Design Concept, Final Design and Construction Administration (City's Option). Based upon our current understanding of the project requirements and needs, our Consultant Team proposes the following Work Plan for this project: PHASE 1—PRELIMINARY DESIGN CONCEPT Task 1.0.1--Project Management Task 1.01.01 - P_roiect Orientation Meeting— Prior to the start of the project, DMC will meet with Ivey personnel from the City of Palm Springs Community Redevelopment Department, Public Works Department and Building and Safety Department ("Project Team") to discuss in detail the expectations for this project and procedures to be used by DMC in completing the assignments of this project. Task 1.01.02-Project Meetings—The Project Manager will facilitate a number of necessary meetings to: • Resolve conflicting design issues; • Obtain record information and coordinate conflicting utilities with respective utility companies; • Coordinate with City staff, disposal equipment vendors, Palm Springs Disposal Services and local restaurants owners as required to determine project parameters and constraints, structure installation, operation and maintenance issues; • Present concept plans to City Staff/"Project Team"/City Council; • Provide monthly progress updates to key personnel; • Obtain necessary approvals and reviews by City staff members, Architectural Advisory Committee, Planning Commission and City Council. Based upon our current understanding of this project, the Consultant Team anticipates at least the following meeting schedule for this project: Meeting Description Nn.Or Mcoings Kick-Off Meeting I Project Team Design Meetings 6 Present Concept Plans 3 Total 10 Additional meetings, should they be warranted, will be conducted and the costs associated with those meetings beyond the number outlined above charged as an extra cost. For each meeting, agendas will be prepared by the Project Manager and will be provided at the meeting. Action items will be identified and properly assigned to Consultant Team personnel, staff or other agency personnel deemed most appropriate. The Project Manager will keep and prepare project-meeting minutes and submit to those in attendance within live(5)working days after the meeting. Task 1.01.03 -Project Schedule— Upon issuance of a Notice to Proceed by the City, DMC will prepare a control-level schedule, using Microsoft Project Schedules v. 4.0, detailing specific delivery dates and meetings. The schedule will be instrumental in providing the City of Palm Springs staff assurances of project schedule compliance. The schedule will be updated monthly and presented to the both cities digitally and in hard format at the monthly PDT meetings. Task.1.02 Research- DMC will research all available City, utility company and other agency records, as necessary,to secure all relevant information, clearances, and/or plan review services required to identify, locate and accurately lay out all improvements and easements, centerline, right-of-way limits and private property lines. DMC anticipates its research effort will include gathering the following information: 12 D DESIGN GfIIJ� SCOPE OFSERVICES o As-Built Drawings/Aerials o Pertinent In-Progress Drawings o Existing Geotechnical Reports o Assessor Maps o Existing Utility Drawings/Maps a Right-of-Way Record Maps o Available Drainage Reports o Existing Environmental Reports o Existing Traffic Studies/Data o Related City Reports o Flood Zone Designations o Records Of Surveys/Tract Maps o Intersection Ties a Benchmark Data o Field Notes Task 1.03 Site Visits (3) - Existing conditions and supporting improvements, such as pavement surface areas, curb, gutter, sidewalks and driveways, walls, stairways, mailboxes, trees, fences structures and existing landscaping will be inventoried. Pictures/videos will be taken of the entire project area to confirm existing conditions. Prior to the site visit, a meeting will be conducted with personnel from the city and representatives of the surrounding restaurants to review and identify additional issues regarding access, drainage, access, gates, mechanical equipment and other issues related to the proposed trash enclosure improvements. Task 1.04 Boundary Survey-DMC will establish the boundary of lands within the study area(as depicted in Figure I of the RFP) from a legal survey prepared under the direct supervision of a registered Civil Engineer authorized to complete a boundary map (pre-1982) or a registered Surveyor. The results of the survey will be depicted on a plan prepared in AutoCAD 2007, clearly identifying the boundary line(s),the location of existing parking structure and trash enclosure in relation to the boundary line(s) and surrounding buildings with access points to the Study Area. Task 1.05 Topographic Survey/Base ,Mapping - DMC will perform a topographic survey of the Study Area and beyond,as necessary,to establish vertical/horizontal control of the site and to accurately design the proposed trash enclosure improvements. The surveys will include all roadway, driveway, sidewalk, ramps and other public improvements, building corners and doorway entries, utilities and surface types. DMC will meet with appropriate officials from the City or Palm Springs and the County of Riverside to obtain benchmark data, intersection ties and other pertinent data relevant to this project. Utilizing research documents and Feld survey data, DMC will develop project area base maps at P=20' (max.) in AutoCAD 2007 on City title block sheets. The limits of the base map shall have the same beginning and ending points as the field survey limits. Task 1.06 .initial Utility Coordination - DMC will complete a detailed research of available records to identify ail utilities that may be impacted by the proposed improvements, including written contact, field reviews and mapping of the utilities. Specific subtasks include: • Preparation of a Utility Log— DMC will develop a complete Utility Log of all correspondence with utilities during the Preliminary Engineering phase of the project; • Identification/Notification of.Affected Utilities — DMC will develop a request for information letter and one(1)utility notice to be sent to the utility companies via certified mail; o Plotting of Utility Locations— DMC will review data received from the utility companies and plot information on the base sheets to be used in the preparation of the project plans; • Identification of Potential Conficts — Potential conflicts will be identified. The City and the utility will be immediately notified of known conflicts and plans sent to the utility and the City indicating the conflict. Task 1.07 Preparation of Concept Development Plans- Based upon the City's preliminary concept plan and discussions with City staff and surrounding property owners, DMC will prepare preliminary color concept renderings/illustrations of the proposed trash enclosure improvements for presentation to City staff, the "Project Team" and the City Council, as may be required, using appropriate visual aids, including drawings,slides and hand-outs. Task 1.08—.Presentation of Concept Development Plans- DMC will present concept plans to City staff and"Project Team" for review. Based upon comments received from City staff/"Project Team", concept plans will be revised and presented to the Architectural Advisory Committee/Planning Commission/City 13 DESIGN 6ai46 SCOPEOrSERVICE4 Council for review and approval. DMC will revise concept plans, as necessary. It is understood that DMC will obtain formal approval of the concept plans through the City's Major Architectural Approval process,up to and including formal approval by the City Council. PHASE 2—FINAL DESIGN Task 2.01 Utility Coordination - Potential conflicts will be highlighted on plans provided to utilities as part of the notification process, as outlined in Phase I, These plans will be submitted to the utilities at the 65%, 90% and final complete stages. DMC will prepare utility notification letters for each affected utility company. The attached plans will identify locations with the conflict areas clouded to clearly show the utility company the areas of conflict. The City will be immediately notified of known conflicts once identified. This information will be noted in the Utility Log. DMC will continue to coordinate with the utility until the conflict is resolved. Task 2.02 Preparation of Plans, Specifications and Estimates (PS&E's) - Utilizing the concept plans and design parameters developed in previous tasks, DMC will prepare clear, concise and accurate construction documents (PS&E's) For this project. In general, the construction documents will conform to the City of Palm Springs standards and practices. Task 2.02.01 -Plans—All civil improvements will be prepared using AutoCAD 2007 software on 24" X 36" sheets. The improvements will be prepared in plan sheet format only at a scale of I"=20'. The wall improvements will be prepared in plan format at a scale of I"= 20' with a profile of the wall included in strip format. Detail sheets will be prepared at a scale of 1"=20' or greater, as required. Based upon our current understanding of the project, DMC Design Group will prepare the following sheets: nescri0lian No.ar Sheen Title I General Notes I Details 2 Grading and Drainage Plan 1 Masonry Block Wall and Foundation Plan I Lighting and Electrical Plan I Water Plan I Equipment Lay Out Plan 2 Construction Staging I Total Sheets 11 Plans will be submitted to the City and affected utilities for review at the 65%, 90% and complete stages. DMC will submit four(4) sets of blueprints with each submittal, along with the previous red lined check prints. Comments received from the City will be incorporated into the plans. Final plans will be submitted to the City on Mylar wet stamped by the Project Engineer. Task 2.02.02 - Specifications, — Utilizing City boilerplates where possible, DMC will prepare Project Specifications for the project. The Project Specifications will be prepared in Microsoft Word 2003 format and will be submitted to the City for review at the 65%,90% and complete stages. Task 2.02.03 -Estinmies—DMC will prepare a comprehensive list of bid items,their quantities and unit costs and probable cost of construction and submit to the City for review. The final construction cost estimate shall be based upon and in agreement with the final estimated quantities shown on the bid sheet. The estimates will be prepared in Excel format and submitted to the City for review at the 65%, 90% and complete stages, or as otherwise requested. Backup data calculations by sheet and item will be prepared and submitted to the City upon request. Task 2.03 Bid,Assistance - DMC will assist the City in the bidding process by addressing questions regarding the plans and specifications through written responses, preparing and issuing Project addendums and attending and answering questions at the pre-bid meeting. 14 Dim- DESIGN GRME� SCOPE:OFSERVICE4 Task Z04 Prepare As-Built Plans—Upon completion of the project, DMC will prepare"As-Built"plans based upon red-lined plans of actual field conditions as provided by the City's construction Contractor. Task 205 Revise PS&H's for Rebid—Should the initial bid results require the construction documents to be revised, as deemed necessary by the City, DMC will revise the construction documents. PHASE 3—CONSTRUCTION.ADMINISTRATION(OPTIONAL) DMC can complete the following Construction Administration activities should the City decide to use DMC for these activities: Task 3.01 Bid Analysis—Review bids received and determine appropriateness of costs; Task 3.02 Pre-Construction — Coordinate and attend pre-construction conference, prepare meeting minutes and address Contractor questions and concerns; Task 3.03 Shop .Drawings — Review shop drawings submitted by the Contractor for conformance with construction documents; Task 3.04 Project Meetings — Coordinate meetings with City staff, Contractor and other agencies as required on a regular basis(twice monthly for 3 months) to update the status of the project; Task 3.05 Construction Monitoring— Provide inspections on a regular basis as agreed upon, to ensure the project is being constructed in compliance with the construction documents and to the City's satisfaction; Task 3.06 Final .inspection — Recommend and schedule, with City and applicable agencies, a final inspection of the project; Task 3.07 Plant E'stablisl:ment — Provide monitoring of the installed landscaping and irrigation improvements during the maintenance and plant establishment period. It is understood that if the City elects to have DMC complete these services, it will negotiate the construction administration phase costs upon completion of the design phase. DELIVERABLES It is anticipated the following deliverables, at a minimum,will be made by DMC to the City: Project Coordination - Project coordination, attendance at required meetings and presentations of preliminary and final project drawings; Boundary Survey - Complete and professional engineering survey of the boundary between the Triangle Parcel and the Plaza Villa Condominiums; Concept Plans- Preliminary concept drawings and renderings, as required and necessary to obtain approvals of City staff, the "Project Team", the Architectural Advisory Committee, the Planning Commission and the City Council. Construction Documents Plans - Preliminary plans shall be submitted to the City for review and comment on standard 24" X 36"City title block sheets for review and comment. Final plans shall be submitted on reproducible Mylar sheets and in AutoCAD 2004 format drawing files on computer disks. Specifications- Project specifications shall be submitted to the City for review and comment in a format and style to be provided by the City in Microsoft Word 2003. Final specifications shall be submitted to the City on computer disk and in reproducible form, including all appendices. Estimates - A preliminary cost estimate shall be submitted to the City for review and comment with the preliminary plans (165% complete) and shall include estimates for each item of work indicated in the project specifications. A final cost estimate shall be submitted concurrently with the final plans and specifications. 15 DESIGN G1�i!)D.� SCOPEOFSERMEs Construction Administration - Construction inspection and management, construction administration record files, files and documentation obtained during the course of the construction phase of the project shall be provided to the City in an organized and indexed notebook format, including all contract information required by federal, state and local regulations. 16 DESIGN 01122Z� FTavd Svetlula Jul![0.20V Prales:ioeal EO'naenn3 N.O.aad E.11 San'.. RFP F➢2-05 Carl TTah EnCesure Aa.sl Sa PuJng Slndura `07 OG'07 I Nov GT Oen'O! J>Y00 Feb m N'oB Rpr VS May W ID Taa%Nan^ OursLon Smd honor IV I"e61 2 1 9 15123 30 ] I fa 1211261 4 111 is 25;2 9 S 16 211 W 16 I I3 I 20 1R 13 1 1011]1 2a 1 2 19 116 I IW 6 113 2B'.P A 111 10 Iu 1 PR0.5E 1.PRE WHART 0E61C.Y CONCEPT fah dayzT Men f1f12VT Pr151]3108 PRASEI-VR LIM"VARY EESICN CONCEPT 2 TASK]A1 Protect Manama ert - - 1C0 tlapsY Mon,IRDl! Ftl5RBN9 3 TASK 102° _.'_r[M1 Sdays Mcn 11V12N3 Fn LU111 1 1102■TASK 1.02 R..h TASK 1.036Ba Y'4 Be deys Watl 1fl14Gi Fr1211l09 5 TASK1031nfl 1Sla VLe l Odals !Vfal LKl0.W ' Nktl 11110. 11014♦TASK IX3 Wba1 SRa P¢31 6 TASK 1.03Sewntl Stle Ysds2 Otlays V.kd 12y14]p il'Y]1]J1410] 1Z'f9 .TA5%10.SSaond Slle Vlsi52 T TASK 1.[3 Ch.PYrilx A Sr- Oeays Fn w1l00 Fn b1N9 Z1 .TASK 1.03 CY kPlans xrth BlL= a TASK"Boundary Eerery 10 Lys F.A.11119f➢y F.If'dria_ 11119_TASK I"Beuntlary Sun I 9 TASK105 TnpwgraphlcSrrsreyiEs=Yapping Wdars 65nn IIY.6llT Fn 11PGOT 11119_TASK 1.05 Tc GSls Sun,�Mapplcq - 30 Ja - Mon 3111ZW Fn 12R1,V! 11012 TASK 1.06Ir4al W ityr Coortlsahon 10 TASK 106 lnIh.1 UH14 C.MII Jon !'- f1 'fA5K1.P]Prep atlon MEonceF3Drvelopnen[Frans 1Sdo, Mcn 1Y17 Fn VRllO] 1213'TPSK].OiPrtpa211onof ConcepLBawlo➢meniPlars 12 : TASK MPrese Lnrx nlaPon afapt DeveaPrri lPlarS UC_ys Nu111f1 b➢i n11n"17 11112'TASK].09 Prss-nlahaa M Cons-pl Derelopmerrt Plans 13 Ohlam MafnAlcTilecwr=1Appm'al olPm ect Conxpls Otl7s Fn 112[.9T Fn'sld69T 11130 `OECun Major Archilec[ualAppmrsl of Pralect[nmepls to — 15 LPHMSE 2-F18 nuiGH 55 tlays Mon 12Z6T PH Z29N9 { P1lgSE2 FlWLDESIGN� y 16 1 SAS%2.91 ll01[ty CaoMlnaMn 65 F_ys Nm 12R'02 Fn 229'00 1Z3 TASK 3.0f Ifllll[y CecNlnaOca 17 TASK Z02 Pray PES£'e 65 tlays Mon 1L!,lli Fe NS.YB 1Z3 TASK 2.G2 P¢pom PSIE'] 10 Task2 11IPrepare 15 CemptM PESE' 20 tlap_ Ma 12y 7 Fn 1220iGT IZ3 Ta x32 0i prepa.E554 Co alto PSSE's 19 CITY REVIEW OF ESSL PL RS AH9 ESTIA'ATES 30 tlays Mcn 121IDlY F.1l11,03 12111 O LITV RENEW OF 65%FNN6 AND EST3MATe5 20 Tas1112 Pmp:a 9.1:i CceFls!a PSSEs 15 Lys I.an 1f1409 Fn 2JLV3 1ff1-TaekL mFrcpare 00%OcmReta psaE 21 CTfT REWEIYOF90%Cw Meta PSSE'S 10tl31s Non 2l0A4 F0 Z1419 L9�LIttR£VIEWCF 9055Cnmple6 P6dE'6 22 1a1142.0203 Prrcpare,as SuhmJ Find PESE6 10 tlay_ Moa S19,Yd Fn2491➢0 Z10_Task 2.02.03 Prepare aN SnL R Fme1 PSLs Od 23 FRML PSSES SOBM.1riED TO CITY ay s Fn2RA109 Fn2Q9,1.41 FlHALPSSES 6BBMI7,cOTO[IiY+ 929 DavAmL -,r,P%Pmv]1,1.1s1 D.'LCTASK C"TAS'{ 0 CALTRA.H6TA9K0 Nqu.' a . E"., DLIC LL yn Gmup,La P�arx sa<ama ' Page 17 DAVIDM COsPER,P._ EDUCATION: M.P.A., 1992,Public Administration California State University,Hayward B.S., 1981,Civil Engineering University of California,Davis AFFILIATION: American Public Works Association American Society of Civil Engineers American Public Works Association Delegate—Citizen to Citizen Program to the People's Republic of China REGISTRATION: California Registered Civil Engineer License No.38022 EXPERIENCE: Mr. Cosper has more than twenty-five(25)years of professional civil engineering experience in California in the public and private sectors. Mr. Cosper has served as Director of Public Works for three California cities. His experience includes planning,design,and management in the engineering disciplines of streets and highways,water systems,drainage and flood control, pavement management system, traffic signals, parks and landscaping, operations and maintenance, special assessment districts,and construction management. Specific assignments have included the fallowing: ❑ Project Manager/Engineer,Mesquite Avenue Widening/Storm Drain Improvement Project,Palm Springs,CA— Responsible for the preparation of right-of-way maps and utility relocation, geoteclmical investigations, storm drain alignment studies, roadway widening and rehabilitation designs and preparation of construction documents required for construction of 0.75-miles of roadway widening and resurfacing improvements to a portion of Mesquite Avenue, 0.5- mile5 of raised landscape median/parkway improvements and 1 25-miles of 66-inch storm drain improvements in the City or Palm Springs. This project was awarded APWA Project ofthe Year. ❑ Project Manager/Engineer, Vista Chino Road/Sunrise Avenue Intersection Widening and Traffic Signal Modification Improvement Project, Palm Springs, CA — Responsible for the design and preparation of final plans, specifications and estimates required for roadway widening improvements to a 750-foot portion of Vista Chine Road (State Route 111) and a 500-foot segment of Sunrise Way and traffic signal modifications necessary to accommodate a right turn lane and the addition of through lanes on each street. The project required the relocation of an existing catch basin. All improvements constructed within the Vista Chino Road(SR 111)right-of-way required Cahrans review and approval. Cl Project Manager/Engineer, Moreno Valley Electrical Substation and Switch Yard, Moreno Valley, CA — Responsible for the preparation of a drainage report, a project concept report, and design and preparation of final plans, specifications and estimates required for the 81,000-5f sub-station and switchyard. Project required the design of over six (6)acres of grading, street improvements, wood-crete perimeter wall with pier foundations, four (4) retention basins of over 65,000-ef in total size, a 200-foot long bio-retention basin for water quality management purposes, and erosion control/SWPPP measures. ❑ Project Manager/Engineer, Heroes Park Improvement Project' Lake Forest, CA. — Responsible for the design and preparation of construction documents, concept development, construction management and inspections services required for the construction or a 2,000-foot access road, a one hundred (100) stall parking lot expansion, landscape improvements,parking lot/trail lighting improvements and Orange County PF&RD access/trail improvements within an Orange County Flood Control retarding basin. ❑ Project Manager/Engineer, Bristol Street Slope Stabilization Project, Orange County,CA.—Responsible for the preparation of a materials report'project concept report,structural calculations for five(5)alternative slope stabilization designs, (PCC cast-in-place, PCC pre-casr using reinforced soil, modular retaining block, landscaped slope and deepened fence foundation), design and preparation of construction documents for slope stability improvements to a 1,000-foot long by 25-foot high section of the John Wayne Airport along Bristol Street,in Orange County. ❑ Project Manager/Engineer, Club Drive Entry Gate/Manitou Drive Entry Gate Modification Project, Indian Wells,CA.—Responsible for landscape and lighting concept plans,design,preparation of construction documents, bid administration,construction management and inspections services required for enhancement improvements for the Fire Access Maintenance District entry gates at Club Drive and Mauitou Drive. Improvements including landscaping replacements, lighting improvements,structural wall extensions and Fountain modifications. - 9TWU_ DESIGN GROUP- JOSHUAD.Cos,-Ei,RE EDUCATION: Engineering Studies: University of California,Irvine—B.S.Civil Engineering REGISTRATION: California Registered Civil Engineer License No.71667 EXPERIENCE: Mr. Cosper is a member of the Board of Directors for DMC Design Group, Inc, and is the Vice President in charge of Design/CADD productions. Mr. Cosper has eight years (8)years of progressively responsible design experience for a variety of civil engineering projects. He has become a specialist in the development of accurate CADD drawings for public improvement projects and is responsible for menioring our team of CADD specialist in the latest uses of AuioCAD and MicroStation. Mr.Cosper is currently assigned to or has recently completed the following projects: ❑ Design Manager, Vista Chino Road/Sunrise Avenue Intersection Widening and Traffic Signal Modification Improvement Project, Palm Springs, CA —Responsible for the design and preparation of final plans, specifications and estimates required for roadway widening improvements to a 750-foot portion of Vista Chino Road (State Roure 111) and a 500-foot segment of Sunrise Way and traffic signal modifications necessary to accommodate a right turn lane and the addition of through lanes on each street. The project required the relocation of an existing catch basin. All improvements constructed within the Vista Chino Road (SR 111)right-of-way required Calrrans review and approval. ❑ Design Manager, Moreno Valley Electrical Substation and Switch Yard, Moreno Valley, CA — Responsible for the preparation of a drainage report, a project concept report, and design and preparation of final plans,specifications and estimates required for the 81,000-sf sub-station and switchyard. Project required the design of over six (6) acres of grading, street improvements, wood-crete perimeter wall with pier foundations, four (4) retention basins of over 65,000-cf in total size, a 200-foot Iona. bio-retention basin for water quality management purposes, and erosion control/SWPPP measures ❑ Design Manager, Floe Packer Park Improvement Project, Lake Forest, CA. — Responsible for developing alternative concepts, design and preparation of plans, specifications and estimates required for the one (I)-acre parkway between Packer Drive and Floe Drive in the City of Lake Forest. Project eliminated a dead-end portion of Packer Drive and replaced it with this fully landscaped parkway with pedestrian access way to Flow Drive. Project also addressed existing flood control issues between the two streets. ❑ CADD Manager, Mesquite Avenue Widening/Storm Drain Improvement Project, Palm Springs, CA — Responsible for the preparation of right-of-way maps and utility relocation,geotechnical investigations,storm drain alignment studies,roadway widening and rehabilitation designs and preparation of construction documents required for construction of 0.75-miles of roadway widening and resurfacing improvements to a portion of Mesquite Avenue, 0.5-miles of raised landscape median/parkway improvements and 1.23-miles of 66-inch storm drain improvements in the City of Palm Springs. This project ivas awarded APWA Project of the Year. ❑ CADD Manager, Pepper Street Rehabilitation/Widening Project — Responsible for the preparation of a materials report, hydraulic/drainage report, project concept report, design and preparation of final plans, specifications and estimates required for widening and rehabilitation improvements of a 600-foot portion of Pepper Sheet, from Alessandro Boulevard to Sherman Avenue, in the City of Moreno Valley. Project also required the preparation of right-of-way documents, and completion of a hydraulic/drainage study to determine local drainage impacts of proposed improvements. Because of the impacts to the abutting residents, DMC was required to meet with and discuss the potential impacts of the project to the residents. ❑ CADD Designer, heroes Park Improvement Project, Lake Forest, CA. — Responsible for the design acid preparation of construction documents, concept development, construction management and inspections services required for the construction of a 2,000-fool access road,a one hundred(100)stall parking lot expansion,landscape improvements, parking lot/trail lighting improvements and Orange County PF&RD access/trail improvements within an Orange County Flood Control retarding basin. DESIGN GRfl DGNNAA MCCONAUGHY EDUCATION: A_A., 1978 General Studies Lassen Community College EXPERIENCE: Ms. McConaughy is the owner of DMC Design Group, Inc. and is responsible for the day to day direction of the firm's resources. She has ten (10) years of experience in utility coordination and specification preparation for numerous civil engineering projects, especially in the area of street resurfacing projects. Through her efforts to coordinate resurfacing projects with utility companies, Ms. McConaughy has developed an extensive database of utility contacts in Orange, Los Angeles, Imperial and Riverside Counties and has been very successful in having utilities respond to utility notifications. The skills and experience she has developed over the last ten (10) years allows her to quickly obtain record plans and research documents necessary for resurfacing projects. Ms. McConaughy was responsible for coordinating utilities and/or preparing technical specifications for the following projects: ❑ Vista Chino Road Widening and Traffic Signal Modification Improvements,Palm Springs,CA; ❑ Moreno Valley Substation and Switch Yard Improvement Project,Moreno Valley,CA.; ❑ Mesquite Avenue Widening Improvement Project,Palm Springs,CA; ❑ 5°i Sneer Reconstruction Project,City of Calimesa,CA; ❑ Boeing Street/MCDonnel Street Sidewalk Improvement Project, Moreno Valley,CA; ❑ Pepper Street Widening and Rehabilitation improvement Project,Moreno Valley,CA; ❑ Perris Boulevard Rehabilitation/Widening Project,Moreno Valley,CA; ❑ Elsworrh Sireet/Sherman Avenue Widening/Rehabilitation Project,Moreno Valley,CA; ❑ Iris Avenue Improvement Project Phase I and 2, Moreno Valley, CA; ❑ Main Street Resurfacing Project(AHRP Funded),Orange,CA; ❑ Prospect Street Resurfacing Project(AHRP Funded),Orange,CA; ❑ Yorba Street Resurfacing Project(AHRP Funded),Orange,CA; ❑ Hewes Street Resurfacing Project(AHRP Funded),Orange,CA; ❑ East Main Street Reconstruction Project,Barstow,CA; ❑ Bake Parkway Rehabilitation Project(AHRP Funded),Lake Forest,CA; ❑ Malan Street Improvement Project,Brawley,CA; ❑ Bouquet Canyon Road Widening/Resurfacing Project, Santa Clarita,CA; ❑ Verdun Avenue Rehabilitation Project,Baldwin Hills,CA; ❑ Marvale Drive Reconstruction,Baldwin Hills,CA; ❑ Carson Street Rehabilitation Improvement Project,Carson,CA; ❑ Westminster Avenue Rehabilitation Improvement Project,Long Beach,CA; ❑ Avenue F-8 Reconstruction Project,Lancaster,CA; ❑ Avenue G Construction Project,Lancaster,CA.; ❑ Heroes Park Improvement Project,Lake Forest,CA.; ❑ Floe Packer Park Improvement Project,Lake Forest,CA; ❑ Club Drive Gate Entry/Manitou Drive Gate Entry Improvement Project,Indian Wells,CA.; ❑ Bristol Street Slope Stabilization Project,Orange County,CA. PES/GN Gl�ge1 EDw RDJ.BONf1D&LiN,P.L.S. EDUCATION: Masters Business Adminlctretion/Mauagemerit California State University—San Bemardino,San Bernardino,CA B.A.,Business Administration/Management California State University—San Bernardino,San Bernardino,CA. REGISTRATION: California Registered Land Surveyor License No.L-7529 EXPERIENCE: Mr. Bonadiman has been working in the Land Surveying field for over fourteen (14) years. He has provided land- surveying services with Real Time kinematic G.P.S. equipment since 1994. His understanding of the latest equipment, features, benefits, and limitations has made Mr. Bonadiman a valuable asset on any project. Mr. Bonadiman has worked extensively throughout the western United States, and is currently preparing record of surveys, parcel maps, tract maps, large area verticzUborizontal control plats and construction staking from their office in San Bernardino. Mr. Bonadiman has acted as the Survey Manager on the following DMC sponsored projects: ❑ Survey Manager, Vista Chino Road/Sunrise Avenue Intersection Widening and Traffic Signal Modification Improvement Project, Palm Springs, CA — Responsible for control and topographic surveys and right of way mapping required for the design and preparation of final plans, specifications and estimates required for roadway widening improvements to a 750-foot portion of Vista Chino Road(State Route 111)and a 500-foot segment of Sunrise Way and traffic signal modifications necessary to accommodate a right turn lane and the addition of through lanes on each street. Also responsible for the preparation of a pre- development and post-development A.L.T.A. Map and lot line adjustments to development adjacent to this segment of Vista Chino Road and Sunrise Avenue. ❑ Survey Manager, Pepper Street Rehabilitation/Widening Project, Moreno Valley, CA. — Responsible for control and topographic surveys and right of way mapping required to design and prepare final plans, Specifications and estimates required for widening and rehabilitation improvements of a 600-foot portion of Pepper Street,from Alessandro Boulevard to Sherman Avenue, in the City of Moreno Valley. ❑ Survey Manager, Pace Road Water and Sewer System Improvements, Moreno Valley, CA — Responsible for field surveys and topographic mapping required to design and prepare construction document required for approximately 750 feet of 8" sewer main and the extension of approximately 600 feet of 12" water in the City of Moreno Valley. ❑ Survey Manager, Graham Street Water Improvements, Moreno Valley, CA--Responsible for field surveys and topographic mapping required to design and prepare construction documents required the abandonment of approximately 1,200 LF of existing undersized 4" water main and construction of a 800 LF extension of a 12" water main. The project also included the replacement of twenty (20) service laterals and three (3) fire hydrants. Project required close coordination with Eastern Municipal Water District. ❑ Project Manager/Engineer, East Main Street Reconstruction Project, Barstow, CA — Responsible for field surveys and topographic mapping required to design and prepare construction documents, including working centerline profiles, driveways profiles and 50 foot O.C. cross sections, for construction of roadway reconstruction improvements to a 0.50 mile portion of East Main Street(Historic Highway 66)in rho City of Barstow. ❑ Survey Manager, Boeing Street and McDounel Street Sidewalk Improvements, Moreno Valley, CA — Responsible for field surveys and topographic mapping required to design and prepare final plans,specifications and estimates for sidewalk improvements to 800-foot segments of Boeing Street and MCDonnel Street, from Adrienne Avenue to Bay Avenue,in the City of Moreno Valley. ❑ Survey Manager, Iris Avenue Improvement Project,Moreno Valley,CA.—Responsible for field surveys and topographic mapping required for the design and preparation of final plans, specifications and estimates for overlay,reconstrucrion,widening and traffic signal improvements of a 0.5-mile portion of Iris Avenue, from Indian Street to Penis Boulevard,in the City of Moreno Valley. DESIGN G@4HR�n Revised: 3/23/07 EXHIBIT "D" SCHEDULE OF COMPENSATION 524762,1 DMC Design Croup,Inc. iVtlaple Centre N " 170 N.Mapk St,Suite 11071 Corona, CAA 92880 DESIGN G 0510 54�8ll00 Fax Q95ll)549-8102 October 18,2007 Craig L. Gladders,Procurement and Contracting Manager City of Palm Springs Division of Procurement and Contraction 3200 East Tahquitz Canyon Way Palm Springs,CA 92262 RE: Fee Proposal(Revised 10l24/07)-Professional Engineering Design and Survey Services RFP 402-08 (Downtown Trash Enclosure Adjacent to Parking Structure) Dear Mr. Gladders: DMC Design Group will provide the following services, as outlined in our October 18, 2007 proposal for the referenced project for the following"Not to Exceed"fee: Phase 1 —Preliminary Design Concept Task 1.01 Project Management $4,150 Task 1.02 Research $1,780 Task 1.03 Site Visits (3) $2,670 Task 1.04 Boundary Survey $2,620 Task 1.05 Topographic Survey/Base Mapping $4,000 Task 1.06 Initial Utility Coordination $1,080 Task 1.07 Preparation of Concept Development Plans $4,280 Task 1.08 Presentation of Concept Development Plans S1,240 Phase 1 Labor Costs S21,820 Phase 2—Final Design Task 2.01 Utility Coordination $600 Task 2.02 Preparation of Plans, Specifications and Estimates $21,210 Task 2.03 Bid Assistance $1,480 Task 2.04 Prepare"As-Built"Plans S1,420 Task 2.05 Revise PS&E's for Rebid $1,710 Phase 2 Labor Costs $26,420 Total All Phases S48,240 Direct Costs $4,500 Total Fee S52,740 F 1MARKEIIOMCCJD701L 7 1 RASFI ENCLOSUM ENOINEEREP MPROPOSALN71TI REVISED=LCTiLtLOOC October 19,2006(Revised October 24,2007) Page 2 Attached is a Resource Matrix detailing Task Costs by Position. This Resource Matrix will be used to monitor DMC's costs. Each month, the matrix will be updated to show actual hours expended for each task. The updated Matrix will be provided to the City with the monthly invoice for verification of effort. Should a task begin to exceed the estimated costs originally assigned to that task,as outlined in the Matrix, DMC will review the remaining effort required to complete the task to determine if there are sufficient resources within the task to complete it. Should it appear there are not enough resources to complete that task, DMC will review resources remaining for other tasks to determine if surplus resources can be applied to the deficient resource. It is DMC's goal to maintain the project costs as outlined in this proposal and DMC will make every effort to keep its projected costs within the limits of this proposal through this monthly review process. However, should additional services outside those described in our proposal be required of DMC and there are not adequate resources within the existing fee structure as outlined in the Resource Matrix, DMC will request additional fees for these services. We look forward to working with the City of Palm Springs and would very much like to discuss providing our Engineering Design and Survey Services on the proposed downtown trash enclosure improvements. Should you have any questions or concerns, do not hesitate to contact me. DMrely, east Group C. David M_ Cosper, P.E. Principal ATTACHMENT Resource Matrix Hourly Rate Schedule [DESIGN GKR9L SCHEDULE,OF HOURLY BMLING RATES This hourly rate schedule is a part of DMC Design Group's proposal for Professional Engineering Design and Survey Services For The Downtown Trash Enclosure Adjacent to the Parking Structure—RFP 02-08 in Palm Springs, Ca., as outlined in our October 18, 2007 submittal to the City of Palm Springs and will be used to invoice the City of Palm Springs for monthly progress payments and extra work incurred for the duration of the project. OFFICE PERSONNEL Expert Witness/DeposiLions .............................................................................................................................S225/hr Litigation Consultation................................ ..... ............................... . ............................ ..........S200/hr PrincipalConsultant.................... ...................................................... .. .................................................S175/hr ProjectManager........................................................... . ............................................................. . .........S 155/hr ProjectEngineer. ..................................................... .................................................................. ...............S130/hr TrafficEngineer.................. ........................... ........................................... • ...............................S110/hr ElectricalEngineer. ............................................................................................................... .. ... .........S110/hr CADDManager.............. .................................................... ...................................................... .........$110/hr DesignEngineer...................................... ....................................................... ......................................... $110/hr CADDOperator................... .............................................. ....................................................... ... S90/hr Traffic Signal Systems Specialist........... ............................................. ..................................................... S90/hr UtilityCoordinator................. .......................................... .... • ............................................... . S75/lu Technician............................................................... • .................... ................... ............................ S65/hr WordProcessor........................... .............................................. ............................................... ... S55/hr Clerical......................... . ............................................................................................. ............................... $30/hr FIF.I.D PERSONNEL SurveyManager................................... ............................................... ...........................................................$110/hr Two-Man Survey Party w/Vehicle&Equipment........................ ........... ......................................................S195/hr Three-Man Survey Party w/Vehicle&Equipment..........................................................................................S225/hr FieldTechnician............ • . ............................................... .............................................. •. .S60/hr PublicWorks Inspector............................................................ ............... ....... ............................................$70/hr SUPPORT&MISCELLANEOUS COSTS CADD Work Sration/Plotter................. • ........................................ • .................................................... $25/hr ComputerTime................... ....................................... ..... .......................................................... ..... S16/hr Electronic Distance Measuring Equipment..........................................................-........................................... S55/hr SurveyTrucks................................. • ................................................... ................................................$0.50/milt OtherVehicles................................... .................... ..... .................................................... .$0.36/mile NuclearGauge................................................ .............................. .............................................................. S75/day Manometer............................... . .................................................................................................................... $20/day SlopeIndicator..................................................... .............................. .......................................................... $50/day OtherEquipment.,..... .................................................................. .....................................Separate Schedule Outside services,subconsultants and direct casts beyond those shown in our proposal willbilled at cost plus 15%for administration,coordination and handling. Scheduled overtime will be billed at 125%.Terms are net 30 days with 1.5% per month interest charges. The above schedule is for straight time hours. 20 I_ DESIGN GRO'Oif= Resource hldtrl% updated LasL 11144rCO1 Professlonal Engln sorting Design and Survey Servlc es RFP#02-08 Downtown Trash Enclosure Adjacent to Parking Structure Palm Spring s,CA PROD PROJ DESIGN CAP UTILITY WORP SURVEY 21hAN TOTAL w a TASK DESCRIPTIOMen. EHGR i MG ENGR OPER TECH CcI PROD MANAGER SURVEY LABOR CosT PI L45E 1-PRELV.L'MALY DESMIT CONCEPT Task 1.0[ Pre[al Managem¢a[ 1.01J51Pm=c[OnanlzlxnN,:n 2 1 3365. 1Al2Q Pro•cl M¢e0n s M 14 2 2 1.01M Praxl S& S,L• __ I Ta5k1.e2 Research 2 12 4 4 2i SMOD0 Task1,03 Sue V11 IN(31 6 5 4 22 53,670. Tazkl.CJ B..d.q S.crey 2 4 E 10 5 0001 Tas.%IX4 To o rt IC Svrv',B -V-Pp.9 2 16 4 G 6 3, 51(COS Ta•Y1.01 In11Ia111LZ1 G.onlnaVon 2 d S 1a sig" C Task 1.01 Pr par Lon or Cnnce t13 oelo m n[Planz 6 32 44 Svz: c Lask 1.05 Prexn6on of C¢nce IPe•relo msn[Plans 5 B 5124R LOTAL PHASEi PRMMIfJARYDES4GMCDNCEFF 36 20 14 52 12 22 M 12 16 194 $2S,020.0 ?H SE2-FINALOES•GN Task 2.01 ulllitCOordinallon e 6 560]O' Task 2.03 Pre radon of PSLEIs 2.02.04 Plss 411 S➢rels 2 IPI 40 M S 162 515950. klC wS cnca[cr.. 2p 0 9 e 2E $262a. 2rnm ESLL ales 2I 4 16 U $1509.5` Task 2.03 eld A•s•tanra e 4 12 51,460. Task 2.04 Pre i2"As nwll"Plans 2 4 b 14 31420. Task 2.05 ReNse PSSE's for R¢bld 2 4 6 I 14 13.710. TOTALPHAS£2 FIMALDES]G 111 42 30 104 3 0 R i56 $3$419.5 PROJECT TOTAL-ALL 2 FNASE U 62 ?3 156 SO 15 12 16 452 HS,iJ9.5 HOPRLYRATE SI55.00 3t3D.00 $ 110.G6 306.CC So5.e] $75.W 555 W slia"I SIPS . TOTAL"MIRCOST4 $6.0201 58.0601 $10.3391 $14,04al III.S001 $2,250 $990 $1.3201 33,12D $46,23 VIRECTCOSTS Ifd¢¢.�PwWrer S CO.. RendenI,N 32.CCAM Re SJWens S1I c Sub[oW-0irecl CosU 4f.Cti0.6E 125iS MaM1u cn UndCosl 5`rO[C TOL•1 OlrtcF Cozl SF^!O2 TOTALPROJECTCOST $52J39 Revised: 3/23107 EXHIBIT "E" SCHEDULE OF PERFORMANCE 524762.1 Project Schedule July 10,2007 Professional Engineering Design and Surveying Services RFP 002-08 Downtown Trash Enclosure Adjacent to Parking Structure r Sep'07 Oct'07 Nov'07 jDec'07 Jan'08 Feb'08 Mar'08 Apr'08 May'o8 ID Task Name Duration Start Finish 19 126 1 2 1 9 116 123 30 7 i4 2i 28 4 11 118 125 1 2 1 9 I—l-6f-23T3-01 6 113 120 127 3 10 17 24 2 1 9 1 16 123 1 N j 6 1 13 120 27 1 4 111 118 125 1 PHASE 1 -PRELIMINARY DESIGN CONCEPT 140 days? Mon 11112M7 Fri 6123108 PHASE 1 -PRELIMINARY DESIGN CONCEPT 11111111 2 TASK 1.01 Project Management 140 days? Mon 11/12f07 Fri 5123108 i 3 TASK 1.02 Research 5 days Mon 11/12/07 Fri 11116/07 11112 TASK 1.02 Research 4 TASK 1.03 Site Visits 58 days 1 Wed 11/14107 Fri 211108 5 TASK 1.03 Inlii al Site Visits 1 0 days ! Wed S i1141W Wed 11/14/07 11114 ♦ TASK 1.03 Initial Site Visits 1 6 TASK 1.03 Second SRe Visits 2 ❑days 1 Wed 12/19/07 Wed 12119/07 12119 + TASK 1.03 Second Site Visits 2 7 TASK 1.03 Check Plans wdh Site 0 days Fri 21i108 ! Fri 211108 211 ♦!TASK 1.03 Check Plans with Site 8 TASK 1.04 Boundary Survey 10 days Mon 11/19/07 Fri 1 V30107 11M9 ® TASK 1.04 Boundary Survey 9 TASK I.W Topographic SunreylBase Mapping 10 days Mon 11/19/07 Fri 11130/07 11119 ® TASK 1.05 Topographic SurveylBase Mapping I0 TASK 1.06 1n Itlet Uti 14 Coordination 30 days Mon 11/12/07 Fri 1212 V07 11112 TASK 1.06 initial Utility Coordination i 3 TASK 1.07 Preparation of Concept Development Plans 15 days Mon 1213107 Fri 12/21/07 1213 ® TASK 1.07 Preparation of Concept Development Plans 12 i TASK 1.0B Presenfetlon of Concept Dove lopment Plans 15 days Mon 11/12/07 Fri 11130/07 11112 ® TASK 1.08 Presentatlon of Cc no opt Development Plans 13 Obtain Major Architectural Approval of Project Concepts 0 days Fit 1 IM107 Fri i 130107 11130 ♦ Obtain Major Architectural Approval of Project Concepts 14 15 PHASE 2-FINAL DESIGN 65 days Mon 1213107 T Fd 2129108 PHASE 2-FINAL DESIGN 16 TASK 2.01 Utility Coordination 65 days futon 12007 Fri 2129108 1213 TASK 2.01 Utility Coordination 17 TASK 2.02 Prepare P56E's —65 days Mon 1213107 Fri 2129108 1273 TASK 2.02 Prepare PS&E's i I 18 Task 202.01 Prepare 65%Complete PS&E's 2tl days Man i213l07 Fri 12l281W 1213 ® Task 2.02.01 Prepare fib% Complete PSS E's 19 1 CITY REVIEW OF 66°/° PLANS AND ESTIMATES 10 days Mon i2131107 Fri 1111108 12131 0 CITY REVIEW OF 66% PLANS AND ESTIMATES f22 Task 2.02.02 Prepare 90%Complete PS&E's 15 days Mon 1114108 Fri 211108 1114 — Task 2.02.02 Prepare 90%Complete P5RE's CITY REVIEW OF 90°/°Complete PS&E'S 10 days Mon 214108 Fri 2115106 214 0CITY REVIEW OF 90%Complete PSSE'S Task 2.02.03 Prepare and Submit Final PS&E's 10 days Mon 2118108 Fri 27291062Ii8 _ Task2.02.03 Prepare and Submit F[nal PS&E's FINAL P58E'S SUBMITTED TO CYTY 0 days Fri 2129I08 Fri T129108 FINAL PS&IFS SUBMITTED TO CITY * 2129 David M.Casper, P.E., Project Manager ➢MD TASK CITYTASK 0 CALTRANS TASK 0 Milestone Summary DMC Design Group, Inc, Project Schedule I Page 17